HomeMy Public PortalAbout1534th Board Agenda 7-11-2013 revREVISED PAGES 1, 9-10, 12-13
7/9/13
A G E N D A
1534th MEETING OF THE BOARD OF TRUSTEES
THE METROPOLITAN ST. LOUIS SEWER DISTRICT
July 11, 2013 – 5:00 P.M.
MSD OFFICES
2350 MARKET STREET
ROOM 109
ROLL CALL
1 APPROVAL OF JOURNAL OF PRECEDING MEETING June 13, 2013 (1533rd)
2 COMMENTS BY THE CHAIR
3 REPORT OF BOARD COMMITTEES
4 REPORT OF EXECUTIVE DIRECTOR
5 COMMENTS FROM THE PUBLIC
6 SUBMISSION OF PUBLIC HEARING REPORTS – None
7 COMMUNICATIONS – None
8 CONSENT AGENDA – Item Nos. 9 through 21
2 of 7/11/13
Ordinances
9 Adoption of proposed Ord. No. 13629 appropriating $1,600,000.00 from the General Fund to be
used for project costs for wastewater treatment plant construction in Coldwater Creek WWTP
Digester Clean-Out (11117) in Unincorporated St. Louis County, Missouri; and authorizing the
Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer
District to enter into Contract No. 20036 with Synagro Technologies, Inc. for the aforesaid
construction. (Intro. 6/13/13)
10 Adoption of proposed Ord. No. 13630 appropriating $4,500,000.00 from the Sanitary
Replacement Fund to be used for project costs for the rehabilitation of sanitary sewers in Public
I/I Reduction Rehabilitation (11114), in The Cities of Brentwood, Clayton, Glendale, Hanley Hills,
Ladue, Normandy, Pagedale, Richmond 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. 20018 with SAK Construction, LLC for the
aforesaid sanitary sewer rehabilitation. (Intro. 6/13/13)
11 Adoption of proposed Ord. No. 13631 repealing Ordinance No. 13547, adopted January 10,
2013, and enacting a new Ordinance in lieu thereof, appropriating $410,000.00 from the Sanitary
Replacement Fund to be used for sanitary sewer construction at Tiemann & Nonie Ave. Sanitary
Sewer Replacement (10775), in Unincorporated St. Louis County, Missouri; and authorizing the
Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer
District to enter into Contract No. 11001 with XL Contracting, Inc. for the construction of the
aforesaid sewers. (Intro. 6/13/13)
12 Adoption of proposed Ord. No. 13632 appropriating $4,900,000.00 from the Sanitary
Replacement Fund to be used for project costs for sanitary sewer rehabilitation in Webster
Groves Trunk "E" Sanitary Rehabilitation and I/I Reduction Phase II (10793), in the Cities of
Glendale, Kirkwood, Rock Hill and 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. 20020 with Insituform Technologies USA, LLC for the aforesaid sanitary sewer
rehabilitation. (Intro. 6/13/13)
13 Adoption of proposed Ord. No. 13633 making an appropriation of $100,000.00 from the Sanitary
Replacement Fund for general construction management services for General Services
Agreement - Construction Management (FY2012) (10612) and authorizing the Executive Director
and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into
Amendment No. 2 under Contract No. 10679 with ABNA Engineering, Inc., for the aforesaid
construction management services. (Intro. 6/13/13)
14 Adoption of proposed Ord. No. 13634 making an appropriation of $630,000.00 from the General
Fund for engineering services for Lower & Middle RDP CSO Controls System Improvements
(11109) 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. (Intro. 6/13/13)
3 of 7/11/13
15 Adoption of proposed Ord. No. 13635 making an appropriation of $2,150,000.00 from the
Sanitary Replacement Fund for engineering services for the final design of Jefferson Barracks
Tunnel (Lemay WWTP to Martigney PS) (11711) 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.. (Intro.
6/13/13)
16 Adoption of proposed Ord. No. 13636 making an appropriation of $842,000.00 from the Sanitary
Replacement Fund for engineering services for the design of Lemay No. 3 Pump Station and
Force Main (11817) 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. (Intro. 6/13/13)
17 Adoption of proposed Ord. No. 13637 making an appropriation of $6,000.000.00 from the
Sanitary Replacement Fund for engineering services for the continued pre-design of LMRDP
Storage Tunnel South End (11820) 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. (Intro. 6/13/13)
18 Adoption of proposed Ord. No. 13638 making an appropriation of $415,000.00 from the Sanitary
Replacement Fund for engineering services for the pre design of Maline Creek CSO 052 Storage
Facility (11656) 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. (Intro. 6/13/13)
19 Adoption of proposed Ord. No. 13639 declaring the necessity for the acquisition of easements
and temporary easements in certain real property within The Metropolitan St. Louis Sewer District
for the purpose of construction of sewers and related appurtenances in the project known as
Forestwood Sanitary Relief (SKME-435) – 10142 to serve the needs of residents of the area, and
authorizing the acquisition of said easements and temporary construction easements by
purchase or by the institution of condemnation proceedings. (Intro. 6/13/13)
20 Adoption of proposed Ord. No. 13640 declaring the necessity for the acquisition of easements
and temporary easements in certain real property within The Metropolitan St. Louis Sewer District
for the purpose of construction of sewers and related appurtenances in the project known as GC-
06 Gravois Creek to Briarstone and Gates Sanitary Relief - 10611 to serve the needs of residents
of the area, and authorizing the acquisition of said easements and temporary construction
easements by purchase or by the institution of condemnation proceedings. (Intro. 6/13/13)
21 Adoption of proposed Ord. No. 13641 authorizing 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 managed services for the District. (Intro. 6/13/13)
4 of 7/11/13
UNFINISHED BUSINESS
Ordinances
None
Resolutions
None
5 of 7/11/13
New Business
Agenda Item Number Name Page Number
Ordinances
22 – Proposed Ord. No. 13643 Bissell Service Area Pump Station Power 19
Supply Improvements (11815)
Introduction of proposed Ord. No. 13643 appropriating $2,000,000.00 from the
Sanitary Replacement Fund to be used for project costs for pump station improvements
in Bissell Service Area Pump Station Power Supply Improvements (11815), in The City
of St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer
on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20035
with Schneider Electric Company for the aforesaid pump station improvements.
23 – Proposed Ord. No. 13644 CSO – South County Park Subsystem No. 71 21
Interceptor (I-161) Separation (10430)
Introduction of proposed Ord. No. 13644 appropriating $750,000.00 from the Sanitary
Replacement Fund to be used for project costs for sanitary sewer construction in CSO
– South County Park Subsystem No. 71 Interceptor (I-161) Separation (10430), in
Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and
Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into
Contract No. 20019 with Visu-Sewer of Missouri, LLC for the aforesaid sanitary sewer
construction.
24 – Proposed Ord. No. 13645 Glendale Section D Sanitary Relief Phase IV 23
(SKME-624) I/I Reduction (11122)
Introduction of proposed Ord. No. 13644 appropriating $5,000,000.00 from the Sanitary
Replacement Fund to be used for project costs for public and private I/I removal in
Glendale Section D Sanitary Relief Phase IV (SKME-624) I/I Reduction (11122), in The
Cities of Glendale, Kirkwood, Rock Hill and 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. 20055 with SAK Construction, LLC for the
aforesaid public and private I/I removal.
25 – Proposed Ord. No. 13646 Infrastructure Repairs 25
(Sanitary/Combined – FY2014) (11772)
Introduction of proposed Ord. No. 13646 appropriating $3,200,000.00 from the Sanitary
Replacement Fund and $800,000.00 from the General Fund for Infrastructure Repairs
(Sanitary/Combined - FY2014) (11772) in the City of St. Louis and St. Louis County,
Missouri.
6 of 7/11/13
Agenda Item Number Name Page Number
26 – Proposed Ord. No. 13647 Supplemental Environmental Projects 26
(SEP) Program (11898)
Introduction of proposed Ord. No. 13647 appropriating $500,000.00 from the General
Fund for Supplemental Environmental Projects (SEP) Program (11898) in the City of
St. Louis and St. Louis County, Missouri.
27 – Proposed Ord. No. 13648 Stormwater Infrastructure Repair/Replacement 27
Coldwater Creek OMCI (11841)
Introduction of proposed Ord. No. 13648 making a supplemental appropriation of
$750,000.00 from the Operations, Maintenance, Construction Improvement Fund
of Coldwater Creek to be used for project costs for Stormwater Infrastructure Repair/
Replacement - Coldwater Creek OMCI (11841) at various locations throughout the
Coldwater Creek Subdistrict.
28 – Proposed Ord. No. 13649 Stormwater Infrastructure Repair/Replacement 28
Deer Creek OMCI (11842)
Introduction of proposed Ord. No. 13649 making a supplemental appropriation of
$725,000.00 from the Operations, Maintenance, Construction Improvement Fund
of Deer Creek to be used for project costs for Stormwater Infrastructure Repair/
Replacement - Deer Creek OMCI (11842) at various locations throughout the Deer
Creek Subdistrict.
29 – Proposed Ord. No. 13650 Stormwater Infrastructure Repair/Replacement 29
Gravois Creek OMCI (11843)
Introduction of proposed Ord. No. 13650 making a supplemental appropriation of
$700,000.00 from the Operations, Maintenance, Construction Improvement Fund
of Gravois Creek to be used for project costs for Stormwater Infrastructure Repair/
Replacement - Gravois Creek OMCI (11843) at various locations throughout the
Gravois Creek Subdistrict.
30 – Proposed Ord. No. 13651 CSO – Jefferson Barracks Subsystem No. 72 30
Interceptor (I-122) Separation (10429)
Introduction of proposed Ord. No. 13651 appropriating $2,500,000.00 from the Sanitary
Replacement Fund to be used for project costs for sanitary sewer construction in CSO –
Jefferson Barracks Subsystem No. 72 Interceptor (I-122) Separation (10429),
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. 20052 with Fred M. Luth & Sons, Inc. for the aforesaid sanitary sewer
construction.
7 of 7/11/13
Agenda Item Number Name Page Number
31 – Proposed Ord. No. 13652 Infrastructure Repairs (Rehabilitation) 32
(FY2013) Contract A (11706)
Introduction of proposed Ord. No. 13652 appropriating $5,000,000.00 from the Sanitary
Replacement Fund to be used for project costs for the rehabilitation of sanitary sewers
in Infrastructure Repairs (Rehabilitation) (FY2013) Contract A (11706), in Unincorporated
St. Louis County and the City of St. Louis, Missouri; and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to enter into Contract No. 20015 with SAK Construction, LLC for the aforesaid sanitary
sewer rehabilitation.
32 – Proposed Ord. No. 13653 Infrastructure Repairs (Rehabilitation) 33
(FY2013) Contract B (11845)
Introduction of proposed Ord. No. 13653 appropriating $7,000.000.00 from the Sanitary
Replacement Fund to be used for project costs for the rehabilitation of sanitary sewers
in Infrastructure Repairs (Rehabilitation) (FY2013) Contract B (11845) in The District
Boundaries 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. 20058 with Insituform Technologies USA, LLC for the rehabilitation of the
aforesaid sanitary sewers.
33 – Proposed Ord. No. 13654 Bissell – Coldwater – Missouri – Meramec 34
Sanitary System Improvements (11144)
Introduction of proposed Ord. No. 13654 making an appropriation of $3,100,000.00
from the General Fund for engineering services for the design of Bissell-Coldwater-
Missouri-Meramec Sanitary System Improvements (11144) and authorizing the
Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis
Sewer District to amend Contract No. 11011 with AMEC Environment & Infrastructure,
Inc., for the aforesaid engineering services.
34 – Proposed Ord. No. 13655 Bissell – Coldwater – Missouri – Meramec Public 37
I/I Reduction (2016) Contract A (11923)
Introduction of proposed Ord. No. 13655 making an appropriation of $38,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Bissell-Coldwater-Missouri-Meramec Public I/I Reduction (2016) Contract A (11923)
and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC
Environment & Infrastructure, Inc., for the aforesaid engineering services.
8 of 7/11/13
Agenda Item Number Name Page Number
35 – Proposed Ord. No. 13656 Bissell – Coldwater – Missouri – Meramec Public 39
I/I Reduction (2016) Contract B (11924)
Introduction of proposed Ord. No. 13656 making an appropriation of $47,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Bissell-Coldwater-Missouri-Meramec Public I/I Reduction (2016) Contract B (11924)
and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC
Environment & Infrastructure, Inc., for the aforesaid engineering services.
36 – Proposed Ord. No. 13657 Bissell – Coldwater – Missouri – Meramec Public 41
I/I Reduction (2016) Contract C (11925)
Introduction of proposed Ord. No. 13657 making an appropriation of $46,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Bissell-Coldwater-Missouri-Meramec Public I/I Reduction (2016) Contract C (11925)
and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC
Environment & Infrastructure, Inc., for the aforesaid engineering services.
37 – Proposed Ord. No. 13658 Bissell – Coldwater – Missouri – Meramec Public 43
I/I Reduction (2016) Contract D (11926)
Introduction of proposed Ord. No. 13658 making an appropriation of $85,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Bissell-Coldwater-Missouri-Meramec Public I/I Reduction (2016) Contract D (11926)
and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC
Environment & Infrastructure, Inc., for the aforesaid engineering services.
38 – Proposed Ord. No. 13659 Bissell Point I/I Reduction (BP-619) 45
(Valley Dr) (11686)
Introduction of proposed Ord. No. 13659 making an appropriation of $403,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686) and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
39 – Proposed Ord. No. 13660 Caulks Creek Trunk Sewer (SKME-011) 47
Phase I (11720)
Introduction of proposed Ord. No. 13660 making an appropriation of $1,051,000.00
from the Sanitary Replacement Fund for engineering services for the design of Caulks
Creek Trunk Sewer (SKME-011) Phase I (11720) and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
9 of 7/11/13
REVISED 7/8/13
Agenda Item Number Name Page Number
40 – Proposed Ord. No. 13661 Dixie I/I Reduction (11738) 49
Introduction of proposed Ord. No. 13661 making an appropriation of $1,030,000.00
from the Sanitary Replacement Fund for engineering services for the design of Dixie
I/I Reduction (11738) and authorizing the Executive Director and Secretary-Treasurer
on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011
with AMEC Environment & Infrastructure, Inc., for the aforesaid engineering services.
