Loading...
HomeMy Public PortalAbout1634th Board Agenda 7-9-2020 1 Rev/Edited 7/7/20 AGENDA 1634th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT July 9, 2020 5:00 P.M. ROLL CALL & PUBLIC BOARD MEETING MSD OFFICES 2350 MARKET STREET ROOM 109 1 ROLL CALL 2 APPROVAL OF JOURNAL OF PRECEDING MEETING: June 11, 2020 (1633rd) 3. COMMENTS BY THE CHAIR- None 4 REPORT OF THE BOARD COMMITTEES – Yes (Audit, Finance, Stakeholder, Program Mngt) 5. REPORT OF EXECUTIVE DIRECTOR – None 6 COMMENTS FROM THE PUBLIC – If you wish to attend the meeting remotely, you may access the Board meeting at: https://msdprojectclear.org/about/boardtrustees/streamingmeetings/ and submit your comments and questions online to: tclinton@stlmsd.com by Noon of the Board meeting on J uly 9, 2020. 7 SUBMISSION OF PUBLIC HEARING REPORTS – None 8 COMMUNICATIONS – None 9 CONSENT AGENDA: 10 through 16 2 Rev/Edited 7/7/20 CONSENT AGENDA ORDINANCES 10* Adoption of Proposed Ordinance No. 15422 - Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) Making a supplemental appropriation of Seven Hundred Fifty Thousand Dollars ($750,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Gravois Trunk (Whitec liff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds to Contract No. 21777 with Kolb Grading, LLC for sanitary sewer construction. 11 Adoption of Proposed Ordinance No. 15423 - CSO Volume Reduction Green Infrastructure – NBC Lounge (13378) Authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an agreement with King Cora LLC, for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – NBC Lounge (13378) in the City of St. Louis, Missouri. 12 Adoption of Proposed Ordinance No. 15424 - Kayser Ave. – Waller Ave. Storm Sewer (11545) Appropriating One Hundred Sixty Thousand Dollars ($160,000.00) from the Districtwide Stormwater Fund t o be used for storm sewer construct ion in Kayser Ave. – Waller Ave. Storm Sewer (11545) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21895 with Aztec Construction Specialties LLC for the aforesaid storm sewer construction. 13 Adoption of Proposed Ordinance No. 15425 - Infrastructure Repairs (Wastewater) (2021) (12987) Appropriating Six Million Dollars (6,000,000.00) from the Sanitary Replacement Fund and Two Million Dollars ($2,000,000.00) from the General Fund to be used for repair and replacement of manholes, sewers, and other infrastructure in Infrastructure Repairs (Wastewater) (2021) (12987) in various locations throughout the District; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of manholes, sewers, and other infrastructure. 14 Adoption of Proposed Ordinance No. 15426 - Louisiana and Holly Hills Storm Sewer (11522) Appropriating One Hundred Sixty-Eight Thousand Dollars ($168,000.00) from the Districtwide Stormwater Fund to be used for storm sewer construction in Louisiana and Holly Hills Storm Sewer (11522) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21887 with Aztec Construction Specialties LLC for the aforesaid storm sewer construction. 15 Adoption of Proposed Ordinance No. 15427 - E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) Declaring the necessity for the acquisition of easement s and temporary easements in certain real property within The Metropolitan St. Louis Sewer District for the purpose of construction of sewers and related appurtenances in the project known as E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) in the Cities of Crestwood and Sunset Hills, Missouri to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase and/or the filing of all necessary court pleadings or documents to commence and prosecute formal legal proceedings for the acquisition of said easements and temporary construction easements. 3 Rev/Edited 7/7/20 16 Adoption of Proposed Ordinance No. 15428 - Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) Declaring the necessity for the acquisition of easements and temporary easements in certain real property within The Metropolitan St. Louis Sewer District for the purpose of construction of sewers and related appurtenances in the pro ject known as Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) in the City of Overland, Missouri to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase and/or the filing of all necessary court pleadings or documents to commenc e and prosecute formal legal proceedings for the acquisition of said easements and temporary construction easements. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None NEW BUSINESS ORDINANCES 17 Introduction of Proposed Ordinance No. 15429 - CSO – Mary Avenue South of Manchester CSO Interceptor (I-132) / Outfall (L-106) Elimination Phase I (13404) 10 Appropriating Two Million Six Hundred Thousand Dollars ($2,600,000.00) from the Sanitary Replacement Fund for intergovernmental agreement reimbursement for sanitary sewer construction in CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elim ination Phase I (13404) in the City of Brentwood, Missouri. 18 Introduction of Proposed Ordinance No. 15430 - Deer Creek Trunk Sewer Relocation (Breckenridge Industrial Ct to Mary Ave) (13480) 11 Appropriating Two Million Six Hundred Fifty Thousand Dollars ($2,650,000.00) from the Sanitary Replacement Fund for intergovernmental agreement reimbursement for sanitary sewer construction in Deer Creek Trunk Sewer Relocation (Breckenridge Industrial Ct to Mary Ave) (13480) in the City of Brentwood, Missouri. 19 Introduction of Proposed Ordinance No. 15431 - Water Quality Stormwater BMP Park Along Deer Creek (Hanley Rd to South Brentwood Blvd) (13385) 12 Appropriating Eight Hundred Thousand Dollars ($800,000.00) from the Stormwater Regulatory Fund for intergovernmental agreement reimbursement for water quality BMP construction in Water Quality Stormwater BMP Park Along Deer Creek (Hanley Rd to South Brentwood Blvd) (13385) in the City of Brentwood, Missouri. 20 Introduction of Proposed Ordinance No. 15432 - DC-02 & DC -03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) 13 Making a supplemental appropriation of Fifteen Million Dollars ($15,000,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) in the City of Ladue, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds to Contract No. 21786 with J. H. Berra Construction Co., Inc. for sanitary sewer construction. 4 Rev/Edited 7/7/20 21 Introduction of Proposed Ordinance No. 15433 - Deer Creek Sanitary Tunnel (Clayton Rd to RDP) – Pump Station (12615) 15 Making an appropriation of Fifteen Million Dollars ($15,000,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Deer Creek Sanitary Tunnel (Clayton Rd to RDP) – Pump Station (12615) in the City of Shrewsbury, Miss ouri; and authorizing the Executi ve Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21899 with KCI Construction Company for sanitary sewer construction. 22 Introduction of Proposed Ordinance No. 15434 - Harlem Baden Relief Phase IV (Hebert) – Trunk Sewer Rehabilitation (11800) 17 Making a supplemental appropriation of Eight Hundred Forty-Three Thousand Dollars ($843,000.00) from the Sanitary Replacement Fund to be used for intergovernmental agreement and local match for sewer construction in Harlem Baden Relief Phase IV (Hebert) – Trunk Sewer Rehabilitation (11800) in the Cities of St. Louis and Hillsdale, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds to Contract No. 21732 with U.S. Army Corps of Engineers, Inc. for sewer construction. 23 Introduction and Adoption of Proposed Ordinance No. 15435 - Jefferson Barracks T unnel (Lemay WWTP to Martigney PS) (11711) 19 Making a supplemental appropriation of Twenty -Nine Million Dollars ($29,000,000.00) from the Sanitary Replacement Fund to be used for sanitary storage tunnel in Jefferson Barracks Tunnel (Lemay WWTP to Martig ney PS) (11711) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds to Contract No. 20489 with SAK Construction, LLC for sanitary storage tunnel. 24 Introduction of Proposed Ordinance No. 15436 - Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) 21 Appropriating Four Million Two Hundred Fifty Thousand Dollars ($4,250,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) in the City of Olivette, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21913 with Unnerstall Contracting Co. LLC for the aforesaid sanitary sewer construction. 25 Introduction of Proposed Ordinance No. 15437 - North Pointe Detention Basin Opti Retrofit (13386) 22 Appropriating Three Hundred Fifty Thousand Dollars ($350,000.00) from the Sanitary Replacement Fund to be used for Cityshed Project in North Pointe Detention Basin Opti Retrofit (13386) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into the sole source Contract No. 21930 with Opti RTC, Inc . for the aforesaid Cityshed Project. 26 Introduction of Proposed Ordinance No. 15438 - Stormwater Infrastructure Repairs (2021) (13004) 23 Appropriating Five Million Dollars ($5,000,000.00) from the Districtwide Stormwater Fund to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repairs (2021) (13004) in various locations throughout the District; and authorizing the Executive Director and Secretary - Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. 5 Rev/Edited 7/7/20 27 Introduction of Proposed Ordinance No. 15439 - Cityshed Mitigation Program Design (Contract A) (12693) 24 Making a supplemental appropriation of Nine Hundred Twenty -Five Thousand Dollars ($925,000.00) from the Sanitary Replacement Fund to be used for design and engineering during construction phase services in Cityshed Mitigation Program Design (Contract A) (12693) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Amendment No. 14 to Contract No. 20496 with Jacobs Engineering Group Inc . for design and engineering during construction phase services. 28 Introduction of Proposed Ordinance No. 15440 - Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) 26 Making a supplemental appropriation of One Million Dollars ($1,000,000.00) from the Sanitary Replacement Fund and Six Hundred Thirty -Five Thousand Dollars ($635,000.00) from the General Fund to be used for design in Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on b ehalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for design. 29 Introduction of Proposed Ordinance No. 15441 - Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) 29 Making a supplemental appropriation of Three Hundred Seven Thousand Dollars ($307,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) in the City of Florissant, Missouri; and authorizing the Executive Director and Secretary - Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of sanitary sewers. 30 Introduction of Proposed Ordinance No. 15442 - Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) 30 Making a supplemental appropriation of Fifty-Seven Thousand Dollars ($57,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of sanitary sewers. 31 Introduction of Proposed Ordinance No. 15443 - Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) 31 Making a supplemental appropriation of One Hundred Forty-Seven Thousand Dollars ($147,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) in the Cities of Ballwin and Valley Park, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of private I/I removal. 32 Introduction of Proposed Ordinance No. 15444 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract A (12584) 32 Making a supplemental appropriation of Fifty-Seven Thousand Dollars ($57,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract A (12584) in the Cities of Ballwin, Ellisville, and Town and Country, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of public I/I removal. 6 Rev/Edited 7/7/20 33 Introduction of Proposed Ordinance No. 15445 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) 33 Making a supplemental appropriation of Forty-Four Thousand Dollars ($44,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) in the Cities of Bellefontaine Neighbors, Florissant, St. Louis, Woodson Terrace, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contrac t No. 11011 with Wood Environment & Inf rastructure Solutions, Inc . for design of public I/I removal. 34 Introduction of Proposed Ordinance No. 15446 - Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) 34 Making a supplemental appropriation of Three Hundred Eighty -Seven Thousand Dollars ($387,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) in the City of Woodson Terrace, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of sanitary sewers. 35 Introduction of Proposed Ordinance No. 15447 - Florissant/Dunn Sanitary Relief (St. Anthony Ln to I-270) (12178) 35 Making a supplemental appropriation of Seven Hundred Thirty Thousand Dollars ($730,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Florissant/Dunn Sanitary Relief (S t. Anthony Ln to I-270) (12178) in the City of Florissant, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for design of sanitary sewers. 36 Introduction of Proposed Ordinance No. 15448 - Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) 36 Making a supplemental appropriation of Three Hundred Eighty -Eight Thousand Dollars ($388,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) in the Cities of Bellefontaine Neighbors and St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of private I/I removal. 37 Introduction of Proposed Ordinance No. 15449 - Hathaway Drive Sanitary Relief (13432) 37 Making a supplemental appropriation of Two Hundred Fifteen Thousand Dollars ($215,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers i n Hathaway Drive Sanitary Relief (13432) in the City of Jennings, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastruc ture Solutions, Inc. for design of sanitary sewers. 38 Introduction of Proposed Ordinance No. 15450 - Lindsay – St. Albert Private I/I Reduction (12330) 38 Making a supplemental appropriation of Two Hundred Twenty -Seven Thousand Dollars ($227,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Lindsay – St. Albert Private I/I Reduction (12330) in the City of Florissant, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for design of private I/I removal and sanitary sewers. 