Loading...
HomeMy Public PortalAbout1564th Board Agenda 7-9-20152 AGENDA 1564th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT July 9, 2015 - 4:00 P.M. MSD OFFICES 2350 MARKET STREET ROOM 109 1 ROLL CALL THE BOARD OF TRUSTEES WILL BE IN CLOSED SESSION FROM 4:00 P.M. TO 5:00 P.M. 2 CLOSED SESSION TO DISCUSS LEGAL ACTIONS UNDER §610.021(1) AND LEASING, PURCHASE OR SALE OF REAL ESTATE UNDER §610.021(2), RSMO 1988 SUPP. 3. APPROVAL OF JOURNAL OF PRECEDING MEETING June 11, 2015 (1562nd) June 16, 2015 (1563rd) 4 COMMENTS BY THE CHAIR 5 REPORT OF BOARD COMMITTEES 6 REPORT OF EXECUTIVE DIRECTOR 7 COMMENTS FROM THE PUBLIC 8 SUBMISSION OF PUBLIC HEARING REPORTS – None 9 COMMUNICATIONS 10 CONSENT AGENDA – 11 through 21 3 ORDINANCES 11 Adoption of proposed Ord. No. 14119 APPROPRIATING FOUR HUNDRED TWENTY-SEVEN THOUSAND DOLLARS ($427,000.00) FROM THE COLDWATER CREEK OPERATION, MAINTENANCE, CONSTRUCTION IMPROVEMENT FUND AND NINE HUNDRED SEVENTY-THREE THOUSAND DOLLARS ($973,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROJECT COSTS FOR SANITARY SEWER CONSTRUCTION AND PRIVATE I/I REMOVAL IN THE BRINWOOD I/I REDUCTION (11719) PROJECT IN THE CITY OF FLORISSANT, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO CONTRACT NO. 20278 WITH GERSHENSON CONSTRUCTION CO., INC., FOR THE AFORESAID SANITARY SEWER CONSTRUCTION AND PRIVATE I/I REMOVAL. 12 Adoption of proposed Ord. No. 14120 APPROPRIATING THREE MILLION DOLLARS ($3,000,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR COSTS ASSOCIATED WITH ACQUIRING THE NECESSARY PROPERTY RIGHTS BY MEANS OF NEGOTIATION AND/OR EMINENT DOMAIN FOR THE EASEMENT ACQUISITION FOR COMBINED/SANITARY PROJECTS (FY2016) (11744) THROUGHOUT THE ENTIRE DISTRICT. 13 Adoption of proposed Ord. No. 14121 APPROPRIATING THREE MILLION FIVE HUNDRED THOUSAND DOLLARS ($3,500,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROJECT COSTS FOR SANITARY SEWER REHABILITATION IN THE FOREST BROOK SANITARY RELIEF (SKME-003 AND SKME-016) PUBLIC REHABILITATION AND I/I REDUCTION (11944) PROJECT, IN THE CITIES OF BRIDGETON, CREVE COEUR, MARYLAND HEIGHTS, ST. ANN, AND 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. 20259 WITH SAK CONSTRUCTION, LLC, FOR THE AFORESAID SANITARY SEWER REHABILITATION. 14 Adoption of proposed Ord. No. 14122 APPROPRIATING EIGHT MILLION DOLLARS ($8,000,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROPERTY ACQUISITION, DEMOLITION, AND RELATED ACTIVITIES FOR CONSTRUCTION OF A SANITARY STORAGE FACILITY FOR THE GRAVOIS TRUNK SANITARY STORAGE FACILITY (PARDEE LN AND PARDEE RD) (12569) PROJECT, IN THE CITY OF CRESTWOOD, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ACQUIRE PROPERTY WITHOUT ADDITIONAL BOARD ACTION. 4 15 Adoption of proposed Ord. No. 14123 APPROPRIATING SEVEN HUNDRED SIXTY-TWO THOUSAND DOLLARS ($762,000.00) FROM THE COLDWATER CREEK OPERATION, MAINTENANCE, CONSTRUCTION IMPROVEMENT FUND AND EIGHT HUNDRED EIGHTY-EIGHT THOUSAND DOLLARS ($888,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROJECT COSTS FOR SANITARY SEWER CONSTRUCTION AND PRIVATE I/I REMOVAL IN THE MIDLAND SANITARY RELIEF—PUBLIC AND PRIVATE I/I REDUCTION (11663) PROJECT IN THE CITIES OF OVERLAND AND BRECKENRIDGE HILLS, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO CONTRACT NO. 20280 WITH BATES UTILITY COMPANY, INC. FOR THE AFORESAID SANITARY SEWER CONSTRUCTION AND PRIVATE I/I REMOVAL. 16 Adoption of proposed Ord. No. 14124 APPROPRIATING SIX HUNDRED THIRTY-FIVE THOUSAND DOLLARS ($635,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROJECT COSTS FOR SANITARY SEWER CONSTRUCTION IN THE POWELL AVE AND ANNALEE SEWER SEPARATION (10737) PROJECT, IN THE CITY OF BRENTWOOD, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY- TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO CONTRACT NO. 20279 WITH FRED M. LUTH & SONS, INC., FOR THE AFORESAID SANITARY SEWER CONSTRUCTION. 17 Adoption of proposed Ord. No. 14125 APPROPRIATING ONE HUNDRED NINETY THOUSAND DOLLARS ($190,000.00) FROM THE SANITARY REPLACEMENT FUND TO BE USED FOR PROJECT COSTS FOR PRIVATE I/I REMOVAL IN THE SUB-TRUNK #2 LATERAL SANITARY RELIEF (11668) PROJECT, IN UNINCORPORATED ST. LOUIS COUNTY, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEW ER DISTRICT TO ENTER INTO CONTRACT NO. 20275 W ITH FRED M. LUTH & SONS, INC., FOR THE AFORESAID PRIVATE I/I REMOVAL. 18 Adoption of proposed Ord. No. 14126 APPROPRIATING A SUPPLEMENTAL APPROPRIATION OF TWO HUNDRED SEVEN THOUSAND FIVE HUNDRED DOLLARS ($207,500.00) FROM THE DEER CREEK OPERATION, MAINTENANCE, CONSTRUCTION, IMPROVEMENT FUND TO BE USED FOR COST SHARING WITH THE MISSOURI BOTANICAL GARDEN UNDER CONTRACT NO. 11006 FOR GREEN INFRASTRUCTURE CONSTRUCTION IN THE DEER CREEK WATERSHED INITIATIVE (11065) PROJECT, IN THE DEER CREEK WATERSHED, AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY- TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO AN AGREEMENT WITH THE MISSOURI BOTANICAL GARDENS FOR COST SHARING OF GREEN INFRASTRUCTURE CONSTRUCTION. 5 19 Adoption of proposed Ord. No. 14127 APPROPRIATING SIXTY FIVE THOUSAND DOLLARS ($65,000.00) FROM THE GRAVOIS CREEK OPERATION, MAINTENANCE, CONSTRUCTION IMPROVEMENT FUND TO BE USED FOR PROJECT COSTS FOR STORM SEWER CONSTRUCTION IN THE MANDA LANE #8901 STORM SEWER (11105) PROJECT, IN THE CITY OF CRESTWOOD, MISSOURI; AND AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO CONTRACT NO. 20271 WITH GAEHLE GRADING, LLC FOR THE AFORESAID STORM SEWER CONSTRUCTION. 20 Adoption of proposed Ord. No. 14128 DECLARING THE NECESSITY FOR THE ACQUISITION OF REAL PROPERTY WITHIN THE METROPOLITAN ST. LOUIS SEWER DISTRICT FOR THE PURPOSE OF PURCHASING PROPERTY DUE TO INADEQUATE STORM AND SANITARY SEWERS FOR THE PROJECT KNOWN AS MALINE CREEK CSO BP 051 & 052 LOCAL STORAGE FACILITY (CHAIN OF ROCKS DR TO CHURCH DR) (11656) TO SERVE THE NEEDS OF RESIDENTS OF THE AREA, AND AUTHORIZING THE ACQUISITION OF SAID REAL PROPERTY BY PURCHASE OR BY THE INSTITUTION OF EMINENT DOMAIN PROCEEDINGS. 21 Adoption of proposed Ord. No. 14129 AUTHORIZING THE EXECUTIVE DIRECTOR AND SECRETARY-TREASURER, WITH AN EMERGENCY CLAUSE, ON BEHALF OF THE METROPOLITAN ST. LOUIS SEWER DISTRICT TO ENTER INTO AN ADDENDUM TO THE SEWERAGE SYSTEM AGREEMENT WITH THE CITY OF ARNOLD AND MISSOURI AMERICAN WATER COMPANY TO GOVERN THEIR RELATIONSHIP AFTER THE TRANSFER OF THE SEWERAGE SYSTEM FROM THE CITY TO MISSOURI AMERICAN WATER COMPANY. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None 6 New Business Agenda Item No. Name Page No. ORDINANCES 22 Proposed Ord. No. 14130 FF-02 Fee Fee – Alan Shepard I-270 Sanitary Relief Phase V (10600) 19 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Four Hundred Thousand Dollars ($400,000.00) from the Sanitary Replacement Fund to be used for additional project costs for the construction of sanitary sewers in FF-02 Fee Fee - Alan Shepard I-270 Sanitary Relief Phase V (10600) in the City of Maryland Heights, Missouri. 23 Proposed Ord. No. 14131 Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) 20 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Two Hundred Twenty-Five Thousand Dollars ($225,000.00) from the Sanitary Replacement Fund to be used for additional project costs for sanitary sewer construction in Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656), in the City of Chesterfield, Missouri. 24 Proposed Ord. No. 14132- Infrastructure Repairs (Rehabilitation) (FY2015) Contract C (11867) 22 INTRODUCTION OF AN ORDINANCE, appropriating Four Million Eight Hundred Thousand Dollars ($4,800,000.00) from the Sanitary Replacement Fund to be used for construction costs for sanitary sewer rehabilitation in Infrastructure Repairs (Rehabilitation) (FY2015) Contract C (11867) in the City of St. Louis and various municipalities in 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. 20252 with SAK Construction, LLC for the aforesaid sanitary sewer rehabilitation. 25 Proposed Ord. No. 14133- Ballas Road Subtrunk South I/I Reduction (11682) 23 INTRODUCTION OF AN ORDINANCE, appropriating Six Hundred Sixty Thousand Dollars ($660,000.00) from the Sanitary Replacement Fund to be used for project costs for private I/I removal in Ballas Road Subtrunk South I/I Reduction (11682), in the Cities of Town and Country, Des Peres, Crystal Lake Park, and Frontenac, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20292 with Fred M. Luth & Sons, Inc. for the aforesaid private I/I removal. 26 Proposed Ord. No. 14134- FF-15 McKelvey/R.R. to Adie Sanitary Relief Phase III (10489) 24 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Four Million Seven Hundred Thousand Dollars ($4,700,000.00) from the Sanitary Replacement Fund to be used for additional project costs for the construction of sanitary sewers in FF-15 McKelvey/R.R. to Adie Sanitary Relief Phase III (10489) in the City of Maryland Heights, Missouri. 27 Proposed Ord. No. 14135- Holly Drive Sewer Separation (11097) 26 INTRODUCTION OF AN ORDINANCE, appropriating Eight Hundred Fifteen Thousand Dollars ($815,000.00) from the Sanitary Replacement Fund and Six Hundred Sixty-Five Thousand Dollars ($665,000.00) from the Operations, Maintenance and Construction Improvement Fund of the Seminary Branch of River Des Peres to be used for sanitary sewer construction at Holly Drive Sewer Separation (11097), in the City of Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20289 with Unnerstall Contracting Co., Ltd. for the aforesaid sanitary sewer construction. 7 New Business Agenda Item No. Name Page No. 28 Proposed Ord. No. 14136- Infrastructure Repairs (Sanitary/Combined – FY2016) (11705) 28 INTRODUCTION OF AN ORDINANCE, appropriating One Million Five Hundred Thousand Dollars ($1,500,000.00) from the General Fund and Five Million Five Hundred Thousand Dollars ($5,500,000.00) from the Sanitary Replacement Fund to be used for the repair and replacement of manholes, sewers, and other infrastructure in Infrastructure Repairs (Sanitary/Combined - FY2016) (11705) in various locations throughout the District. 29 Proposed Ord. No. 14137- McNulty – Pallardy I/I Reduction (11662) 29 INTRODUCTION OF AN ORDINANCE, appropriating One Million Five Hundred Thirty Thousand Dollars ($1,530,000.00) from the Operations, Maintenance and Construction Improvement Fund of Coldwater Creek and Two Million Twenty Thousand Dollars ($2,020,000.00) from the Sanitary Replacement Fund to be used for construction costs for private I/I removal in McNulty - Pallardy I/I Reduction (11662) in the Cities of St. John, Woodson Terrace, and Berkeley, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20290 with J.H. Berra Construction Co., Inc. for the aforesaid private I/I removal. 30 Proposed Ord. No. 14138- Missouri River Service Area I/I Reduction – Creve Coeur Creek East (11774) 31 INTRODUCTION OF AN ORDINANCE, appropriating Three Million Six Hundred Thousand Dollars ($3,600,000.00) from the Sanitary Replacement Fund to be used for construction costs for sanitary sewer rehabilitation in Missouri River Service Area I/I Reduction - Creve Coeur Creek East (11774) in the Cities of Creve Coeur and Maryland Heights, and 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. 20276 with Insituform Technologies USA, LLC for the aforesaid sanitary sewer rehabilitation. 31 Proposed Ord. No. 14139- Vinita Drive Sanitary Relief (11089) 32 INTRODUCTION OF AN ORDINANCE, appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the Sanitary Replacement Fund to be used for construction costs for sanitary sewer construction in Vinita Drive Sanitary Relief (11089) in The Village of Hanley Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20284 with ABNA Engineering, Inc. for the aforesaid sanitary sewer construction. 32 Proposed Ord. No. 14140- Calvert Ave. #3342 Storm Sewer (11186) 33 INTRODUCTION OF AN ORDINANCE, appropriating Thirty-Seven Thousand Dollars ($37,000.00) from the Operation, Maintenance and Construction Improvement Fund of Coldwater Creek to be used for project costs for the construction of storm sewers in Calvert Ave. #3342 Storm Sewer (11186), in the City of Breckenridge Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20287 with Gaehle Grading, LLC for the aforesaid storm sewer construction. 33 Proposed Ord. No. 14141- Liggett to Big Bend Channel Repairs (10370) 34 INTRODUCTION OF AN ORDINANCE, appropriating One Hundred Fifty Thousand Dollars ($150,000.00) from the Operations, Maintenance and Construction Improvement Fund of Gravois Creek to be used for the construction of channel stabilization in Liggett to Big Bend Channel Repairs (10370) in the City of Oakland, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20291 with Ideal Landscape Group for the aforesaid construction of channel stabilization. 8 New Business Agenda Item No. Name Page No. 34 Proposed Ord. No. 14142- Roanoke and Loekes Storm Sewer (11127) 35 INTRODUCTION OF AN ORDINANCE, appropriating Four Hundred Sixty Thousand Dollars ($460,000.00) from the Operation, Maintenance and Construction Improvement Fund of Coldwater Creek to be used for construction costs for storm sewer construction in the Roanoke and Loekes Storm Sewer (11127) in the City of Florissant, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20288 with J.H. Berra Construction Co., Inc. for the aforesaid storm sewer construction. 35 Proposed Ord. No. 14143- Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) 36 INTRODUCTION OF AN ORDINANCE, making an appropriation of Two Million Three Hundred Thousand Dollars ($2,300,000.00) from the Sanitary Replacement Fund and Seven Hundred Thousand Dollars ($700,000.00) from the General Fund for engineering services for the design of 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 behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 36 Proposed Ord. No. 14144- Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract A (12023) 39 INTRODUCTION OF AN ORDINANCE, appropriating Sixty-Four Thousand Dollars ($64,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Bissell - Coldwater - Missouri - Meramec Public I/I Reduction (2017) Contract A (12023) 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 AMEC Foster Wheeler Environmental & Infrastructure, Inc., for the aforesaid engineering services. 37 Proposed Ord. No. 14145- Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract B (12024) 40 INTRODUCTION OF AN ORDINANCE, making an appropriation of One Hundred Twenty-Eight Thousand Dollars ($128,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Bissell - Coldwater - Missouri - Meramec Public I/I Reduction (2017) Contract B (12024) in various sites 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 AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 9 New Business Agenda Item No. Name Page No. 38 Proposed Ord. No. 14146- Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract C (12025) 41 INTRODUCTION OF AN ORDINANCE, appropriating Fifty-Three Thousand Dollars ($53,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Bissell - Coldwater - Missouri - Meramec Public I/I Reduction (2017) Contract C (12025) 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 AMEC Foster Wheeler Environmental & Infrastructure, Inc., for the aforesaid engineering services. 39 Proposed Ord. No. 14147- Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract F (12617) 43 INTRODUCTION OF AN ORDINANCE, making an appropriation of Fifty-One Thousand Dollars ($51,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Bissell - Coldwater - Missouri - Meramec Public I/I Reduction (2017) Contract F (12617) in various sites 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 AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 40 Proposed Ord. No. 14148- Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) 44 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of One Million One Hundred Thousand Dollars ($1,100,000.00) from the Sanitary Replacement Fund for engineering during construction services in Coldwater Sanitary Relief Section B, C, & D Wet Weather Storage Facility Tank C (11726) in the City of Hazelwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid construction services. 41 Proposed Ord. No. 14149- Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125) 46 INTRODUCTION OF AN ORDINANCE, making an appropriation of Three Million One Hundred Thousand Dollars ($3,100,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal and storm sewers in Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125) in the Cities of St. Ann, Bridgeton, Overland, Edmundson, and Breckenridge Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 42 Proposed Ord. No. 14150- Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) 48 INTRODUCTION OF AN ORDINANCE, appropriating Two Hundred Seventy-Eight Thousand Dollars ($278,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal in Concord I/I Reduction (Tesson Ferry Rd and E. Concord Rd) (12128) 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 AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the aforesaid engineering services. 10 New Business Agenda Item No. Name Page No. 43 Proposed Ord. No. 14151 - FF-18 Villa Dorado – Lackland – Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) 49 INTRODUCTION OF AN ORDINANCE, appropriating Five Hundred Fifty Thousand Dollars ($550,000.00) from the Sanitary Replacement Fund for engineering services for the design of sanitary sewers in FF-18 Villa Dorado - Lackland - Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) in the City of Maryland Heights, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 44 Proposed Ord. No. 14152- Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) 51 INTRODUCTION OF AN ORDINANCE, appropriating Five Hundred Fifty Thousand Dollars ($550,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal and sanitary sewers in Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) 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 AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the aforesaid engineering services. 45 Proposed Ord. No. 14153- Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314) 53 INTRODUCTION OF AN ORDINANCE, making an appropriation of Three Hundred Ninety-Five Thousand Dollars ($395,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal in Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314) in the Cities of Ferguson and Dellwood 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 AMEC Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid engineering services. 46 Proposed Ord. No. 14154 - Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) 54 INTRODUCTION OF AN ORDINANCE, appropriating One Hundred Thirty Thousand Dollars ($130,000.00) from the Sanitary Replacement Fund for engineering services for the design of Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) in the City of Bel-Ridge 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 AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the aforesaid engineering services. 47 Proposed Ord. No. 14155- Deer Creek Sanitary System Improvements (11110) 55 INTRODUCTION OF AN ORDINANCE, appropriating One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund and Four Hundred Fifty Thousand Dollars ($450,000.00) from the General Fund for engineering services for the design of Deer Creek Sanitary System Improvements (11110) and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10733 with Parsons Water & Infrastructure, Inc. for the aforesaid engineering services. 11 New Business Agenda Item No. Name Page No. 48 Proposed Ord. No. 14156- Lemay Sanitary System Improvements (11145) 57 INTRODUCTION OF AN ORDINANCE, appropriating Three Million Ninety-Four Thousand Dollars ($3,094,000.00) from the Sanitary Replacement Fund and Eight Hundred Sixty-One Thousand Dollars ($861,000.00) from the General Fund for engineering services for the design of Lemay Sanitary System Improvements (11145) 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 49 Proposed Ord. No. 14157- 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) 60 INTRODUCTION OF AN ORDINANCE, making an appropriation of Eight Hundred Fifty-One Thousand Dollars ($851,000.00) from the Sanitary Replacement Fund for engineering services for the design of sanitary sewers in 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) in the City of University City, 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 the aforesaid engineering services. 