41 – Proposed Ord. No. 13662 Duchesne and Gott I/I Reduction (11739) 51
Introduction of proposed Ord. No. 13662 making an appropriation of $351,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Duchesne and Gott I/I Reduction (11739) and authorizing the Executive Director
and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to
amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
42 – Proposed Ord. No. 13663 Florissant I/I Reduction (11748) 53
Introduction of proposed Ord. No. 13663 making an appropriation of $962,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Florissant I/I
Reduction (11748) and authorizing the Executive Director and Secretary-Treasurer on
behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with
AMEC Environment & Infrastructure, Inc., for the aforesaid engineering services.
43 – Proposed Ord. No. 13664 Florissant Public I/I Reduction (11932) 55
Introduction of proposed Ord. No. 13664 making an appropriation of $30,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Florissant
Public I/I Reduction (11932) and authorizing the Executive Director and Secretary-
Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract
No. 11011 with AMEC Environment & Infrastructure, Inc., for the aforesaid engineering
services.
44 – Proposed Ord. No. 13665 Forest Brook Sanitary Relief (SKME-003 and 57
SKME-016) Rehabilitation & I/I Reduction (10456)
Introduction of proposed Ord. No. 13665 making an appropriation of $358,000.00
from the Sanitary Replacement Fund for engineering services for the design of Forest
Brook Sanitary Relief (SKME-003 and SKME-016) Rehabilitation & I/I Reduction (10456)
and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to amend Contract No. 11011 with AMEC
Environment & Infrastructure, Inc., for the aforesaid engineering services.
10 of 7/11/13
REVISED 7/8/13
Agenda Item Number Name Page Number
45 – Proposed Ord. No. 13666 Grand Glaize Trunk Sanitary Relief I/I Reduction 59
(SKME-417) (11765)
Introduction of proposed Ord. No. 13666 making an appropriation of $127,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Grand Glaize
Trunk Sanitary Relief I/I Reduction (SKME-417) (11765) and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
46 – Proposed Ord. No. 13667 Isabelle I/I Reduction (11710) 61
Introduction of proposed Ord. No. 13667 making an appropriation of $180,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Isabelle I/I
Reduction (11710) and authorizing the Executive Director and Secretary-Treasurer on
behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with
AMEC Environment & Infrastructure, Inc., for the aforesaid engineering services.
47 – Proposed Ord. No. 13668 Lower Meramec Watershed I/I Removal (11650) 63
Introduction of proposed Ord. No. 13668 making an appropriation of $24,000.00
from the Sanitary Replacement Fund for engineering services for the design of Lower
Meramec Watershed I/I Removal (11650) and authorizing the Executive Director and
Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend
Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the aforesaid
engineering services.
48 – Proposed Ord. No. 13669 Lynkirk Study Area I/I Reduction (11651) 65
Introduction of proposed Ord. No. 13669 making an appropriation of $74,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Lynkirk Study Area I/I Reduction (11651) and authorizing the Executive Director
and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc.,
for the aforesaid engineering services.
49 – Proposed Ord. No. 13670 Newcastle I/I Reduction (11664) 67
Introduction of proposed Ord. No. 13670 making an appropriation of $180,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Newcastle I/I
Reduction (11664) and authorizing the Executive Director and Secretary-Treasurer on
behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with
AMEC Environment & Infrastructure, Inc., for the aforesaid engineering services.
11 of 7/11/13
Agenda Item Number Name Page Number
50 – Proposed Ord. No. 13671 North Baden Creek I/I Reduction (BP-532) 69
(Winchester Dr) (11693)
Introduction of proposed Ord. No. 13671 making an appropriation of $382,000.00 from
the Sanitary Replacement Fund for engineering services for the design of North Baden
Creek I/I Reduction (BP-532) (Winchester Dr) (11693) and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District
to amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
51 – Proposed Ord. No. 13672 Paddock Creek I/I Reduction (Private) (11696) 71
Introduction of proposed Ord. No. 13672 making an appropriation of $1,424,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Paddock Creek I/I Reduction (Private) (11696) and authorizing the Executive Director
and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to
amend Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the
aforesaid engineering services.
52 – Proposed Ord. No. 13673 Selvidge Area I/I Reduction (11665) 73
Introduction of proposed Ord. No. 13673 making an appropriation of $59,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Selvidge
Area I/I Reduction (11665) and authorizing the Executive Director and Secretary-
Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract
No. 11011 with AMEC Environment & Infrastructure, Inc., for the aforesaid engineering
services.
53 – Proposed Ord. No. 13674 Sub-Trunk #2 Lateral Sanitary Relief (11668) 75
Introduction of proposed Ord. No. 13674 making an appropriation of $337,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Sub-Trunk #2
Lateral Sanitary Relief (11668) and authorizing the Executive Director and Secretary-
Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract
No. 11011 with AMEC Environment & Infrastructure, Inc., for the aforesaid engineering
services.
54 – Proposed Ord. No. 13675 Upper Coldwater Section D I/I Reduction (11681) 77
Introduction of proposed Ord. No. 13675 making an appropriation of $447,000.00
from the Sanitary Replacement Fund for engineering services for the design of Upper
Coldwater Section D I/I Reduction (11681) and authorizing the Executive Director and
Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend
Contract No. 11011 with AMEC Environment & Infrastructure, Inc., for the aforesaid
engineering services.
12 of 7/11/13
REVISED 7/8/13
Agenda Item Number Name Page Number
55 – Proposed Ord. No. 13676 Deer Creek Sanitary System Improvements (11110) 79
Introduction of proposed Ord. No. 13676 making an appropriation of $3,000,000.00
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.
56 – Proposed Ord. No. 13677 Ballas Road Subtrunk South I/I Reduction (11682) 82
Introduction of proposed Ord. No. 13677 making an appropriation of $654,000.00
from the Sanitary Replacement Fund for engineering services for the design of Ballas
Road Subtrunk South I/I Reduction (11682) 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.
57 – Proposed Ord. No. 13678 Ballas Road Subtrunk South Public I/I Reduction 84
(11934)
Introduction of proposed Ord. No. 13678 making an appropriation of $144,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Ballas Road
Subtrunk South Public I/I Reduction (11934) 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.
58 – Proposed Ord. No. 13679 DC-02 & DC-03 Sanitary Relief (Brentwood Blvd 86
to Conway Rd) (10021)
Introduction of proposed Ord. No. 13679 making an appropriation of $1,500,000.00
from the Sanitary Replacement Fund for engineering services for the design of DC-02
& DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) (10021) 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.
59 – Proposed Ord. No. 13680 Deer Creek Sanitary Tunnel (Clayton Rd to RDP) 88
(11731)
Introduction of proposed Ord. No. 13680 making an appropriation of $7,600,000.00
from the Sanitary Replacement Fund for engineering services for the design of Deer
Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) 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.
13 of 7/11/13
REVISED 7/8/13
Agenda Item Number Name Page Number
60 – Proposed Ord. No. 13681 Providence Public I/I Reduction (11933) 90
Introduction of proposed Ord. No. 13681 making an appropriation of $42,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Providence
Public I/I Reduction (11933) 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.
61 – Proposed Ord. No. 13682 Providence Sanitary Relief (SKME-640) (11700) 92
Introduction of proposed Ord. No. 13682 making an appropriation of $450,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Providence Sanitary Relief (SKME-640) (11700) 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.
62 – Proposed Ord. No. 13683 Lemay Sanitary System Improvements (11145) 94
Introduction of proposed Ord. No. 13683 making an appropriation of $2,270,000.00
from the General Fund for engineering services for the design of Lemay Sanitary
System Improvements (11145) 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.
63 – Proposed Ord. No. 13684 Alpine Drive Separate Sewer I/I Removal (11776) 97
Introduction of proposed Ord. No. 13684 making an appropriation of $444,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Alpine Drive
Separate Sewer I/I Removal (11776) 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. 13685 Dammert and Broadway Sanitary Relief 99
(SKME-551) (11155)
Introduction of proposed Ord. No. 13685 making an appropriation of $1,307,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Dammert and Broadway Sanitary Relief (SKME-551) (11155) 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 of 7/11/13
Agenda Item Number Name Page Number
65 – Proposed Ord. No. 13686 E. Watson Separate Sewer I/I Removal (11740) 101
Introduction of proposed Ord. No. 13686 making an appropriation of $329,000.00
from the Sanitary Replacement Fund for engineering services for the design of E.
Watson Separate Sewer I/I Removal (11740) 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.
66 – Proposed Ord. No. 13687 Gravois Trunk (Whitecliff to RDP) Sanitary Relief 103
Phase VI (SKME-521) (11766)
Introduction of proposed Ord. No. 13687 making an appropriation of $1,810,000.00
from the Sanitary Replacement Fund for engineering services for the design of Gravois
Trunk (Whitecliff to RDP) Sanitary Relief Phase VI (SKME-521) (11766) 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. 13688 Holly Drive Sewer Separation (11097) 105
Introduction of proposed Ord. No. 13688 making an appropriation of $226,000.00
from the Sanitary Replacement Fund for engineering services for the design of Holly
Drive Sewer Separation (11097) 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.
68 – Proposed Ord. No. 13689 Kingston I/I Reduction and Pump Station 107
Elimination (11054)
Introduction of proposed Ord. No. 13689 making an appropriation of $29,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Kingston I/I
Reduction and Pump Station Elimination (11054) 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. 13690 Lemay Public I/I Reduction (2016) (11927) 109
Introduction of proposed Ord. No. 13690 making an appropriation of $110,000.00
from the Sanitary Replacement Fund for engineering services for the design of
Lemay Public I/I Reduction (2016) (11927) 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.
15 of 7/11/13
Agenda Item Number Name Page Number
70 – Proposed Ord. No. 13691 Mackenzie I/I Reduction (11653) 111
Introduction of proposed Ord. No. 13691 making an appropriation of $800,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Mackenzie I/I
Reduction (11653) 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.
71 – Proposed Ord. No. 13692 Mackenzie Public I/I Reduction (11931) 113
Introduction of proposed Ord. No. 13692 making an appropriation of $60,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Mackenzie
Public I/I Reduction (11931) 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.
72 – Proposed Ord. No. 13693 Martigney I/I Reduction (11661) 115
Introduction of proposed Ord. No. 13693 making an appropriation of $1,844,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Martigney I/I
Reduction (11661) 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.
73 – Proposed Ord. No. 13694 Martigney Public I/I Reduction (11930) 117
Introduction of proposed Ord. No. 13694 making an appropriation of $142,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Martigney
Public I/I Reduction (11930) 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.
74 – Proposed Ord. No. 13695 Seneca Private I/I Reduction (11059) 119
Introduction of proposed Ord. No. 13695 making an appropriation of $1,023,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Seneca Private
I/I Reduction (11059) 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.
16 of 7/11/13
Agenda Item Number Name Page Number
75 – Proposed Ord. No. 13696 Sterling Place Separate Sewer I/I Removal (11667) 121
Introduction of proposed Ord. No. 13696 making an appropriation of $293,000.00
from the Sanitary Replacement Fund for engineering services for the design of Sterling
Place Separate Sewer I/I Removal (11667) 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.
76 – Proposed Ord. No. 13697 University City I/I Reduction – West (11672) 123
Introduction of proposed Ord. No. 13697 making an appropriation of $1,397,000.00
from the Sanitary Replacement Fund for engineering services for the design of
University City I/I Reduction - West (11672) 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.
77 – Proposed Ord. No. 13698 University City Public I/I Reduction West (11929) 125
Introduction of proposed Ord. No. 13698 making an appropriation of $116,000.00 from
the Sanitary Replacement Fund for engineering services for the design of University
City Public I/I Reduction West (11929) 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.
78 – Proposed Ord. No. 13699 Vinita Drive Sanitary Relief (11089) 127
Introduction of proposed Ord. No. 13699 making an appropriation of $115,000.00 from
the Sanitary Replacement Fund for engineering services for the design of Vinita Drive
Sanitary Relief (11089) 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.
79 – Proposed Ord. No. 13700 Wise and Mable Sewer Separation (10029) 129
Introduction of proposed Ord. No. 13700 declaring the necessity for the acquisition of
easements and temporary easements in certain real property within The Metropolitan
St. Louis Sewer District for the purpose of construction of sewers and related
appurtenances in the project known as Wise and Mabel Sewer Separation (10029)
to serve the needs of residents of the area, and authorizing staff to proceed with
further condemnation efforts related to the project, including but not limited to the
purchase and/or the filing of all necessary court pleadings or documents to commence
and prosecute formal legal proceedings for the acquisition of said easements and
temporary construction easements.
17 of 7/11/13
Agenda Item Number Name Page Number
80 – Proposed Ord. No. 13701 Hauled Waste Ordinance 130
Introduction of proposed Ord. No. 13701 repealing Ordinance No. 12716, as adopted
September 1, 2008, and adopting a new ordinance in lieu thereof regulating the
discharge to the facilities of The Metropolitan St. Louis Sewer District of water or liquid
waste which has been removed and transported from any pit, sump, holding tank, septic
tank, wastewater treatment facility or industrial facility.
81 – Proposed Ord. No. 13702 Private Inflow/Infiltration Public Engagement 131
Program 2013 (11699)
Introduction of proposed Ord. No. 13702 authorizing the Executive Director and
Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to
exercise the District's option to renew for the first one-year renewal term the contract
with StandPoint Public Affairs for required public education, outreach and engagement
services in the Private Inflow/Infiltration Public Engagement Program 2013 (11699)
and appropriating $789,000.00 from the General Fund for the aforesaid services.