39 Introduction of Proposed Ordinance No. 15451 - Newport Landing Pump Station (P-480) Elimination (12357) 39 Making a supplemental appropriation of Two Hundred Fourteen Thousand Dollars ($214,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Newport Landing Pump Station (P -480) Elimination (12357) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of sanitary sewers. 7 Rev/Edited 7/7/20 40 Introduction of Proposed Ordinance No. 15452 - North Fee Fee Creek Public I/I Reduction (12433) 40 Making a supplemental appropriation of Sixty-One Thousand Dollars ($61,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in North Fee Fee Creek Public I/I Reduction (12433) in the Cities of Bridgeton, Maryland Heights, and Manchester, and the Village of Champ, Missouri; and authorizing the Executive Director and Secretary-Treas urer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of public I/I removal. 41 Introduction of Proposed Ordinance No. 15453 - Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) 41 Making a supplemental appropriation of Four Hundred Eighty -Three Thousand Dollars ($483,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) in the Cities of Northwoods and Pine Lawn, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc . for design of sanitary sewers. 42 Introduction of Proposed Ordinance No. 15454 - Lemay Sanitary System Improvements (11145) 42 Authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc . for design in Lemay Sanitary System Improvements (11145) in Various Municipalities and Unincorporated St. Louis County, Missouri. 43 Introduction of Proposed Ordinance No. 15455 - GC-06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) 45 Making a supplemental appropriation of Five Hundred Twenty Thousand Dollars ($520,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in GC-06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) in the City of Sunset Hills, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc . for design of sanitary sewers. 44 Introduction of Proposed Ordinance No. 15456 - Glenfield Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) 46 Making a supplemental appropriation of Three Hundred Thirty -Four Thousand Dollars ($334,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Glenfi eld Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) in the Cit y of Sunset Hills, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc . for design of sanitary sewers. 45 Introduction of Proposed Ordinance No. 15457 - Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) 47 Making a supplemental appropriation of Four Hundred Thirty -Seven Thousand Dollars ($437,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) in Unincorporated St. Louis County, Missouri; and authorizing the Executive D irector and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc . for design of sanitary sewers. 8 Rev/Edited 7/7/20 46 Introduction of Proposed Ordinance No. 15458 - Lemay Public I/I Reduction and Rehabilitation (2022) Contract A (12590) 49 Making a supplemental appropriation of Forty-Eight Thousand Dollars ($48,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Lemay Public I/I Reduction and Rehabilitation (2022) Contract A (12590) in the Cities of Shrewsbury, Webster Groves, Maplewood, and Richmond Heights, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc . for design of public I/I removal. 47 Introduction of Proposed Ordinance No. 15459 - S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) 50 Making a supplemental appropriation of Five Hundred Seventeen Thousand Dollars ($517,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) in the City of Clayton, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis S ewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for design of sanitary sewers. 48 Introduction of Proposed Ordinance No. 15460 - Lower & Middle RDP CSO Controls System Improvements (11109) 51 Making a supplemental appropriation of Two Hundred Thousand Dollars ($200,000.00) from the General Fund to be used for design in Lower & Middle RDP CSO Controls System Improvements (11109) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for design. 49 Introduction of Proposed Ordinance No. 15461 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 54 Making a supplemental appropriation of Three Hundred Fifty Thousand Dollars ($350,000.00) from the Sanitary Replacement Fund to be used for design of CSO storage tunnel in LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) in the City of St. Louis and Unincorporated St. Louis County, Missouri; and authorizing the Exec utive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for design. 50 Introduction of Proposed Ordinance No. 15462 - Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) 56 Making a supplemental appropriation of One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund to be used for design of CSO storage tunnel in Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc . for design of CSO storage tunnel. 51 Introduction of Proposed Ordinance No. 15463 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 58 Making a supplemental appropriation of Three Hundred Thousand Dollars ($300,000.00) from the Sanitary Replacement Fund and Five Hundred Seventy-Five Thousand Dollars ($575,000.00) from the General Fund to be used for design in RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc . for design. 9 Rev/Edited 7/7/20 52 Introduction of Proposed Ordinance No. 15464 - CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-l06) Elimination Phase II (12140) 60 Making a supplemental appropriation of One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers, storm sewers, and private I/I removal in CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-l06) Elimination Phase II (12140) in the City of Brentwood, Missouri; and authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc . for design of sanitary sewers, storm sewers, and privat e I/I removal. 53 Introduction of Proposed Ordinance No. 15465 - Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) 61 Making a supplemental appropriation of Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for design in Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) in the Cities of Brentwood and Maplewood, Missouri; and authorizi ng the Executive Director and Secretary - Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for design. 54 Introduction of Proposed Ordinance No. 15466 - Data Center Hosting, Security and Monitoring Services- Intergovernmental Agreement with Regional Justice Information Service Commission (REJIS) 62 Authorizing the Executive Director and Secretary -Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an intergovernmental agreement with Regional Justice Information Service Commission (RE JIS), whereby REJIS will provide data security and monitoring services as well as operate data center facility for the colocation of the District’s current mission critical computing operation to the District. RESOLUTIONS 55 Adoption of Resolution No. 3604 - Expressing the Board of Trustees’ appreciation to Sammie Tartt for her 14 years of exemplary service to the Metropolitan St. Louis Sewer District from March 20, 2006 to her retirement effective July 1, 2020 56 Adoption of Resolution No. 3605 - Expressing the Board of Trustees’ appreciation to Dona S. Schuh for her 20 years of exemplary service to the Metropolitan St. Louis Sewer District from August 31, 1999 to her retirement effective July 1, 2020 57 Adoption of Resolution No. 3606 – Insurance Brokerage & Consultant Services 63 The adoption of Resolution No. 3606 will exercise option year two (2) of the contract previously authorized by Ordinance No. 14974, adopted August 16, 2018, which authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Charles L. Crane Agency, whereby Charles L. Crane Agency would provide insurance brokerage and insurance consultant services to the District. 58 Adoption of Resolution No. 3607 – Special Holiday The adoption of Resolution No. 3607 will designate Friday, June 19, 2020 as a Special Holiday 59 ITEMS PROPOSED FOR INTRODUCTION AND ADOPTION AT THE NEXT BOARD MEETING Olive/Washington – Grand to Vandeventer Combined Sewer Relief (12702) 60 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD ADJOURNMENT 10 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15429 NAME OF PROJECT: CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination Phase I (13404) LOCATION: South of Manchester Road and East of McKnight Road in the City of Brentwood, Missouri TYPE OF PROJECT: Intergovernmental Agreement Reimbursement for Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for an intergovernmental agreement with the City of Brentwood, Missouri. What does action accomplish?: Provides financial assistance to the City of Brentwood for construction of sanitary sewer improvements, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: City of Brentwood, Missouri Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $2,600,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: N/A Properties Affected: The Entire Deer Creek Watershed Properties Benefiting: The Entire Deer Creek Watershed Designed by: N/A The Board of Trustees adopted Ordinance No. 15377 on March 16, 2020, which authorized the District to enter into an intergovernmental agreement with the City of Brentwood, Missouri. This ordinance authorizes the District to enter into Contract #21923 for the City’s improvements which consists of the construction of approximately 1,930 feet of 8-inch to 36-inch diameter sanitary sewers, appurtenances, and creek bank stabilization. The estimated cost of the drainage improvements is $2,098,000. This agreement provides reimbursement of the sewer construction bid price to the City of Brentwood for incorporating the MSD project scope into the City’s public improvement project. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 88 Amount: $3,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: Additional Comments: This appropriation of $2.6 Million includes contingencies and $300,000 for utility relo cation. The intergovernmental agreement for this work allows for reimbursement of twenty -five percent (25%) within sixty (60) days of bid date and seventy-five percent (75%) at MSD approved substantial completion of the CSO – Mary Avenue South of Manchest er CSO Interceptor (I-132)/Outfall (L-106) Elimination Phase I project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/16/20 – Ord. No. 15377 – Authorized Intergovernmental Agreement with the City of Brentwood, Missouri 11 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15430 NAME OF PROJECT: Deer Creek Trunk Sewer Relocation (Breckenridge Industrial Ct to Mary Ave) (13480) LOCATION: South of Manchester Between Breckenridge Industrial Ct. and Mary Avenue in the City of Brentwood, Missouri TYPE OF PROJECT: Intergovernmental Agreement Reimbursement for Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for an intergovernmental agreement with the City of Brentwood, Missouri. What does action accomplish?: Provides financial assistance to the City of Brentwood for construction of sanitary sewer im provements, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: City of Brentwood, Missouri Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $2,650,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: N/A Properties Affected: The Entire Deer Creek Watershed Properties Benefiting: The Entire Deer Creek Watershed Designed by: N/A The Board of Trustees adopted Ordinance No. 15377 on March 16, 2020, which authorized the District to enter into an intergovernmental agreement with the City of Brentwood, Missouri. The City of Brentwood’s development requires relocation of the Deer Creek Trunk Sewer out of a new floodplain area. This ordinance authorizes the District to enter into Contract #21922 for the City’s improvements which consists of the construction of approximately 3,000 feet of 72-inch sanitary trunk sewer and appurtenances. The estimated cost of the drainage improvements is $6.0 Million. This agreement provides reimbursement up to fifty percent (50%), not to exceed $2,650,000 to the City of Brentwood. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 95 Amount: $3,000,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The Brentwood Bound development impacts the 95-year old Deer Creek Trunk Sewer. MSD anticipates spending an estimated $2.65 Million to rehabilitate this section of the sewer in the future. The inter- governmental agreement for this work allows for reimbursement of up to fifty percent (50%) of the engineer’s cost estimate, not to exceed $2,650,000 for the Deer Creek Trunk Sewer Relocation (Breckenridge Industrial Ct to Mary Avenue) (13480) pro ject with twenty-five percent (25%) reimbursement within sixty (60) days of bid date and seventy-five percent (75%) at MSD approved substantial completion of the D eer Creek Trunk Sewer relocation construction. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/16/20 – Ord. No. 15377 – Authorized Intergovernmental Agreement with the City of Brentwood, Missouri 12 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15431 NAME OF PROJECT: Water Quality Stormwater BMP Park Along Deer Creek (Hanley Rd to South Brentwood Blvd) (13385) LOCATION: South of Manchester Road, East of Brentwood and West of Hanley in the City of Brentwood, Missouri TYPE OF PROJECT: Intergovernmental Agreement Reimbursement for Water Quality BMP Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for an intergovernmental agreement with the City of Brentwood, Missouri. What does action accomplish?: Provides financial assistance to the City of Brentwood for construction of water quality BMP’s. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: City of Brentwood, Missouri Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $800,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: N/A Properties Affected: The Entire Deer Creek Watershed Properties Benefiting: The Entire Deer Creek Watershed Designed by: N/A The Board of Trustees adopted Ordinance No. 15377 on March 16, 2020, which authorized the District to enter into an intergovernmental agreement with the City of Brentwood, Missouri. This ordinance authorizes the District to enter into Contract #21925 for the City’s improvements which consists of the construction of stormwater quality BMP’s such as bioretention, permeable pavers, and education signage for public demonstration and education. This agreement provides reimbursement of the water quality BMP bid price up to $800,000 to the City of Brentwood for incorporating MSD approved water quality BMP’s into the City’s public improvement project. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 197Amount: $800,000 Fund Name: #5110 – Stormwater Regulatory Fund Additional Comments: The intergovernmental agreement for this work allows for reimbursement of up to $800,000 of the bid price for MSD approved water quality BMP’s to the City of Brentwood for the Water Quality Stormwater BMP Park Along Deer Creek (Hanley Rd to South Brentwood Blvd) (13385) project with twenty-five percent (25%) reimbursement within sixty (60) days of bid date and seventy-five percent (75%) at MSD approved substantial completion of the BMP’s. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/16/20 – Ord. No. 15377 – Authorized Intergovernmental Agreement with the City of Brentwood, Missouri 13 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15432 NAME OF PROJECT: DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) LOCATION: South of the Confluence of Deer Creek and Two-Mile Creek Near Overbrook Drive; Crosses Interstate 64 and Clayton Road East of Warson Road; and Continues to Conway Road East of Lindbergh Boulevard in the City of Ladue, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds. What does action accomplish?: Provides additional funding for the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: J. H. Berra Construction Co., Inc. Previous District Contract: Yes 5091 New Baumgartner Road St. Louis, MO 63129 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $15,000,000.00 Designer’s Estimate: $51,916,000.00 Total MWB E Participation: 21.53% (MBE Goal is 10% - WBE Goal is 10%) Zoie, LLC (African American) – 5.63% - MBE ABNA Engineering, Inc. (African American) – 1.61% - MWBE Westfall Hauling (African American) – 2.81% - MBE J & J Boring, Inc. – 11.48% - WBE Type of Contract: Unit Cost Properties Affected: 48 Properties Benefiting: 35,000 Designed by: HDR Engineering, Inc. The work to be done under Contract #21786 consists of the construction of approximately 17,781 lineal feet of 8-inch to 54-inch diameter sanitary sewers and appurtenances, including approximately 4,881 lineal feet of 8-inch to 54-inch tunnel/trenchless technology construction; approximately 1,652 feet of sliplining 21-inch and 24-inch host pipe; 1 junction chamber; 99 manholes; creek stabilization; installation of approximately 96 lineal feet of 12-inch storm sewers and appurtenances; concrete channel removal; manhole rehabilitation of 8 existing manholes; manhole and sewer fill; seal and abandonment. This construction is the thi rd phase of a multi-phase improvement program. The purpose of this project is to alleviate surcharging sanitary sewers. This project will provide for the elimination of seven (7) constructed SSOs (BP-545, BP-170, BP-198, BP-348, BP-349, BP-155 & BP- 591). This project is scheduled to be completed by October 2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 92 Amount: $15,000,000 (Partial) Fund Name: #6660 – Sanitary Replacement Fund 14 Rev/Edited 7/7/20 Additional Comments: This partial funding request brings the project appropriation amount to $28,000,000. A future supplemental appropriation is planned for construction in FY2022 providing a total appropriation of $45,500,000.00. This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). This project is also being funded by a WIFIA loan from the EPA. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/16/18 – Ord. No. 14969 – Amount: $400,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 07/11/19 – Ord. No. 15197 – Amount: $13,000,000 – DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) – Original Construction Contract No. 21786 15 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15433 NAME OF PROJECT: Deer Creek Sanitary Tunnel (Clayton Rd to RDP) – Pump Station (12615) LOCATION: East of Shrewsbury Avenue on the North Side of Interstate 44 in the City of Shrewsbury, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action a ccomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: KCI Construction Company Previous District Contract: Yes 10315 Lake Bluff Drive St. Louis, MO 63123 Consultant: N/A Agency: N/A Number of bidders: 3 Low Bid: $28,940,000.00 High Bid: $32,300,000.00 Appropriation Amount: $15,000,000.00 Designer’s Estimate: $33,000,000.00 Total MWBE Participation: 23.89% (MBE Goal is 10% - WBE Goal is 10%) Weaver Steel Construction LLC – 3.05% - WBE D & S Fencing Co., Inc. – 0.10% - WBE Aschinger Electric Company – 9.68% - WBE BLM Properties LLC (Asian American) – 11.06% - MWBE Type of Contract: Lump Sum Properties Affected: 2 Properties Benefiting: The Entire Deer Creek Watershed Designed by: Parsons Water & Infrastructure, Inc. The work to be done under Contract #21899 consists of the construction of a pump station at the downstream end of a storage tunnel including the installation of one (1) Wet Well in existing shaft; one (1) Wet Well Building; two (2) Dry Wells in existing shafts; one (1) Dry Well Building; one (1) Effluent Vault Structure; and Site Improvements. Included in the Wet Well are concrete walls, concrete floor slab, bar screens, gates, valves, sensors, etc. Wet Well Building includes masonry walls, concrete floor slab, two (2) drive-through bays, concrete floor slab, bar screen rake with monorail and controls, etc. Included in each of the Dry Wells are concrete walls, concrete floor slab, eight (8) dewatering pumps, two (2) housekeeping pumps, piping, valves, sensors, flow meters, etc. Dry Well Building includes masonry walls, concrete floor slab, one (1) drive-through bay, bridge crane, two (2) elevators, restroom, etc. Site Improvem ents include utilities, paving, fencing, landscaping, Carr Lane improvements, and other associated work. This construction is the second phase of a multi-phase improvement program. The purpose of this project is to provide additional storage during wet weather events by allowing surcharged sewers in the Deer Creek watershed to discharge to the proposed tunnel; and provide for the elimination of twelve (12) constructed SSO’s with the DC-02 & DC-03 Sanitary Relief Phase I (10021), Phase II (12471), and Phase III & IV (12472) projects within the Deer Creek watershed. This project is scheduled to be completed in 730 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 94 Amount: $15,000,000 (Partial) FY2022 $15,000,000 (Planned) $30,000,000 Fund Name: #6660 – Sanitary Replacement Fund 16 Rev/Edited 7/7/20 Additional Comments: An additional contingency of $132,000 for utility relocation (Electric - $25,000, Water - $75,000 & Other – Builder’s Risk - $32,000) is included in the appropriation. This is a partial funding request. A future supplemental appropriation is planned for construction in FY2022 providing a total appropriation of $30,000,000.00. This project is expected to be funded by a low interest loan from the State if Missouri, under the State Revolving Loan Fund (SRF). This project is also being funded by a WIFIA loan from the EPA. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/12/15 – Ord. No. 14038 – Amount: $6,000,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment 17 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15434 NAME OF PROJECT: Harlem Baden Relief Phase IV (Hebert) – Trun k Sewer Rehabilitation (11800) LOCATION: North of Kennerly and West of Clara in the Cities of St. Louis and Hillsdale, Missouri TYPE OF PROJECT: Intergovernmental Agreement and Local Match for Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds for an intergovernmental agreement with the U.S. Army Corps of Engineers. What does action accomplish?: Implements the construction of a CIRP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contrac tor: N/A Previous District Contract: Yes Consultant: N/A Agency: U.S. Army Corps of Engineers 1222 Spruce Street St. Louis, MO 63103 Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $843,000.00 Designe r’s Estimate: $9,985,000.00 Total MWBE Participation: 0.0% (No MBE Goal) N/A – Project will be constructed by the U.S. Army Corps of Engineers using Federal requirements. Type of Contract: Lump Sum Properties Affected: 0 Properties Benefiting: Appro ximately 1,500 Designed by: Parsons Water & Infrastructure Inc. This ordinance appropriates additional funds to Contract #21732 with the U.S. Army Corps of Engineers for the Corps to administer and construct a project in the CIRP. This project consists of the construction of 109,900 square feet of shotcrete liner; 1,240 feet utilizing cured-in-place pipe (CIPP) methods; and 6,400 feet of spot repairs along 7,000 feet of 8 to 12-foot diameter trunk sewer north of Kennerly and west of Clara in the Cities of Hillsdale and St. Louis, Missouri. This project will reduce combined sewer overflows by reducing inflow/infiltration (I/I), and is related to the Harlem – Baden (Hebert) detention basin series of projects. The Corps’ estimated construction cost is $9,985,000. Construction began in August 2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 103Amount: $843,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The Federal Water Resources Development Act of 1992 authorized the Corps of Engineers to design and/or construct combined sewer overflow control or reduction projects in the City of St. Louis. The original Act authorized $15,000,000 in federal spending. Subsequent amendments to the act have increased that authorization to $35,000,000, and have broadened the scope of the project to include all the combined sewer area in St. Louis City and County. Since inception, approximately $28,600,000 in federal funding has been allocated to im proving the combined sewer system, with the Corps bidding, awarding, and managing various construction contracts. The Corps advises that additional federal funding for the next phase of this effort is pending. The Act requires that the local sponsor, MSD, provide a 25% local match for all federal funding. 18 Rev/Edited 7/7/20 This Board action appropriates the supplemental local match needed to complete project 11800. The total appropriated for this project’s local match to date will be $2,643,000. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/12/01 – Ord. No. 10939 – U.S. Army Corps of Engineers – Authorized Design Agreement with Corps 06/14/01 – Ord. No. 10978 – Amount: $100,000 – U.S. Army Corps of Engineers – Engineering Services 04/11/02 – Ord. No. 11203 – U.S. Army Corps of Engineers – Design and Construction Agreement 04/11/02 – Ord. No. 11204 – Amount: $2,000,000 – Vandeventer to Grand Sewer Rehabilitation (89193) 04/11/02 – Ord. No. 11205 – Amount: $1,200,000 – Southern Arsenal Relief Sewer Rehabilitation Phase II (2000116) 01/23/03 – Ord. No. 11441 – Amount: $114,000 – U.S. Army Corps of Engineers - Engineering Services (2001141) 05/11/06 – Ord. No. 12206 – Amount: $2,000,000 – Old Mill Creek Sewer Rehabilitation Phase I (89185) 02/10/11 – Ord. No . 13203 – Amount: $643,000 – Old Mill Creek Sewer Rehabilitation Phase III – 14th to 2 nd Street – Parsons Water & Infrastructure Inc. – Design Contract No. 10614 04/10/14 - Ord. No. 13827 – Amount: $2,800,000 – Old Mill Creek Sewer Rehabilitation Phase III – 14th to 2 nd Street (10722) – Contract No. 20159 07/12/18 - Ord. No. 14931 – Amount: $1,500,000 – Harlem – Baden Relief Phase IV (Hebert) (Goodfellow to Hamilton) (11769) – Contract No. 21687 10/11/18 - Ord. No. 15041 – Amount: $1,800,000 – Harlem – Baden Relief Phase IV (Hebert) – Trunk Sewer Rehabilitation (11800) – Original Contract No. 21732 19 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: INTRODUCTION AND ADOPTION of Proposed Ordinance No. 15435 NAME OF PROJECT: Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) LOCATION: North of I-255 and East of I-55 on the West Side of the Mississippi River in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Sanitary Storage Tunnel (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds. What does action accomplish?: Provides additional funding for the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: SAK Construction, LLC Previous District Contract: Yes 864 Hoff Road O’Fallon, MO 63366 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $29,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: 19.85% (MBE Goal is 17% - African American) Williams Tunneling Industries (African American) – 18.22% - MBE Kendall’s Hauling (African American) – 0.67% - MBE Basilico Engineering (African American) – 0.05% - MBE Zoie LLC (African American) – 0.10% - MBE A-Plus Contractors (African American) – 0.59% - MBE Kadilex Construction (African American) – 0.22% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Entire Martigney Creek Watershed Designed by: Jacobs Engineering Group, Inc. The work to be done under Contract #20489 consists of the construction of a 17,800-foot long tunnel lined with a 7-foot diameter fiberglass pressure pipe and containing instrumentation conduits; an 88-foot diameter launch shaft and a 28-foot diameter recovery shaft; several intake structures; and site work including construction of a major controlled fill. The purpose of this project is to construct 17,000 feet of 7-foot diameter deep tunnel, eliminating the Martigney (P-306) and Jefferson Barracks (P-305) Pump Stations. This project is scheduled to be completed in July 2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 108 Amount: $55,000,000 (Partial) Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: Staff is requesting introduction and adoption at the July 9, 2020 Board meeting due to the need to recover the stuck TBM and address the differing subsurface conditions encountered during construction of the tunnel. This partial supplemental appropriation of $29 Million will bring the current appropriation for construction to $94,000,000. A future supplemental appropriation is planned for construction in FY2022 providing a total appropriation of $155,000,000.00. This project is expected to be funded by Bond proceeds. 