50 Proposed Ord. No. 14158 - Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) 62 INTRODUCTION OF AN ORDINANCE, appropriating Five Hundred Sixty-Four Thousand Dollars ($564,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal, sanitary and storm sewers in Affton I/I Reduction (Hanover, Hildesheim - Weber Rd, Seibert, and Hamburg) (12075) in the City of St. Louis 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. 11003 with Burns & McDonnell Engineering Co., Inc., for the aforesaid engineering services. 51 Proposed Ord. No. 14159- Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) 64 INTRODUCTION OF AN ORDINANCE, making an appropriation of Six Hundred Three Thousand Dollars ($603,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal, sanitary and storm sewers in Apple Orchard - Singerson - Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 52 Proposed Ord. No. 14160- DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997) 66 INTRODUCTION OF AN ORDINANCE, appropriating Three Hundred Ten Thousand Dollars ($310,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal in DC-09 West I/I Reduction (S. Lindbergh Blvd and Ladue Rd) (11997) in the Cities of Creve Coeur, Frontenac, and Ladue, 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 the aforesaid engineering services. 12 New Business Agenda Item No. Name Page No. 53 Proposed Ord. No. 14161- Deer Creek Public I/I Reduction (2017) Contract A (12036) 68 INTRODUCTION OF AN ORDINANCE, appropriating One Hundred Seventy Thousand Dollars ($170,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Deer Creek Public I/I Reduction (2017) Contract A (12036) in the Cities of Creve Coeur, Des Peres, Frontenac, Huntleigh, Kirkwood and Ladue, 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 the aforesaid engineering services. 54 Proposed Ord. No. 14162- Deer Creek Public I/I Reduction (2017) Contract B (12037) 70 INTRODUCTION OF AN ORDINANCE, appropriating One Hundred One Thousand Dollars ($101,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Deer Creek Public I/I Reduction (2017) Contract B (12037) in the Cities of Frontenac, Huntleigh, Kirkwood, Ladue, and Warson Woods, 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 the aforesaid engineering services. 55 Proposed Ord. No. 14163- Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer Rd) (11996) 72 INTRODUCTION OF AN ORDINANCE, appropriating Four Hundred Eighty-Five Thousand Dollars ($485,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal in Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W. of N. Geyer Rd) (11996) in the Cities of Des Peres and Kirkwood, 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 the aforesaid engineering services. 56 Proposed Ord. No. 14164- Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) 74 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of One Million One Hundred Forty-Eight Thousand Dollars ($1,148,000.00) from the Sanitary Replacement Fund for engineering services for the pre-design of sanitary storage facilities in Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) in the City of Crestwood, 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 the aforesaid engineering services. 57 Proposed Ord. No. 14165- Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994) 76 INTRODUCTION OF AN ORDINANCE, appropriating Three Hundred Twenty-Four Thousand Dollars ($324,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal in Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S. Lindbergh Blvd South of Litzsinger Rd) (11994) in the Cities of Frontenac, Huntleigh, Kirkwood, Ladue, and Warson Woods, 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 the aforesaid engineering services. 13 New Business Agenda Item No. Name Page No. 58 Proposed Ord. No. 14166- Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) 78 INTRODUCTION OF AN ORDINANCE, appropriating Seven Hundred Eighty Thousand Dollars ($780,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal, sanitary and storm sewers in Kirkwood I/I Reduction (Big Bend Blvd and S. Kirkwood Rd) (12317) in the Cities of Kirkwood and Oakland, 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 the aforesaid engineering services. 59 Proposed Ord. No. 14167- Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) 80 INTRODUCTION OF AN ORDINANCE, appropriating Five Hundred Twenty-Eight Thousand Dollars ($528,000.00) from the Sanitary Replacement Fund to be used for project costs for engineering services for the design of private I/I removal in Kirkwood Middle School, Simmons, Wilson, W. Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) in the Cities of Huntleigh and Kirkwood, 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 the aforesaid private I/I removal. 60 Proposed Ord. No. 14168- Lemay Public I/I Reduction (2017) Contract A (12048) 82 INTRODUCTION OF AN ORDINANCE, appropriating Ninety-Three Thousand Dollars ($93,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Lemay Public I/I Reduction (2017) Contract A (12048) in various cities in St. Louis County 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. 11003 with Burns & McDonnell Engineering Co., Inc., for the aforesaid engineering services. 61 Proposed Ord. No. 14169- Lemay Public I/I Reduction (2017) Contract B (12049) 84 INTRODUCTION OF AN ORDINANCE, appropriating Seventy-Eight Thousand Dollars ($78,000.00) from the Sanitary Replacement Fund to be used for project costs for engineering services for the design of public I/I removal in the Lemay Public I/I Reduction (2017) Contract B (12049) in various cities in St. Louis County 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 62 Proposed Ord. No. 14170- Lemay Public I/I Reduction (2017) Contract C (12050) 86 INTRODUCTION OF AN ORDINANCE, appropriating Eighty Thousand Dollars ($80,000.00) from the Sanitary Replacement Fund for engineering services for the design of public I/I removal in Lemay Public I/I Reduction (2017) Contract C (12050) in various cities in St. Louis County 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 14 New Business Agenda Item No. Name Page No. 63 Proposed Ord. No. 14171- Lemay Public I/I Reduction (2017) Contract D (12038) 88 INTRODUCTION OF AN ORDINANCE, appropriating Seventy-Six Thousand Dollars ($76,000.00) from the Sanitary Replacement Fund to be used for project costs for engineering services for the design of public I/I removal in the Lemay Public I/I Reduction (2017) Contract D (12038) in various cities in St. Louis County 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 64 Proposed Ord. No. 14172- Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) 90 INTRODUCTION OF AN ORDINANCE, appropriating Four Hundred Eighty-Two Thousand Dollars ($482,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal, sanitary and storm sewers in Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid engineering services. 65 Proposed Ord. No. 14173- Union Creek I/I Reduction (I-55 Between S Lindbergh Blvd and Buckley Rd) (12240) 92 INTRODUCTION OF AN ORDINANCE, appropriating Five Hundred Sixty-Two Thousand Dollars ($562,000.00) from the Sanitary Replacement Fund to be used for project costs for the design of private I/I removal, and sanitary and storm sewers in Union Creek I/I Reduction (I-55 Between S. Lindbergh Blvd and Buckley Rd) (12240) in the City of Green 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid private I/I removal, and sanitary and storm sewer design. 66 Proposed Ord. No. 14174- University City Sanitary Storage Facility (Hafner Ct) (11992) 94 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Three Million Ninety-Six Thousand Dollars ($3,096,000.00) from the Sanitary Replacement Fund for engineering services for the design of a sanitary sewer storage facility in University City Sanitary Storage Facility (Hafner Ct) (11992) in the City of University City, 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 the aforesaid engineering services. 67 Proposed Ord. No. 14175- Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253) 96 INTRODUCTION OF AN ORDINANCE, appropriating Eight Hundred Forty-Three Thousand Dollars ($843,000.00) from the Sanitary Replacement Fund to be used for project costs for the design of private I/I removal and sanitary and storm sewers in the Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253) in the City of Marlborough 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid private I/I removal and sanitary and storm sewer design. 68 Proposed Ord. No. 14176 - Webster Groves Trunk E Sanitary Rehabilitation and I/I 98 15 New Business Agenda Item No. Name Page No. Reduction Phase III (11677) INTRODUCTION OF AN ORDINANCE, appropriating Three Hundred Two Thousand Dollars ($302,000.00) from the Sanitary Replacement Fund for engineering services for the design of sanitary sewers and sewer rehabilitation in Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677) in the Cities of Webster Groves and Glendale, 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 the aforesaid engineering services. 69 Proposed Ord. No. 14177- Lower & Middle RDP CSO Controls System Improvements (11109) 100 INTRODUCTION OF AN ORDINANCE, appropriating Four Hundred Ninety-Two Thousand Dollars ($492,000.00) from the General Fund and Two Hundred Twenty Thousand Dollars ($220,000.00) from the Sanitary Replacement Fund to be used for engineering services for design in the Lower & Middle RDP CSO Controls System Improvements (11109) in Lower & Middle RDP, Martigney, and Maline Creek Watersheds 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 the aforesaid engineering services. 70 Proposed Ord. No. 14178 - Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimination (12619) 103 INTRODUCTION OF AN ORDINANCE, appropriating Two Hundred Forty-Five Thousand Dollars ($245,000.00) from the Sanitary Replacement Fund for engineering services for the design of private I/I removal, and sanitary and storm sewers in Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimination (12619) 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 the aforesaid engineering services. 71 Proposed Ord. No. 14179- Lemay WWTP Secondary Improvements (11649) 105 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Five Hundred Six Thousand Dollars ($506,000.00) from the Sanitary Replacement Fund to be used for the performance of the Lemay Plant Stress Test in the Lemay WWTP Secondary Improvements (11649) in the Lemay Wastewater Treatment Plant 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. 10734 with Jacobs Engineering Group Inc. for the aforesaid stress test. 72 Proposed Ord. No. 14180 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 107 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Eight Million Seventy-Five Thousand Dollars ($8,075,000.00) from the Sanitary Replacement Fund for engineering services for the design of a 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 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 the aforesaid engineering services. 16 New Business Agenda Item No. Name Page No. 73 Proposed Ord. No. 14181 - LMRDP CSO Storage Tunnel North Consolidation Sewers (11959) 109 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Eighty-One Thousand Dollars ($81,000.00) from the Sanitary Replacement Fund to be used for the design of combined sewers in LMRDP CSO Storage Tunnel North Consolidation Sewers (11959) 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 the aforesaid combined sewer design. 74 Proposed Ord. No. 14182 - LMRDP CSO Storage Tunnel South Consolidation Sewers (11958) 111 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Two Hundred Twenty-Three Thousand Dollars ($223,000.00) from the Sanitary Replacement Fund for engineering services for the design of combined sewers in LMRDP CSO Storage Tunnel South Consolidation Sewers (11958) in the City of St. Louis 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 the aforesaid engineering services. 75 Proposed Ord. No. 14183 - LMRDP Tunnel Dewatering Pump Station (11816) 113 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Two Million Forty-Nine Thousand Dollars ($2,049,000.00) from the Sanitary Replacement Fund to be used for the design of a pump station in LMRDP Tunnel Dewatering Pump Station (11816) in the City of St. Louis 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 the aforesaid pump station design. 76 Proposed Ord. No. 14184 - Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) 115 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Two Hundred Eleven Thousand Dollars ($211,000.00) from the Sanitary Replacement Fund for engineering services for the design of a 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 the aforesaid engineering services. 77 Proposed Ord. No. 14185 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 117 INTRODUCTION OF AN ORDINANCE, appropriating Four Hundred Thousand Dollars ($400,000.00) from the Sanitary Replacement Fund and Five Hundred Thousand Dollars ($500,000.00) from the General Fund to be used for engineering services for the design of RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) in Deer Creek, Meramec, and River Des Peres Watersheds 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 the aforesaid engineering services. 17 New Business Agenda Item No. Name Page No. 78 Proposed Ord. No. 14186- DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) 120 INTRODUCTION OF AN ORDINANCE, appropriating One Million Six Hundred Thousand Dollars ($1,600,000.00) from the Sanitary Replacement Fund for engineering services for the design of DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) in the Cities of Brentwood, Ladue, Rock Hill, and Webster Groves, 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 the aforesaid engineering services. 79 Proposed Ord. No. 14187- Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 122 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Three Million Five Hundred Thousand Dollars ($3,500,000.00) from the Sanitary Replacement Fund to be used for engineering services for pre-design of Lower Meramec River System Improvements - Baumgartner to Fenton WWTF Tunnel (11746) in the Cities of Fenton and Sunset Hills, 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 the aforesaid engineering services. 80 Proposed Ord. No. 14188- RDP Tributaries (Deer Creek) CSO Tunnel (12441) 124 INTRODUCTION OF AN ORDINANCE, making a supplemental appropriation of Five Hundred Thousand Dollars ($500,000.00) from the Sanitary Replacement Fund for planning assistance for the pre-design of RDP Tributaries (Deer Creek) CSO Tunnel (12441) 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 the aforesaid planning assistance. 81 Proposed Ord. No. 14189 - Private Inflow/Infiltration Public Engagement Program 2013 (11699) 126 INTRODUCTION OF AN ORDINANCE, authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend the contract with StandPoint Public Affairs for required public education, outreach and engagement services in the Private Inflow/Infiltration Public Engagement Program 2013 (11699), authorized by Ordinance No. 13437 and adopted August 9, 2012, to provide an additional one-year option renewal term and make a supplemental appropriation of Five Hundred Sixty-Five Thousand Dollars ($565,000.00) from the General Fund for the aforesaid services. 82 Proposed Ord. No. 14190 – Contract for Banking services with US Bank 128 INTRODUCTION OF AN ORDINANCE, authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with US Bank N.A. for banking and safekeeping services for the District. 83 Proposed Ord. No. 14191 – Contract for Investment Management Services with Prudent Man 129 INTRODUCTION OF AN ORDINANCE, authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Prudent Man Advisors, Inc. (PMA) whereby PMA will provide investment management services to the District. 18 New Business Agenda Item No. Name Page No. RESOLUTIONS 84 Adoption of Resolution No. 3216- expressing the Board of Trustees’ appreciation to Orvin L. Kleinschmidt for his 32 years of exemplary service to The Metropolitan St. Louis Sewer District from September 22, 1982 to his retirement effective July 1, 2015. 85 Adoption of Resolution No. 3217- expressing the Board of Trustees’ appreciation to Christine A. Verplancke for her 38 years of exemplary service to The Metropolitan St. Louis Sewer District from November 1, 1976, to her retirement effective July 1, 2015. 86 Adoption of Resolution No. 3218- expressing the Board of Trustees’ appreciation to Joseph Williams for his 21 years of exemplary service to The Metropolitan St. Louis Sewer District from December 6, 1993, to his retirement effective July 1, 2015. 87 Adoption of Resolution No. 3223- expressing the Board of Trustees’ appreciation to Charles A. Roth for his 26 years of exemplary service to The Metropolitan St. Louis Sewer District from August 9, 1988, to his retirement effective July 1, 2015. 88 Adoption of Resolution No. 3224- will exercise option year two (2) of the contract previously authorized by Ordinance No. 13641, adopted July 11, 2013, which authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Connectria Corporation for Information Technology Management services for the District. 130 89 Adoption of Resolution No. 3225- in order to preserve the right of The Metropolitan St. Louis Sewer District (the “District”) to be reimbursed for project costs from a tax-exempt bond issue, the United States Treasury Department requires that the District state its intent to reimburse itself for said project costs with the proceeds of tax-exempt bonds. 131 90 Adoption of Resolution No. 3226- will revise the Employees' Pension Plan actuarial return target, and will supersede Resolution No. 3030 that was adopted May 10, 2012 and revised the Employees' Pension Plan actuarial return target. 132 91 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 92 ADJOURNMENT AGENDA ITEM NUMBER: 22 - Proposed Ord. No. 14130 19 NAME OF PROJECT: FF-02 Fee Fee – Alan Shepard I-270 Sanitary Relief Phase V (10600) LOCATION: North of Midland Avenue and west of Fee Fee Road in the City of Maryland Heights, 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 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: 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: $400,000.00 Designer’s Estimate: $1,520,000.00 Total MWBE Participation: 27.29% (MBE Goal is 17% - African American) B & P Construction, Inc. (African American) – 25.25% - MBE Windstar Transportation (African American) – 2.04% - MBE Type of Contract: Unit Cost Properties Affected: 16 Properties Benefiting: 2,400 Designed by: District staff The work to be done under Contract #20135 consists of the construction of approximately 2,418 lineal feet of pipe sewers varying in size from 8-inches to 36-inches in diameter. This construction is the third and final phase of a multi-phase improvement program. The purpose of this project is to alleviate building backups and to remove an existing wet weather pump station. This project will also eliminate two (2) SSOs (BP-083 and BP-511). This project is scheduled to be completed by January 2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 95 Amount: $1,700,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This supplemental appropriation is requested to fund additional costs associated with unforeseen rock excavation conditions experienced during construction of a bore pit location, causing additional excavation costs. The construction also encountered unsuitable soil conditions during excavation for the pipe which required an additional 2-3 feet of excavation and additional bedding to be placed. These conditions were not anticipated within the pre- construction geotechnical borings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized. Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 05/08/14 – Ord. No. 13816 – Amount: $1,125,000 – J.H. Berra Construction Co. – Original Contract No. 20135 20 AGENDA ITEM NUMBER: 23 - Proposed Ord. No. 14131 NAME OF PROJECT: Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) LOCATION: East of I-64 and north of Olive Boulevard in the City of Chesterfield, 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 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: Gershenson Construction Co. Previous District Contract: Yes #2 Truitt Drive Eureka, MO 63025 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $225,000.00 Designer’s Estimate: $3,937,000.00 Total MWBE Participation: 17.24% (MBE Goal is 17% - African American) B & P Construction, Inc. (African American) – 2.20% - MBE Westfall Hauling, Inc. (African American) – 8.32% - MBE Supplied Industrial Solutions, Inc. (African American) – 6.72% - MBE Type of Contract: Unit Cost Properties Affected: 4 Properties Benefiting: Entire Caulks Creek Watershed Designed by: Crawford Murphy & Tilly, Inc. The work to be done under Contract #20333 consists of the construction of approximately 6,600 lineal feet of sanitary force main varying in size from 14-inches to 30-inches in diameter and appurtenances. The purpose of this project is to provide additional force main capacity and to replace existing deteriorating force main. This project is scheduled to be completed in August 2015. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2015, Pg. 128 Amount: $3,800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: In January 2015, a reported leak in the force main was reported. The contractor completed exploratory excavation work to determine the leak was not due to the MSD force main. This work was completed utilizing the project contingency. In April 2015, an extensive emergency repair was made to the existing force main by the contractor onsite utilizing the project contingency funding as specified in the contract. This supplemental appropriation provides funds for additional pipe material and pipe placement necessary to complete the cross connections from the existing force main to the new force main due to the condition of the existing force main at the connection points. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. 21 Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI Actual Budget Phase A $2,700,000 -- Ordinance No. 14047 Phase B $5,000,000 -- Ordinance No. 14095 Phase A Supplemental $ 225,000 -- This Board Action Total $7,925,000 $6,500,000 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/10/09 – Ord. No. 13003 – Amount: $850,000 – Crawford Murphy & Tilly – Contract No. 20233 – Amendment No. 14 01/08/15 – Ord. No. 14047 – Amount: $2,700,000 – Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) (Gershenson Construction Co.) – Original Contract No. 20333 06/11/15 – Ord. No. 14095 – Amount: $5,000,000 – Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) (Bates Utility Company) – Contract No. 20272 DA ITEM NUMBER: 24 - Proposed Ord. No. 14132 NAME OF PROJECT: Infrastructure Repairs (Rehabilitation) (FY2015) Contract C (11867) LOCATION: Service Areas 1, 2, 4 and 5, the north, central, east, and south portions of the District in the City of St. Louis and various municipalities in St. Louis County, Missouri TYPE OF PROJECT: Sanitary Sewer Rehabilitation (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: SAK Construction, LLC Previous District Contract: Yes 864 Hoff Road O’Fallon, MO 63366 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $4,579,790.00 High Bid: $4,709,485.50 Appropriation Amount: $4,800,000.00 Designer’s Estimate: $4,500,000.00 Total MWBE Participation: 16.63% (MBE Goal is 10% - WBE Goal is 5%) J & J Boring – 5.60% - WBE XL Contracting, Inc. (African American) – 1.29% - MBE Luther’s Supply, LLC (African American) – 9.74% - MBE Type of Contract: Unit Cost Properties Affected: 500 Properties Benefiting: 1,000 Designed by: District staff The work to be done under Contract #20252 consists of the rehabilitation of approximately 34,403 lineal feet of pipe sewers varying in size from 8-inches to 36-inches in diameter, using cured-in-place pipe (CIPP) methods. The purpose of this project is to rehabilitate older, damaged, and deteriorated sanitary and combined sewers throughout the District’s boundaries. Sewers identified for rehabilitation are identified through the annual CMOM inspection programs required by the Consent Decree. This project is scheduled to be completed in 550 days. FUNDING/COST SUMMARY: 22 Budgeted: Capital Improvement Program Budget Year: FY2015, Pg. 131 Amount: $5,000,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 23 AGENDA ITEM NUMBER: 25 - Proposed Ord. No. 14133 NAME OF PROJECT: Ballas Road Subtrunk South I/I Reduction (11682) LOCATION: South of Clayton Road and east of Topping Road in the Cities of Town and Country, Des Peres, Crystal Lake Park, and Frontenac, Missouri TYPE OF PROJECT: Private I/I Removal (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: Fred M. Luth & Sons, Inc. Previous District Contract: Yes 4516 McRee Avenue St. Louis, MO 63110 Consultant: N/A Agency: N/A Number of bidders: 1 Low Bid: $623,503.00 High Bid: $623,503.00 Appropriation Amount: $660,000.00 Designer’s Estimate: $437,000.00 Total MWBE Participation: 17.00% (MBE Goal is 17% - African American) David Mason & Associates, Inc. (African American) – 3.21% - MBE Midwestern Construction & Development, LLC (African American) – 13.79% - MBE Type of Contract: Lump Sum Properties Affected: 85 Properties Benefiting: 1,086 Designed by: Parsons Water & Infrastructure, Inc. The work to be done under Contract #20292 consists of the removal of private inflow sources on 85 properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Deer Creek watershed, reduce building backups and relieve overcharged sewer mains. This project is scheduled to be completed in 242 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 86 Amount: $550,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: A second phase will be constructed at a later date to remove private inflow from additional homes and construct necessary storm sewers. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13677 – Amount: $654,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment 24 AGENDA ITEM NUMBER: 26 - Proposed Ord. No. 14134 NAME OF PROJECT: FF-15 McKelvey/R.R. to Adie Sanitary Relief Phase III (10489) LOCATION: East of Interstate 270, north of Page Avenue and south of Dorsett Road in the City of Maryland Heights, 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 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: J & J Boring, Inc. Previous District Contract: Yes 41 Cardinal Hill Road Winfield, MO 63389 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $4,700,000.00 Designer’s Estimate: $9,176,000.00 Total MWBE Participation: 100%* (MBE Goal is 17% - African American) B & P Construction – 1.05% - MBE Davidson & Sons Hauling – 1.77% - MBE Windstar Transportation – 1.77% - MBE Riley Ready Mix – 2.28% - MBE Supplied Industrial Solutions – 1.10% - MBE Taylor Trucking – 0.58% - MBE XL Contracting – 1.60% - MBE J & J Boring, Inc. – 89.85% - WBE *J & J Boring, Inc. did not submit a bid which meets the 17% MBE (African American) requirement. J & J Boring provided acceptable “Good Faith Effort” documentation as required to demonstrate that good faith efforts were initiated and performed prior to submittal of their bid to achieve the stated goals for the project and is therefore deemed to be responsive. Type of Contract: Unit Cost Properties Affected: 15 Properties Benefiting: 5,450 Designed by: Bilfinger Industrial Services Inc. The work to be done under Contract #20157 consists of the construction of approximately 1,790 lineal feet of new pipe sewers constructed by open cut varying in size from 8-inches to 42-inches in diameter, 2,440 lineal feet of new 42-inches in diameter pipe sewer constructed by pipe in tunnel, slip-lining of approximately 240 lineal feet of 30-inch diameter pipe sewers, and appurtenances. Construction will encounter challenges of poor soil conditions, contaminated soil, mixed face conditions, tight construction areas through commercial properties and multiple tunnel shafts. The purpose of this project is to alleviate overcharged sanitary sewers. The construction of this project is also necessary so future upstream relief sewer projects currently planned by MSD can alleviate basement backups and additional overcharged sanitary sewers. This project is scheduled to be completed in August 2016. 25 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 112 Amount: $5,900,000 FY2014, Pg. 97 $6,000,000 (Partial) $11,900,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This supplemental appropriation will bring the total appropriation for this project to $10,700,000 and will fully fund the construction for the project. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/11/10 – Ord. No. 13042 – Amount: $1,117,000 – Bilfinger Industrial Services Inc. – Design Contract No. 10894 07/10/14 – Ord. No. 13862 – Amount: $6,000,000 – J & J Boring, Inc. – Original Contract No. 20157 26 AGENDA ITEM NUMBER: 27 - Proposed Ord. No. 14135 NAME OF PROJECT: Holly Drive Sewer Separation (11097) LOCATION: West of South Elm Avenue and north of Watson Road in the City of Webster Groves, 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., Ltd. Previous District Contract: Yes 2803 West Osage Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 4 Low Bid: $1,281,103.00 High Bid: $1,488,305.00 Appropriation Amount: $1,480,000.00 Designer’s Estimate: $1,010,000.00 Total MWBE Participation: 17.06% (MBE Goal is 17% - African American) XL Contracting, Inc. (African American) – 8.30% - MBE McKay’s Hauling Company, Inc. (African American) – 6.27% - MBE Supplied Industrial Solutions, Inc. (African American) – 2.49% - MBE Type of Contract: Unit Cost Properties Affected: 54 Properties Benefiting: 4,000 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20289 consists of the construction of approximately 2,200 lineal feet of pipe sewers varying in size from 8-inches to 24-inches in diameter, the removal of private inflow sources at 33 properties, and appurtenances. The purpose of this project is to reduce inflow/infiltration (I/I) in the Mackenzie Creek watershed. This project will provide for the elimination of one (1) constructed SSO (BP-617) after construction and post construction monitoring. This project is scheduled to be completed in 365 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 128 Amount: $1,120,000 FY2016, Pg. 129 $ 370,000 $1,490,000 Fund Name: #6660 – Sanitary Replacement Fund $815,000 #5593 – Seminary Branch of River Des Peres OMCI Fund $665,000 Additional Comments: An additional contingency of $75,000 for utility relocation (Gas - $15,000 & Water - $60,000) is included in the appropriation. An additional contingency is also included in order to remove additional private inflow sources that may be agreed to during construction. This appropriation includes $665,000 for storm sewer work. The remaining work on this project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. 27 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13688 – Amount: $226,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment 28 AGENDA ITEM NUMBER: 28 - Proposed Ord. No. 14136 NAME OF PROJECT: Infrastructure Repairs (Sanitary/Combined – FY2016) (11705) LOCATION: Various locations throughout the District TYPE OF PROJECT: Repair and Replacement of 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, as required by Consent Decree. 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: $7,000,000.00 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 manholes, sewers, and other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District. This work is part of the District’s ongoing CMOM program and complies with the acute defect repair requirements outlined in the Consent Decree. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 132 Amount: $1,500,000 FY2016, Pg. 133 $5,500,000 $7,000,000 Fund Name: #1101 – General Fund $1,500,000 #6660 – Sanitary Replacement Fund $5,500,000 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. The Sanitary Replacement Fund will be used for capital expenditures, the General Fund for non-capital. The capital portion of this project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning and CCTV Inspection. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 29 AGENDA ITEM NUMBER: 29 - Proposed Ord. No. 14137 NAME OF PROJECT: McNulty – Pallardy I/I Reduction (11662) LOCATION: North of North Avenue and west of Brown Road in the Cities of St. John, Woodson Terrace, and Berkeley, Missouri TYPE OF PROJECT: Private I/I Removal (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: 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: 3 Low Bid: $3,184,640.00 High Bid: $3,282,237.00 Appropriation Amount: $3,550,000.00 Designer’s Estimate: $2,600,000 Total MWBE Participation: 17.27% (MBE Goal is 17% - African American) Windstar Transportation, LLC (African American) – 6.22% - MBE Supplied Industrial Solutions, Inc. (African American) – 3.20% - MBE XL Contracting, Inc. (African American) – 7.85% - MBE Type of Contract: Unit Cost Properties Affected: 156 Properties Benefiting: 1,006 Designed by: AMEC Foster Wheeler Environment & Infrastructure Inc. The work to be done under Contract #20290 consists of the construction of approximately 5,763 lineal feet of storm sewers varying in size from 12-inches to 24-inches in diameter and appurtenances, and the removal of private inflow sources at 54 properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Coldwater Creek watershed, reduce building backups, and relieve overcharged sanitary sewers. This project is scheduled to be completed in 400 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 146 Amount: $1,400,000 FY2016, Pg. 147 $3,200,000 $4,600,000 Fund Name: #5564 – Coldwater Creek OMCI Fund $1,530,000 #6660 – Sanitary Replacement Fund $2,020,000 Additional Comments: An additional contingency of $198,000 for utility relocation (Gas - $18,000, Electric - $30,000 & Water - $150,000) is included in the appropriation. A second phase will be performed at a later date to remove private I/I from additional homes and construct necessary storm sewers. This project was combined with the Gordon Ave. to Roy Ave. Storm Improvements (11187) project that was designed as part of the Coldwater Creek OMCI Stormwater Design (Contract C) (11905) to avoid disturbing residences with construction activities for two projects at different times. 30 The construction estimate was reduced due to the lower number of properties that were determined to be cost effective to remove private inflow sources. This appropriation includes $1,530,000 for storm sewer work. The remaining work on this project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13515 – Amount: $816,000 – AMEC Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 01/09/14 – Ord. No. 13770 – Amount: $367,000 – CDG Engineers, Inc. – Coldwater Creek OMCI Stormwater Design (Contract C) (11905) – Design Contract No. 20114 31 AGENDA ITEM NUMBER: 30 - Proposed Ord. No. 14138 NAME OF PROJECT: Missouri River Service Area I/I Reduction – Creve Coeur Creek East (11774) LOCATION: Various sites in the Cities of Creve Coeur and Maryland Heights, and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Sanitary Sewer Rehabilitation (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: Insituform Technologies USA, LLC Previous District Contract: Yes 17988 Edison Avenue Chesterfield, MO 63005 Consultant: N/A Agency: N/A Number of bidders: 3 Low Bid: $3,418,022.85 High Bid: $3,664,101.05 Appropriation Amount: $3,600,000.00 Designer’s Estimate: $3,974,000.00 Total MWBE Participation: 16.93% (MBE Goal is 10% - WBE Goal is 5%) David Mason & Associates, Inc. (African American) – 4.40% - MBE XL Contracting, Inc. (African American) – 7.17% - MBE ABNA Engineering, Inc. – 5.03% - WBE K.A. Pazadera Hauling & Excavating, LLC – 0.15% - WBE The Kiesel Company – 0.18% - WBE Type of Contract: Unit Cost Properties Affected: 60 Properties Benefiting: 1,805 Designed by: District staff The work to be done under Contract #20276 consists of the rehabilitation of approximately 59,154 lineal feet of pipe sewers varying in size from 8-inches to 21-inches in diameter using cured-in-place pipe (CIPP) methods, 309 manholes, and 1,133 service connections. The purpose of this project is to reduce inflow/infiltration (I/I) in the Creve Coeur Creek watershed. This project is scheduled to be completed in 730 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 153 Amount: $3,680,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $10,000 for utility relocation (Water - $10,000) is included in the appropriation. This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13897 – Amount: $31,000 – AMEC Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 32 AG ENDA ITEM NUMBER: 31 - Proposed Ord. No. 14139 NAME OF PROJECT: Vinita Drive Sanitary Relief (11089) LOCATION: North of Page Avenue and west of North Hanley Road in the Village of Hanley Hills, 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: ABNA Engineering, Inc. Previous District Contract: Yes 4140 Lindell Boulevard St. Louis, MO 63108 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $247,735.40 High Bid: $419,570.00 Appropriation Amount: $320,000.00 Designer’s Estimate: $240,000.00 Total MWBE Participation: 100.00% (MBE Goal is 17% - African American) Tee & E Trucking, Inc. (African American) – 8.10% - MBE Gateway Construction Services, Inc. (African American) – 8.90% - MBE ABNA Engineering, Inc. (African American) – 83.00% - MBE Type of Contract: Unit Cost Properties Affected: 22 Properties Benefiting: 160 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20284 consists of the construction of approximately 660 lineal feet of 12-inch diameter pipe sewers and appurtenances. The purpose of this project is to alleviate building backups and overcharged sanitary sewers and to remove one (1) constructed SSO (BP-412). This project is scheduled to be completed in 300 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 180 Amount: $250,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $50,000 for utility relocation (Gas - $12,000 & Water - $38,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13699 – Amount: $115,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment 33 AGENDA ITEM NUMBER: 32 - Proposed Ord. No. 14140 NAME OF PROJECT: Calvert Ave. #3342 Storm Sewer (11186) LOCATION: South of St. Charles Rock Road and west of Interstate 170 in the City of Breckenridge Hills, Missouri TYPE OF PROJECT: Storm 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. SUMMARY EXPLANATION/BACKGROUND: Contractor: Gaehle Grading, LLC Previous District Contract: Yes 4362 Little Tavern Road Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 5 Low Bid: $33,194.00 High Bid: $47,439.00 Appropriation Amount: $37,000.00 Designer’s Estimate: $33,000.00 Total MWBE Participation: 0.0% (No MBE Goal) N/A – The above bid is less than $50,000 and therefore does not have a goal under the MWBE policy. Type of Contract: Unit Cost Properties Affected: 2 Properties Benefiting: 4 Designed by: EDM Incorporated The work to be done under Contract #20287 consists of the construction of approximately 99 lineal feet of pipe sewers 18- inches in diameter and appurtenances. The purpose of this project is to alleviate street flooding. This project is scheduled to be completed in 90 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 215 Amount: $42,000 Fund Name: #5564 – Coldwater Creek OMCI Fund Additional Comments: This project is one of four design projects included in the Coldwater Creek OMCI Stormwater Design (Contract A) (11903). Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/09/14 – Ord. No. 13768 – Amount: $367,000 – EDM Incorporated – Coldwater Creek OMCI Stormwater Design (Contract A) (11903) – Design Contract No. 20112 34 AGENDA ITEM NUMBER: 33 - Proposed Ord. No. 14141 NAME OF PROJECT: Liggett to Big Bend Channel Repairs (10370) LOCATION: North of Big Bend Boulevard and east of Liggett Avenue in the City of Oakland, Missouri TYPE OF PROJECT: Channel Stabilization (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. SUMMARY EXPLANATION/BACKGROUND: Contractor: Ideal Landscape Group Previous District Contract: Yes 6264 Lemay Ferry Road St. Louis, MO 63129 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $126,263.00 High Bid: $129,113.50 Appropriation Amount: $150,000.00 Designer’s Estimate: $90,000.00 Total MWBE Participation: 17.23% (MBE Goal is 17% - African American) McKay’s Hauling Company, Inc. (African American) – 5.05% - MBE Taylor made Construction Co., LLC (African American) – 9.90% - MBE Phillips Concrete Services, LLC (African American) – 2.28% - MBE Type of Contract: Lump Sum Properties Affected: 1 Properties Benefiting: 1 Designed by: Reitz & Jens, Inc. The work to be done under Contract #20291 consists of the construction of 240 lineal feet of natural channel stabilization, including rock-lined channel, biostabilized slopes, grade control, reinforced concrete retaining wall, 8 lineal feet of 36-inch pipe and appurtenances. The purpose of this project is to alleviate erosion threatening Liggett Avenue and Big Bend Boulevard. This project is scheduled to be completed in 150 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 226 Amount: $75,000 Fund Name: #5571 – Gravois Creek OMCI Fund Additional Comments: An additional contingency of $10,000 for utility relocation (Electric - $5,000 & Telephone - $5,000) is included in the appropriation. The scope of the project was increased to include a concrete retaining wall versus a modular block wall due to constraints at the 36-inch pipe and Liggett Avenue and the adding additional fence. This project is one of the three design projects included in the Gravois Creek OMCI Stormwater Design (Contract E) (11936). Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/09/14 – Ord. No. 13779 – Amount: $249,000 – Reitz & Jens, Inc. – Gravois Creek OMCI Stormwater Design (Contract E) (11936) – Design Contract No. 20123 35 AGENDA ITEM NUMBER: 34 - Proposed Ord. No. 14142 NAME OF PROJECT: Roanoke and Loekes Storm Sewer (11127) LOCATION: West of Lindbergh Boulevard and north of Interstate 270 in the City of Florissant, Missouri TYPE OF PROJECT: Storm 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. 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: 2 Low Bid: $402,279.00* High Bid: $467,747.90 Appropriation Amount: $460,000.00 Designer’s Estimate: $310,000.00 Total MWBE Participation: 17.15% (MBE Goal is 17% - African American) Windstar Transportation, LLC (African American) – 15.66% - MBE Supplied Industrial Solutions, Inc. (African American) – 1.49% - MBE Type of Contract: Unit Cost Properties Affected: 16 Properties Benefiting: 25 Designed by: Farnsworth Group, Inc. The work to be done under Contract #20288 consists of the construction of approximately 1,117 lineal feet of pipe sewers varying in size from 12-inches to 24-inches in diameter and appurtenances. The purpose of this project is to alleviate yard flooding. This project is scheduled to be completed in 180 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 233 Amount: $250,000 Fund Name: #5564 – Coldwater Creek OMCI Fund Additional Comments: An additional contingency of $30,000 for utility relocation (Water - $30,000) is included in the appropriation. This construction project is a combination of the three design projects included in the Coldwater Creek OMCI Stormwater Design (Contract D) (11906). Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/09/14 – Ord. No. 13771 – Amount: $150,000 – Farnsworth Group, Inc. – Coldwater Creek OMCI Stormwater Design (Contract D) (11906) – Design Contract No. 20115 *The low bid by Pangea, Inc. was found to be non-responsive due to failure to meet the District’s MWBE requirements. Staff recommends accepting the bid of J. H. Berra Construction Co., Inc. for $402,279.00. 36 AGENDA ITEM NUMBER: 35 - Proposed Ord. No. 14143 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 Professional 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: 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: $3,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: 27.62% (33.29% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 0.00% - MBE Access Engineering, LLC – 3.21% - WBE Civil Design, Inc. – 6.73% - WBE David Mason & Associates, Inc. (African American) – 5.76% - MBE EFK Moen, LLC – 1.83% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Gonzalez Companies, LLC (Hispanic) – 5.76% - MBE Kaskaskia Engineering Group, LLC – 0.63% - WBE Kowelman Engineering, Inc. – 1.37% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 2.33% - MBE Shockey Consulting Services, LLC – 0.00% - WBE Tech Service, Inc. (African American) – 0.00% - MBE 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 AMEC Foster Wheeler Environment & Infrastructure, 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 (FY2016) authorization includes fees for project management services for FY2016, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, planning support, and special services. 37 Specific project lump sum design appropriations totaling $5,802,116.00 in design costs and $596,884.00 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 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract A (12023) $ 4,420,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract B (12024) $ 5,289,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract C (12025) $ 5,282,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract F (12617) $ 5,000,000 Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) $25,000,000 Coldwater Southwest Subwatershed I/I Removal (St. Charles Rock Rd and Ashby Rd) (12125) $ 3,327,000 Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) $ 184,000 FF-18 Villa Dorado – Lackland – Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) $ 3,100,000 Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) $ 276,000 Kappel (Partial) I/I Reduction (Exuma and Glen Owen Dr) (12314) $ 194,000 Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) $ 82,000 Total $52,154,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 8 Amount: $3,200,000 FY2016, Pg. 9 $ 800,000 $4,000,000 Fund Name: #6660 – Sanitary Replacement Fund $2,300,000 #1101 – General Fund $ 700,000 Additional Comments: This appropriation for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project includes $700,000 for non-capital costs and $2,900,000 for capital costs. The appropriation for design services is $1,000,000 below the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $664,658 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016; and $35,342 in contingency. Capital costs include $50,000 for special services; $200,000 for planning assistance for the District (including for preliminary studies); $100,000 for assistance with enforcement activities for private I/I removal (PIR); $1,600,000 for additional design efforts for private inflow removal anticipated during FY2016; and $350,000 contingency for additional storm sewer design for private I/I removal. 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 2015 through approximately September 2016 include the following: Non-Capital Costs Project Management Tasks $664,658.00 Contingency $ 35,342.00 Total Non-Capital Costs $700,000.00 Capital Costs Special Services $ 50,000.00 Planning Assistance $ 200,000.00 PIR Enforcement Assistance $ 100,000.00 Private I/I Contingency FY15 (BCMM) $1,600,000.00 Additional Storm Sewer Design Contingency $ 350,000.00 Total Capital Costs $2,300,000.00 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. 38 Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations. Planning Assistance tasks include activities associated with the overall operation of the Bissell–Coldwater–Missouri– Meramec watershed facilities with Project Clear enhancements; assisting District planning staff in evaluation alternatives; and preparing preliminary studies identified as a result of the design activities or other planning efforts. 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 FY2016 is $9,399,000, which is $1,286,000 below the $10,685,000 Bissell–Coldwater– Missouri–Meramec budget for FY2016. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. 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 Current MWBE Involvement ABNA Engineering, Inc. 4.00% 2.66% Access Engineering, LLC 2.00% 1.90% Civil Design, Inc. 5.00% 6.67% Engineering Design Source, Inc. N/A 0.31% Gonzalez Companies, LLC 5.00% 5.08% Kaskaskia Engineering Group, LLC 3.00% 1.98% Losli Engineering, LLC N/A 0.73% M3 Engineering Group, PC 4.00% 3.11% Shockey Consulting Services, LLC N/A 0.32% Tech Service, Inc. N/A 0.17% *David Mason & Associates, Inc. 12.00% 3.44% *EFK Moen, LLC 3.79% *Kowelman Engineering, Inc. 3.13% TOTAL 35.00% 33.29% *The percentage of involvement is varied between consulting firms with a total commitment of 12.00%. Percentages include actuals and projections for FY13 through FY16 design projects. N/A – The firm was not included in the MWBE goal in the original proposal. 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 39 AGENDA ITEM NUMBER: 36 - Proposed Ord. No. 14144 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract A (12023) LOCATION: Various sites in 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $64,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: 696 Properties Benefiting: 2,155 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Bissell–Coldwater–Missouri–Meramec Public I/I Reduction (2017) Contract A (12023) 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 (2017) Contract A (12023) is a lump sum cost project for the design of rehabilitating approximately 43,800 feet of 8-inch to 42-inch diameter sanitary and storm sewers and 438 manholes, 636 service lateral connections, and constructing 6 point repairs. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $4,420,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 4 Amount: $80,000 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 $16,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,431 for contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) and Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304). This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 40 AGENDA ITEM NUMBER: 37 - Proposed Ord. No. 14145 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract B (12024) LOCATION: Various sites in 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $128,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: 770 Properties Benefiting: 5,122 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Bissell–Coldwater–Missouri–Meramec Public I/I Reduction (2017) Contract B (12024) 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 (2017) Contract B (12024) is a lump sum cost project for the design of rehabilitating approximately 66,615 feet of 8-inch to 12-inch diameter sanitary sewers and 260 manholes, 626 service lateral connections, and constructing 10 point repairs. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,289,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 5 Amount: $140,000 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 $12,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $10,547 for contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Creve Coeur Creek North East I/I Reduction (Olive Blvd and I-270) (12137) and Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314). This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 41 AGENDA ITEM NUMBER: 38 - Proposed Ord. No. 14146 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract C (12025) LOCATION: Various sites in 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $53,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: 1,959 Properties Benefiting: 5,790 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Bissell–Coldwater–Missouri–Meramec Public I/I Reduction (2017) Contract C (12025) 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 (2017) Contract C (12025) is a lump sum cost project for the design of rehabilitating approximately 37,462 feet of 8-inch to 18-inch diameter sanitary and storm sewers and 179 manholes, 1,083 service lateral connections, and constructing 6 point repairs. This project will alleviate wet weather building backups and overcharged sanitary sewers. Flow metering and monitoring will be required after construction to verify that sanitary sewer overflow BP-091, BP-115, and BP-597 can be removed. The construction cost estimate for this project is $5,282,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 6 Amount: $60,000 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 $7,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,115 for contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125), Retford I/I Reduction (11704), and Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209). This project is expected to be funded by Bond proceeds. 42 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 43 AGENDA ITEM NUMBER: 39 - Proposed Ord. No. 14147 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2017) Contract F (12617) LOCATION: Various sites in 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $51,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: 1,131 Properties Benefiting: 3,215 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Bissell–Coldwater–Missouri–Meramec Public I/I Reduction (2017) Contract F (12617) 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 (2017) Contract F (12617) is a lump sum cost project for the design of rehabilitating approximately 32,194 feet of 8-inch to 72-inch diameter sanitary and storm sewers and 108 manholes, 1,000 service lateral connections, and constructing 0 point repairs. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,000,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 7 Amount: $60,000 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 $9,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $4,686 for contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary study for Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125). This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 44 AGENDA ITEM NUMBER: 40 - Proposed Ord. No. 14148 NAME OF PROJECT: Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) LOCATION: South of I-270 and east of Lindbergh Boulevard in the City of Hazelwood, Missouri TYPE OF PROJECT: Engineering During Construction Services (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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $1,100,000.00 Designer’s Estimate: N/A Total MWBE Participation: 16.73% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 16.01% - MBE Kowelman Engineering, Inc. – 0.72% - WBE Type of Contract: Lump Sum Properties Affected: 3 Properties Benefiting: 21,000 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for construction phase services on the Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) is a lump sum cost project for construction phase services on the Tank C wet weather storage facility. This project provides for the elimination of eight (8) constructed SSOs (BP-091, BP- 115, BP-119, BP-141, BP-144, BP-473, BP-526 & BP-527) after the future Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726) and Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724) projects are constructed and post construction monitoring. The construction cost estimate for this project is $25,000,000. Construction is anticipated to begin in FY2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvem ent Program Budget Year: FY2016, Pg. 14 Amount: $1,200,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project was designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is $100,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $129,611 for contingencies. 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. 45 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13502 – Amount: $2,400,000 – AMEC Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment – Original Appropriation to Project No. 11726 46 AGENDA ITEM NUMBER: 41 - Proposed Ord. No. 14149 NAME OF PROJECT: Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125) LOCATION: South of Interstate 70 and east of Lindbergh Boulevard in the Cities of St. Ann, Bridgeton, Overland, Edmundson, and Breckenridge Hills, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Storm 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $3,100,000.00 Designer’s Estimate: N/A Total MWBE Participation: 23.78% (MWBE Goal is 20%) Civil Design, Inc. – 8.83% - WBE David Mason & Associates, Inc. (African American) – 10.97% - MBE EFK Moen, LLC – 2.99% - WBE Kaskaskia Engineering Group, LLC – 0.99% - WBE Type of Contract: Lump Sum Properties Affected: 1,900 Properties Benefiting: 5,400 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125) project as part of the W atershed Consultant services for all projects included in the Bissell–Coldwater– Missouri–Meramec Sanitary System Improvements (11144) project. Coldwater Southwest Subwatershed I/I Reduction (St. Charles Rock Rd and Ashby Rd) (12125) is a lump sum cost project for the design of approximately 3,296 feet of 12- inch to 15-inch diameter storm sewers, and performing private I/I reduction on approximately 1,896 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $3,327,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 15 Amount: $3,100,000 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 $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. 47 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 48 AGENDA ITEM NUMBER: 42 - Proposed Ord. No. 14150 NAME OF PROJECT: Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) LOCATION: South of Lindbergh Boulevard and east of Concord Lane in 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $278,000.00 Designer’s Estimate: N/A Total MWBE Participation: 53.28% (MWBE Goal is 20%) Access Engineering, LLC – 43.89% - WBE Civil Design, Inc. – 9.39% - WBE Type of Contract: Lump Sum Properties Affected: 116 Properties Benefiting: 630 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) is a lump sum cost project for the design of private I/I reduction on approximately 85 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $184,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 17 Amount: $280,000 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 $2,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $19,497 for contingencies. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 49 AGENDA ITEM NUMBER: 43 - Proposed Ord. No. 14151 NAME OF PROJECT: FF-18 Villa Dorado – Lackland – Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) LOCATION: South of Adie Road and west of Schuetz Road in the City of Maryland Heights, 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $550,000.00 Designer’s Estimate: N/A Total MWBE Participation: 23.40% (MWBE Goal is 20%) Kowelman Engineering, Inc. – 17.60% - WBE M3 Engineering Group, PC (African American) – 5.80% - MBE Type of Contract: Lump Sum Properties Affected: 15 Properties Benefiting: 4,300 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the FF-18 Villa Dorado – Lackland – Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri– Meramec Sanitary System Improvements (11144) project. FF-18 Villa Dorado – Lackland – Page Sanitary Relief (Adie Rd to Villa Dorado Dr) (10018) is a lump sum cost project for the design of approximately 5,280 feet of 8-inch to 30-inch diameter sanitary sewers and appurtenances. This project will alleviate wet weather building backups and overcharged sanitary sewers and elimination of one (1) constructed SSO (BP-087). The construction cost estimate for this project is $3,100,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 32 Amount: $600,000 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 $50,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $90,000 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. 50 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 51 AGENDA ITEM NUMBER: 44 - Proposed Ord. No. 14152 NAME OF PROJECT: Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) LOCATION: South of Lindbergh Boulevard and west of Tesson Ferry Road in unincorporated St. Louis County, 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $550,000.00 Designer’s Estimate: N/A Total MWBE Participation: 59.48% (MWBE Goal is 20%) Civil Design, Inc. – 9.10% - WBE EFK Moen, LLC – 2.83% - WBE Gonzalez Companies, LLC (Hispanic) – 25.83% - MBE Kaskaskia Engineering Group, LLC – 1.16% - WBE M3 Engineering Group, PC (African American) – 20.56% - MBE Type of Contract: Lump Sum Properties Affected: 58 Properties Benefiting: 1,523 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri– Meramec Sanitary System Improvements (11144) project. Helta, Sappington, and Gregory Court I/I Reduction (Sappington Rd and I-270) (12304) is a lump sum cost project for the design of approximately 295 feet of 8-inch diameter sanitary sewers, and performing private I/I reduction on approximately 58 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $276,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 48 Amount: $560,000 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 $10,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $9,000 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. 