82 – Proposed Ord. No. 13703 Website Redevelopment 133
Introduction of proposed Ord. No. 13703 authorizing the Executive Director and
Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter
into a contract with Falk Harrison whereby Falk Harrison will provide website
redevelopment services for the District for the period of twelve months.
83 – Proposed Ord. No. 13704 Warne #4241 Bioretention (CB 4899) 134
CSO VR GIPLT (11804)
Introduction and adoption of proposed Ord. No. 13704 authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer
District to enter into Contract No. 20051 with Two Alpha Contracting, LLC for the
construction of Green Infrastructure Bioretention at Warne #4241 Bioretention
(CB 4899) CSO VR GIPLT (11804) in the City of St. Louis, Missouri.
84 – Proposed Ord. No. 13705 Lemay WWTP Outfall 002 Elimination (11132) 136
Introduction and adoption of proposed Ord. No. 13705 appropriating $1,600,000.00
from the Sanitary Replacement Fund to be used for project costs for wastewater
treatment plant construction in Lemay WWTP Outfall 002 Elimination (11132), in
Unincorporated St. Louis County, Missouri; and authorizing the Executive Director
and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to
enter into Contract No. 20056 with Pangea Group for the aforesaid wastewater
treatment plant construction.
18 of 7/11/13
Agenda Item Number Name Page Number
Resolutions
85 Adoption of Resolution No. 3099 expressing the Board of Trustees’ appreciation to
Richard M. Dachroeden for his 29 years of exemplary service to The Metropolitan
St. Louis Sewer District from December 27, 1983, to his retirement effective July 1,
2013.
86 Adoption of Resolution No. 3100 expressing the Board of Trustees’ appreciation to
Ronald B. Jones for his 19 years of exemplary service to The Metropolitan St. Louis
Sewer District from January 10, 1994, to his retirement effective July 1, 2013.
87 Adoption of Resolution No. 3101 expressing the Board of Trustees’ appreciation to
Jerome Lumpkins for his 27 years of exemplary service to The Metropolitan St. Louis
Sewer District from June 23, 1986, to his retirement effective July 1, 2013.
88 Adoption of Resolution No. 3102 expressing the Board of Trustees’ appreciation to
Dennis M. Simon for his 26 years of exemplary service to The Metropolitan St. Louis
Sewer District from September 2, 1986, to his retirement effective July 1, 2013.
89 ITEMS PROPOSED FOR INTRODUCTION & ADOPTION AT THE NEXT BOARD MEETING
90 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD
91 CLOSED SESSION
The Metropolitan St. Louis Sewer District Board of Trustees may go into closed
session at this meeting if such action is approved by a majority vote of the Board
members who constitute a quorum, to discuss legal, confidential, or privileged
matters under §610.021(1), RSMo 1988 Supp.; leasing, purchase or sale of real
estate under §610.021(2); personnel actions under §610.021(3); personnel
records or applications under §610.021(13); or records under §610.021(14)
which are otherwise protected from disclosure by law; or confidential or privileged
communications with the District’s auditor, including auditor work products under
§610.021(17).
92 ADJOURNMENT
19 of 7/11/13
AGENDA ITEM NUMBER: 22 – Proposed Ord. No. 13643
NAME OF PROJECT: Bissell Service Area Pump Station Power Supply Improvements (11815)
LOCATION: East of Broadway in the City of St. Louis, Missouri
TYPE OF PROJECT: Pump Station Improvements (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: Schneider Electric Company Previous District Contract: No*
6115 Eveline
St. Louis, MO 63139
Consultant: N/A
Agency: N/A
Number of bidders: 3 Low Bid: $1,862,086.00 High Bid: $1,898,257.00
Appropriation Amount: $2,000,000.00 Designer’s Estimate: $2,000,000.00
MBE/WBE Participation: 43.33% (MWBE Goal is 15%)
Resource Electrical Systems – 43.33% - MBE
Type of Contract: Lump Sum
Properties Affected: 8 Properties Benefiting: Entire Bissell Service Area
Designed by: ERM Technologies, Inc.
The work to be done under Contract #20035 consists of the installation of battery backup, an uninterruptible power supply,
programmable automation controller upgrade and actuator replacement at eight pump stations. The purpose of this project
is to provide emergency power at eight (8) pump stations located along the Mississippi River floodwall. This project is
scheduled to be completed in 210 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2013, Pg. 79 Amount: $800,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: The original design scope for this project consisted of emergency generators at twenty-three (23)
pump stations under the Power Supply Improvements at Various Sanitary Pump Stations Phase III project. The scope was
modified to provide generators at three pump stations plus separate construction projects to eliminate the CHAI House and
Elton Pump Stations. After the failure of the Harlem and Baden Pump Stations in July 2011 that caused significant flooding,
an additional phase was identified to provide river gate and SCADA batteries and the replacement of the programmable
control logic equipment at eight pump stations, two hydraulic actuators at one pump station and an automatic transfer switch
at two pump stations. The existing pump station control logic equipment is no longer supported by the manufacturer. The
existing electric actuator does not fully open to meet Operation’s requirements.
*K-Tech Corp, dba Schneider Electric Company, is a Mechanical/Electrical/Plumbing Company bonded for $20 million and
located in St. Louis, Missouri. The company was incorporated in 1982. They have performed electrical projects for 31 years.
Contracted planning resources utilized: Watershed Facility Planning.
20 of 7/11/13
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
01/14/10 – Ord. No. 13020 – Amount: $400,000 – ERM Technologies, Inc. – Design Contract No. E-1274
21 of 7/11/13
AGENDA ITEM NUMBER: 23 – Proposed Ord. No. 13644
NAME OF PROJECT: CSO – South County Park Subsystem No. 71 Interceptor (I-161) Separation (10430)
LOCATION: North of Interstate 255 and east of Telegraph Road in unincorporated St. Louis County, 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: Visu-Sewer of Missouri, LLC Previous District Contract: No*
dba Walden Technologies
P.O. Box 845
Glen Carbon, IL 62034
Consultant: N/A
Agency: N/A
Number of bidders: 3 Low Bid: $666,451.84 High Bid: $788,274.85
Appropriation Amount: $750,000.00 Designer’s Estimate: $752,000.00
MBE/WBE Participation: 15.10% (MWBE Goal is 15%)
Blue Nile Contractors – 2.55% - MBE
Pangea Group – 12.55% - MBE
Type of Contract: Unit Cost
Properties Affected: 29 Properties Benefiting: 176
Designed by: HNTB Corporation
The work to be done under Contract #20019 consists of the construction of approximately 868 lineal feet of 8-inch diameter
sanitary sewer and appurtenances, rehabilitation of approximately 9,835 lineal feet of sewers varying in size from 6-inch to 8-
inch in diameter utilizing CIPP methods, and the removal of inflow sources from 17 private properties. The purpose of this
project is to alleviate sewer surcharging and basement backups. This project will facilitate the eventual removal of one (1)
CSO (L-151) and associated interceptor (I-161). This project is scheduled to be completed in 375 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 88 Amount: $1,680,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency of $30,000 for utility relocation (Electric - $20,000 & Water - $10,000) is
included in the appropriation.
*Visu-Sewer of Missouri, LLC, dba Walden Technologies, is a pipe and manhole rehabilitation and cured-in-place pipe
company bonded for $2 Million and located in Glen Carbon, Illinois. Walden Technologies was organized in 1997 and
bought out by Visu-Sewer of Missouri, LLC in 2012. They have performed pipe rehabilitation projects for 15 years.
22 of 7/11/13
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, Radar
Rainfall Data, and General Services Surveying.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
10/08/09 – Ord. No. 12965 – Amount: $310,000 – HNTB Corporation – Design Contract No. E-1261
23 of 7/11/13
AGENDA ITEM NUMBER: 24 – Proposed Ord. No. 13645
NAME OF PROJECT: Glendale Section D Sanitary Relief Phase IV (SKME-624) I/I Reduction (11122)
LOCATION: Within the District’s boundaries in the Cities of Glendale, Kirkwood, Rock Hill, and Webster Groves, Missouri
TYPE OF PROJECT: Public and 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: 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: $4,657,176.55 High Bid: $5,069,507.30
Appropriation Amount: $5,000,000.00 Designer’s Estimate: $8,450,000.00
MBE/WBE Participation: 24.15% (MWBE Goal is 15%)
David Mason & Assoc. – 3.83% - MBE
ABNA Engineering – 19.76% - MBE
Basilico Engineering – 0.22% - MBE
Luther Supply – 0.13% - MBE
Kiesel Company – 0.21% - WBE
Type of Contract: Unit Cost
Properties Affected: 370 Properties Benefiting: 2,750
Designed by: Parsons Water & Infrastructure Inc.
The work to be done under Contract #20055 consists of the rehabilitation of approximately 77,000 lineal feet of 6-inch to 36-
inch sewer pipe and 700 manholes and 1,258 service connection repairs. The purpose of this project is to remove excessive
I/I from public sources. This project will provide for the elimination of three (3) constructed SSOs (BP-156, BP-158 & BP-
496) after post construction monitoring. This project is scheduled to be completed in 750 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 105 Amount: $9,600,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency of $50,000 for utility relocation (Water - $50,000) 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, Combine Sewer Area I/I Assessment, Separate Sewer
Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
24 of 7/11/13
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – Ord. No. 13452 – Amount: $176,000 – Parsons Water & Infrastructure Inc. – Design Contract No. 10733
25 of 7/11/13
AGENDA ITEM NUMBER: 25 – Proposed Ord. No. 13646
NAME OF PROJECT: Infrastructure Repairs (Sanitary/Combined – FY2014) (11772)
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: $4,000,000.00 Designer’s Estimate: N/A
MBE/WBE 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.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 110 Amount: $3,200,000
FY2014, Pg. 111 $ 800,000
Fund Name: #6660 – Sanitary Replacement Fund $3,200,000
#1101 – General Fund $ 800,000
Additional Comments: This appropriation is to continue implementation of the small repair program. The Sanitary
Replacement Fund will be used for capital expenditures; the General Fund for non-capital. As projects are identified,
contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the
status of the appropriation.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
26 of 7/11/13
AGENDA ITEM NUMBER: 26 – Proposed Ord. No. 13647
NAME OF PROJECT: Supplemental Environmental Projects (SEP) Program (11898)
LOCATION: Various locations throughout the District
TYPE OF PROJECT: Decommission private septic tanks and repair/replace defective laterals (017.0 Work Order Repair
Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds for construction projects to be bid through Purchasing.
What does action accomplish?: Implements the removal of septic tanks and sanitary lateral repairs for low
income properties, 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: $500,000.00 Designer’s Estimate: N/A
MBE/WBE 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 decommissioning private septic tanks as well as repair or replacement of defective
residential private laterals for low-income, owner-occupied properties at various locations throughout the District. The
purpose of this project is to secure significant environmental protection and improvements with the implementation of the
projects identified in the SEP Plan that are not otherwise authorized by law. This project is scheduled to be completed by
April 2017.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 128 Amount: $500,000
Fund Name: #1101 – General Fund
Additional Comments: This appropriation is to begin implementation of the SEP program and eventually expend
$1,600,000 as required in the first five years of the Consent Decree. As defective septic tanks and private sewer laterals are
identified at low-income, owner-occupied properties at various locations throughout the District, construction contracts are
issued. “This project was undertaken in connection with the settlement of an enforcement action, United States, State of
Missouri, and the Missouri Coalition for the Environment Foundation v. Metropolitan St. Louis Sewer District, No. 4:07-CV-
01120-CEJ, taken on behalf of the U.S. Environmental Protection Agency, the State, and the Coalition under the Clean
Water Act.”
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
27 of 7/11/13
AGENDA ITEM NUMBER: 27 – Proposed Ord. No. 13648
NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Coldwater Creek OMCI (11841)
LOCATION: Various locations throughout the Coldwater Creek Watershed
TYPE OF PROJECT: Repair and replacement of inlets, manholes, sewers, and other infrastructure (017.0 Work Order
Repair Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates supplemental funds for small infrastructure repair projects to be bid through
Purchasing.
What does action accomplish?: Implements a CIP project
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: N/A
Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $750,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: As appropriate for individual projects
Type of Contract: N/A
Properties Affected: N/A Properties Benefiting: Entire Coldwater Creek OMCI Taxing Subdistrict
Designed by: District staff
The work to be done consists of the repair/replacement and construction of inlets, manholes, sewers, and other infrastructure
as identified by the Operations and Engineering departments at various locations throughout the Coldwater Creek
watershed.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 177 Amount: $750,000
Fund Name: #5564 – Coldwater Creek OMCI Fund
Additional Comments: This supplemental 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. This ordinance appropriates an
additional $750,000 and brings the total appropriation to $1,000,000.
Contracted planning resources utilized: Stormwater Facility Planning
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – Ord. No. 13441 – Amount: $250,000 – Stormwater Infrastructure Repair/Replacement – Coldwater Creek
OMCI – Original Appropriation
28 of 7/11/13
AGENDA ITEM NUMBER: 28 – Proposed Ord. No. 13649
NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI (11842)
LOCATION: Various locations throughout the Deer Creek Watershed
TYPE OF PROJECT: Repair and replacement of inlets, manholes, sewers, and other infrastructure (017.0 Work Order
Repair Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates supplemental funds for small infrastructure repair projects to be bid through
Purchasing.
What does action accomplish?: Implements a CIP project
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: N/A
Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $725,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: As appropriate for individual projects
Type of Contract: N/A
Properties Affected: N/A Properties Benefiting: Entire Deer Creek OMCI Taxing Subdistrict
Designed by: District staff
The work to be done consists of the repair/replacement and construction of inlets, manholes, sewers, and other infrastructure
as identified by the Operations and Engineering departments at various locations throughout the Deer Creek watershed.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 178 Amount: $725,000
Fund Name: #5566 – Deer Creek OMCI Fund
Additional Comments: This supplemental 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. This ordinance appropriates an
additional $725,000 and brings the total appropriation to $1,025,000.