20 Rev/Edited 7/7/20 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/09/17 – Ord. No. 14599 – Amount: $18,900,000 – Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) – SAK Construction, LLC – Original Construction Contract No. 20489 06/14/18 – Ord. No. 14900 – Amount: $26,100,000 – Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) – SAK Construction, LLC – Construction Contract No. 20489 – Supplemental 08/16/18 – Ord. No. 14962 – Amount: $485,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 04/11/19 – Ord. No. 15130 – Amount: $20,000,000 – Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) – SAK Construction, LLC – Construction Contract No. 20489 – Supplemental 21 Rev/Edited 7/7/20 AGEND A ITEM NUMBER: Introduction of Proposed Ordinance No. 15436 NAME OF PROJECT: Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) LOCATION: West of I-170 and South of Olive Boulevard in the City of Olivette, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Unnerstall Contracting Co. LLC Previous District Contract: Yes 2803 West Osage Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 4 Low Bid: $3,851,451.00High B id: $5,736,000.00 Appropriation Amount: $4,250,000.00 Designer’s Estimate: $5,996,000.00 Total MWBE Participation: 24.65% (MBE Goal is 17% - African American) B & P Construction, Inc. (African American) – 24.65% - MBE Type of Contract: Unit Cost Properties Affected: 800 Properties Benefiting: 125 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #21913 consists of the construction of approximately 6,242 lineal feet of sanitary sewers varying in size from 8-inches to 21-inches in diameter and appurtenances. The purpose of this project is to reduce building backups and relieve overcharged sanitary sewers. This project will provide for the elimination of four (4) constructed SSOs (BP-416, BP-417, BP-433 & BP-476), and one (1) wet weather pump station (P-790). This project is scheduled to be completed in 600 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 113Amount: $4,000,000 FY2022 $1,800,000 (Planned) $5,800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $205,000 for utility relocation (Electric - $145,000, Gas - $30,000 & Water - $30,000) is included in the appropriation. This is a full funding request. A supplemental appropriation request was originally planned for construction in FY2022 for $1,800,000. The designer’s estimate increased due to additional relief sewer footage identified during design. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/10/17 – Ord. No. 14736 – Amount: $820,000 – Burns & McDonnell Engineering Co. – D esign Contract No. 11003 – Amendment 22 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15437 NAME OF PROJECT: North Pointe Detention Basin Opti Retrofit (13386) LOCATION: Northwest Corner of Calvary Cemetery, 5301 W Florissant Ave. in the City of St. Louis, Missouri TYPE OF PROJECT: Cityshed (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a contract. What does action accomplish?: Provides for implementation of active controls at the North Pointe Detention Basin. This is a Cityshed Project, as required by the Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Opti RTC, Inc. Previous District Contract: No 356 Boylston Street, 2nd Floor Boston, MA 02116 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $350,000.00 Designer’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: Lump Sum Properties Affected: N/A – Basin Property is owned by MSD Properties Benefiting: 250 Designed by: N/A This ordinance authorizes the District to enter into a sole source Contract #21930 with Opti RTC, Inc. In an effort to maximize the functionality of the existing stormwater basin, MSD is implementing a smart infrastructure pilot project utilizing the Continuous Monitoring and Adaptive Control (CMAC) platform developed by Opti RTC, Inc. The implementation of CMAC will allow MSD to utilize the unused storage within the North Pointe Detention basin during smaller, more frequent storm events through active control. The active control of the basin will be autonomous and based on National Weather Service rainfall forecasts and the available storage in the North Pointe Detention basin. The benefits of reducing the amount of wet weather discharge to the Baden Trunk Sewer are reducing CSO volume and increasing the available capacity within the trunk sewer during wet weather conditions, thereby increasing the level of service to customers along the Baden Creek Trunk Sewer. The CMAC retrofit is estimated to cost $350,000 or $4,100 per acre controlled. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 123Amount: $350,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The budget includes $34,000 in contingencies as possible needs such as utility relocation or unforeseen conditions may arise. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 23 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15438 NAME OF PROJECT: Stormwater Infrastructure Repairs (2021) (13004) LOCATION: Various Locations Throughout the District TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for small infrastructure repair projects to be bid through Purchasing. What does action accomplish?: Implements a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $5,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: As appropriate for individual projects Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: District staff The work to be done consists of the repair/replacement and construction of stormwater inlets, manholes, sewers, and other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 192Amount: $5,000,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 24 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15439 NAME OF PROJECT: Cityshed Mitigation Program Design (Contract A) (12693) LOCATION: In the City of St. Louis, Missouri TYPE OF PROJECT: Design and Engineering During Construction Phase Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend a design contract. What does action accomplish?: Provides additional funds for a multi-year consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Age ncy: N/A Number of proposers: N/A Appropriation Amount: $925,000.00 Designer’s Estimate: N/A Total MWBE Participation: 31.59% (Overall – 37.19%) (No MWBE Goal) Kowelman Engineering, Inc. – 4.41% - WBE (This Amendment – 34.03%) M3 Engineering Group, PC (African American) – 25.02% - MWBE (This Amendment – 7.40%) StratCommRx – 2.16% - WBE (This Amendment – 0.00%) Total = 41.43% Type of Contract: Lump Sum Properties Affected: 200 Properties Benefiting: 2,500 Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 14 to Contract #20496 with Jacobs Engineering Group Inc. for additional design of the Harlem Cityshed Mitigation Basins (Ashland and Essex) – Separation Sewers (12942) and to provide construction phase services for the Baden Cityshed Mitigation Basins (Calvary, Frederick, Partridge and Tillie) (13232) projects as part of the design services for all projects included in the Cityshed Mitigation Program Design (Contract A) (12693) project. The construction cost estimate for the Harlem Cityshed Mitigation Basins (Ashland and Essex) – Separation Sewers (12942) project is $7,900,000 in FY2024. The construction cost estimate for the Baden Cityshed Mitigation Basins (Calvary, Frederick, Partridge and Tillie) (13232) project is $6,000,000 in FY2020, and $3,520,000 in FY2021. The estimated design contract range for the entire program contract is between $5 and $7 million. Specific project lump sum design appropriations totaling $482,000 in design costs and $443,000 for construction phase services, allowances, and contingencies to be used only with the approval of MSD associated with the contract in this fiscal year are being appropriated as part of the Cityshed Mitigation Program Design (Contract A) (12693) contract and include the following projects: Project Name Estimated Construction Cost Harlem Cityshed Mitigation Basins (Ashland and Essex) – Separation Sewers (12942) $ 7,900,000 Harlem Cityshed Mitigation Basins (Calvary, Frederick, Partridge and Tillie) (13232) $ 9,520,000 Total $17,420,000 25 Rev/Edited 7/7/20 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 13 Amount: $989,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: These projects are being designed as part of the Cityshed Mitigation Program Design (Contract A) (12693) contract. The total appropriation of $925,000 for design services is $64,000 below the proposed funding presented in the CIP Budget Supplement. The total appropriation includes $482,000 for design services; $21,600 in contingencies; and $421,400 for construction phase services. These contingencies and services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. The capital portion of these projects is expected to be funded by Bond proceeds. Harlem Cityshed Mitigation Basins (Ashland and Essex) – Separation Sewers (12942) is a lump sum cost project to provide engineering to construct approximately 29,360 lineal feet of 12-inch to 48-inch storm or combined sewers as part of the Cityshed Mitigation Program. This appropriation provides for the design of approximately 13,000 additional lineal feet of sewer identified during the preliminary design phase (FY2019 – FY2020) to increase the level of service and capacity of District assets. The appropriation includes $482,000 for design services; $21,600 in contingencies; and $297,300 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. The construction cost estimate for this project is $7,900,000. Construction is anticipated to begin in FY2024. Harlem Cityshed Mitigation Basins (Calvary, Frederick, Partridge and Tillie) (13232) is a lump sum cost project to provide engineering to construct four (4) storm water detention basins and three (3) rain gardens as part of the Cityshed Mitigation Program. The appropriation includes $124,100 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. The construction cost estimate for this project is $9,520,000. Construction began in FY2020. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/10/16 – Ord. No. 14537 – Amount: $800,000 – Jacobs Engineering Group Inc. – Original Design Contract No. 20496 10/12/17 – Ord. No. 14789 – Amount: $3,073,000 – Jacobs Engineering Group, Inc. – Design Contract No. 20496 – Amendment No. 3 12/13/18 – Ord. No. 15063 – Amount: $2,371,000 – Jacobs Engineering Group, Inc. – Design Contract No. 20496 – Amendment No. 6 26 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15440 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) LOCATION: Bissell, Coldwater, Missouri and Meramec Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds, and authorizes staff to amend an existing design contract What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. (Formerly: Amec Foster Wheeler Environment & Infrastructure, Inc.) 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Agency: N/A Number of proposers: N/A Appropriation Amount: $1,635,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.00% (37.72% Overall)(MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 4.00% - MWBE Access Engineering, LLC – 2.00% - WBE Civil Design, Inc. – 5.00% - WBE Gonzalez Companies, LLC (Hispanic) – 5.00% - MBE Kaskaskia Engineering Group, LLC – 3.00% - WBE M3 Engineering Group, PC (African American) – 4.00% - MWBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Losli Engineering, LLC – 0.00% - WBE Shockey Consulting Services, LLC – 0.00% - WBE TSI Geotechnical, Inc. (African American) – 0.00% - MWBE David Mason & Associates, Inc. (African American) – 0.00% - MBE* EFK Moen, LLC – 0.00% - WBE* Kowelman Engineering, Inc. – 0.00% - WBE* *A commitment of 12.00% MWBE participation is between these 3 firms Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Bissell, Coldwater, Missouri and Meramec Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. The preliminary construction cost estimate for the entire Bissell – Coldwater – Missouri – Meramec Sanitary program is $277 million. The estimated design contract range for the entire program contract is between $50 to $60 million. This year’s (FY2021) authorization includes fees for project management services for FY2021, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and 27 Rev/Edited 7/7/20 assurance, public involvement, planning support, and special services. Specific project lump sum design appropriations totaling $3,319,846 in design costs and $1,632,154 for allowances, services during construction, and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) $ 1,683,000 Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) $ 135,000 Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) $ 336,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract A (12584) $ 3,380,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) $ 2,141,000 Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) $ 1,733,000 Florissant/Dunn Sanitary Relief (St. Anthony Ln to I-270) (12178) $ 6,122,000 Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) $ 1,617,000 Hathaway Drive Sanitary Relief (13432) $ 902,000 Lindsay – St. Albert Private I/I Reduction (12330) $ 307,000 Newport Landing Pump Station (P-480) Elimination (12357) $ 626,000 North Fee Fee Creek Public I/I Reduction (12433) $ 4,750,000 Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) $ 2,794,000 Total $26,526,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 7 Amount: $1,000,000 FY2021, Pg. 8 $ 635,000 $1,635,000 Fund Name: #6660 – Sanitary Replacement Fund $1,000,000 #1101 – General Fund $ 635,000 Additional Comments: This appropriation of $1,635,000 for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project includes $635,000 for non-capital costs and $1,000,000 for capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $635,000 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2021. Capital costs include $1,000,000 for additional design work of sanitary and storm sewers and for I/I removal assistance. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing tasks for this contract. The Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) cost plus and lump sum fee work order tasks for expenses from September 2020 through approximately September 2021 include the following: Non-Capital Costs Project Management Tasks $ 635,000 Capital Costs Design and I/I Removal Contingency FY21$1,000,000 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. The enforcement of Sewer Use Ordinance No. 12559 related to properties identified to be major sources of I/I is required by the Consent Decree. The total appropriation for design services for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements Watershed Consultant for FY2021 is $4,952,000, which is equal to the budget for FY2021. 28 Rev/Edited 7/7/20 The total project MWBE commitment of 35% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment This Amendment ABNA Engineering, Inc. 4.00% 9.03% Access Engineering, LLC 2.00% 0.00% Civil Design, Inc. 5.00% 11.97% Gonzalez Companies, LLC 5.00% 5.56% Kaskaskia Engineering Group, LLC 3.00% 6.21% M3 Engineering Group, PC 4.00% 5.45% *David Mason & Associates, Inc. 12.00% 0.00% *EFK Moen, LLC 7.35% *Kowelman Engineering, Inc. 0.00% Engineering Design Source, Inc. 0.00% 0.00% Losli Engineering, LLC N/A 0.00% Shockey Consulting Services, LLC 0.00% 0.00% TSI Geotechnical, Inc. 0.00% 0.00% TOTAL 35.00%** 45.57% • *The percentage of involvement is varied between consulting firms with a total commitment of 12.00%. Percentages include actuals and projections for FY13 through FY20 design projects. • **The Overall Minimum MWBE Commitment for each firm listed in the table was revised per Contract Amendment No. 57. • N/A – Losli Engineering, LLC is no longer in business. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13497 – Amount: $600,000 – Amec Foster Wheeler Environment & Infrastructure – Original Design Contract No. 11011 08/08/13 – Ord. No. 13654 – Amount: $3,100,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/05/14 – Ord. No. 13883 – Amount: $3,443,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/04/15 – Ord. No. 14143 – Amount: $3,000,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/11/16 – Ord. No. 14425 – Amount: $787,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/10/17 – Ord. No. 14713 – Amount: $1,434,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/16/18 – Ord. No. 14940 – Amount: $682,000 – Amec Foster Wheeler Environment & Infrastructure (Formerly: Amec Foster Wheeler Environment & Infrastructure) – Design Contract No. 11011 – Amendment 08/08/19 – Ord. No. 15217 – Amount: $1,341,000 – Wood Environment & Infrastructure Solutions (Formerly: Amec Foster Wheeler Environment & Infrastructure) – Design Contract No. 11011 – Amendment 29 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15441 NAME OF PROJECT: Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) LOCATION: North of Parker Road and West of New Halls Ferry Road in the City of Florissant, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Cons ultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $307,000.00 Designer’s Estimate: N/A Total MWBE Participation: 62.85% (MWBE Goal is 20%) Civil Design, Inc. – 48.48% - WBE Kaskaskia Engineering Group, LLC – 8.46% - WBE M3 Engineering Group, PC (African American) – 5.91% - MWBE Type of Contract: Lump Sum Properties Affected: 25 Properties Benefiting: 110 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) proj ect as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Amblewood Sanitary Relief (Waterford Dr to Birchbark Dr) (12077) is a lump sum cost project for the design of approximately 2,400 feet of 10-inch to 24-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,683,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 1 Amount: $307,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This p roject is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $13,058 in contingencies; $3,000 for geotechnical access; $1,000 for rock coring; and $38,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 30 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15442 NAME OF PROJECT: Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) LOCATION: South of Shepley Drive and Northwest of Riverview Drive in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implem ents the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $57,000.00 Designer’s Estimate: N/A Total MWBE Participation: 60.78% (MWBE Goal is 20%) EFK Moen, LLC – 28.81% - WBE Kaskaskia Engineering Group, LLC – 18.50% - WBE M3 Engineering Group, PC (African American) – 13.47% - MWBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 120 Designed by: N/A This ordinance authorizes the District to am end Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sa nitary System Improvements (11144) project. Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085) is a lump sum cost project for the design of approximately 275 feet of 12-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $135,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 2 Amount: $57,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,837 in contingencies; $2,000 for geotechnical access; $1,500 for rock coring; and $8,500 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 31 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15443 NAME OF PROJECT: Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) LOCATION: Various Sites in the Cities of Ballwin and Valley Park, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $147,000.00 Designe r’s Estimate: N/A Total MWBE Participation: 31.77% (MWBE Goal is 20%) Civil Design, Inc. – 18.36% - WBE EFK Moen, LLC – 7.52% - WBE Kaskaskia Engineering Group, LLC – 5.89% - WBE Type of Contract: Lump Sum Properties Affected: 68 Properties Benefiting: 4,533 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Baxter – Meramec Bottoms – Valley Park Private I/I Reduction (12088) is a lump sum cost project for the design of approximately 290 feet of 12-inch to 24-inch diameter storm sewers and the removal of inflow sources from approximately 14 properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $336,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 3 Amount: $147,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,414 in contingencies; $2,800 for dye trace testing; $2,900 for enforcement assistance; $1,000 for geotechnical access; $800 for rock coring; and $8,500 for construction phase services. The se services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project includes the removal of inflow sources that were identified as needing removal in the preliminary studies for Baxter I/I Reduction (Baxter Rd Near County Creek Ct) (12088), Meramec Bottoms I/I Reduction (LMSA7 and LMSA7 West) (12350), and Valley Park I/I Reduction (Hwy 141 to Simpson Park) (12258) projects. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 32 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15444 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meram ec Public I/I Reduction (2022) Contract A (12584) LOCATION: Various Sites in the Cities of Ballwin, Ellisville, and Town and Country, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of propose rs: N/A Appropriation Amount: $57,000.00 Designer’s Estimate: N/A Total MWBE Participation: 57.02% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 57.02% - MWBE Type of Contract: Lump Sum Properties Affected: 315 Properties Benefiting: 2,328 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract A (12584) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract A (12584) is a lump sum cost project for the design of rehabilitating approximately 64,300 feet of 8-inch to 96-inch diameter sanitary and storm sewers utilizing cured-in -place pipe (CIPP) methods, rehabilitating 31 manholes, 169 service lateral connections, and constructing 25 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $3,380,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 5 Amount: $57,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,965 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Lindy I/I Reduction (Caballero Dr and Chamberlain Dr) (12331), Mason Valley I/I Reduction (Manchester Rd and Barrett Pkwy) (12345); Fairview I/I Reduction (Fairview Dr to Manchester Rd) (12165); and Reinke I/I Reduction (Manchester Rd and New Ballwin Rd) (12187) projects. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 33 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15445 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) LOCATION: Various Sites in the Cities of Bellefontaine Neighbors, Florissant, St. Louis, Woodson Terrace, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $44,000.00 Designer’s Estimate: N/A Total MWBE Participation: 53.10% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 53.10% - MWBE Type of Contract: Lump Sum Properties Affected: 231 Properties Benefiting: 2,410 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2022) Contract B (13031) is a lump sum cost project for the design of rehabilitating approximately 33,900 feet of 8-inch to 36-inch diameter sanitary and storm sewers utilizing cured-in -place pipe (CIPP) methods, rehabilitating 49 manholes, 104 service lateral connections, and constructing 2 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,141,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 6 Amount: $44,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri –Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,454 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Banff Sanitary Relief (Caithness Rd to Lanark Rd) (12085), Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159), Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185), and St. Albert I/I Reduction (Washington St and St. Ferdinand St) (12210) projects. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 34 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15446 NAME OF PROJECT: Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) LOCATION: North of St. Charles Rock Road and West of Woodson Road in the City of Woodson Terrace, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $387,000.00 Designer’s Estimate: N/A Total MWBE Participation: 80.53% (MWBE Goal is 20%) EFK Moen, LLC – 23.69% - WBE Gonzalez Companies, LLC (Hispanic) – 43.31% - MBE Kaskaskia Engineering Group, LLC – 8.44% - WBE M3 Engineering Group, PC (African American) – 5.09% - MWBE Type of C ontract: Lump Sum Properties Affected: 76 Properties Benefiting: 470 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Edmundson Sanitary Relief (Edmund Ave to Bataan Dr) (12159) is a lump sum cost project for the design of approximately 3,200 feet of 15- inch to 18-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,733,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 21 Amount: $387,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $14,641 in contingencies; $5,000 for geotechnical access; $2,000 for rock coring; and $50,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 35 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15447 NAME OF PROJECT: Florissant/Dunn Sanitary Relief (St. Anthony Ln to I-270) (12178) LOCATION: North of Interstate 270 and East of Graham Road in the City of Florissant, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $730,000.00 Designer’s Estimate: N/A Total MWBE Par ticipation: 29.82% (MWBE Goal is 20%) EFK Moen, LLC – 16.04% - WBE Kaskaskia Engineering Group, LLC – 8.65% - WBE M3 Engineering Group, PC (African American) – 5.13% - MWBE Type of Contract: Lump Sum Properties Affected: 49 Properties Benefiting: 2,185 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Florissant/Dunn Sanitary Relief (St. Anthony Ln to I-270) (12178) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Florissant/Dunn Sanitary Relief (St. Anthony Ln to I-270) (12178) is a lump sum cost project for the design of approximately 6,085 feet of 10-inch to 24-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,122,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 23 Amount: $730,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $29,363 in contingencies; $3,000 for geotechnical access; $5,000 for rock coring; and $115,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 36 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15448 NAME OF PROJECT: Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) LOCATION: North of Riverview Drive and East of Bellefontaine Road in the Cities of Bellefontaine Neighbors and St. Lo uis, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What doe s action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $388,000.00 Designer’s Estimate: N/A Total MWBE Participation: 57.46% (MWBE Goal is 20%) Civil Design, Inc. – 52.01% - WBE Kaskaskia Engineering Group, LLC – 5.45% - WBE Type of Contract: Lump Sum Properties Affected: 65 Properties Benefiting: 120 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Friedens (Partial) I/I Reduction (Chain of Rocks Dr and Fontaine Pl) (12185) is a lump sum cost project for the design of approximately 2,120 feet of 8-inch to 24-inch diameter storm sewers and the removal of inflow sources from approximately 35 properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,617,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 25 Amount: $388,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $15,926 in contingencies; $2,000 for geotechnical access; $2,000 for rock coring; $7,000 for dye trace testing; $6,000 for enforcement assistance; and $35,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 37 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15449 NAME OF PROJECT: Hathaway Drive Sanitary Relief (13432) LOCATION: South of Jennings Station Road and West