52 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 53 AGENDA ITEM NUMBER: 45 - Proposed Ord. No. 14153 NAME OF PROJECT: Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314) LOCATION: North of Ferguson Avenue and east of West Florissant Avenue in the Cities of Ferguson and Dellwood 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $395,000.00 Designer’s Estimate: N/A Total MWBE Participation: 60.09% (MWBE Goal is 20%) Civil Design, Inc. – 9.20% - WBE Gonzalez Companies, LLC (Hispanic) – 50.89% - MBE Type of Contract: Lump Sum Properties Affected: 120 Properties Benefiting: 1,110 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Kappel (Partial) I/I Reduction (Exuma Dr and Glen Owen Dr) (12314) is a lump sum cost project for the design of private I/I reduction on approximately 118 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $194,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 50 Amount: $475,000 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 $80,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $27,719 for contingencies. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 54 AGENDA ITEM NUMBER: 46 - Proposed Ord. No. 14154 NAME OF PROJECT: Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) LOCATION: South of Interstate 70 and west of North Hanley Road in the City of Bel-Ridge 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: AMEC Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $130,000.00 Designer’s Estimate: N/A Total MWBE Participation: 62.49% (MWBE Goal is 20%) Access Engineering, LLC – 52.95% - WBE Civil Design, Inc. – 9.54% - WBE Type of Contract: Lump Sum Properties Affected: 26 Properties Benefiting: 348 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with AMEC Foster Wheeler Environmental & Infrastructure, Inc. for the design of the Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Springdale I/I Reduction (Rolling Dr and Smithfield Pl) (12209) is a lump sum cost project for the design of private I/I reduction on approximately 26 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $82,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 76 Amount: $130,000 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 $10,671 for contingencies. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 55 AGENDA ITEM NUMBER: 47 - Proposed Ord. No. 14155 NAME OF PROJECT: Deer Creek Sanitary System Improvements (11110) LOCATION: Deer Creek Watershed TYPE OF PROJECT: Design (016.0 Professional 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: Parsons Water & Infrastructure, Inc. 400 Woods Mill Road South, Suite 330 Chesterfield, MO 63017 Corporate Headquarters – Pasadena, CA Number of proposers: N/A Appropriation Amount: $600,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 0.00% (32.87% Overall – See Additional Comments) (MWBE Goal is 20%) Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Deer Creek Sanitary System Improvements (11110) project. The preliminary construction cost estimate for the entire Deer Creek Sanitary System Improvements program is $420 million. The estimated design contract range for the entire program contract is between $30 to $38 million. This year’s (FY2016) authorization includes fees for project management services for FY2016, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, planning support, and special services. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 27 Amount: $150,000 FY2016, Pg. 28 $600,000 $750,000 Fund Name: #6660 – Sanitary Replacement Fund $150,000 #1101 – General Fund $450,000 Additional Comments: This appropriation of $600,000 for the Deer Creek Sanitary System Improvements (11110) project for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016 includes $450,000 for non-capital costs and $150,000 for capital costs. The appropriation for design services is $150,000 below the proposed funding in the CIP Budget Supplement. The non-capital costs include $402,766 for the cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016 and $47,234 in contingency. Capital costs include $50,000 for special services; $50,000 for Building Information Modeling (BIM) on the Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) project; and $50,000 contingency for additional storm sewer design for private I/I removal. The capital portion of this project is expected to be funded by Bond proceeds. 56 Future appropriations will be required annually to continue managing work order tasks for this contract. The Deer Creek Sanitary System Improvements (11110) cost plus and lump sum fee work order tasks for expenses from September 2015 through approximately September 2016 include the following: Non-Capital Costs Project Management $402,766.00 Contingency $ 47,234.00 Total Non-Capital Costs $450,000.00 Capital Costs Special Services $ 50,000.00 Building Information Modeling (BIM) $ 50,000.00 Additional Storm Sewer Design Contingency $ 50,000.00 Total Capital Costs $150,000.00 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 website, managing sub-consultants and other various project management tasks. Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations. 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 Deer Creek Watershed Consultant for FY2016 is $600,000 which is $150,000 below the $750,000 budget for FY2016. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. The total project MWBE commitment of 25% 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 Current MWBE Involvement 7NT Enterprises, LLC N/A 5.55% ABNA Engineering, Inc. 3.00% 1.30% Civil Design, Inc. 6.00% 7.41% David Mason & Associates, Inc. 5.00% 4.12% Engineering Design Source, Inc. 6.00% 5.43% Intelligent Design & Construction Solutions N/A 0.68% Losli Engineering, LLC N/A 0.11% M3 Engineering Group, P.C. 2.50% 2.58% Tech Service, Inc. 2.00% 2.76% Tes Tech, Inc. N/A 2.59% Vector Communications 0.50% 0.34% TOTAL 25.00% 32.87% N/A – The firm was not included in the MWBE goal in the original proposal. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Original Design Contract No. 10733 08/09/12 – Ord. No. 13444 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment 08/08/13 – Ord. No. 13676 – Amount: $3,000,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment 02/12/15 – Ord. No. 14037 – Amount: $850,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment 57 AGENDA ITEM NUMBER: 48 - Proposed Ord. No. 14156 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 (016.1 Professional 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $3,955,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.00% (29.79% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 3.53% - MBE Civil Design, Inc. – 6.96% - WBE David Mason & Associates, Inc. (African American) – 7.52% - MBE Engineering Design Source, Inc. (Asian American) – 1.36% - MBE ERM Technologies, Inc. (African American) – 2.15% - MBE Gonzalez Companies, LLC (Hispanic) – 2.49% - MBE Losli Engineering, LLC – 0.23% - WBE M3 Engineering Group, PC (African American) – 1.94% - MBE Pangea Engineering and Surveying, LLC (Hispanic) – 0.30% - MBE Sabur Surveying, Inc. (African American) – 0.00% - MBE TREKK Design Group – 1.47% - WBE Tech Service, Inc. (African American) – 0.59% - MBE The Vandiver Group – 0.46% - W BE 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 $40 and $50 million. This year’s (FY2016) authorization includes fees for project management services for FY2016, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. 58 Specific project lump sum design appropriations totaling $9,933,402.00 in design costs and $1,542,598.00 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 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) $ 8,046,000 Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg (12075) $ 511,000 Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) $ 210,000 DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997) $ 305,000 Deer Creek Public I/I Reduction (2017) Contract A (12036) $ 7,594,000 Deer Creek Public I/I Reduction (2017) Contract B (12037) $ 6,655,000 Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer Rd) (11996) $ 201,000 Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) $ 53,000,000 Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994) $ 366,000 Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) $ 858,000 Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) $ 455,000 Lemay Public I/I Reduction (2017) Contract A (12048) $ 5,645,000 Lemay Public I/I Reduction (2017) Contract B (12049) $ 6,982,000 Lemay Public I/I Reduction (2017) Contract C (12050) $ 5,521,000 Lemay Public I/I Reduction (2017) Contract D (12038) $ 5,279,000 Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) $ 130,000 Union Creek I/I Reduction (I-55 Between S Lindbergh Blvd and Buckley Rd) (12240) $ 238,000 University City Sanitary Storage Facility (Hafner Court) (11992) $ 36,000,000 Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd And Watson Rd) (12253) $ 1,425,000 Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677) $ 833,000 Total $213,254,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 58 Amount: $4,750,000 FY2016, Pg. 59 $ 760,000 $5,510,000 Fund Name: #6660 – Sanitary Replacement Fund $3,094,000 #1101 – General Fund $ 861,000 Additional Comments: This appropriation of $3,955,000 for the Lemay Sanitary System Improvements (11145) project for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016 includes $861,000 for non- capital costs and $3,094,000 for capital costs. The appropriation for design services is $1,555,000 below the proposed funding in the CIP Budget Supplement. The non-capital costs include $799,365 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016; and $61,635 in contingency. Capital costs include $200,000 for special services; $500,000 for modeling and planning assistance for the District (including for preliminary studies); $320,000 for assistance with enforcement activities for private I/I removal (PIR); $1,500,000 for additional design efforts for private inflow removal anticipated during 2016; $74,000 for additional public involvement efforts for Project Clear in FY2016; and $500,000 contingency for additional storm sewer design for private I/I removal. The capital portion of this project is expected to be funded by Bond proceeds. Management costs were increased due to requirements to manage eight projects in the Deer Creek watershed that were added to the Lemay Sanitary System Improvements program. 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 September 2015 through approximately September 2016 include the following: Non-Capital Costs Project Management Tasks $799,365.00 Contingency $ 61,635.00 Total Non-Capital Costs $861,000.00 59 Capital Costs Public Involvement $ 74,000.00 Special Services $ 200,000.00 Modeling/Planning Assistance $ 500,000.00 PIR Enforcement Assistance $ 320,000.00 Private I/I Contingency for FY16 $1,500,000.00 Additional Storm Sewer Design Contingency $ 500,000.00 Total Capital Costs $3,094,000.00 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. Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, and confirming field features. Modeling and Planning Assistance tasks include modeling activities associated with the overall operation of the Lemay watershed facilities with Project Clear enhancements; assisting District planning staff in evaluating alternatives; and preparing preliminary studies identified as a result of the design activities or other planning efforts. 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 Lemay Sanitary System Improvements Watershed Consultant for FY2016 is $15,431,000 which is $2,243,000 below the $17,674,000 budget for FY2016. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. 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 Current MWBE Involvement ABNA Engineering, Inc. 3.00% 2.16% Civil Design, Inc. 2.00% 5.93% David Mason & Associates, Inc. 10.00% 7.47% Engineering Design Source, Inc. N/A 0.56% ERM Technologies, Inc. N/A 0.64 Gonzalez Companies, LLC 4.00% 3.41% Losli Engineering, LLC N/A 2.14% M3 Engineering Group, P.C. 1.00% 1.26% Pangea Engineering & Surveying 3.00% 1.07% Sabur Surveying, Inc. * 0.00% TREKK Design Group 3.00% 3.99% Tech Service, Inc. 3.00% 0.66% The Vandiver Group * 0.50% TOTAL 29.00% 29.79% *The percentage of involvement is varied. Percentages include actuals and projections for FY13 through FY16 design projects. N/A – The firm was not included in the MWBE goal in the original proposal. Overall 8.0% was to be the participation level for “others uncommitted”. 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 60 AGENDA ITEM NUMBER: 49 - Proposed Ord. No. 14157 NAME OF PROJECT: 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) LOCATION: South of Page Avenue and east of Pennsylvania Avenue in the City of University City, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $851,000.00 Designer’s Estimate: N/A Total MWBE Participation: 19.53% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 6.28% - MBE David Mason & Associates, Inc. (African American) – 12.96% - MBE The Vandiver Group – 0.29% - WBE Type of Contract: Lump Sum Properties Affected: 1,200 Properties Benefiting: 2,860 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. 82nd Street to I-170 Sanitary Relief (UR-08, UR-09) (11993) is a lump sum cost project for the design of approximately 5,810 feet of 15-inch to 30-inch diameter sanitary sewers and appurtenances. This project will remove sanitary flow from a surcharged combined sewer system to assist in the eventual removal of four (4) constructed SSOs (BP-412, BP-454, BP-457 & BP-458). The construction cost estimate for this project is $8,046,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 1 Amount: $855,000 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 $4,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $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. 61 Geotechnical services were previously contracted for in FY2015 so that the project could meet the Master Plan schedule. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 62 AGENDA ITEM NUMBER: 50 - Proposed Ord. No. 14158 NAME OF PROJECT: Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) LOCATION: North of Weber Road and east of Gravois Road in the City of St. Louis and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $564,000.00 Designer’s Estimate: N/A Total MWBE Participation: 47.78% (MWBE Goal is 20%) Civil Design, Inc. – 9.80% - WBE David Mason & Associates, Inc. (African American) – 37.55% - MBE The Vandiver Group – 0.43% - W BE Type of Contract: Lump Sum Properties Affected: 275 Properties Benefiting: 1,400 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) is a lump sum cost project for the design of private I/I reduction on approximately 121 properties, and performing I/I inspections on 1,265 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $511,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 2 Amount: $565,000 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 $1,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 for construction phase services. These services include review of shop drawings and submittals, and responding to design questions and changes during construction. This project is expected to be funded by Bond proceeds. 63 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 64 AGENDA ITEM NUMBER: 51 - Proposed Ord. No. 14159 NAME OF PROJECT: Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) LOCATION: South of Weber Road and east of Interstate 55 in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $603,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.84% (MWBE Goal is 20%) Civil Design, Inc. – 8.24% - WBE David Mason & Associates, Inc. (African American) – 27.20% - MBE The Vandiver Group – 0.40% - W BE Type of Contract: Lump Sum Properties Affected: 310 Properties Benefiting: 1,064 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078) is a lump sum cost project for the design of private I/I reduction on approximately 220 properties, and performing I/I inspections on 813 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $210,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 3 Amount: $610,000 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 $7,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 for construction phase services. These services include review of shop drawings and submittals, and responding to design questions and changes during construction. This project is expected to be funded by Bond proceeds. 65 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 66 AGENDA ITEM NUMBER: 52 - Proposed Ord. No. 14160 NAME OF PROJECT: DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997) LOCATION: North of Interstate 64 and east of Spoede Road in the Cities of Creve Coeur, Frontenac, and Ladue, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $310,000.00 Designer’s Estimate: N/A Total MWBE Participation: 91.25% (MWBE Goal is 20%) Civil Design, Inc. – 91.25% - WBE Type of Contract: Lump Sum Properties Affected: 117 Properties Benefiting: 594 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997) is a lump sum cost project for the design of private I/I reduction on approximately 30 properties, and performing I/I inspections on 564 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $305,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 24 Amount: $320,000 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 $10,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 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. 67 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 68 AGENDA ITEM NUMBER: 53 - Proposed Ord. No. 14161 NAME OF PROJECT: Deer Creek Public I/I Reduction (2017) Contract A (12036) LOCATION: Various locations in the Cities of Creve Coeur, Des Peres, Frontenac, Huntleigh, Kirkwood, and Ladue, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $170,000.00 Designer’s Estimate: N/A Total MWBE Participation: 6.06% (MWBE Goal is 20%) Engineering Design Source, Inc. (Asian American) – 6.06% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Deer Creek Public I/I Reduction (2017) Contract A (12036) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Deer Creek Public I/I Reduction (2017) Contract A (12036) is a lump sum cost project for the design of rehabilitating approximately 68,200 feet of sanitary sewers and 1,050 feet of storm sewers, rehabilitating 467 manholes and 1,390 sewer connections, and 20 point repairs. The evaluation of 40,000 feet of CCTV sanitary sewer inspection and preparation of recommendations is included in the design scope. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $7,594,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 25 Amount: $170,000 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. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer) (11996), Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677), and DC-09 West I/I Reduction (S Lindbergh Blvd and Ladue Rd) (11997). This project is expected to be funded by Bond proceeds. 69 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 70 AGENDA ITEM NUMBER: 54 - Proposed Ord. No. 14162 NAME O F PROJECT: Deer Creek Public I/I Reduction (2017) Contract B (12037) LOCATION: Various locations in the Cities of Frontenac, Huntleigh, Kirkwood, Ladue, and Warson Woods, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $101,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Deer Creek Public I/I Reduction (2017) Contract B (12037) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Deer Creek Public I/I Reduction (2017) Contract B (12037) is a lump sum cost project for the design of rehabilitating approximately 61,190 feet of sanitary sewers and 180 feet of storm sewers, rehabilitating 523 manholes and 1,050 sewer connections, and 10 point repairs. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,655,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 26 Amount: $150,000 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 $49,000 below the proposed funding presented in the CIP Budget Supplement. The scope of design services was reduced after the evaluation and preparation of recommendations for 35,000 feet of CCTV sewer inspection was completed in-house by the Planning group. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994), and Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995). This project is expected to be funded by Bond proceeds. 71 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 72 AGENDA ITEM NUMBER: 55 - Proposed Ord. No. 14163 NAME OF PROJECT: Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer Rd) (11996) LOCATION: North of Dougherty Ferry Road and west of N Geyer Road in the Cities of Des Peres and Kirkwood, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $485,000.00 Designer’s Estimate: N/A Total MWBE Participation: 55.73% (MWBE Goal is 20%) Civil Design, Inc. – 9.11% - WBE David Mason & Associates, Inc. (African American) – 46.62% - MBE Type of Contract: Lump Sum Properties Affected: 52 Properties Benefiting: 1,446 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer Rd) (11996) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Fawn Valley, Pioneer Park, Westchester I/I Reduction (Manchester Rd W of N Geyer Rd) (11996) is a lump sum cost project for the design of private I/I reduction on approximately 30 properties, and performing I/I inspections on 1,416 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $201,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 31 Amount: $530,000 Fund Name: #6660 – Sanitary Replacement Fund Ad ditional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is $45,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 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. 73 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 74 AGENDA ITEM NUMBER: 56 - Proposed Ord. No. 14164 NAME OF PROJECT: Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) LOCATION: South of Pardee Road and east of Watson Road in the City of Crestwood, Missouri TYPE OF PROJECT: Pre-design of Sanitary Storage Facilities (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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $1,148,000.00 Designer’s Estimate: N/A Total MWBE Participation: 31.69% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 7.31% - MBE ERM Technologies, Inc. (African American) – 5.39% - MBE M3 Engineering Group, PC (African American) – 18.99% - MBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: Gravois Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) is a lump sum cost project for the pre-design of approximately 676 feet of 30-inch to 54-inch diameter sanitary sewers, 762 feet of 30inch diameter force main, sanitary storage tank facilities, and appurtenances. This project will remove sanitary flow from a surcharged combined sewer system to assist in the eventual removal of two (2) constructed SSOs (BP-588 & BP-599). The construction cost estimate for this project is $53,000,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 46 Amount: $1,500,000 Fund Name: #6660 – Sanitary Replacement Fund 75 Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. Funding originally appropriated for the Gravois trunk Whitecliff Park to RDP Sanitary Relief Phase VI (SKME-521) (11766) project was transferred to this project after it was determined to be necessary to construct a storage tank instead of a trunk relief sewer. The appropriation for design services is $352,000 below the proposed funding presented in the CIP Budget Supplement. Geotechnical services were previously contracted for in FY2015 so that the project could meet the Master Plan schedule. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13687 – Amount: $1,810,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment – Original Appropriation to Project No. 11766. 76 AGENDA ITEM NUMBER: 57 - Proposed Ord. No. 14165 NAME OF PROJECT: Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994) LOCATION: South of Litzsinger Road and west of South McKnight Road in the Cities of Frontenac, Huntleigh, Kirkwood, Ladue, and Warson Woods, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $324,000.00 Designer’s Estimate: N/A Total MWBE Participation: 91.53% (MWBE Goal is 20%) Civil Design, Inc. – 42.36% - WBE Engineering Design Source, Inc. (Asian American) – 49.17% - MBE Type of Contract: Lump Sum Properties Affected: 97 Properties Benefiting: 549 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Huntleigh Manor, Old Warson, Timberwyck I/I Reduction (S Lindbergh Blvd South of Litzsinger Rd) (11994) is a lump sum cost project for the design of private I/I reduction on approximately 97 properties, and performing I/I inspections on 486 additional properties. This project will alleviate wet weather building back ups and overcharged sanitary sewers. The construction cost estimate for this project is $366,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 49 Amount: $300,000 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 $24,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 for construction phase services. 77 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. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 78 AGENDA ITEM NUMBER: 58 - Proposed Ord. No. 14166 NAME OF PROJECT: Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) LOCATION: North of Interstate 44 and east of Interstate 270 in the Cities of Kirkwood and Oakland, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $780,000.00 Designer’s Estimate: N/A Total MWBE Participation: 13.08% (MWBE Goal is 20%) Civil Design, Inc. – 8.18% - WBE David Mason & Associates, Inc. (African American) – 3.38% - MBE Tech Service, Inc. (African American) – 1.21% - MBE The Vandiver Group – 0.31 - WBE Type of Contract: Lump Sum Properties Affected: 184 Properties Benefiting: 1,930 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) is a lump sum cost project for the design of approximately 494 feet of 12-inch diameter storm sewers, performing private I/I reduction on approximately 112 properties, and performing I/I inspections on 1,818 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $858,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 51 Amount: $780,000 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 $35,000 for construction phase services. 79 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. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 80 AGENDA ITEM NUMBER: 59- Proposed Ord. No. 14167 NAME OF PROJECT: Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) LOCATION: West of North Woodlawn Avenue and near Manchester Road in the Cities of Huntleigh and Kirkwood, 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $528,000.00 Designer’s Estimate: N/A Total MWBE Participation: 10.31% (MWBE Goal is 20%) Civil Design, Inc. – 10.31% - WBE Type of Contract: Lump Sum Properties Affected: 92 Properties Benefiting: 1,302 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Kirkwood Middle School, Simmons, Wilson, W Sarah I/I Reduction (Manchester Rd and Kirkwood Rd) (11995) is a lump sum cost project for the design of performing private I/I reduction on approximately 91 properties, and performing I/I inspections on 1,211 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $455,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 52 Amount: $560,000 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 $32,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 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. 81 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 82 AGENDA ITEM NUMBER: 60 - Proposed Ord. No. 14168 NAME OF PROJECT: Lemay Public I/I Reduction (2017) Contract A (12048) LOCATION: East of Interstate 270 and south of Manchester Road in various Cities in St. Louis County 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $93,000.00 Designer’s Estimate: N/A Total MWBE Participation: 91.23% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 91.23% - MBE 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 #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Lemay Public I/I Reduction (2017) Contract A (12048) 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 (2017) Contract A (12048) is a lump sum cost project for the design of rehabilitating approximately 53,864 feet of sanitary sewers, rehabilitating 285 manholes, and 1,336 sewer connections. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,645,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 53 Amount: $100,000 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 $7,000 below the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) and Apple Orchard – Singerson – Bayless Place I/I Reduction (Lemay Ferry Rd and Bayless Ave) (12078). This project is expected to be funded by Bond proceeds. 83 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 84 AGENDA ITEM NUMBER: 61 - Proposed Ord. No. 14169 NAME OF PROJECT: Lemay Public I/I Reduction (2017) Contract B (12049) LOCATION: East of Interstate 270 and south of Manchester Road in various Cities in St. Louis County 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $78,000.00 Designer’s Estimate: N/A Total MWBE Participation: 89.49% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 89.49% - MBE 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 #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Lemay Public I/I Reduction (2017) Contract B (12049) 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 (2017) Contract B (12049) is a lump sum cost project for the design of rehabilitating approximately 63,740 feet of sanitary sewers, rehabilitating 434 manholes, and 957 sewer connections. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,982,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 54 Amount: $90,000 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 $12,000 below the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary study for Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317). This project is expected to be funded by Bond proceeds. 85 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 86 AGENDA ITEM NUMBER: 62 - Proposed Ord. No. 14170 NAME OF PROJECT: Lemay Public I/I Reduction (2017) Contract C (12050) LOCATION: East of Interstate 270 and south of Manchester Road in various Cities in St. Louis County 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $80,000.00 Designer’s Estimate: N/A Total MWBE Participation: 89.66% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 89.66% - MBE 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 #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Lemay Public I/I Reduction (2017) Contract C (12050) 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 (2017) Contract C (12050) is a lump sum cost project for the design of rehabilitating approximately 43,830 feet of sanitary sewers, rehabilitating 314 manholes, and 1,155 sewer connections. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,521,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 55 Amount: $90,000 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 $10,000 below the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) and Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253). This project is expected to be funded by Bond proceeds. 87 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 88 AGENDA ITEM NUMBER: 63 - Proposed Ord. No. 14171 NAME OF PROJECT: Lemay Public I/I Reduction (2017) Contract D (12038) LOCATION: East of Interstate 270 and south of Manchester Road in various Cities in St. Louis County 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $76,000.00 Designer’s Estimate: N/A Total MWBE Participation: 87,09% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 87.09% - MBE 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 #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Lemay Public I/I Reduction (2017) Contract D (12038) 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 (2017) Contract D (12038) is a lum p sum cost project for the design of rehabilitating approximately 54,500 feet of sanitary and storm sewers, rehabilitating 486 manholes, and 680 sewer connections. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,279,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 56 Amount: $130,000 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 $54,000 below the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary study for Union Creek I/I Reduction (I-55 Between S Lindbergh Blvd and Buckley Rd) (12240). This project is expected to be funded by Bond proceeds. 89 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 90 AGENDA ITEM NUMBER: 64 - Proposed Ord. No. 14172 NAME OF PROJECT: Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) LOCATION: North of Reavis Barracks Road and east of Mackenzie Road in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $482,000.00 Designer’s Estimate: N/A Total MWBE Participation: 46.90% (MWBE Goal is 20%) Civil Design, Inc. – 9.56% - WBE TREKK Design Group – 36.84% - WBE The Vandiver Group – 0.50% - WBE Type of Contract: Lump Sum Properties Affected: 180 Properties Benefiting: 960 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Reavsdale I/I Reduction (Mackenzie Rd and Reavis Barracks Rd) (12420) is a lump sum cost project for the design of private I/I reduction on approximately 155 properties, and performing I/I inspections on 801 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $130,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 75 Amount: $485,000 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 $3,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 for construction phase services. These services include review of shop drawings and submittals, and responding to design questions and changes during construction. This project is expected to be funded by Bond proceeds. 91 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 92 AGENDA ITEM NUMBER: 65 - Proposed Ord. No. 14173 NAME OF PROJECT: Union Creek I/I Reduction (I-55 Between S Lindbergh Blvd and Buckley Rd) (12240) LOCATION: North of Lindbergh Boulevard and west of Lemay Ferry Road in the City of Green Park and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $562,000.00 Designer’s Estimate: N/A Total MWBE Participation: 10.87% (MWBE Goal is 20%) Civil Design, Inc. – 10.44% - WBE The Vandiver Group – 0.43% - W BE Type of Contract: Lump Sum Properties Affected: 310 Properties Benefiting: 1,550 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Union Creek I/I Reduction (I-55 between S Lindbergh Blvd and Buckley Rd) (12240) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Union Creek I/I Reduction (I-55 between S Lindbergh Blvd and Buckley Rd) (12240) is a lump sum cost project for the design of private I/I reduction on approximately 60 properties, and performing I/I inspections on 1,459 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $238,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 79 Amount: $565,000 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 $3,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,000 for construction phase services. These services include review of shop drawings and submittals, and responding to design questions and changes during construction. This project is expected to be funded by Bond proceeds. 93 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 94 AGENDA ITEM NUMBER: 66 - Proposed Ord. No. 14174 NAME OF PROJECT: University City Sanitary Storage Facility (Hafner Ct) (11992) LOCAT ION: North of Olive Boulevard and east of Woodson Road in the City of University City, Missouri TYPE OF PROJECT: Design of Sanitary Sewer Storage Facility (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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $3,096,000.00 Designer’s Estimate: N/A Total MWBE Participation: 10.00% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 2.94% - MBE ERM Technologies, Inc. (African American) – 6.97% - MBE The Vandiver Group – 0.09% - WBE 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 #11003 with Burns & McDonnell Engineering Company, Inc. for the design of University City Sanitary Storage Facility (Hafner Ct) (11992) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. This is the second and final year of a two-year design. University City Sanitary Storage Facility (Hafner Ct) (11992) is a lump sum cost project for the design for approximately 6.65 million gallons of sanitary storage during wet weather events. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $36,000,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 80 Amount: $3,100,000 Fund Name: #6660 – Sanitary Replacement Fund 95 Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. Pre-design services previously performed during FY2015 included obtaining preliminary geotechnical information, hydraulic modeling, and pre-design of the storage tunnel and associated dropshafts and connecting sewers. The appropriation for design services is $4,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $500,000 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. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, Radar Rainfall Data, and General Services Surveying. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13922 – Amount: $1,166,000 – Burns & McDonnell Engineering Co. – Contract No. 11003 – Amendment – Original Appropriation to Project No. 11992 96 AGENDA ITEM NUMBER: 67 - Proposed Ord. No. 14175 NAME OF PROJECT: Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253) LOCATION: North of Rock Hill Road and west of Elm Avenue in the City of Marlborough and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $843,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.61% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 19.95% - MBE Civil Design, Inc. – 7.61% - WBE Pangea Engineering and Surveying, LLC (Hispanic) – 4.38% - MBE Tech Service, Inc. (African American) – 3.38% - MBE The Vandiver Group – 0.29 - WBE Type of Contract: Lump Sum Properties Affected: 200 Properties Benefiting: 1,765 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Valcour and Burlington RR Sanitary Relief and I/I Reduction (Valcour Rd and Watson Rd) (12253) is a lump sum cost project for the design of approximately 1,800 feet of 12-inch diameter sanitary sewers, performing private I/I reduction on approximately 75 properties, and performing I/I inspections on 1,690 additional properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,425,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 81 Amount: $994,000 Fund Name: #6660 – Sanitary Replacement Fund 97 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 $151,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $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. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 98 AGENDA ITEM NUMBER: 68 - Proposed Ord. No. 14176 NAME OF PROJECT: Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677) LOCATION: North of Interstate 44 and east of South Kirkwood Road in the Cities of Webster Groves and Glendale, Missouri TYPE OF PROJECT: Design of Sanitary Sewers and Sewer Rehabilitation (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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $302,000.00 Designer’s Estimate: N/A Total MWBE Participation: 90.27% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 77.03% - MBE Tech Service, Inc. (African American) – 12.34% - MBE The Vandiver Group – 0.90 - W BE Type of Contract: Lump Sum Properties Affected: 47 Properties Benefiting: 6,700 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Webster Groves Trunk E Sanitary Rehabilitation and I/I Reduction Phase III (11677) is a lump sum cost project for the design of approximately 2,000 feet of 8-inch diameter sanitary sewers. This project will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $833,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 82 Amount: $270,000 Fund Name: #6660 – Sanitary Replacement Fund 99 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 $32,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $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. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 100 AGENDA ITEM NUMBER: 69 - Proposed Ord. No. 14177 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 (016.1 Professional 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: $712,000.00 Designer’s Estimate: N/A Total MWBE Participation: 21.13% (23.43% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 7.76% - MBE ARC – 0.0% - WBE Civil Design, Inc. – 1.57% - WBE David Mason & Associates, Inc. (African American) – 2.62% - MBE Engineering Design Source, Inc. (Asian American) – 2.35% - MBE Intelligent Design & Construction Solutions – 2.68% - WBE Kowelman Engineering, Inc. – 0.33% - WBE Losli Engineering, LLC – 2.34% - WBE M3 Engineering Group, PC (African American) – 0.85% - MBE Tech Service, Inc. (African American) – 0.63% - MBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: The entire 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 (FY2016) authorization includes fees for project management services for FY2016, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. Specific project lump sum and cost plus design appropriations totaling $10,478,750 in design costs and $911,250 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: 101 Project Name Estimated Construction Cost Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimin. (12619) $ 816,000 Lemay WWTP Secondary Improvements (11649) $ 0 LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) $666,000,000 LMRDP CSO Storage Tunnel North Consolidation Sewers (11959) $ 2,000,000 LMRDP CSO Storage Tunnel South Consolidation Sewers (11958) $ 8,000,000 LMRDP Tunnel Dewatering Pump Station (11816) $ 45,000,000 Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr (11656) $ 81,200,000 Total $803,016,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 65 Amount: $270,000 FY2016, Pg. 66 $527,000 $797,000 Fund Name: #1101 – General Fund $492,000.00 #6660 – Sanitary Replacement Fund $220,000.00 Additional Comments: This appropriation of $712,000 for the Lower & Middle RDP CSO Controls System Improvements (11109) project for cost plus work order tasks to manage the multi-year contract in FY2016 includes $492,000 for non- capital costs and $220,000 for capital costs. The appropriation for design services is $85,000 below the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $455,700 for cost plus work order tasks to manage the multi-year contract in FY16; and $36,300 in contingency. Capital costs include $40,000 for specialty services; $150,000 for planning assistance for the District; and $30,000 for preliminary studies. The capital portion of this project is expected to be funded by Bond proceeds. 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 FY2016 include the following: Non-Capital Costs Project Management (Work Order 1) $455,700.00 Contingency $ 36,300.00 Total Non-Capital Cost $492,000.00 Capital Costs Modeling support/miscellaneous planning studies/P6 support $150,000.00 Special Services (Work Order 4) $ 40,000.00 Preliminary Studies for Design (Work Order 5) $ 30,000.00 Total Capital Cost $220,000.00 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. Work Order No. 4 is for special services such as determining sewer connectivity, locating manholes, and confirming field features. Work Order No. 5 is for preparing preliminary studies for projects which are identified as a result of the design activities, or for work associated with additional planning effort as required for regulatory projects within this project area. The total appropriation for design services for the Lower & Middle RDP Controls System Improvements Watershed Consultant for FY2016 is $12,102,000, which is $90,000 below the $12,192,000 budget for FY2016. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. 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. 102 MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement ABNA Engineering, Inc. 8.00% 7.30% ARC * 0.02% Civil Design, Inc. * 1.44% David Mason & Associates, Inc. * 2.64% Engineering Design Source, Inc. * 1.04% IDCS, LLC * 2.50% Kowelman Engineering, Inc. * 5.17% Losli Engineering, LLC * 1.09% M3 Engineering Group, PC * 1.70% Tech Service, Inc. * 0.53% TOTAL 22.00% 23.43% *There is a commitment for 14.00% MWBE participation between these 9 firms. 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 103 AGENDA ITEM NUMBER: 70 - Proposed Ord. No. 14178 NAME OF PROJECT: Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimination (12619) LOCATION: North of Interstate 55 and west of River Des Peres Boulevard in the City of St. Louis, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary and Storm 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: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $245,000.00 Designer’s Estimate: N/A Total MWBE Participation: 94.47% (MWBE Goal is 20%) Civil Design, Inc. – 94.47% - WBE Type of Contract: Lump Sum Properties Affected: 184 Properties Benefiting: 203 Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimination (12619) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. Hamburg Ave to Al Claire Dr to Webmore Dr CSO L-181 (I-032) Elimination (12619) is a lump sum cost project for the design of approximately 32 lineal feet of 15-inch diameter storm sewers, performing private I/I reduction on approximately 139 properties, performing I/I inspections on 139 properties, and rehabilitating approximately 6,550 feet of sanitary and storm sewers, 33 manholes, and 142 sewer connections. This project will alleviate wet weather building backups and overcharged sanitary sewers, and provide for the elimination of CSO L-181 after construction and post construction monitoring. The construction cost estimate for this project is $816,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 47 Amount: $245,000 Fund Name: #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 $30,000 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. An additional contingency of $27,000 is also included for additional design that may be required after private inflow investigations. This project is expected to be funded by Bond proceeds. 104 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 105 AGENDA ITEM NUMBER: 71 - Proposed Ord. No. 14179 NAME OF PROJECT: Lemay WWTP Secondary Improvements (11649) LOCATION: Lemay Wastewater Treatment Plant, north of Hoffmeister Avenue and east of South Broadway in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Performance of Lemay Plant Stress Test (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?: Authorizes professional services for operational study 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: $506,000.00 Designer’s Estimate: N/A Total MWBE Participation: 17.74% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 17.74% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The entire Lemay Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. to perform the stress test of the Lemay WWTP Secondary Improvements (11649) in accordance with the Consent Decree, Long Term Control Plan, and the approved Post-Construction Monitoring Plan. This is the second year of a two-year effort. The first year (FY15) involved preparation and approval of the stress test plan; the second year (FY16) will include performing field work for the stress test and reporting the results. Results of the stress test are due to EPA by 400 days after achievement of full operation of the treatment plant upgrades. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 60 Amount: $510,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This appropriation includes funding to design flow metering improvements at the Lemay WWTP prior to the stress test, to conduct the stress test of the Lemay WWTP, perform QA/QC of data collected, analyze data, and prepare draft and final reports of stress test results. The appropriation for design services is $4,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes a $249,920 contingency due to the fact that the test protocol has not yet been developed or approved by EPA and MDNR, and the scope could change significantly. For example, twice as many test runs might be required as were anticipated in the development of the fee proposal. This project is expected to be funded by Bond proceeds. 106 Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13929 – Amount: $170,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11649 107 AGENDA ITEM NUMBER: 72 - Proposed Ord. No. 14180 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: $8,075,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.18% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 10.62% - MBE Engineering Design Source, Inc. (Asian American) – 3.36% - MBE Intelligent Design & Construction Solutions, LLC – 2.33% - WBE Kowelman Engineering, Inc. – 0.47% - WBE Losli Engineering, LLC – 2.78% - WBE M3 Engineering Group, PC (African American) – 0.62% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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 second year of a multi-year design. The project includes design of approximately 9 miles of approximately 30-foot diameter CSO storage tunnel. The construction cost estimate for this project is $666,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 61 Amount: $8,075,000 Fund Name: #6660 – Sanitary Replacement Fund 108 Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. Previously, the design was split into two projects, known concisely as the North Drive (11819) and the South Drive (11820). During design, the decision was made to construct the tunnel in one drive instead of two. The two projects have been combined into this one project, No. 11820, which was renamed to reflect the full tunnel length from Broadway to the mouth of the RDP Tubes at Macklind. Design services in FY2016 include surveying services in support of geotechnical investigations, completing subsurface investigations, environmental investigations, and public involvement activities. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. This appropriation includes $287,000 for 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. An additional contingency of $63,000 is included for this plan. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. 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) 109 AGENDA ITEM NUMBER: 73 - Proposed Ord. No. 14181 NAME OF PROJECT: LMRDP CSO Storage Tunnel North Consolidation Sewers (11959) LOCATION: River Des Peres from RDP Park to the mouth of the RDP Tubes at the Macklind Pump Station in the City of St. Louis, Missouri TYPE OF PROJECT: Design of Combined Sewers (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: $81,000.00 Designer’s Estimate: N/A Total MWBE Participation: 83.36% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 49.56% - MBE Tech Service, Inc. (African American) – 33.80% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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 North Consolidation Sewers (11959) 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 second year of a three-year design. Pre-design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. The construction cost estimate for this project is $2,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 62 Amount: $81,000 Fund Name: #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. An appropriation for construction phase services will not be requested until 2026 when construction is funded. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. 110 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. 13931 – Amount: $284,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11959 111 AGENDA ITEM NUMBER: 74 - Proposed Ord. No. 14182 NAME OF PROJECT: LMRDP CSO Storage Tunnel South Consolidation Sewers (11958) LOCATION: River Des Peres from RDP Park to the Lemay Wastewater Treatment Plant in the City of St. Louis and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Combined Sewers (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: $223,000.00 Designer’s Estimate: N/A Total MWBE Participation: 46.15% (MWBE Goal is 20%) Losli Engineering, LLC – 22.19% - WBE Tech Service, Inc. (African American) – 23.96% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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 South Consolidation Sewers (11958) 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 second year of a three-year design. Pre-design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. The construction cost estimate for this project is $8,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 63 Amount: $223,000 Fund Name: #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 a $10,000 contingency for possible environmental investigations that may be required during geotechnical investigations. An appropriation for construction phase services will not be requested until 2026 when construction is funded. This project is expected to be funded by Bond proceeds. 112 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. 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. 13933 – Amount: $199,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11958 113 AGENDA ITEM NUMBER: 75 - Proposed Ord. No. 14183 NAME OF PROJECT: LMRDP Tunnel Dewatering Pump Station (11816) LOCATION: MSD Property next to the Lemay Wastewater Treatment Plant (former Defense Mapping site) in the City of St. Louis and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of a Pump Station (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: $2,049,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.58% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 14.69% - MBE Intelligent Design & Construction Solutions, LLC – 5.89% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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 Tunnel Dewatering Pump Station (11816) 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 second year of a multi-year design. Pre-design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. The purpose of this project is to design a pump station to pump stored combined sewer flows from the deep storage tunnel system under the River Des Peres to either high-rate clarification facility or the Lemay Treatment Plant. The construction cost estimate for this project is $45,000,000. Construction is anticipated to begin in FY2024. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 64 Amount: $2,050,000 Fund Name: #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 $1,000 below the proposed funding presented in the CIP Budget Supplement. This project is expected to be funded by Bond proceeds. 114 Contracted planning resources utilized: Watershed Facility Planning, Modeling, and Radar Rainfall Data. 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. 13934 – Amount: $1,774,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11816 115 AGENDA ITEM NUMBER: 76 - Proposed Ord. No. 14184 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: $211,000.00 Designer’s Estimate: N/A Total MWBE Participation: 5.19% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 2.04% - MBE Civil Design, Inc. – 3.15% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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. The purpose of this project is to control combined sewer overflows at CSO BP-051 and BP-052. Flow studies and pre-design for the Maline Creek CSO 051 Treatment Facility (11655) project and this project indicated that it would be possible to eliminate the need for clarification facilities (Project No. 11655). This appropriation is for the first year of post-design services during construction of a storage facility and a dewatering pumping station. The construction cost estimate for this project is $81,200,000. Construction is anticipated to begin in FY2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 68 Amount: $211,000 Fund Name: #6660 – Sanitary Replacement Fund 116 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. Post-design services include review of contractor’s submittals and requests for information, review of proposed design changes or questions, operation and maintenance manuals, as-built survey and drawings, and geotechnical mapping of actual ground conditions encountered during construction. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. 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 – Amendment to Project No. 11656 08/05/14 – Ord. No. 13935 – Amount: $2,772,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11656 117 AGENDA ITEM NUMBER: 77 - Proposed Ord. No. 14185 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 Professional 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: $900,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (35.78% Overall – See Additional Comments) (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 0.00% - MBE Applied Science, Inc. – 0.00% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Intelligent Design & Construction Services – 0.00% - WBE Kowelman Engineering, Inc. – 0.00% - WBE M3 Engineering Group, PC (African American) – 0.00% - MBE 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 enter into 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 (FY2016) authorization includes fees for project management services for FY2016, coordination 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 $5,277,900 in design costs and $322,100 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: 118 Project Name Estimated Construction Cost DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) $ 30,000,000 Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) $170,000,000 RDP Tributaries (Deer Creek) CSO Tunnel (12441) $ 0 Total $200,000,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 72 Amount: $400,000 FY2016, Pg. 73 $500,000 $900,000 Fund Name: #6660 – Sanitary Replacement Fund $400,000 #1101 – General Fund $500,000 Additional Comments: This appropriation of $900,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project includes $500,000 for non-capital costs and $400,000 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 $436,625 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2016; $32,144 in contingency; and $31,231 for additional public involvement efforts for Project Clear in FY2016. Capital costs include $200,000 for preliminary studies; $100,000 for special services; and $100,000 for planning 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 RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) cost plus and lump sum fee work order tasks for expenses from September 2015 through approximately September 2016 include the following: Non-Capital Costs Project Management Tasks $436,625.00 Additional Public Involvement Efforts $ 31,231.00 Contingency $ 32,144.00 Total Non-Capital Costs $500,000.00 Capital Costs Preliminary Studies $200,000.00 Special Services $100,000.00 Planning Assistance $100,000.00 Total Capital Cost $400,000.00 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. Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations. Planning Assistance tasks include activities associated with the overall operation of the Deer Creek – Meramec – River Des Peres watershed facilities with Project Clear enhancements; assisting District planning staff in evaluation 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 RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2016 is $6,500,000 which is equal to the $6,500,000 budget for FY2016. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. 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 Current MWBE Involvement 119 7NT Enterprises, LLC 20.00%* 15.34% Applied Science, Inc. 1.46% Engineering Design Source, Inc. 6.06% Intelligent Design & Construction Services 0.00% Kowelman Engineering, Inc. 3.62% M3 Engineering Group, P.C. 9.30% TOTAL 20.00% 35.78% *There is a commitment for 20.00% MWBE participation between the six listed consulting firms. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13969 – Amount: $600,000 – HDR Engineering, Inc. – Original Design Contract No. 20202 120 AGENDA ITEM NUMBER: 78 - Proposed Ord. No. 14186 NAME OF PROJECT: DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) LOCATION: North and south of Manchester Road and west of Laclede Station Road in the Cities of Brentwood, Ladue, Rock Hill, and Webster Groves, Missouri TYPE OF PROJECT: Design (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: 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: $1,600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 67.72% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 3.60% - MBE Engineering Design Source, Inc. (Asian American) – 34.21% - MBE M3 Engineering Group, PC (African American) – 29.91% - MBE Type of Contract: Lump Sum Properties Affected: 125 Properties Benefiting: 17,120 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) 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. DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) is a lump sum cost project for the predesign of approximately 12,730 feet of 8-inch to 54-inch diameter sanitary sewers and appurtenances. This project will provide for the elimination of seven (7) constructed SSOs (BP-591, BP-155, BP-170, BP- 348, BP-349, BP-198 & BP-545) and alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $30,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 23 Amount: $1,500,000 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 $100,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $125,072 for contingencies. This project is expected to be funded by Bond proceeds. 121 Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 122 AGENDA ITEM NUMBER: 79 - Proposed Ord. No. 14187 NAME OF PROJECT: Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) LOCATION: South of Baumgartner Road at Lemay Ferry to the Fenton WWTF in the Cities of Fenton and Sunset Hills, and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Pre-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: $3,500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 33.91% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 26.39% - MBE Applied Science, Inc. – 4.47% - WBE Kowelman Engineering, Inc. – 3.05% - WBE Type of Contract: Lump Sum Properties Affected: 65 Properties Benefiting: Meramec Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 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. Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) is a lump sum cost project for the predesign of approximately 35,700 feet of 96-inch diameter sanitary sewer conveyance tunnel and appurtenances. This project will eliminate the interim Fenton WWTF and several pump stations including Sub 7 Master Lift. The construction cost estimate for this project is $170,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 67 Amount: $3,500,000 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 $141,337 for contingencies. This project is expected to be funded by Bond proceeds. 123 Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13970 – Amount: $3,600,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment – Original Appropriation to Project No. 11746 124 AGENDA ITEM NUMBER: 80 - Proposed Ord. No. 14188 NAME OF PROJECT: RDP Tributaries (Deer Creek) CSO Tunnel (12441) LOCATION: North of Interstate 44 and east of Lindbergh Blvd. in various municipalities and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Planning Assistance for Predesign of the Deer Creek 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: 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: $500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.26% (No MWBE Goal) Engineering Design Source, Inc. (Asian American) – 15.18% - MBE M3 Engineering Group, PC (African American) – 24.08% - MBE Type of Contract: Cost Plus Properties Affected: 65 Properties Benefiting: Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the RDP Tributaries (Deer Creek) CSO Tunnel (12441) 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. RDP Tributaries (Deer Creek) CSO Tunnel (12441) is a cost plus project to provide planning assistance for evaluating alternatives to consolidate and eliminate 28 CSOs in preparation for predesign of approximately 20,000 feet of 20-foot diameter CSO storage tunnel and appurtenances. The construction cost estimate for the CSO storage tunnel will be determined as part of this project. Construction is anticipated to begin in FY2024. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 74 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund 125 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. Partial funding is from the Upper RDP (University City) CSO Storage Tunnel (12440), which is being postponed to concentrate on this more critical and time sensitive project. The appropriation for design services is $100,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $55,691 for contingencies. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Stormwater Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, Radar Rainfall Data, and General Services Surveying. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13971 – Amount: $600,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment – Original Appropriation to Project No. 12441 AGENDA ITEM NUMBER: 81 - Proposed Ord. No. 14189 126 NAME OF PROJECT: Private Inflow/Infiltration Public Engagement Program 2013 (11699) LOCATION: District-wide TYPE OF PROJECT: Public education, outreach, and engagement that is required for the capital program and to support provisions of the EPA-MSD Consent Decree (016.1 Professional Services) DEPARTMENT REQUESTING ACTION: Office of the Executive Director – Division of Public Information REQUESTED ACTION: Why is this action necessary?: As part of its Consent Decree with the United States Environmental Protection Agency (EPA), MSD is required to undertake several initiatives. The success of these initiatives, in whole or part, will be dependent upon public education, outreach, and engagement. Additionally, as MSD raises rates over the next several years to pay for the Consent Decree’s requirements, it is critical that customers clearly understand why their rates are increasing and how those monies are spent. What does action accomplish?: Appropriates additional funds and authorizes the District to amend the existing contract with StandPoint Public Affairs for regulatory related public education, outreach, and engagement and other related activities. This ordinance authorizes the amendment to allow for one (1) additional option year. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: StandPoint Public Affairs 2857 Eads Avenue St. Louis, MO 63104 Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $ 565,000 Designer’s Estimate: N/A Total MWBE Participation: 41.421% (MWBE Goal is 30.00%) StratCommRX – 26.55% - WBE Hudson & Associates (African American) – 9.56% - MBE Shockey Consulting – 5.31% - WBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2016, Pg. 70 Amount: $565,000 Fund Name: #1101 – General Fund Additional Comments: On April 27, 2012, an agreement between MSD and EPA was finalized by the United States Court for the Eastern District of Missouri (Eastern Division). The agreement, called a Consent Decree, calls for MSD to spend $4.7 billion over 23 years to address sewer overflows and other related issues that were the basis for a lawsuit that EPA and the State of Missouri filed against MSD in June 2007. 127 Included in the Consent Decree are a series of required activities and programs that address wastewater issues throughout MSD’s collection and treatment system. As several of these activities/programs require individual customers to take actions at their homes or properties, and adopt new community-wide practices for the mitigation of stormwater’s impact on the wastewater system, public education, outreach, and engagement are critical to achieving the goals of the agreement. Furthermore, as MSD rates increase in the coming years, the agency’s customers have a right and expectation to understand why their rates are increasing and how the dollars are spent. Outside of area-wide communications that are necessary to educate the public about the Consent Decree, the Stormwater Disconnection (Inflow & Infiltration) and Rainscaping (Green Infrastructure) aspects of the agreement will require one-on-one interactions with tens of thousands of customers over the coming months and years. These interactions will call upon customers to improve their individual properties and/or adopt rainscaping practices. If these actions are not undertaken by large segments of MSD’s customer base, the goals of the Consent Decree cannot be achieved. MSD does not currently have the staffing levels to perform the level of public engagement necessitated by the Consent Decree. (Evaluation of current and future staffing levels has begun and is ongoing. The addition of one position for the Division of Public Information was part of the FY2015 Operating budget. Another position will be added in FY2016. Future staff additions are being evaluated). Accordingly, MSD issued Request for Proposal (RFP) 2398 in 2012, which solicited proposals to perform the required education, outreach, and engagement. Specifically, the RFP called for these services in support of four areas: • Public understanding of the Consent Decree and its impact on individual customers and or St. Louis community. • Stormwater Disconnection Program: Stormwater rapidly flows into sewers via roof drain downspouts, foundation drains, storm drain cross-connections, and through holes in manhole covers. Groundwater seeps into sewer pipes through holes, cracks, joint failures, and faulty connections. MSD is developing a program to eliminate the impact of private sources of stormwater on surcharging sewer systems, and, secondarily, to eliminate the impact these flows have on regular operations of the collection system and treatment facilities. • Rainscaping Program: Refers to practices or facilities that reduce the volume, rate, or pollutant load of stormwater runoff before it goes into the sewer system and/or area waterways. This is accomplished by capturing stormwater and diverting it to where it can be detained, infiltrated into the ground, evaporated, taken up by plants, and/or reused. Per Chapter 12 and Appendix Q of its Combined Sewer Overflow Long-Term Control Plan and the Consent Decree with EPA, MSD will spend $100 million over 23 years on rainscaping (green infrastructure) to help abate overflows and alleviate basement backups in the combined sewer system.; • Project Outreach: As MSD spends $4.7 billion over the next 23 years, customers will begin to see more and more work in their local neighborhoods. From stormwater disconnections, to the rehabilitation of aging sewers, to the expansion of undersized sewers, to the construction of storage tanks and deep tunnels, MSD’s work over the next several decades focuses on the needs of our entire sewer system and will, to some degree, impact our entire community. Accordingly, MSD needs to increase its public activities relative to projects so that customers are partners in project plans and they understand how these activities will impact their day-to-day lives once a project comes to their neighborhood or street. This ordinance allows for an additional one (1) year extension of an existing contract that originally called for two (2) contract option years with StandPoint Public Affairs – i.e., this ordinance will authorize a third and final contract option year, for a total of four (4) years of services. An RFP will be issued in the third quarter of FY2016 for additional years of these services. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/2014 - Ordinance No. 13936: Amount: $709,000 - Contract Amendment 08/08/2013 - Ordinance No. 13702: Amount: $789,000 - Contract Amendment 08/09/2012 - Ordinance No. 13437: Amount: $500,000 - Original Contract AGENDA ITEM NUMBER: 82 - Proposed Ord. No. 14190 128 NAME OF PROJECT: Banking and Safekeeping Services LOCATION: District Wide TYPE OF PROJECT: District Banking Services DEPARTMENT REQUESTING ACTION: Office of Secretary Treasurer REQUESTED ACTION: Approval to enter into agreement with US Bank of banking services Why is this action necessary?: This ordinance is needed to authorize a new contract with US Bank. The contract will be a two year contract with three one year options, not to exceed five years. What does action accomplish?: This ordinance allows US Bank to provide banking services at a guaranteed price for a minimum of two years. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: $80,000 (budget) MBE/WBE Participation: Plan Approval Date: N/A Type of Contract: Unit Price Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Secretary-Treasurer Budget Year: 2016 Amount: $80,000 (budget) Fund Name: Additional Comments: Bank of America’s current contract expired on June 30, 2015. Bank of America presented the District with a proposed increase in net service fees that would have been implemented with the 7/1/15 12- month contract extension. In lieu of this proposed increase, MSD went out to bid for banking services and US Bank provided the best proposal for the District. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 06/18/2015 Res. No. 3222 Exercise six-month option renewal with Bank of America 05/08/2014 Res. No. 3146: Exercise one-year option renewal with Bank of America 05/09/2013 Res. No. 3089: Exercise one-year option renewal with Bank of America 06/14/2012 Ord. No. 13405: Contract Authorization with Bank of America AGENDA ITEM NUMBER: 83 - Proposed Ord. No. 14191 129 NAME OF PROJECT: Contract for Investment Management Services LOCATION: District Wide TYPE OF PROJECT: Administrative Support – Investment and Debt Management DEPARTMENT REQUESTING ACTION: Secretary-Treasurer REQUESTED ACTION: Approval to enter into agreement with Prudent Man Advisors, Inc. (PMA) for Investment Management Services. Why is this action necessary? The District retains an Investment Manager to provide investment management advice for funds not immediately needed by the District. This ordinance will be a two year contract with three one year options, not to exceed five years. What does action accomplish? The existing contract expired June 30, 2015. This ordinance allows PMA to provide continuity of investment management services SUMMARY EXPLANATION/BACKGROUND: Contractor: NA Previous District Contract: PFM Consultants: Prudent Man Advisors, Inc. (PMA) Agency: Not Applicable 2135 CityGate Lane, 7th Floor Naperville, IL 60563 Number of bidders: Not Applicable Low Bid Not Applicable High Bid: Not Applicable Appropriation Amount: $None District Estimate: $140,000 . MBE/WBE Participation: NA Plan Approval Date: Not Applicable Type of Contract: Assets Under Management (AUM) Properties Affected: Not Applicable Properties Benefiting: All Designed by: Not Applicable FUNDING/COST SUMMARY: Budgeted: Yes Budget Year: 2016 Amount: $140,000 Fund Name: Additional Comments PFM’s contract expired on 6/30/2015. The district submitted an RFP for investment management services in which four managers responded. Prudent Man Advisor’s, Inc. (PMA) provided the best proposal to the District. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/10/2014 - Contract Change Order - District revises scope of work pertaining to investment management services to included short-term operating funds 07/08/2010 Ord. No 13113 – District enters into agreement with Public Financial Management (PFM) for Investment Management Services. AGENDA ITEM NUMBER: 87- Resolution No. 3224 NAME OF PROJECT Information Technology Managed Services 130 LOCATION District-wide TYPE OF PROJECT Information Technology Support Services DEPARTMENT REQUESTING ACTION Information Systems REQUESTED ACTION Why is this action necessary?: The District’s second year of the current contract with Connectria Corp. for information technology managed services will expire on July 31, 2015. What does action accomplish?: Connectria Corp. provides 24x7x365 monitoring and operation of the District’s AIX & Windows server, storage, tape management and UPS mission critical computing environments. This action renews the current agreement for a third and final one-year term at the same annual fee. SUMMARY EXPLANATION/BACKGROUND Contractor: Connectria Corporation Previous District Contract Yes 10845 Olive Blvd, Ste 300 St. Louis, MO 63141 Consultant N/A Agency N/A Number of proposers N/A Low Bid: N/A High Bid Appropriation Amount: N/A Designer’s Estimate N/A MBE/WBE Participation 0% (no goals) Type of Contract N/A Properties Affected N/A Properties Benefiting N/A FUNDING/COST SUMMARY: Budgeted Information Systems Operating Budget Budget Year FY2016 Amount $326,185.00 Fund Name General Fund Additional Comments: This resolution will allow the District to exercise its renewal option with Connectria Corporation for remote monitoring, management and administration of the District’s technology infrastructure environment. This infrastructure hosts business applications that are considered mission critical in service delivery to the District’s stakeholders as well in meeting Consent Decree requirements PREVIOUS BOARD ACTION RELATED TO THIS ACTION 07/10/2014 – Resolution No. 3164: Information Technology Managed Services 07/11/2013 – Ordinance No. 13641: Information Technology Managed Services AGENDA ITEM NUMBER: 89 - Resolution No. 3225 NAME OF PROJECT: Gilmore & Bell Resolution – Reimbursement Funding 131 LOCATION: District Wide TYPE OF PROJECT: District SRF DEPARTMENT REQUESTING ACTION: Office of Secretary Treasurer REQUESTED ACTION: Resolution to preserve the right of the District to be reimbursed for project costs from tax-exempt bond issue. Why is this action necessary?: This resolution is needed because the United States Treasury Department requires that the District state its intent to reimburse itself for said project costs with the proceeds of tax-exempt bonds. What does action accomplish?: This resolution preserves the right of the District to be reimbursed for project costs from a $75 million SRF loan approved by the State of Missouri. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Secretary-Treasurer Budget Year: N/A Amount: N/A Fund Name: Additional Comments: In June of 2015 the State of Missouri and the Missouri Department of Natural Resources approved a $75 million SRF loan to the District however the loan will not be consummated by the State prior to June 30, 2015. Gilmore & Bell suggest a resolution be adopted to make sure the District’s project costs can be reimbursed with funds from an SRF loan that has not been finalized yet. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A AGENDA ITEM NUMBER: 90- Resolution No. 3226 NAME OF PROJECT: Employees’ Pension Plan LOCATION: District-wide 132 TYPE OF PROJECT: Long Term Earnings Rate Assumption DEPARTMENT REQUESTING ACTION: Secretary-Treasurer REQUESTED ACTION: Approval to reduce the Pension long term investment earnings assumption from 7¼% to 7.00% Why is this action necessary? The resolution provides the Board of Trustees approval for the reduction of the long term investment earnings assumption from 7 ¼ to 7.00% for the Employees’ Pension Plan What does action accomplish? This action provides conceptual guidance to staff regarding the asset allocation assumptions associated with a lower projected earnings rate . SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Milliman Actuaries Pavilion Advisory Group Inc. One Financial Plaza 500 W. Madison Street, Suite 2740 501 N. Broadway, suite 550 Chicago, IL 60661 501 N. Broadway, suite 550 St. Louis, MO 63102 Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefitting: N/A Designed by: Milliman Actuaries FUNDING/COST SUMMARY: Budgeted: General Fund Budget Year: FY 2015 Amount: NA Fund Name: N/A Additional Comments: Milliman, the District’s Actuary, with the help of Pavilion, the District’s Pension Consultant determined, that based on factors such as return and liability assumptions that the district should reduce their pension long term earnings assumptions from 71/4 % to 7.00%. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/12/2012 – Res. No. 3030 – Authorizes Pension Investment asset allocation to support projected earnings assumption of 7¼%. 11/08/2007 – Res. No. 2749 - Authorizes Pension Investment asset allocation to support projected earnings assumption of 7½%.