Contracted planning resources utilized: Stormwater Facility Planning
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – Ord. No. 13442 – Amount: $300,000 – Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI –
Original Appropriation
29 of 7/11/13
AGENDA ITEM NUMBER: 29 – Proposed Ord. No. 13650
NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Gravois Creek OMCI (11843)
LOCATION: Various locations throughout the Gravois Creek Watershed
TYPE OF PROJECT: Repair and replacement of inlets, manholes, sewers, and other infrastructure (017.0 Work Order
Repair Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates supplemental funds for small infrastructure repair projects to be bid through
Purchasing.
What does action accomplish?: Implements a CIP project
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: N/A
Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $700,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: As appropriate for individual projects
Type of Contract: N/A
Properties Affected: N/A Properties Benefiting: Entire Gravois Creek OMCI Taxing Subdistrict
Designed by: District staff
The work to be done consists of the repair/replacement and construction of inlets, manholes, sewers, and other infrastructure
as identified by the Operations and Engineering departments at various locations throughout the Gravois Creek watershed.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 179 Amount: $700,000
Fund Name: #5571 – Gravois Creek OMCI Fund
Additional Comments: This supplemental 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. This ordinance appropriates an
additional $700,000 and brings the total appropriation to $950,000.
Contracted planning resources utilized: Stormwater Facility Planning
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – Ord. No. 13443 – Amount: $250,000 – Stormwater Infrastructure Repair/Replacement – Gravois Creek
OMCI – Original Appropriation
30 of 7/11/13
AGENDA ITEM NUMBER: 30 – Proposed Ord. No. 13651
NAME OF PROJECT: CSO – Jefferson Barracks Subsystem No. 72 Interceptor (I-122) Separation (10429)
LOCATION: North of I-255 and east of Telegraph Road in unincorporated St. Louis County, 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: 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: 4 Low Bid: $2,136,204.00 High Bid: $2,415,454.02
Appropriation Amount: $2,500,000.00 Designer’s Estimate: $2,671,000.00
MBE/WBE Participation: 15.73% (MWBE Goal is 15%)
D & S Fence – 1.10% - WBE
K & P Precast – 3.90% - WBE
Riley Ready Mix – 1.28% - MBE
David Mason & Associates – 1.04% - MBE
Windstar Transportation – 6.53% - MBE
AU Innovative Lawns – 1.88% - MBE
Type of Contract: Lump Sum
Properties Affected: 57 Properties Benefiting: 220
Designed by: AMEC Environment & Infrastructure Inc.
The work to be done under Contract #20052 consists of the construction of approximately 6,013 lineal feet of pipe sewers
varying in size from 6-inches to 27-inches in diameter, rehabilitation of approximately 7,172 lineal feet of sewers varying in
size from 8-inches to 27-inches in diameter utilizing CIPP methods, removal of inflow sources from 27 private properties, and
appurtenances. The purpose of this project is to reduce stormwater flow to a 54-inch combined sewer interceptor to enable
the future removal of CSO L-152/I-122. This project is scheduled to be completed in 640 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Continued Amount: $2,100,000
(FY2013, Pg.89)
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency of $215,925 for utility relocation (Electric - $175,425, Telephone -
$10,000, Water - $500 & Other - $30,000) is included in the appropriation. An additional $10,000 is also included in the
appropriation in order to remove additional private inflow sources that property owners agree to during construction.
31 of 7/11/13
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, Radar
Rainfall Data, and General Services Surveying.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
07/10/08 – Ord. No. 12685 – Amount: $503,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. E-1224
32 of 7/11/13
AGENDA ITEM NUMBER: 31 – Proposed Ord. No. 13652
NAME OF PROJECT: Infrastructure Repairs (Rehabilitation) (FY2013) Contract A (11706)
LOCATION: District Boundaries in the City of St. Louis 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: 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: $4,755,882.85 High Bid: $5,027,720.00
Appropriation Amount: $5,000,000.00 Designer’s Estimate: $5,162,000.00
MBE/WBE Participation: 16.41% (MWBE Goal is 15%)
XL Contracting – 10.74% - MBE
Basilico Engineering, Inc. – 0.19% - MBE
Luther Supply Co. – 0.42% - MBE
J & J Boring – 4.75% - WBE
The Kiesel Co. – 0.31% - WBE
Type of Contract: Unit Cost
Properties Affected: 1,200 Properties Benefiting: 2,400
Designed by: District staff
The work to be done under Contract #20015 consists of the rehabilitation of approximately 70,366 lineal feet of pipe sewers
using cured-in-place pipe (CIPP) methods varying in size from 6-inches to 40-inches x 60-inches in diameter. The purpose
of this project is to rehabilitate older, damaged and deteriorated sanitary and combined sewers throughout the District’s
boundaries. This project is scheduled to be completed in 365 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Continued Amount: $5,000,000
(FY2013, Pg. 109)
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: None
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
33 of 7/11/13
AGENDA ITEM NUMBER: 32 – Proposed Ord. No. 13653
NAME OF PROJECT: Infrastructure Repairs (Rehabilitation) (FY2013) Contract B (11845)
LOCATION: Areas 4 and 5 in the District’s Boundaries in 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: Insituform Technologies USA, LLC Previous District Contract: Yes
17988 Edison Avenue
Chesterfield, MO 63005
Consultant: N/A
Agency: N/A
Number of bidders: 2 Low Bid: $6,670,574.75 High Bid: $7,257,466.65
Appropriation Amount: $7,000,000.00 Designer’s Estimate: $7,900,000.00
MBE/WBE Participation: 15.04% (MWBE Goal is 15%)
XL Contracting – 6.53% - MBE
David Mason & Associates – 6.97% - MBE
Basilico Engineering – 0.49% - MBE
Kiesel Company – 1.05% - WBE
Type of Contract: Unit Cost
Properties Affected: 2,500 Properties Benefiting: 5,000
Designed by: District staff
The work to be done under Contract #20058 consists of the rehabilitation of approximately 184,005 lineal feet of sewers,
using cured-in-place pipe (CIPP) methods, varying in size from 6-inches to 60-inches in diameter. The purpose of this
project is to rehabilitate older, damaged and deteriorated sanitary and combined sewers throughout the District’s boundaries.
This project is scheduled to be completed in 365 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Continued Amount: $5,000,000
(FY2013, Pg. 110)
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
34 of 7/11/13
AGENDA ITEM NUMBER: 33 – Proposed Ord. No. 13654
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144)
LOCATION: Bissell, Coldwater, Missouri and Meramec Watersheds
TYPE OF PROJECT: Design (016.0 Professional Services and 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?: 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 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: $3,100,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 33.14% (35.00% Overall – See Additional Comments) (MWBE Goal is 20%)
ABNA Engineering, Inc. – 9.82% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 5.75% - WBE
David Mason & Associates, Inc. – 10.22% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 5.56% - WBE
M3 Engineering Group, PC – 1.79% - MBE
Type of Contract: Cost Plus with Lump Sum Work Orders
Properties Affected: N/A Properties Benefiting: The entire Bissell, Coldwater, Missouri and Meramec
Watersheds
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC 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. Specific project lump sum design appropriations totaling $6,472,430.00 in design costs and
$1,162,570.00 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:
35 of 7/11/13
Project Name Estimated Construction Cost
Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract A (11923) $ 4,528,000
Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract B (11924) $ 4,725,000
Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract C (11925) $ 4,934,000
Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract D (11926) $ 5,043,000
Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686) $ 210,000
Caulks Creek Trunk Sewer (SKME-011) Phase I (11720) $ 7,389,000
Dixie I/II Reduction (11738) $ 1,757,000
Duchesne and Gott I/I Reduction (11739) $ 451,000
Florissant I/I Reduction (11748) $ 489,000
Florissant Public I/I Reduction (11932) $ 4,686,000
Forest Brook Sanitary Relief (SKME-003 and SKME-016) Rehab. & I/I Reduction (10456) $ 4,444,000
Grand Glaize Trunk Sanitary Relief I/I Reduction (SKME-417) (11765) $ 120,000
Isabelle I/I Reduction (11710) $ 29,000
Lower Meramec Watershed I/I Removal (11650) $ 6,524,000
Lynkirk Study Area I/I Reduction (11651) $ 120,000
Newcastle I/I Reduction (11664) $ 47,000
North Baden Creek I/I Reduction (BP-532) (Winchester Dr) (11693) $ 590,000
Paddock Creek I/I Reduction (Private) (11696) $ 443,000
Selvidge Area I/I Reduction (11665) $ 188,000
Sub-Trunk #2 Lateral Sanitary Relief (11668) $ 59,000
Upper Coldwater Section D I/I Reduction (11681) $ 131,000
Total $46,907,000
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 9 Amount: $600,000
Fund Name: #1101 – General Fund
Additional Comments: This appropriation of $3,100,000 for the Bissell – Coldwater – Missouri – Meramec Sanitary System
Improvements (11144) project includes $600,000 for cost plus and lump sum fee work order tasks to perform preliminary
studies and manage the multi-year contract in FY2014, and includes $2,500,000 for additional as needed private I/I removal
design services identified during inspections of properties during FY 2013 and anticipated in FY 2014.
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 2013 through approximately September 2014 include the following:
Non-Capital Costs
Project Management $399,952.95
Special Services $149,989.34
Contingency $ 40,057.71
Total Non-Capital Costs $590,000.00
Capital Costs
Preliminary Studies $ 10,000.00
Additional Private I/I Removal from FY13 $1,000,000.00
Private I/I Contingency for FY14 $1,500,000.00
Total Capital Costs $2,510,000.00
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 involving Field Investigations and Watershed Assistance may include dye testing, locating manholes,
determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations.
36 of 7/11/13
Preliminary study tasks include preparing preliminary studies identified as a result of the design activities or other planning
efforts.
Additional Private I/I Removal from FY13 projects was identified during inspections or responses to postcards and will be
transferred to the appropriate FY2013 project from this appropriation.
Private I/I Contingency for FY14 is reserved for the design of major source inflow removal from additional properties beyond
those identified by the preliminary studies discovered that are beyond those identified by the Preliminary Studies. 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 FY2014 is $10,735,000.00 which is $5,690,000.00 above the $5,045,000.00 budget for FY2014.
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% 3.96%
Access Engineering, LLC 2.00% 2.05%
Civil Design, Inc. 5.00% 4.94%
Gonzalez Companies, LLC 5.00% 5.83%
Kaskaskia Engineering Group, LLC 3.00% 2.56%
M3 Engineering Group, PC 4.00% 4.00%
*David Mason & Associates, Inc.
12.00%
3.51%
*EFK Moen, LLC 4.50%
*Kowelman Engineering, Inc. 3.65%
TOTAL 35.00% 35.00%
*The percentage of involvement is varied between consulting firms with a total commitment of 12.0%.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
10/11/12 – Ord. No. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
37 of 7/11/13
AGENDA ITEM NUMBER: 34 – Proposed Ord. No. 13655
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract A (11923)
LOCATION: Various sites in the Cities of Breckenridge Hills, Florissant, Woodson Terrace, and unincorporated St. Louis
County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $38,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 520 Properties Benefiting: 7,006
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the design
of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract A (11923) 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 (2016) Contract A (11923) is
a lump sum cost project for design of rehabilitating approximately 42,780 lineal feet of 8-inch to 42-inch sanitary and storm
sewers and 136 manholes, 763 service connections, and constructing 5 point repairs. This project will alleviate wet weather
building backups and overcharged sanitary sewers. The construction cost estimate for this project is $4,528,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 5 Amount: $60,000
Fund Name: #6660 – Sanitary Replacement Fund
38 of 7/11/13
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 $22,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for construction phase
services. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary
studies for projects Dixie I/I Reduction (11738) and Paddock Creek I/I Reduction (11696).
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
39 of 7/11/13
AGENDA ITEM NUMBER: 35 – Proposed Ord. No. 13656
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract B (11924)
LOCATION: Various sites in the Cities of Ballwin, Kirkwood, and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $47,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 85 Properties Benefiting: 1,919
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract B (11924) 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 (2016) Contract B (11924) is
a lump sum cost project for design of rehabilitating approximately 54,640 lineal feet of 8-inch to 24-inch sanitary and storm
sewers and 291 manholes, 604 service connections, and constructing 10 point repairs. This project will provide for the
elimination of three (3) sanitary sewer overflows (BP-216, BP-062 & BP-056) and alleviate wet weather building backups
and overcharged sanitary sewers. Flow metering and monitoring will be required after construction to verify that sanitary
sewer overflows BP-216, BP-062, and BP-056 can be removed. The construction cost estimate for this project is
$4,725,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 6 Amount: $110,000
Fund Name: #6660 – Sanitary Replacement Fund
40 of 7/11/13
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 $63,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for construction phase
services. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary
studies for projects Lynkirk Study Area I/I Reduction (11651), Grand Glaize Trunk Sanitary Relief I/I Reduction (SKME-417)
(11765), Selvidge Area I/I Reduction (11665), and Tuckaway Sanitary Rehabilitation (11670).
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
41 of 7/11/13
AGENDA ITEM NUMBER: 36 – Proposed Ord. No. 13657
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract C (11925)
LOCATION: Various sites in the Cities of Normandy, Northwoods, Pasadena Hills, Riverview, Bellefontaine Neighbors, St.