of Lewis and Clark Boulevard in the City of Jennings, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $215,000.00 Designer’s Estimate: N/A Total MWBE Participation: 67.99% (MWBE Goal is 20%) Civil Design, Inc. – 25.93% - WBE Gonzalez Companies, LLC (Hispanic) – 28.75% - MBE Kaskaskia Engineering Group, LLC – 7.64% - WBE M3 Engineering Group, PC (African American) – 5.67% - MWBE Type of Contract: Lump Sum Properties Affected: 26 Properties Benefiting: 260 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Hathaway Drive Sanitary Relief (13432) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Hathaway Drive Sanitary Relief (13432) is a lump sum cost project for the design of approximately 1,042 feet of 10-inch diameter sanitary sewers and the removal of inflow sources from approximately 6 properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $902,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 50 Amount: $215,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Im provements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,011 in contingencies; $2,000 for geotechnical access; $1,000 for rock coring; $1,000 for dye trace testing; $4,000 for enforcement assistance; and $32,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 38 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15450 NAME OF PROJECT: Lindsay – St. Albert Private I/I Reduction (12330) LOCATION: North of Interstate 270 and West of New Halls Ferry Road in the City of Florissant, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $227,000.00 Designer’s Estimate: N/A Total MWBE Participation: 48.28% (MWBE Goal is 20%) Civil Design, Inc. – 23.19% - WBE EFK Moen, LLC – 14.25% - WBE Kaskaskia Engineering Group, LLC – 6.99% - WBE M3 Engineering Group, PC (African American) – 3.85% - MWBE Type of Contract: Lump Sum Properties Affected: 40 Properties Benefiting: 887 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Lindsay – St. Albert Private I/I Reduction (12330) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Lindsay – St. Albert Private I/I Reduction (12330) is a lump sum cost project for the design of approximately 870 feet of 8-inch to 12-inch diameter sanitary sewers and the removal of inflow sources from approximately 26 properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $307,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 55 Amount: $227,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,774 in contingencies; $1,000 for geotechnical access; $1,000 for rock coring; $4,000 for dye trace testing; $5,000 for enforcement assistance; and $24,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project includes the removal of inflow sources that were identified as needing removal in the preliminary studies for Lindsay I/I Reduction (Charbonier Rd and N. Lindbergh Blvd) (12330), and St. Albert I/I Reduction (Washington St and St. Ferdinand St) (12210) projects. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 39 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15451 NAME OF PROJECT: Newport Landing Pump Station (P-480) Elimination (12357) LOCATION: South of Summerpoint Lane and West of Hawkins Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by C onsent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $214,000.00 Designer’s Estimate: N/A Total MWBE Participation: 73.81% (MWBE Goal is 20%) EFK Moen, LLC – 17.44% - WBE Kaskaskia Engineering Group, LLC – 9.74% - WBE M3 Engineering Group, PC (African American) – 46.63% - MWBE Type of Contract: Lump Sum Properties Affected: 3 Properties Benefiting: 152 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Newport Landing Pump Station (P-480) Elimination (12357) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Newport Landing Pump Station (P-480) Elimination (12357) is a lump sum cost project for the design of approximately 1,555 feet of 8-inch diameter sanitary sewers and appurtenances, decommission and elimination of existin g pump station P-480, and associated forcemain. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $626,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 65 Amount: $214,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $7,766 in contingencies; $3,000 f or geotechnical access; $1,000 for rock coring; and $38,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 40 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Intr oduction of Proposed Ordinance No. 15452 NAME OF PROJECT: North Fee Fee Creek Public I/I Reduction (12433) LOCATION: South of Interstate 70 and West of Fee Fee Road in the Cities of Bridgeton, Maryland Heights, and Manchester, and the Village of Champ, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $61,000.00 Designer’s Estimate: N/A Total MWBE Participation: 62.51% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 62.51% - MWBE Type of Contract: Lump Sum Properties Affected: 450 Properties Benefiting: 3,644 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the North Fee Fee Creek Public I/I Reduction (12433) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. North Fee Fee Creek Public I/I Reduction (12433) is a lump sum cost project for the design of rehabilitating approximately 90,000 feet of 8-inch to 12- inch diameter sanitary sewers utilizing cured-in-place pipe (CIPP) methods, rehabilitating 450 manholes, 450 service lateral connections, and constructing 9 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $4,750,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 66 Amount: $61,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,000 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for North Fee Fee Creek I/I Reduction (I-270 and Creve Coeur Mill Rd) (12361) project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 41 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15453 NAME OF PROJECT: Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) LOCATION: South of Interstate 70 and East of Oakridge Boulevard in the Cities of Northwoods and Pine Lawn, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $483,000.00 Designer’s Estimate: N/A Total MWBE Participation: 69.50% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 55.00% - WBE Kaskaskia Engineering Group, LLC – 8.88% - WBE M3 Engineering Group, PC (African American) – 5.62% - MWBE Type of Contract: Lump Sum Properties Affected: 200 Properties Benefiting: 1,000 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Upper Baden Sanitary Relief (Jennings Station Rd to Oakridge Blvd) (12241) is a lump sum cost project for the design of approximately 4,100 feet of 15-inch to 27-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-001). The construction cost estimate for this project is $2,794,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 78 Amount: $483,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Im provements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $19,945 in contingencies; $5,000 for geotechnical access; $3,000 for rock coring; and $73,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 42 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15454 NAME OF PROJECT: Lemay Sanitary System Improvements (11145) LOCATION: Lemay/RDP, Mackenzie, Gravois, and University City Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: N/A Designer’s Estimate: N/A Total MWBE Participation: 29.00% (33.54% Overall)(MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 3.00% - MWBE Civil Design, Inc. – 2.00% - WBE David Mason & Associates, Inc. (African American) – 10.00% - MBE Gon zalez Companies, LLC (Hispanic) – 4.00% - MBE M3 Engineering Group, PC (African American) – 1.00% - MWBE Pangea Engineering and Surveying, LLC (Hispanic) – 3.00% - MBE TREKK Design Group, LLC – 3.00% - WBE TSI Geotechnical, Inc. (African Ameri can) – 3.00% - MWBE The Vandiver Group – 0.00% - WBE Losli Engineering, LLC – 0.00% - WBE Sabur, Inc. (African American) – 0.0 0% - MBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Deer, Gravois, Mackenzie, Martigney Creek, and University City Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. The preliminary construction cost estimate for the entire Lemay Sanitary System Improvements program is $172,000,000. The estimated design contract range for the entire program contract is between $60 and $80 million. Specific project lump sum design appropriations totaling $1,465,002 in design costs and $390,998 for allowances, services during construction, and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: 43 Rev/Edited 7/7/20 Project Name Estimated Construction Cost GC -06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) $ 2,600,000 Glenfield Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) $ 1,916,000 Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) $ 2,000,000 Lemay Public I/I Reduction (2022) Contract A (12590) $ 2,932,000 S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) $ 4,681,000 Total $14,129,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: The prior year appropriation contingency will be used to fund the $350,000 for Lemay Sanitary System Improvements (11145) management. Future appropriations will be required annually to continue managing tasks for this contract. The Lemay Sanitary System Improvements (11145) cost plus and lump sum fee work order tasks for expenses from Septem ber 2019 through approximately September 2021 include the following: Non-Capital Costs Project Management Tasks $350,000 Project management tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. Prior year funding appropriations are available for Modeling and Planning Assistance tasks that may occur in FY2021 include modeling activities associated with the overall operation of the Lemay watershed facilities with Project Clear enhancements. These tasks may include assisting District planning staff in evaluating alternatives; and preparing preliminary studies identified as a result of the design activities or other planning efforts. The total appropriation for design services for the Lemay Sanitary System Improvements Watershed Consultant for FY2021 is $1,856,000, which is $40,000 below the $1,896,000 budget for FY2021. The total project MWBE commitment of 29% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment This Amendment ABNA Engineering, Inc. 3.00% 6.03% Civil Design, Inc. 2.00% 0.00% David Mason & Associates, Inc. 10.00% 8.93% Gonzalez Companies, LLC 4.00% 1.98% M3 Engineering Group, P.C. 1.00% 5.98% Pangea Engineering & Surveying 3.00% 0.00% TREKK Design Group, LLC 3.00% 0.00% TSI Geotechnical, Inc. 3.00% 2.32% *The Vandiver Group 0.00% 0.54% *Losli Engineering, LLC N/A 0.00% *Sabur, Inc. 0.00% 2.79% **Engineering Design Source, Inc. 0.00% 0.00% **ERM Technologies, Inc. 0.00% 0.00% **PMA Engineering 0.00% 0.00% TOTAL 29.00% 28.57% 44 Rev/Edited 7/7/20 • *The percentage of involvement is varied between consulting firms. • **The firm was not included in the MWBE goal in the original proposal. • Losli Engineering, LLC is no longer in business. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003 08/08/13 – Ord. No. 13683 – Amount: $2,270,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/05/14 – Ord. No. 13901 – Amount: $4,553,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 01/08/15 – Ord. No. 14022 – Amount: $220,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/04/15 – Ord. No. 14156 – Amount: $3,955,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/11/16 – Ord. No. 14433 – Amount: $790,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/10/17 – Ord. No. 14728 – Amount: $650,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/16/18 – Ord. No. 1 4954 – Amount: $400,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendm ent 45 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15455 NAME OF PROJECT: GC -06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) LOCATION: South of Watson Road and East of Lindbergh Boulevard in the City of Sunset Hills, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $520,000.00 Designer’s Estimate: N/A Total MWBE Participation: 33.12% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 27.11% - MWBE M3 Engineering Group, PC (African American) – 5.20% - MWBE The Vandiver Group – 0.81% - WBE Type of Contract: Lump Sum Properties Affected: 35 Properties Benefiting: 535 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the GC-06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. GC-06 Gravois Creek to Briarstone and Gates Sanitary Relief Phase II (12157) is a lump sum cost project for the design of approximately 4,800 feet of 12-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-382). The construction cost estimate for this project is $2,600,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 27 Amount: $520,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $36,583 in contingencies; $5,000 for geotechnical access and restoration; $15,000 for potholing utilities; and $60,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 46 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15456 NAME OF PROJECT: Glenfield Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) LOCATION: South of Lindbergh Boulevard and East of East Watson Road in the City of Sunset Hills, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous Distric t Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $334,000.00 D esigner’s Estimate: N/A Total MWBE Participation: 33.21% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 5.27% - MWBE Sabur, Inc. (African American) – 19.16% - MBE TSI Geotechnical, Inc. (African American) – 7.55% - MWBE The Vandiver Group – 1.23% - WBE Type of Contract: Lump Sum Properties Affected: 20 Properties Benefiting: 275 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Glenfield Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Glenfield Sanitary Relief (Watson Woods Ct to S Lindbergh Blvd) (12264) is a lump sum cost project for the design of approximately 2,600 feet of 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,916,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 45 Amount: $374,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is $40,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $19,997 in contingencies; $10,000 for potholing utilities; and $40,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 47 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15457 NAME OF PROJECT: Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) LOCATION: South of Highway 30 and East of Musick Avenue in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $437,000.00 Designer’s Estimate: N/A Total MWBE Participation: 48.30% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 20.59% - MBE M3 Engineering Group, PC (African American) – 21.32% - MWBE TSI Geotechnical, Inc. (African American) – 6.39% - MWBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 3,500 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Gravois Creek Sanitary Trunk Relocation and Stream Stabilization (Affton Athletic Complex to Green Pk Ind Dr) (12815) is a lump sum cost project for the design of approximately 1,884 feet of 8-inch to 42-inch diameter sanitary sewers and appurtenances. This project also includes Gravois Creek Sanitary Stream Stabilization (12814) design of approximately 200 cubic yards of bank protection along Gravois Creek and appurtenances. The purpose of this project is to relocate the exposed trunk sewer out of the creek and alleviate inflow and infiltration. The construction cost estimate for this project is $2,000,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 46 Amount: $437,000 Fund Name: #6660 – Sanitary Replacement Fund 48 Rev/Edited 7/7/20 Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $26,244 in contingencies; $5,000 for geotechnical access and restoration; $5,000 for potholing utilities; and $55,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 49 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15458 NAME OF PROJECT: Lemay Public I/I Reduction and Rehabilitation (2022) Contract A (12590) LOCATION: North of Interstate 44, East of Hanley and South of Interstate 40 in the Cities of Shrewsbury, Webster Groves, Maplewood, and Richmond Heights, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $48,000.00 Designer’s Estimate: N/A Total MWBE Participation: 80.44% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 80.44% - MBE Type of Contract: Lump Sum Properties Affected: 182 Properties Benefiting: 1,421 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Lemay Public I/I Reduction and Rehabilitation (2022) Contract A (12590) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Lemay Public I/I Reduction and Rehabilitation (2022) Contract A (12590) is a lump sum cost project for the design of rehabilitating approximately 33,820 feet of combined and sanitary sewers utilizing cured-in-place pipe (CIPP) me thods, rehabilitating 46 manholes, 15 point repairs, and constructing one new manhole. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,932,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 53 Amount: $48,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $3,295 in contingencies. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for CSO – Shrewsbury Ave CSO Interceptor (I-293)/Outfall (L-166) Sewer Separation (12141), Lindbergh Park Combined Sewer Relief and Rehabilitation (Brendell Ave to Princeton Pl) (12328), and Manchester Rd and S Big Bend Blvd Combined Sewer Relief (Hampton Creek to Lyndover Pl) (12339) projects. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 50 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15459 NAME OF PROJECT: S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) LOCATION: South of Forest Park Parkway and East of Interstate 170 in the City of Clayton, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $517,000.00 Designer’s Estimate: N/A Total MWBE Participation: 23.15% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 22.34% - MBE Vandiver Group – 0.81% - WBE Type of Contract: Lump Sum Properties Affected: 34 Properties Benefiting: 425 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. S Brentwood Blvd Sanitary Relief (Daytona Dr to Walinca Terrace) (12195) is a lump sum cost project for the design of approximately 3,680 feet of 8-inch to 24-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-623). The construction cost estimate for this project is $4,681,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 72 Amount: $517,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $29,879 in contingencies; $20,000 for CCTV field investigations; $10,000 for potholing utilities; and $50,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 51 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15460 NAME OF PROJECT: Lower & Middle RDP CSO Controls System Improvements (11109) LOCATION: Lower & Middle RDP, Martigney, and Maline Creek Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $200,000.00 Designer’s Estimate: N/A Total MWBE Participation: 22.00% (23.24% Overall)(MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 8.00% - MWBE Civil Design, Inc. – WBE* David Mason & Associates, Inc. (African American) – MBE* Engineering Design Source, Inc. (Asian American) – MBE* Intelligent Design & Construction Solutions LLC – WBE* Kowelman Engineering, Inc. – WBE* Losli Engineering, LLC – WBE* M3 Engineering Group, PC – MWBE* TSI Geotechnical, Inc. (African American) – MWBE* *A commitment of 14.00% MWBE participation is between these 8 firms. Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Lemay, Martigney, and Maline Creek Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. The preliminary construction cost estimate for the entire Lower and Middle RDP CSO Controls System Improvements program is $1,225,000,000. The estimated design contract range for the entire program contract is between $90 to $110 million. This year’s (FY2021) authorization includes fees for project management services for FY2021, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling, planning support, and special services. Specific project lump sum and cost plus design appropriations totaling $311,050.00 in design costs and $388,950.00 for allowances and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: 52 Rev/Edited 7/7/20 Project Name Estimated Construction Cost LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) $670,000,000 Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr (11656) $ 87,700,000 Total $757,700,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 58 Amount: $200,000 FY2021, Pg. 59 $270,000 $470,000 Fund Name: #1101 – General Fund $200,000 #6660 – Sanitary Replacement Fund $ 0 Additional Comments: This appropriation of $200,000 for the Lower & Middle RDP CSO Controls System Improvements (11109) project for cost plus work order tasks to manage the multi-year contract in FY2021 includes $200,000 for non-capital costs. The appropriation for design services is $270,000 below the proposed funding presented in the CIP Budget Supplement. The budgeted $270,000 for capital costs is not needed. The non-capital costs include $175,000.00 for cost plus work order tasks to manage the multi-year contract in FY21, and $25,000.00 in contingencies. Future appropriations will be required annually to continue managing work order tasks for this contract. The Lower & Middle RDP CSO Controls System Improvements (11109) cost plus and lump sum fee work orders for FY2021 include the following: Non-Capital Costs Project Management (Work Order 1) $175,000.00 Contingency $ 25,000.00 Total Non-Capital Cost $200,000.00 Work Order No. 1 is for project management including establishing procedures for reporting, quality control, communications, invoicing, scheduling, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, modeling support, and overall contract management and participation. The total appropriation for design services for the Lower & Middle RDP Controls System Improvements Watershed Consultant for FY2021 is $700,000, which is $270,000 below the budget for FY2021. The total project MWBE commitment of 22% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table. MWBE Firm Overall Minimum MWBE Commitment This Amendment ABNA Engineering, Inc. 8.00% 0.00% *Civil Design, Inc. 14.00% 0.00% *David Mason & Associates, Inc. 0.00% *Engineering Design Source, Inc. 0.00% *IDCS, LLC 0.00% *Kowelman Engineering, Inc. 0.00% *Losli Engineering, LLC 0.00% *M3 Engineering Group, PC 1.83% *TSI Geotechnical, Inc. 0.00% ARC 0.00% 0.00% TOTAL 22.00%* 1.83% • *The percentage of involvement is varied between consulting firms with a total commitment of 14.00%. • ARC was not included in the MWBE goal in the original proposal. • Losli Engineering, LLC is no longer in business. 53 Rev/Edited 7/7/20 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/09/12 – Ord. No. 13368 – Amount: $2,000,000 – Jacobs Engineering Group Inc. – Original Design Contract No. 10734 08/09/12 – Ord. No. 13458 – Amount: $10,750,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 07/11/13 – Ord. No. 13634 – Amount: $630,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/05/14 – Ord. No. 13924 – Amount: $709,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/13/15 – Ord. No. 14177 – Amount: $712,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/11/16 – Ord. No. 14452 – Amount: $820,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/10/17 – Ord. No. 14745 – Amount: $820,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/16/18 – Ord. No. 14961 – Amount: $685,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/08/19 – Ord. No. 15234 – Amount: $695,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 54 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15461 NAME OF PROJECT: LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) LOCATION: River Des Peres from the Tubes Outfall near Macklind to the Lemay Wastewater Treatment Plant in the City of St. Louis and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of CSO Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $350,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.00% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 20.00% - MWBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Lemay Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. This is the seventh year of a multi- year design. LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) is a lump sum cost project for the design of approximately 9 miles of a 30-foot diameter CSO storage tunnel. The purpose of this project is to provide 206 million gallons of storage in a deep tunnel system and capture flows from thirty-eight (38) CSO outfalls. The construction cost estimate for this project is $670,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 56 Amount: $350,000 Fund Na me: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $350,000 in contingencies. Design services in FY2021 include the preparation of an Operational Control Plan for CSO and SSO facilities. The plan will include tasks to develop an operational control plan for integration of SSO tunnels, CSO tunnels, the Lemay pump station and WWTF, as well as SSO tanks and the high rate treatment facility for optimization of the system and meeting compliance requirements. This project is expected to be funded by Bond proceeds. 55 Rev/Edited 7/7/20 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/11/13 – Ord. No. 13637 – Amount: $6,000,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11820 (South End) 08/05/14 – Ord. No. 13930 – Amount: $2,031,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11819 (North Drive) 08/05/14 – Ord. No. 13932 – Amount: $1,845,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11820 (South Drive) 08/13/15 – Ord. No. 14180 – Amount: $8,075,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (South Drive) 08/11/16 – Ord. No. 14454 – Amount: $8,014,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (South Drive) 09/15/16 – Ord. No. 14489 – Amount: $4,000,000 – LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) Property Acquisition, Demolition, and Related Activities of Real Property and Easements 08/10/17 – Ord. No. 14748 – Amount: $520,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (Broadway to RDP Tubes) 08/16/18 – Ord. No. 14964 – Amount: $365,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (Broadway to RDP Tubes) 08/08/19 – Ord. No. 15238 – Amount: $310,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (Broadway to RDP Tubes) 56 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15462 NAME OF PROJECT: Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) LOCATION: Near the Intersection of Riverview Drive and Chain of Rocks Drive in the City of St. Louis, Missouri TYPE OF PROJECT: Design of CSO Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $150,000.00 Designer’s Estimate: N/A Total MWBE Participation: 27.93% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 27.93% - MWBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Maline Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. This year of design services is to complete compliance of the Post Construction Monitoring Plan as required by the EPA. Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) is a lump sum cost project for the design of a storage facility and pump station. The purpose of this project is to control combined sewer overflows at CSO BP-051 and BP-052. The total construction cost estimate for this project is $87,700,000. Construction began in FY2016. FUNDING/COST SUMMARY: Budgete d: Capital Improvement Program Budget Year: FY2021, Pg. 63 Amount: $150,000 Fund Name: #6660 – Sanitary Replacement Fund 57 Rev/Edited 7/7/20 Additional Comments: This project was designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for post-design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $13,950 in contingencies. Design services include steps to complete compliance of the Post Construction Monitoring Plan. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/09/12 – Ord. No. 13460 – Amount: $940,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Original Appropriation to Project No. 11656 07/11/13 – Ord. No. 13638 – Amount: $415,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amen dment to Project No. 11656 08/05/14 – Ord. No. 13877 – Amount: $2,000,000 – Property Acquisition, Demolition, and Related Activities 08/05/14 – Ord. No. 13935 – Amount: $2,772,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/13/15 – Ord. No. 14184 – Amount: $211,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/11/16 – Ord. No. 14458 – Amount: $485,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/10/17 – Ord. No. 14749 – Amount: $470,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/16/18 – Ord. No. 14965 – Amount: $285,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/08/19 – Ord. No. 15239 – Amount: $600,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 58 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15463 NAME OF PROJECT: RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) LOCATION: Deer Creek, Meramec, and River Des Peres Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend a design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $875,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.00% (38.60% Overall)(No MWBE Goal) Barr & Prevost – WBE* Engineering Design Source, Inc. (Asian American) – MBE* Intelligent Design & Construction Services – WBE* Kowelman Engineering, Inc. – WBE* M3 Engineering Group, PC (African American) – MWBE* *A commitment of 20.00% MWBE participation is between these 5 firms Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Deer Creek, Meramec, and River Des Peres Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. The preliminary construction cost estimate for the entire RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements program is $277 million. The estimated design contract range for the entire program contract is between $20 and $37 million. This year’s (FY2021) authorization includes fees for project management services for FY2021, co ordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, planning support, and special services. Specific project lump sum and cost plus design appropriations totaling $575,239.00 in design costs and $449,761.00 for allowances and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimate d Construction Cost CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) $30,000,000 Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) $26,500,000 Total $56,500,000 59 Rev/Edited 7/7/20 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 70 Amount: $300,000 FY2021, Pg. 71 $575,000 $875,000 Fund Name: #6660 – Sanitary Replacement Fund $300,000 #1101 – General Fund $575,000 Additional Comments: This appropriation of $875,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project includes $575,000 for non-capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $526,360 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2021; and $48,640 in contingencies. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing tasks for this contract. The RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) cost plus and lump sum fee work order tasks for FY2021 include the following: Non-Capital Costs Project Management Tasks $526,360.00 Contingency $ 48,640.00 Total Non-Capital Costs $575,000.00 Capital Costs Contingency $300,000.00 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. The total appropriation for design services for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2021 is $1,075,000, which is equal to the budget for FY2021. The total project MWBE commitment of 20% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment This Amendment *Barr & Prevost 20.00% 0.00% *Engineering Design Source, Inc. 0.00% *Intelligent Design & Construction Services 0.00% *Kowelman Engineering, Inc. 0.00% *M3 Engineering Group, P.C. 0.00% **7NT Enterprises, LLC 0.00% 0.00% **Applied Science, Inc. 0.00% 0.00% **Trekk Design Group, LLC 0.00% 0.00% **Civil Design, Inc. 0.00% 0.00% **Archaeological Research Center of St. Louis, Inc. 0.00% 0.00% TOTAL 20.00% 0.00% • *The percentage of involvement is varied between consulting firms with a total commitment of 20.00%. • **The firm was not included in the MWBE goal in the original proposal. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13969 – Amount: $600,000 – HDR Engineering, Inc. – Original Design Contract No. 20202 08/13/15 – Ord. No. 14185 – Amount: $900,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/11/16 – Ord. No. 14459 – Amount: $865,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/10/17 – Ord . No. 14750 – Amount: $750,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/16/18 – Ord. No. 14966 – Amount: $800,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/08/19 – Ord. No. 15240 – Amount: $600,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 60 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15464 NAME OF PROJECT: CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-l06) Elimination Phase II (12140) LOCATION: North of Manchester Road and East of McKnight Road in the City of Brentwood, Missouri TYPE OF PROJECT: Design of Sanitary Sewers, Storm Sewers, and Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $150,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (No MWBE Goal) Type of Contract: Lump Sum Properties Affected: 270 Properties Benefiting: 927 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-l06) Elimination Phase II (12140) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-l06) Elimination Phase II (12140) is a lump sum cost project for the design of approximately 5,200 feet of 15-inch to 30-inch diameter sanitary sewers, approximately 4,100 feet of 15-inch to 27-inch diameter storm sewers, and public and private inflow/infiltration (I/I) reduction in the 1221 Brentwood Combined Study Area and 1207 Annalee Study Area including sewer separation. The purpose of this project is to remove excessive inflow from the combined sewers. This project will provide for the elimination of Interceptor I-132 and CSO Outfall L-106. The construction cost estimate for this project is $30,000,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 19 Amount: $150,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $6,121 in contingencies for WIFIA funding coordination; and $95,000 for coordination and conflict resolution with the City of Brentwood and MoDOT, additional coordination with the District, investigative services related to municipal requirements, and permitting. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/16/18 – Ord. No. 14968 – Amount: $1,550,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 61 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15465 NAME OF PROJECT: Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) LOCATION: East of South Hanley Road Between Manchester Road and West Bruno Avenue in the Cities of Brentwood and Maplewood, Missouri TYPE OF PROJECT: Design (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $50,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (No MWBE Goal) Type of Contract: Lump Sum Properties Affected: 60 Properties Benefiting: 14,000 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) is a lump sum cost project for the pre-design of approximately 6,000 feet of 36-inch to 72-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate overcharged sanitary sewers. The construction cost estimate for this project is $26,500,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2021, Pg. 47 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,121 in contingencies for WIFIA funding coordination. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/16/18 – Ord. No. 14970 – Amount: $1,250,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 62 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15466 NAME OF PROJECT: Data Center Hosting, Security and Monitoring Services- Intergovernmental Agreement with Regional Justice Information Service Commission (REJIS) LOCATION: District-wide TYPE OF PROJECT: Data Center Computing Security and Monitoring Services DEPARTMENT REQUESTING ACTION: Information Technology REQUESTED ACTION: Why is this action necessary?: Authorizes staff to enter into an Intergovernmental Agreement with the Regional Justice Information Service Commission (REJIS) for the provision of data center, security & monitoring services. What does action accomplish?: Memorializes an agreement between the entities such that REJIS will provide data security & monitoring services as well as operate data center facility for the colocation of District’s current mission critical computing operation. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: N/A Agency: Regional Justice Information Service Commission (REJIS) 4255 West Pine Boulevard St. Louis MO 63108 Num ber of bidders: N/A Appropriation Amount: N/A Designer’s Estimate: N/A Total MBE/WBE Participation: N/A (There are no goals) Type of Contract: Intergovernmental Agreement Properties Affected: N/A Properties Benefiting: N/A Properties Affected: N/A FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: FY2021 Amount: $395,000 Fund Name: #1101 - General Fund Additional Comments: This ordinance authorizes the District to enter into an Intergovernmental Agreement with Regional Justice Information Service Commission for data center colocation services, security and monitoring services. The Intergovernmental Agreement memorializes that the entities agree that REJIS will provide ongoing hosting, operations, security and monitoring services of the Dist rict’s computing infrastructure in accordance with established service level agreements for an initial term of one-year with four one-year annual renewals. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/08/2015 - Ordinance No. 14263 - Amount: $1,500,000 – Data Center Colocation Ordinance No. 14264 – Colocation Annual Hosting 63 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: RESOLUTION NO. 3606 NAME OF PROJECT: Insurance Brokerage & Consultant Services LOCATION: N/A TYPE OF PROJECT: Provide insurance brokerage and insurance consultant services to the District. DEPARTMENT REQUESTING ACTION: Risk Management REQUESTED ACTION: Why is this action necessary?: Provides the District with insurance broker services, insurance consulting services and risk management services. It al lows the firm to act as the District’s broker of record to facilitate the purchasing of the District insurance program. What does action accomplish?: This action establishes a broker of record for five years. SUMMARY EXPLANATION/BACKGROUND: Contractor: Previous District Contract: Consultant: Charles L. Crane Agency Agency: Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District Estimate: $ MBE/WBE Participation: Work Force Goals Plan Approval Date: N/A Type of Contract: Contractual services Properties Affected: N/A Properties Benefiting: N/A Designed by: FUNDING/COST SUMMARY: Budgeted: General Insurance Fund Budget Year: FY2020/21 Amount: $70,000 Fund Name: General Insurance Fund Additional Comments: This contract provides insurance consulting and broker services for the District. This resolution will exercise the District’s second option year and authorize the District to enter into a contract with Charles L. Crane Agency for one year. The original contract was for one year with four option years. The District will enter into a contract with Charles L. Crane Agency from September 1, 2020 to August 31, 2021. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/11/2019– Res. No. 3525 – Amount : $72,000 -- Charles L. Crane Agency 08/16/2018– Ord. No. 14974 – Amount: $72,000 -- Charles L. Crane Agency 64 Rev/Edited 7/7/20 AGENDA ITEM NUMBER: Aug Board Mtg INTRODUCE & ADOPT AT THE AUGUST 13, 2020 BOARD MEETING NAME OF PROJECT: Olive/Washington – Grand to Vandeventer Combined Sewer Relief (12702) LOCATION: South of Washington Boulevard and West of Grand Boulevard in the City of St. Louis, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQU ESTED ACTION: Why is this action necessary?: Appropriates additional funds for a construction contract. What does action accomplish?: Provides additional funding for the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Unnerstall Contracting Co., LLC Previous District Contract: Yes 2803 West Osage Pacific, MO 63069 Cons ultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $ .00 Designer’s Estimate: $1,589,000.00 Total MWBE Participation: 17.07% (MBE Goal is 17% - African American) B & P Construction (Af rican American) – 13.57% - MWBE McKay’s Hauling (African American) – 3.50% - MWBE Type of Contract: Unit Cost Prope rties Affected: 5 Properties Benefiting: 20 Designed by: Stantec Consulting Services, Inc. The work to be done under Contract #21760 consists of the construction of approximately 2,388 lineal feet of 8-inch to 36-inch diameter storm sewers and appurtenances. The purpose of this project is to reduce basement backups and alleviate wet weather surcharging of the combined sewer system. This project is scheduled to be completed in 400 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 130Amount: $1,450,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This supplemental appropriation is necessary due to unforeseen utility conflicts encountered in the alley between Washington Boulevard and Olive Street. These utility encounters have obstructed access to roof drains, cleanouts, and lateral connections. The elevations, and in some cases the varying elevation of utilities, have been in direct conflict with connections. Additional site restoration will be required due to relocations of the utilities. Staff is requesting introduction and adoption at the August 13, 2020 Board meeting in order to restore access and delivery routes to the adjacent businesses as soon as possible. This supplemental request will bring the total appropriation for this project to $ . This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/10/16 – Ord. No. 14538 – Amount: $840,000 – Stantec Consulting Services Inc. – Design Contract No. 20497 03/14/19 – Ord. No. 15121 – Amount: $1,850,000 – Unnerstall Contracting Co., LLC – Original Construction Contract No. 21760