Louis, and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $46,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 309 Properties Benefiting: 1,356
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the design
of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract C (11925) 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 (2016) Contract C (11925) is
a lump sum cost project for design of rehabilitating approximately 42,270 lineal feet of 8-inch to 24-inch sanitary and storm
sewers and 277 manholes, and 890 service connections. This project will provide for the elimination of five (5) sanitary
sewer overflows (BP-211, BP-210, BP-213, BP-532 & BP-619), and alleviate wet weather building backups and overcharged
sanitary sewers. Flow metering and monitoring will be required after construction to verify that sanitary sewer overflows BP-
211, BP-210, BP-213, BP-532, and BP-619 can be removed. The construction cost estimate for this project is $4,934,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 7 Amount: $80,000
42 of 7/11/13
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 $34,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for construction phase
services. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary
studies for projects Sub-Trunk #2 Lateral Sanitary Relief (11668), North Baden Creek I/I Reduction (BP-532) (Winchester Dr)
(11693), and Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686).
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
43 of 7/11/13
AGENDA ITEM NUMBER: 37 – Proposed Ord. No. 13658
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract D (11926)
LOCATION: Various sites in the Cities of Edmundson, Woodson Terrace, Florissant, Berkeley, St. Ann, the Village of
Calverton Park, and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $85,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 228 Properties Benefiting: 2,299
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2016) Contract D (11926) 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 (2016) Contract D (11926) is
a lump sum cost project for design of rehabilitating approximately 50,105 lineal feet of 8-inch to 42-inch sanitary and storm
sewers and 307 manholes, 857 service connections, and constructing 2 point repairs. This project will provide for the
elimination of one (1) sanitary sewer overflow (BP-219) and 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-
219 can be removed. The construction cost estimate for this project is $5,043,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 8 Amount: $80,000
Fund Name: #6660 – Sanitary Replacement Fund
44 of 7/11/13
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 $5,000 above the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for construction phase
services. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary
studies for projects Upper Coldwater Section D I/I Reduction (11681), Duchesne and Gott I/I Reduction (11739), Newcastle
I/I Reduction (11664), and Isabelle I/I Reduction (11710).
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
45 of 7/11/13
AGENDA ITEM NUMBER: 38 – Proposed Ord. No. 13659
NAME OF PROJECT: Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686)
LOCATION: North and west of the intersection of Valley Drive and Riverview Drive in the Cities of Riverview, Bellefontaine
Neighbors, St. Louis, and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $403,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 59.48%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 4.35% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 55.13% - MBE
Type of Contract: Lump Sum
Properties Affected: 156 Properties Benefiting: 904
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686) project as part of the Watershed Consultant services
for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project.
Bissell Point I/I Reduction (BP-619) (Valley Dr) (11686) is a lump sum cost project for design of private I/I reduction on
approximately 81 properties. This project will provide for the elimination of one (1) sanitary sewer overflow (BP-619) and
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-619 can be removed. The construction cost estimate for this
project is $210,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 10 Amount: $180,000
Fund Name: #6660 – Sanitary Replacement Fund
46 of 7/11/13
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 $223,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all 904
properties located in the project area. The Preliminary Study originally identified 115 properties to be inspected as part of
this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for
the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $15,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
47 of 7/11/13
AGENDA ITEM NUMBER: 39 – Proposed Ord. No. 13660
NAME OF PROJECT: Caulks Creek Trunk Sewer (SKME-011) Phase I (11720)
LOCATION: North of Clayton Road and west of Clarkson Road in the City of Wildwood, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $1,051,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 34.29%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 3.78% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 21.05% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 9.46% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 24 Properties Benefiting: 12,079
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Caulks Creek Trunk Sewer (SKME-011) Phase I (11720) project as part of the Watershed Consultant services
for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project.
Caulks Creek Trunk Sewer (SKME-011) Phase I (11720) is a lump sum cost project for design of approximately 13,580
lineal feet of 8-inch to 36-inch sanitary sewers. This project will alleviate wet weather building backups and overcharged
sanitary sewers. The construction cost estimate for this project is $7,389,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 11 Amount: $1,120,000
Fund Name: #6660 – Sanitary Replacement Fund
48 of 7/11/13
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 $69,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $126,000 for construction phase
services.
Contracted planning resources utilized: Watershed Facility Planning, Separate 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:
10/11/12 – Ord. No. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
49 of 7/11/13
AGENDA ITEM NUMBER: 40 – Proposed Ord. No. 13661
NAME OF PROJECT: Dixie I/I Reduction (11738)
LOCATION: West of Woodson Road and north of Baltimore Avenue in the Cities of Breckenridge Hills, Woodson Terrace,
and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $1,030,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 56.59%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 3.94% - WBE
David Mason & Associates, Inc. – 2.48% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 49.06% - MBE
Kaskaskia Engineering Group, LLC – 1.11% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 400 Properties Benefiting: 2,394
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Dixie I/I Reduction (11738) project as part of the Watershed Consultant services for all projects included in the
Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Dixie I/I Reduction (11738) is a
lump sum cost project for design of approximately 1,475 lineal feet of 12-inch storm sewers, and performing private I/I
reduction on approximately 386 properties. This project will alleviate wet weather building backups and overcharged
sanitary sewers. The construction cost estimate for this project is $1,757,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 23 Amount: $750,000
Fund Name: #6660 – Sanitary Replacement Fund
50 of 7/11/13
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 $280,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all
2,394 properties located in the project area. The Preliminary Study originally identified 438 properties to be inspected as part
of this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow
for the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $16,000
for construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
51 of 7/11/13
AGENDA ITEM NUMBER: 41 – Proposed Ord. No. 13662
NAME OF PROJECT: Duchesne and Gott I/I Reduction (11739)
LOCATION: West of New Florissant Road and mostly south of Interstate 270 in the City of Florissant and the Village of
Calverton Park, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $351,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 68.27%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 2.61% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 3.50% - WBE
Kowelman Engineering, Inc. – 59.80% - WBE
M3 Engineering Group, PC – 2.36% - MBE
Type of Contract: Lump Sum
Properties Affected: 44 Properties Benefiting: 524
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Duchesne and Gott I/I Reduction (11739) project as part of the Watershed Consultant services for all projects
included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Duchesne and
Gott I/I Reduction (11739) is a lump sum cost project for design of approximately 1,220 lineal feet of 12-inch sanitary sewers
and performing private I/I reduction on approximately 28 properties. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-129) and 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-129 can be removed.
The construction cost estimate for this project is $451,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 24 Amount: $180,000
Fund Name: #6660 – Sanitary Replacement Fund
52 of 7/11/13
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 $171,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all 524
properties located in the project area. The Preliminary Study originally identified 37 properties to be inspected as part of this
project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the
cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $18,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
53 of 7/11/13
AGENDA ITEM NUMBER: 42 – Proposed Ord. No. 13663
NAME OF PROJECT: Florissant I/I Reduction (11748)
LOCATION: South and north of the intersection of Interstate 270 and New Florissant Road in the Cities of Florissant,
Calverton Park, Ferguson, and Hazelwood, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $962,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 8.83%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 4.53% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 2.43% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.98% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.89% - MBE
Type of Contract: Lump Sum
Properties Affected: 160 Properties Benefiting: 2,521
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Florissant I/I Reduction (11748) project as part of the Watershed Consultant services for all projects included
in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Florissant I/I Reduction
(11748) is a lump sum cost project for design of approximately 965 lineal feet of 8-inch to 15-inch sanitary sewers and
performing private I/I reduction on approximately 142 properties. This project will alleviate wet weather building backups
and overcharged sanitary sewers. The construction cost estimate for this project is $489,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 26 Amount: $350,000
Fund Name: #6660 – Sanitary Replacement Fund
54 of 7/11/13
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 $612,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all
2,521 properties located in the project area. The Preliminary Study originally identified 172 properties to be inspected as part
of this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow
for the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $10,000
for construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
55 of 7/11/13
AGENDA ITEM NUMBER: 43 – Proposed Ord. No. 13664
NAME OF PROJECT: Florissant Public I/I Reduction (11932)
LOCATION: South and north of the intersection of Interstate 270 and New Florissant Road in the Cities of Florissant,
Calverton Park, Ferguson, and Hazelwood, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $30,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 160 Properties Benefiting: 2,261
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Florissant Public I/I Reduction (11932) project as part of the Watershed Consultant services for all projects
included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Florissant Public
I/I Reduction (11932) is a lump sum cost project for design of rehabilitating approximately 45,110 lineal feet of 8-inch to 36-
inch sanitary and storm sewers and 192 manholes, 901 service connections, and constructing 11 point repairs. This project
will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project
is $4,686,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 27 Amount: $40,000
Fund Name: #6660 – Sanitary Replacement Fund
56 of 7/11/13
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 $1,000 for construction phase
services. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary
study for project Florissant I/I Reduction (11748).
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
57 of 7/11/13
AGENDA ITEM NUMBER: 44 – Proposed Ord. No. 13665
NAME OF PROJECT: Forest Brook Sanitary Relief (SKME-003 and SKME-016) Rehabilitation & I/I Reduction (10456)
LOCATION: North of Olive Boulevard and east of Interstate 270 in the Cities of Creve Coeur, St. Ann, Maryland Heights,
Bridgeton, and unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $358,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 53.36%
ABNA Engineering, Inc. – 51.18% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 2.18% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 236 Properties Benefiting: 1,899
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Forest Brook Sanitary Relief (SKME-003 and SKME-016) Rehabilitation & I/I Reduction (10456) project as part
of the Watershed Consultant services for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary
System Improvements (11144) project. Forest Brook Sanitary Relief (SKME-003 and SKME-016) Rehabilitation & I/I
Reduction (10456) is a lump sum cost project for design of the rehabilitation of approximately 50,710 lineal feet of 8-inch to
48-inch sanitary and storm sewers and 277 manholes, 466 service connections, constructing of 6 point repairs, and
performing private I/I reduction on approximately 149 properties. This project will alleviate wet weather building backups
and overcharged sanitary sewers. The construction cost estimate for this project is $4,444,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 28 Amount: $260,000
Fund Name: #6660 – Sanitary Replacement Fund
58 of 7/11/13
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 $98,000 above the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $10,000 for construction phase
services. The scope of the original project has been increased significantly to include public sewer rehabilitation necessary
to relieve the sanitary sewer system in the project area.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
59 of 7/11/13
AGENDA ITEM NUMBER: 45 – Proposed Ord. No. 13666
NAME OF PROJECT: Grand Glaize Trunk Sanitary Relief I/I Reduction (SKME-417) (11765)
LOCATION: South of Clayton Road, east and north of Kehrs Mill Road in the City of Ballwin, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $127,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 38.25%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 23.08% - WBE
Civil Design, Inc. – 2.66% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 7.69% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 4.82% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 29 Properties Benefiting: 831
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Grand Glaize Trunk Sanitary Relief I/I Reduction (SKME-417) (11765) project as part of the Watershed
Consultant services for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System
Improvements (11144) project. Grand Glaize Trunk Sanitary Relief I/I Reduction (SKME-417) (11765) is a lump sum cost
project for design of approximately 405 lineal feet of 8-inch sanitary sewers and performing private I/I reduction on
approximately 18 properties. This project will provide for the elimination of one (1) sanitary sewer overflow (BP-062) and
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-062 can be removed. The construction cost estimate for this
project is $120,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 44 Amount: $90,000
Fund Name: #6660 – Sanitary Replacement Fund
60 of 7/11/13
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 $37,000 above the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,400 for construction phase
services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
61 of 7/11/13
AGENDA ITEM NUMBER: 46 – Proposed Ord. No. 13667
NAME OF PROJECT: Isabelle I/I Reduction (11710)
LOCATION: Southeast of the intersection of Interstate 70 and Cypress Road in the City of St. Ann, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $180,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 64.24%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 5.54% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 58.70% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 30 Properties Benefiting: 435
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Isabelle I/I Reduction (11710) project as part of the Watershed Consultant services for all projects included in
the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Isabelle I/I Reduction
(11710) is a lump sum cost project for design of performing private I/I reduction on approximately 20 properties. This project
will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project
is $29,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 47 Amount: $30,000
Fund Name: #6660 – Sanitary Replacement Fund
62 of 7/11/13
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 $150,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all 435
properties located in the project area. The Preliminary Study originally identified 23 properties to be inspected as part of this
project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the
cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $5,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
63 of 7/11/13
AGENDA ITEM NUMBER: 47 – Proposed Ord. No. 13668
NAME OF PROJECT: Lower Meramec Watershed I/I Removal (11650)
LOCATION: Parallel to Mattese Creek between Baumgartner Road and Interstate 55 in unincorporated St. Louis County,
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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $24,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: N/A Properties Benefiting: Entire Lower Meramec Watershed
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Lower Meramec Watershed I/I Removal (11650) project as part of the Watershed Consultant services for all
projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Lower
Meramec Watershed I/I Removal (11650) is a lump sum cost project for design of grouting 197 pipe joints and 8 leaking
manholes, and lining 11,669 feet of sewer. This project will improve the operation of the Lower Meramec Wastewater
Treatment Plant. The construction cost estimate for this project is $6,524,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 56 Amount: $200,000
Fund Name: #6660 – Sanitary Replacement Fund
64 of 7/11/13
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 $176,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for construction phase
services.
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:
10/11/12 – Ord. No. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
65 of 7/11/13
AGENDA ITEM NUMBER: 48 – Proposed Ord. No. 13669
NAME OF PROJECT: Lynkirk Study Area I/I Reduction (11651)
LOCATION: South of Manchester Road and east of Lindeman Road in the City of Kirkwood, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $74,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 37.39%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 21.80% - WBE
Civil Design, Inc. – 5.16% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 10.43% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 23 Properties Benefiting: 143
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Lynkirk Study Area I/I Reduction (11651) project as part of the Watershed Consultant services for all projects
included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Lynkirk Study
Area I/I Reduction (11651) is a lump sum cost project for design of approximately 110 lineal feet of 8-inch sanitary sewers
and performing private I/I reduction on approximately 18 properties. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-216) and 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-216 can be removed.
The construction cost estimate for this project is $120,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 57 Amount: $60,000
Fund Name: #6660 – Sanitary Replacement Fund
66 of 7/11/13
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 $14,000 above the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,000 for construction phase
services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
67 of 7/11/13
AGENDA ITEM NUMBER: 49 – Proposed Ord. No. 13670
NAME OF PROJECT: Newcastle I/I Reduction (11664)
LOCATION: North of Lindbergh Boulevard and east of New Halls Ferry Road in the City of Florissant, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $180,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 63.97%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 59.61% - WBE
Civil Design, Inc. – 4.36% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 82 Properties Benefiting: 392
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Newcastle I/I Reduction (11664) project as part of the Watershed Consultant services for all projects included
in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Newcastle I/I Reduction
(11664) is a lump sum cost project for design of performing private I/I reduction on approximately 37 properties. This project
will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project
is $47,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 63 Amount: $80,000
Fund Name: #6660 – Sanitary Replacement Fund
68 of 7/11/13
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 $100,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all 392
properties located in the project area. The Preliminary Study originally identified 43 properties to be inspected as part of this
project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the
cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $5,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
69 of 7/11/13
AGENDA ITEM NUMBER: 50 – Proposed Ord. No. 13671
NAME OF PROJECT: North Baden Creek I/I Reduction (BP-532) (Winchester Dr) (11693)
LOCATION: North of Natural Bridge Road and mostly between Lucas & Hunt Road and Nelson Drive in the Cities of
Normandy, Northwoods, and Pasadena Hills, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $382,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 51.73%
ABNA Engineering, Inc. – 29.60% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 2.05% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 12.83% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 4.51% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 2.74% - MBE
Type of Contract: Lump Sum
Properties Affected: 127 Properties Benefiting: 401
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the North Baden Creek I/I Reduction (BP-532) (Winchester Dr) (11693) project as part of the Watershed
Consultant services for all projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System
Improvements (11144) project. North Baden Creek I/I Reduction (BP-532) (Winchester Dr) (11693) is a lump sum cost
project for design of approximately 510 lineal feet of 12-inch sanitary sewers, 380 lineal feet of 12-inch storm sewers, and
performing private I/I reduction on approximately 55 properties. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-532) and 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-532 can be removed.
The construction cost estimate for this project is $590,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 64 Amount: $230,000
70 of 7/11/13
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 $152,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all 401
properties located in the project area. The Preliminary Study originally identified 77 properties to be inspected as part of this
project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the
cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $18,000 for
construction phase services.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer
Area Flow Metering & Monitoring, Modeling, CCTV Inspection, Radar Rainfall Data, and General Services Surveying.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
10/11/12 – Ord. No. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
71 of 7/11/13
AGENDA ITEM NUMBER: 51 – Proposed Ord. No. 13672
NAME OF PROJECT: Paddock Creek I/I Reduction (Private) (11696)
LOCATION: Vicinity of Parker Road and New Halls Ferry Road in the City of Florissant, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $1,424,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 5.52%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 4.84% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 0.40% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.28% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 150 Properties Benefiting: 4,612
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Paddock Creek I/I Reduction (Private) (11696) project as part of the Watershed Consultant services for all
projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project.
Paddock Creek I/I Reduction (Private) (11696) is a lump sum cost project for design of approximately 400 lineal feet of 12-
inch storm sewers and performing private I/I reduction on approximately 81 properties. This project will alleviate wet
weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $443,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 65 Amount: $210,000
Fund Name: #6660 – Sanitary Replacement Fund
72 of 7/11/13
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 $1,214,000 above
the proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all
4,612 properties located in the project area. The Preliminary Study originally identified 123 properties to be inspected as part
of this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow
for the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $5,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
73 of 7/11/13
AGENDA ITEM NUMBER: 52 – Proposed Ord. No. 13673
NAME OF PROJECT: Selvidge Area I/I Reduction (11665)
LOCATION: West of Old Ballwin Road and south of Manchester Road in the City of Ballwin, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $59,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 42.13%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 18.68% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 12.12% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 11.33% - MBE
Type of Contract: Lump Sum
Properties Affected: 4 Properties Benefiting: 379
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Selvidge Area I/I Reduction (11665) project as part of the Watershed Consultant services for all projects
included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Selvidge Area I/I
Reduction (11665) is a lump sum cost project for design of approximately 440 lineal feet of 12-inch sanitary sewers. This
project will provide for the elimination of one (1) sanitary sewer overflow (BP-056) and 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-056 can be removed. The construction cost estimate for this project is $188,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 71 Amount: $60,000
Fund Name: #6660 – Sanitary Replacement Fund
74 of 7/11/13
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 $1,000 below the
proposed funding presented in the CIP Budget Supplement. The appropriation includes $6,000 for construction phase
services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
75 of 7/11/13
AGENDA ITEM NUMBER: 53 – Proposed Ord. No. 13674
NAME OF PROJECT: Sub-Trunk #2 Lateral Sanitary Relief (11668)
LOCATION: North of Interstate 270 and mostly east of Bellefontaine Road in unincorporated St. Louis County, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $337,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 65.11%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 5.68% - WBE
David Mason & Associates, Inc. – 59.43% - MBE
EFK Moen, LLC – 0.00% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 26 Properties Benefiting: 1,191
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Sub-Trunk #2 Lateral Sanitary Relief (11668) project as part of the Watershed Consultant services for all
projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Sub-
Trunk #2 Lateral Sanitary Relief (11668) is a lump sum cost project for design of performing private I/I reduction on
approximately 4 properties. This project will provide for the elimination of three (3) sanitary sewer overflows (BP-210, BP-
211 & BP-213) and alleviate wet weather building backups and overcharged sanitary sewers. Flow metering and monitoring
will be required after construction to verify that sanitary sewer overflows BP-210, BP-211, and BP-213 can be removed. The
construction cost estimate for this project is $59,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 76 Amount: $85,000
Fund Name: #6660 – Sanitary Replacement Fund
76 of 7/11/13
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 $252,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all
1,191 properties located in the project area. The Preliminary Study originally identified 8 properties to be inspected as part of
this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for
the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $1,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
77 of 7/11/13
AGENDA ITEM NUMBER: 54 – Proposed Ord. No. 13675
NAME OF PROJECT: Upper Coldwater Section D I/I Reduction (11681)
LOCATION: South of Lambert International Airport and west of Brown Road in the Cities of Edmundson, Woodson Terrace,
and Berkeley, 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: AMEC Environment & Infrastructure Inc.
15933 Clayton Road, Suite 215
St. Louis, MO 63011
Corporate Headquarters: Alpharetta, Georgia
Number of proposers: N/A
Appropriation Amount: $447,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 60.87%
ABNA Engineering, Inc. – 0.00% - MBE
Access Engineering, LLC – 0.00% - WBE
Civil Design, Inc. – 3.98% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
EFK Moen, LLC – 56.89% - WBE
Gonzalez Companies, LLC – 0.00% - MBE
Kaskaskia Engineering Group, LLC – 0.00% - WBE
Kowelman Engineering, Inc. – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 72 Properties Benefiting: 1,103
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with AMEC Environment & Infrastructure Inc. for the
design of the Upper Coldwater Section D I/I Reduction (11681) project as part of the Watershed Consultant services for all
projects included in the Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) project. Upper
Coldwater Section D I/I Reduction (11681) is a lump sum cost project for design of performing private I/I reduction on
approximately 63 properties. This project will alleviate wet weather building backups and overcharged sanitary sewers. The
construction cost estimate for this project is $131,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 79 Amount: $190,000
Fund Name: #6660 – Sanitary Replacement Fund
78 of 7/11/13
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 $257,000 above the
proposed funding presented in the CIP Budget Supplement. The scope of this project has been increased to inspect all
1,103 properties located in the project area. The Preliminary Study originally identified 89 properties to be inspected as part
of this project. These additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow
for the cost effective removal of prohibited stormwater connections in the project area. The appropriation includes $8,000 for
construction phase services.
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. 13497 – Amount: $600,000 – AMEC Environment & Infrastructure Inc. – Design Contract No. 11011
79 of 7/11/13
AGENDA ITEM NUMBER: 55 – Proposed Ord. No. 13676
NAME OF PROJECT: Deer Creek Sanitary System Improvements (11110)
LOCATION: Deer Creek Watershed
TYPE OF PROJECT: Design (016.0 Professional Services and 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?: Provides additional funds 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: $3,000,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 4.96% (34.26% Overall – See Additional Comments) (MWBE Goal is 20%)
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 1.76% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 0.00% - MBE
Losli Engineering, LLC – 0.90% - WBE
M3 Engineering Group – 1.90% - MBE
Tech Services, Inc. – 0.00% - MBE
Tes Tech, Inc. – 0.00% - MBE
Vector Communications – 0.40% - MBE
Type of Contract: Cost Plus with Lump Sum Work Orders
Properties Affected: N/A Properties Benefiting: The Entire 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 program is
$420 million. The estimated design contract range for the entire program contract is between $30 to $38 million. Specific
project lump sum design appropriations totaling $7,763,501.22 in design costs and $5,626,498.78 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
Ballas Road Subtrunk South I/I Reduction (11682) $ 443,000
Ballas Road Subtrunk South Public I/I Reduction (11934) $ 6,838,000
DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) (10021) $ 41,000,000
Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) $140,000,000
Providence Public I/I Reduction (11933) $ 2,942,000
Providence Sanitary Relief (SKME-640) (11700) $ 710,000
80 of 7/11/13
Total $191,933,000
Also included is cost plus pre-design contract for the Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731).
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 21 Amount: $600,000
Fund Name: #1101 – General Fund
Additional Comments: This appropriation of $3,000,000 for the Deer Creek Sanitary System Improvements (11110)
project includes $600,000 for cost plus and lump sum fee work order tasks to perform pre-design services and manage the
multi-year contract in FY2014, and includes $2,400,000 for additional as needed private I/I removal design services identified
during inspections of properties during FY 2013 and anticipated in FY 2014.
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 orders for FY 2014 include the following:
Non-Capital Costs
Project Management $401,815.74
Special Services $128,021.84
Contingency $ 32,209.73
Total Non-Capital Costs $562,047.31
Capital Costs
Preliminary Studies $ 37,952.69
Additional Private I/I Removal from FY13 $2,200,000.00
Private I/I Contingency for FY14 $ 200,000.00
Total Capital Costs $2,437,952.69
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 involving Field Investigations and Watershed Assistance may include dye testing, locating manholes,
determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations.
Preliminary Studies tasks include preparing preliminary studies identified as a result of the design activities or other planning
efforts.
Additional Private I/I Removal from FY13 projects was identified during inspections or response to postcards and will be
transferred to the appropriate FY2013 projects from this appropriation.
Private I/I Contingency for FY14 is reserved for the design of major source inflow removal from additional properties
discovered that are beyond those identified by the preliminary studies.
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 FY2014 is $13,390,000.00 which is
$7,150,000.00 above the $6,240,000 budget for FY2014.
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:
81 of 7/11/13
MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement
ABNA Engineering, Inc. 3.00% 0.92%
Civil Design, Inc. 6.00% 11.14%
David Mason & Associates, Inc. 5.00% 3.61%
Engineering Design Source, Inc. 6.00% 6.62%
Losli Engineering, LLC N/A 0.16%
M3 Engineering Group, P.C. 2.50% 3.56%
Tech Service, Inc. 2.00% 2.66%
Tes Tech, Inc. N/A 5.33%
Vector Communications 0.50% 0.26%
TOTAL 25.00% 34.26%
N/A – The firm was not included in the MWBE goal in the original proposal.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
82 of 7/11/13
AGENDA ITEM NUMBER: 56 – Proposed Ord. No. 13677
NAME OF PROJECT: Ballas Road Subtrunk South I/I Reduction (11682)
LOCATION: East of Topping Road and south of Clayton Road in the Cities of Town and Country, Country Life Acres, Des
Peres, Crystal Lake Park, and Frontenac, Missouri
TYPE OF PROJECT: Design (016.0 Professional Services and 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: 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: $654,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 91.39%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 91.14% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group – 0.00% - MBE
Tech Services, Inc. – 0.00% - MBE
Vector Communications – 0.25% - MBE
Type of Contract: Lump Sum
Properties Affected: 255 Properties Benefiting: 1,086
Designed by: N/A
This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for the design of
the Ballas Road Subtrunk South I/I Reduction (11682) project as part of the Watershed Consultant services for all projects
included in the Deer Creek Sanitary System Improvements (11110) project. Ballas Road Subtrunk South I/I Reduction
(11682) is a lump sum cost project for design of performing private I/I reduction on approximately 82 properties. This project
will provide for the elimination of one (1) sanitary sewer overflow (BP-556) and 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-556 can be removed. The construction cost estimate for this project is $443,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 2 Amount: $300,000
Fund Name: #6660 – Sanitary Replacement Fund
83 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $354,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 1,086 properties located in the
project area. The Preliminary Study originally identified 160 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $13,000 for construction phase
services.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
84 of 7/11/13
AGENDA ITEM NUMBER: 57 – Proposed Ord. No. 13678
NAME OF PROJECT: Ballas Road Subtrunk South Public I/I Reduction (11934)
LOCATION: East of Topping Road and south of Clayton Road in the Cities of Town and Country, Country Life Acres, Des
Peres, Crystal Lake Park, and Frontenac, Missouri
TYPE OF PROJECT: Design (016.0 Professional Services and 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: 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: $144,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group – 0.00% - MBE
Tech Services, Inc. – 0.00% - MBE
Vector Communications – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 255 Properties Benefiting: 1,086
Designed by: N/A
This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for the design of
the Ballas Road Subtrunk South Public I/I Reduction (11934) project as part of the Watershed Consultant services for all
projects included in the Deer Creek Sanitary System Improvements (11110) project. Ballas Road Subtrunk South Public I/I
Reduction (11934) is a lump sum cost project for design of rehabilitating approximately 60,300 lineal feet of 8-inch to 27-inch
sanitary sewers and 520 manholes, and 550 service connections. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-556) and 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-556 can be removed.
The construction cost estimate for this project is 6,838,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 3 Amount: $140,000
Fund Name: #6660 – Sanitary Replacement Fund
85 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $4,000 above the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $1,000 for construction phase services.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
86 of 7/11/13
AGENDA ITEM NUMBER: 58 – Proposed Ord. No. 13679
NAME OF PROJECT: DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) (10021)
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 (016.0 Professional Services and 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: 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: $1,500,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 30.93%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 18.52% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group – 2.66% - MBE
Tech Services, Inc. – 9.75% - MBE
Vector Communications – 0.00% - 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 #10733 with Parsons Water & Infrastructure, Inc. for the design of
the DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) (10021) project as part of the Watershed Consultant
services for all projects included in the Deer Creek Sanitary System Improvements (11110) project. DC-02 & DC-03 Sanitary
Relief (Brentwood Blvd to Conway Rd) (10021) is a lump sum cost project for design of approximately 23,000 lineal feet of 8-
inch to 78-inch diameter sanitary sewer pipe and appurtenances. This project will provide for the elimination of seven (7)
sanitary sewer overflows (BP-591, BP-155, BP-170, BP-348, BP-349, BP-198 & BP-545) and alleviate wet weather building
backups and overcharged sanitary sewers. Flow metering and monitoring will be required after construction to verify that
sanitary sewer overflows BP-591, BP-155, BP-170, BP-348, BP-349, BP-198, and BP-545 can be removed. The
construction cost estimate for this project is $41,000,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 20 Amount: $1,700,000
Fund Name: #6660 – Sanitary Replacement Fund
87 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $200,000 below the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $200,000 for construction phase services.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
88 of 7/11/13
AGENDA ITEM NUMBER: 59 – Proposed Ord. No. 13680
NAME OF PROJECT: Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731)
LOCATION: North of Interstate 44 and east of Hanley Road in the Cities of Brentwood, Clayton, Richmond Heights,
Maplewood, and Webster Groves, Missouri
TYPE OF PROJECT: Design (016.0 Professional Services and 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: 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: $7,600,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 31.63%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% WBE
David Mason & Associates, Inc. – 2.09% - MBE
Engineering Design Source, Inc. – 5.07% - MBE
Losli Engineering, LLC – 0.39% - WBE
M3 Engineering Group – 4.02% - MBE
Tech Services, Inc. – 2.40% - MBE
Tes Tech, Inc. – 17.02% - MBE
Vector Communications – 0.64% - MBE
Type of Contract: Cost Plus Fixed Fee
Properties Affected: 25 Properties Benefiting: 21,000
Designed by: N/A
This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for the design of
the Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) project as part of the Watershed Consultant services for all
projects included in the Deer Creek Sanitary System Improvements (11110) project. Deer Creek Sanitary Tunnel (Clayton
Rd to RDP) (11731) is a cost plus fixed fee project for pre-design of approximately 20,000 lineal feet of an 18-foot diameter
sanitary sewer and appurtenances. This project will alleviate wet weather building backups and overcharged sanitary
sewers. The construction cost estimate for this project is $140,000,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 22 Amount: $3,200,000
Fund Name: #6660 – Sanitary Replacement Fund
89 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $4,400,000 above the proposed funding presented
in the CIP Budget Supplement.
Additional contingency of $4,000,000.00 is required for final geotechnical investigation that needs to start no later than April
2014 to keep this project on schedule to meet the Consent Decree requirements for providing an outfall for Deer Creek Trunk
and Black Creek Trunk. Constructed Sanitary Sewer Overflows (SSO) on the Deer Creek Trunk include BP-155, BP-170,
BP-198, BP-348, BP-349, BP-545, and BP-591. Constructed SSOs on the Black Creek Trunk include BP-013, BP-017, BP-
018, BP-151, and BP-583. There are an additional six (6) SSOs in the Black Creek Watershed that are being eliminated by
other relief sewer projects but still require the Deer Creek Tunnel for relief of the Black Creek Trunk.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
90 of 7/11/13
AGENDA ITEM NUMBER: 60 – Proposed Ord. No. 13681
NAME OF PROJECT: Providence Public I/I Reduction (11933)
LOCATION: North of Big Bend Boulevard and west of Shrewsbury Avenue in the City of Webster Groves, Missouri
TYPE OF PROJECT: Design (016.0 Professional Services and 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: 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: $42,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 0.00%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group – 0.00% - MBE
Tech Services, Inc. – 0.00% - MBE
Vector Communications – 0.00% - MBE
Type of Contract: Lump Sum
Properties Affected: 97 Properties Benefiting: 545
Designed by: N/A
This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for the design of
the Providence Public I/I Reduction (11933) project as part of the Watershed Consultant services for all projects included in
the Deer Creek Sanitary System Improvements (11110) project. Providence Public I/I Reduction (11933) is a lump sum cost
project for design of rehabilitating approximately 23,000 lineal feet of 8-inch to 48-inch sanitary sewers and 112 manholes,
and 380 service connections. This project will provide for the elimination of one (1) sanitary sewer overflow (BP-440) and
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-440 can be removed. The construction cost estimate for this
project is $2,942,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 67 Amount: $40,000
Fund Name: #6660 – Sanitary Replacement Fund
91 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $2,000 above the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $1,000 for construction phase services.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
92 of 7/11/13
AGENDA ITEM NUMBER: 61 – Proposed Ord. No. 13682
NAME OF PROJECT: Providence Sanitary Relief (SKME-640) (11700)
LOCATION: North of Big Bend Boulevard and west of Shrewsbury Avenue in the City of Webster Groves, Missouri
TYPE OF PROJECT: Design (016.0 Professional Services and 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: 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: $450,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 29.42%
ABNA Engineering, Inc. – 7.66% - MBE
Civil Design, Inc. – 15.45% WBE
David Mason & Associates, Inc. – 0.00% - MBE
Engineering Design Source, Inc. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group – 1.39% - MBE
Tech Services, Inc. – 4.27% - MBE
Vector Communications – 0.65% - MBE
Type of Contract: Lump Sum
Properties Affected: 97 Properties Benefiting: 545
Designed by: N/A
This ordinance authorizes the District to amend Contract #10733 with Parsons Water & Infrastructure, Inc. for the design of
the Providence Sanitary Relief (SKME-640) (11700) project as part of the Watershed Consultant services for all projects
included in the Deer Creek Sanitary System Improvements (11110) project. Providence Sanitary Relief (SKME-640) (11700)
is a lump sum cost project for design of approximately 755 lineal feet of 8-inch sanitary sewers, 285 lineal feet of 12-inch
storm sewers, and performing private I/I reduction on 47 properties.. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-440) and 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-440 can be removed.
The construction cost estimate for this project is $710,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 68 Amount: $260,000
Fund Name: #6660 – Sanitary Replacement Fund
93 of 7/11/13
Additional Comments: This project is being designed as part of the Deer Creek Sanitary System Improvements (11110)
Watershed Consultant contract. The appropriation for design services is $190,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 545 properties located in the project
area. The Preliminary Study originally identified 64 properties to be inspected as part of this project. These additional
inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective removal of
prohibited stormwater connections in the project area. The appropriation includes $20,000 for construction phase services.
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:
02/09/12 – Ord. No. 13366 – Amount: $600,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733
94 of 7/11/13
AGENDA ITEM NUMBER: 62 – Proposed Ord. No. 13683
NAME OF PROJECT: Lemay Sanitary System Improvements (11145)
LOCATION: Lemay/RDP, Mackenzie, Gravois, and University City Watersheds in various cities and unincorporated
St. Louis County, Missouri
TYPE OF PROJECT: Design (016.1 Professional Services and 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?: 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: $2,270,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 30.58% (29.94% Overall – See Additional Comments) (MWBE Goal is 20%)
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 24.66% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 5.92% - WBE
Type of Contract: Cost Plus with Lump Sum Work Orders
Properties Affected: N/A Properties Benefiting: 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 program is
$172,000,000. The estimated design contract range for the entire program contract is between $40 and $50 million.
Specific project lump sum design appropriations totaling $9,054,862.00 in design costs and $990,138.00 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:
95 of 7/11/13
Project Name Estimated Construction Cost
Alpine Drive Separate Sewer I/I Removal (11776) $ 306,000
Dammert and Broadway Sanitary Relief (SKME-551) (11155) $ 4,924,000
E. Watson Separate Sewer I/I Removal (11740) $ 55,000
Gravois Trunk (Whitecliff to RDP) Sanitary Relief Phase VI (SKME-521) (11766) $20,139,000
Holly Drive Sewer Separation (11097) $ 1,069,000
Kingston I/I Reduction and Pump Station Elimination (11054) $ 70,000
Lemay Public I/I Reduction (2016) (11927) $ 8,125,000
Mackenzie I/I Reduction (11653) $ 495,000
Mackenzie Public I/I Reduction (11931) $ 5,178,000
Martigney I/I Reduction (11661) $ 318,000
Martigney Public I/I Reduction (11930) $ 6,777,000
Seneca Private I/I Reduction (11059) $ 4,550,000
Sterling Place Separate Sewer I/I Removal (11667) $ 158,000
University City I/I Reduction – West (11672) $ 207,000
University City Public I/I Reduction West (11929) $ 4,450,000
Vinita Drive Sanitary Relief (11089) $ 330,000
Total $57,151,000
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 53 Amount: $600,000
Fund Name: #1101 – General Fund
Additional Comments: This appropriation of $2,270,000 for the Lemay Sanitary System Improvements (11145) project
includes $600,000 for cost plus and lump sum fee work order tasks to perform preliminary studies and manage the multi-year
contract in FY2014, and includes $1,670,000 for additional as needed private I/I removal design services identified during
inspections of properties during FY 2013 and anticipated in FY 2014.
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 2013 through
approximately September 2014 include the following:
Non-Capital Costs
Project Management Tasks $381,795.00
Special Services $ 55,000.00
Contingency $ 38,205.00
Total Non-Capital Costs $475,000.00
Capital Costs
Preliminary Studies $ 125,000.00
Additional Private I/I Removal from FY13 $ 253,000.00
Private I/I Contingency for FY14 $1,417,000.00
Total Capital Costs $1,795,000.00
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.
Preliminary study tasks include preparing preliminary studies identified as a result of the design activities or other planning
efforts.
Additional Private I/I Removal from FY13 projects was identified during inspections or response to postcards and will be
transferred to the appropriate FY2013 projects from this appropriation. It also includes $32,000 for a storm sewer design for
96 of 7/11/13
the UR-10 Mendell and Wolter Sanitary Relief (SKME-595) (10027) project needed for major source private I/I removal in
that project area.
Private I/I contingency for FY14 is reserved for the design of major source inflow removal from additional properties
discovered that are beyond those identified by the preliminary studies.
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 FY2014
is $12,315,000.00 which is $4,510,000.00 above the $7,805,000.00 budget for FY2014.
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% 0.88%
Civil Design, Inc. 2.00% 4.84%
David Mason & Associates, Inc. 10.00% 9.87%
Gonzalez Companies, LLC 4.00% 2.07%
Losli Engineering, LLC N/A 1.57%
M3 Engineering Group, P.C. 1.00% 0.68%
Pangea Engineering & Surveying 3.00% 3.04%
Sabur Surveying, Inc. * 0%
TREKK Design Group 3.00% 4.88%
Tech Service, Inc. 3.00% 1.73%
The Vandiver Group * 0.38%
TOTAL 29.00% 29.94%
*The percentage of involvement is varied.
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
97 of 7/11/13
AGENDA ITEM NUMBER: 63 – Proposed Ord. No. 13684
NAME OF PROJECT: Alpine Drive Separate Sewer I/I Removal (11776)
LOCATION: West of Laclede Station Road and north of Gravois Road in the Cities of Crestwood, Webster Groves, and
unincorporated St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $444,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 16.31%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 16.31% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 74 Properties Benefiting: 1,031
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Alpine Drive Separate Sewer I/I Removal (11776) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. Alpine Drive Separate Sewer I/I Removal
(11776) is a lump sum cost project for design of performing private I/I reduction on approximately 74 properties. This project
will alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project
is $306,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 1 Amount: $190,000
Fund Name: #6660 – Sanitary Replacement Fund
98 of 7/11/13
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 $254,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 1,031 properties located in the
project area. The Preliminary Study originally identified 74 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $5,000 for construction phase
services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
99 of 7/11/13
AGENDA ITEM NUMBER: 64 – Proposed Ord. No. 13685
NAME OF PROJECT: Dammert and Broadway Sanitary Relief (SKME-551) (11155)
LOCATION: North of Telegraph Road and west of Broadway in unincorporated St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $1,307,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 54.81%
ABNA Engineering, Inc. – 2.79% - MBE
Civil Design, Inc. – 3.32% - WBE
David Mason & Associates, Inc. – 14.40% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 34.30% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 164 Properties Benefiting: 1,240
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Dammert and Broadway Sanitary Relief (SKME-551) (11155) project as part of the Watershed Consultant
services for all projects included in the Lemay Sanitary System Improvements (11145) project. Dammert and Broadway
Sanitary Relief (SKME-551) (11155) is a lump sum cost project for design of approximately 9,692 feet of 8-inch to 24-inch
sanitary sewers, 120 feet of 12-inch storm sewers, and performing private I/I reduction on approximately 104 properties.
This project will provide for the elimination of two (2) sanitary sewer overflows (BP-515 & BP-624) and alleviate wet weather
building backups and overcharged sanitary sewers. The construction cost estimate for this project is $4,924,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 19 Amount: $1,100,000
Fund Name: #6660 – Sanitary Replacement Fund
100 of 7/11/13
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 $207,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 1,240 properties located in the
project area. The Preliminary Study originally identified 104 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $100,000 for construction
phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
101 of 7/11/13
AGENDA ITEM NUMBER: 65 – Proposed Ord. No. 13686
NAME OF PROJECT: E. Watson Separate Sewer I/I Removal (11740)
LOCATION: East of Lindbergh Boulevard and south of Watson Road in the City of Sunset Hills, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $329,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 9.96%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 9.96% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 74 Properties Benefiting: 620
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the E. Watson Separate Sewer I/I Removal (11740) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. E. Watson Separate Sewer I/I Removal
(11740) is a lump sum cost project for design of 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 $55,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 25 Amount: $120,000
Fund Name: #6660 – Sanitary Replacement Fund
102 of 7/11/13
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 $209,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 620 properties located in the project
area. The Preliminary Study originally identified 58 properties to be inspected as part of this project. These additional
inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective removal of
prohibited stormwater connections in the project area. The appropriation includes $5,000 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
103 of 7/11/13
AGENDA ITEM NUMBER: 66 – Proposed Ord. No. 13687
NAME OF PROJECT: Gravois Trunk (Whitecliff to RDP) Sanitary Relief Phase VI (SKME-521) (11766)
LOCATION: Along Gravois Creek from Green Park Drive on the west to Malcolm Drive at Rexford Drive on the east in
unincorporated St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $1,810,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 24.20%
ABNA Engineering, Inc. – 2.92% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 11.04% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.57% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 9.67% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 92 Properties Benefiting: 20,000
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Gravois Trunk (Whitecliff to RDP) Sanitary Relief Phase VI (SKME-521) (11766) project as part of the
Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project.
Gravois Trunk (Whitecliff to RDP) Sanitary Relief Phase VI (SKME-521) (11766) is a lump sum cost project for design of
approximately 17,000 feet of 8-inch to 72-inch diameter sanitary sewers and appurtenances. This project will alleviate wet
weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $20,139,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 45 Amount: $3,200,000
Fund Name: #6660 – Sanitary Replacement Fund
104 of 7/11/13
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 $1,390,000 below the proposed funding presented
in the CIP Budget Supplement. The appropriation includes $163,900 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
105 of 7/11/13
AGENDA ITEM NUMBER: 67 – Proposed Ord. No. 13688
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: 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $226,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 46.89%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 8.77% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 24.79% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 11.88% - MBE
The Vandiver Group – 1.45% - WBE
Type of Contract: Lump Sum
Properties Affected: 54 Properties Benefiting: 49
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Holly Drive Sewer Separation (11097) project as part of the Watershed Consultant services for all projects
included in the Lemay Sanitary System Improvements (11145) project. Holly Drive Sewer Separation (11097) is a lump sum
cost project for design of approximately 2,000 feet of 12-inch to 18-inch storm sewers, 280 feet of 8-inch sanitary sewers,
and performing private I/I reduction on approximately 29 properties. This project will provide for the elimination of one (1)
sanitary sewer overflow (BP-617) and 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-617 can be removed.
The construction cost estimate for this project is $1,069,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 46 Amount: $240,000
106 of 7/11/13
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 $14,000 below the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 49 properties located in the project
area. The Preliminary Study originally identified 29 properties to be inspected as part of this project. These additional
inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective removal of
prohibited stormwater connections in the project area. The appropriation includes $23,000 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
107 of 7/11/13
AGENDA ITEM NUMBER: 68 – Proposed Ord. No. 13689
NAME OF PROJECT: Kingston I/I Reduction and Pump Station Elimination (11054)
LOCATION: East of Telegraph Road and north of I-255 in unincorporated St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $29,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 53.98%
ABNA Engineering, Inc. – 8.82% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 45.16% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 7 Properties Benefiting: 49
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Kingston I/I Reduction and Pump Station (P-326) Elimination (11054) project as part of the Watershed
Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Kingston and
Shetland Storm Sewer (I/I Reduction) (11595) is being added to the project for design of approximately 170 feet of 8-inch
sanitary sewers and 70 feet of 18-inch storm sewers to separate two storm inlets from the sanitary sewer. This project will
alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is
$70,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 49 Amount: $25,000
Fund Name: #6660 – Sanitary Replacement Fund
108 of 7/11/13
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 above the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $3,500 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
109 of 7/11/13
AGENDA ITEM NUMBER: 69 – Proposed Ord. No. 13690
NAME OF PROJECT: Lemay Public I/I Reduction (2016) (11927)
LOCATION: South of Manchester Road and east of Interstate 270 in various municipalities and unincorporated St. Louis
County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $110,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 94.35%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 94.35% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - 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 Co., Inc. for the
design of the Lemay Public I/I Reduction (2016) (11927) 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 (2016) (11927) is a lump
sum cost project for design of the rehabilitation of approximately 64,300 feet of 8-inch to 24-inch sanitary sewers,
rehabilitating 600 manholes, and 1,391 sewer connections. This project will alleviate wet weather building backups and
overcharged sanitary sewers. The construction cost estimate for this project is $8,125,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 51 Amount: $220,000
Fund Name: #6660 – Sanitary Replacement Fund
110 of 7/11/13
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 $110,000 below the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $2,500 for construction phase services. This project includes the
rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for projects Alpine Drive
Separate Sewer I/I Removal (11776), Dammert and Broadway Sanitary Relief (SKME-551) (11155), E. Watson Separate
Sewer I/I Removal (11740), Holly Drive Sewer Separation (11097), and Sterling Place Separate Sewer I/I Removal (11667).
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
111 of 7/11/13
AGENDA ITEM NUMBER: 70 – Proposed Ord. No. 13691
NAME OF PROJECT: Mackenzie I/I Reduction (11653)
LOCATION: West of Edgar Road and north of Watson Road in the City of 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $800,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 21.11%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 15.72% - WBE
David Mason & Associates, Inc. – 0.00 % - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 3.37% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 2.02% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 185 Properties Benefiting: 1,868
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Mackenzie I/I Reduction (11653) project as part of the Watershed Consultant services for all projects included
in the Lemay Sanitary System Improvements (11145) project. Mackenzie I/I Reduction (11653) is a lump sum cost project
for design of approximately 1,077 feet of 12-inch to 15-inch storm sewers, 6 feet of 8-inch sanitary sewers, and performing
private I/I reduction on approximately 77 properties. This project will alleviate wet weather building backups and
overcharged sanitary sewers. The construction cost estimate for this project is $495,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 58 Amount: $250,000
Fund Name: #6660 – Sanitary Replacement Fund
112 of 7/11/13
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 $550,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 1,868 properties located in the
project area. The Preliminary Study originally identified 77 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $15,000 for construction phase
services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
113 of 7/11/13
AGENDA ITEM NUMBER: 71 – Proposed Ord. No. 13692
NAME OF PROJECT: Mackenzie Public I/I Reduction (11931)
LOCATION: West of Edgar Road and north of Watson Road in the City of 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $60,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 67.78%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 67.78% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 185 Properties Benefiting: 1,868
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Mackenzie Public I/I Reduction (11931) project as part of the Watershed Consultant services for all projects
included in the Lemay Sanitary System Improvements (11145) project. Mackenzie Public I/I Reduction (11931) is a lump
sum cost project for design of the rehabilitation of approximately 31,050 feet of 8-inch to 27-inch sanitary and storm sewers,
rehabilitating 284 manholes, and 962 sewer connections. This project will alleviate wet weather building backups and
overcharged sanitary sewers. The construction cost estimate for this project is $5,178,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 59 Amount: $90,000
Fund Name: #6660 – Sanitary Replacement Fund
114 of 7/11/13
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 $30,000 below the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $1,200 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
115 of 7/11/13
AGENDA ITEM NUMBER: 72 – Proposed Ord. No. 13693
NAME OF PROJECT: Martigney I/I Reduction (11661)
LOCATION: East of Lemay Ferry Road and south of the River Des Peres in the City of St. Louis and unincorporated
St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $1,844,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 3.89%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 3.89% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 86 Properties Benefiting: 5,766
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Martigney I/I Reduction (11661) project as part of the Watershed Consultant services for all projects included
in the Lemay Sanitary System Improvements (11145) project. Martigney I/I Reduction (11661) is a lump sum cost project for
design of performing private I/I reduction on approximately 86 properties. This project will provide for the elimination of two
(2) sanitary sewer overflows (BP-222 & BP-516) and alleviate wet weather building backups and overcharged sanitary
sewers. Flow metering and monitoring will be required after construction to verify that sanitary sewer overflows BP-222 and
BP-516 can be removed. The construction cost estimate for this project is $318,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 61 Amount: $310,000
116 of 7/11/13
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 $1,534,000 above the proposed funding presented
in the CIP Budget Supplement. The scope of this project has been increased to inspect all 5,766 properties located in the
project area. The Preliminary Study originally identified 86 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $10,000 for construction phase
services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
117 of 7/11/13
AGENDA ITEM NUMBER: 73 – Proposed Ord. No. 13694
NAME OF PROJECT: Martigney Public I/I Reduction (11930)
LOCATION: East of Lemay Ferry Road and south of the River Des Peres in the City of St. Louis and unincorporated
St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $142,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 23.58%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 23.58% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 200 Properties Benefiting: 4,340
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Martigney Public I/I Reduction (11930) project as part of the Watershed Consultant services for all projects
included in the Lemay Sanitary System Improvements (11145) project. Martigney Public I/I Reduction (11930) is a lump
sum cost project for design of the rehabilitation of approximately 27,875 feet of 8-inch to 27-inch sanitary and storm sewers,
rehabilitating 327 manholes, and 1,844 sewer connections. This project will alleviate wet weather building backups and
overcharged sanitary sewers. The construction cost estimate for this project is $6,777,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 62 Amount: $190,000
Fund Name: #6660 – Sanitary Replacement Fund
118 of 7/11/13
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 $48,000 below the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $2,500 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
119 of 7/11/13
AGENDA ITEM NUMBER: 74 – Proposed Ord. No. 13695
NAME OF PROJECT: Seneca Private I/I Reduction (11059)
LOCATION: South of Lackland Road and west of Brown Road in the City of Overland, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $1,023,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 19.27%
ABNA Engineering, Inc. – 1.96% - MBE
Civil Design, Inc. – 3.97% - WBE
David Mason & Associates, Inc. – 13.34% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 250 Properties Benefiting: 700
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Seneca Private I/I Reduction (11059) project as part of the Watershed Consultant services for all projects
included in the Lemay Sanitary System Improvements (11145) project. Seneca Private I/I Reduction (11059) is a lump sum
cost project for design of approximately 5,700 feet of 12-inch to 24-inch storm sewers and performing private I/I reduction on
approximately 156 properties. This project will provide for the elimination of three (3) sanitary sewer overflows (BP-024, BP-
533 & BP-534) and alleviate wet weather building backups and overcharged sanitary sewers. The construction cost
estimate for this project is $4,550,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 72 Amount: $900,000
Fund Name: #6660 – Sanitary Replacement Fund
120 of 7/11/13
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 $123,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 700 properties located in the project
area. The Preliminary Study originally identified 156 properties to be inspected as part of this project. These additional
inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective removal of
prohibited stormwater connections in the project area. The appropriation includes $75,000 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
121 of 7/11/13
AGENDA ITEM NUMBER: 75 – Proposed Ord. No. 13696
NAME OF PROJECT: Sterling Place Separate Sewer I/I Removal (11667)
LOCATION: North of Gravois Road and east of Valcour Avenue in unincorporated St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $293,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 10.43%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 10.43% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 65 Properties Benefiting: 620
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Sterling Place Separate Sewer I/I Removal (11667) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. Sterling Place Separate Sewer I/I Removal
(11667) is a lump sum cost project for design of performing private I/I reduction on approximately 32 properties. This project
will provide for the elimination of one (1) sanitary sewer overflow (BP-404) and 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-404 can be removed. The construction cost estimate for this project is $158,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 73 Amount: $140,000
Fund Name: #6660 – Sanitary Replacement Fund
122 of 7/11/13
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 $153,000 above the proposed funding presented in
the CIP Budget Supplement. The scope of this project has been increased to inspect all 620 properties located in the project
area. The Preliminary Study originally identified 32 properties to be inspected as part of this project. These additional
inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective removal of
prohibited stormwater connections in the project area. The appropriation includes $4,000 for construction phase services.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
123 of 7/11/13
AGENDA ITEM NUMBER: 76 – Proposed Ord. No. 13697
NAME OF PROJECT: University City I/I Reduction – West (11672)
LOCATION: West of Interstate 170 and north of Olive Boulevard in the Cities of Olivette, Overland, and unincorporated
St. Louis County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $1,397,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 3.55%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 3.55% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 58 Properties Benefiting: 4,415
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the University City I/I Reduction – West (11672) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. University City I/I Reduction – West (11672)
is a lump sum cost project for design of 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
$207,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 77 Amount: $100,000
Fund Name: #6660 – Sanitary Replacement Fund
124 of 7/11/13
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 $1,297,000 above the proposed funding presented
in the CIP Budget Supplement. The scope of this project has been increased to inspect all 4,415 properties located in the
project area. The Preliminary Study originally identified 58 properties to be inspected as part of this project. These
additional inspections will assist in the enforcement of the Sewer Use Ordinance No. 12559 and allow for the cost effective
removal of prohibited stormwater connections in the project area. The appropriation includes $10,000 for construction phase
services.
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.
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
125 of 7/11/13
AGENDA ITEM NUMBER: 77 – Proposed Ord. No. 13698
NAME OF PROJECT: University City Public I/I Reduction West (11929)
LOCATION: South of Lackland Road and west of I-170 in the Cities of Olivette, Overland, and unincorporated St. Louis
County, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $116,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 19.95%
ABNA Engineering, Inc. – 0.00% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 0.00% - MBE
Gonzalez Companies, LLC. – 19.95% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 190 Properties Benefiting: 4,415
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the University City Public I/I Reduction West (11929) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. University City Public I/I Reduction West
(11929) is a lump sum cost project for design of the rehabilitation of approximately 21,000 feet of 8-inch to 21-inch sanitary
sewers, rehabilitating 230 manholes, and 810 sewer connections. This project will alleviate wet weather building backups
and overcharged sanitary sewers. The construction cost estimate for this project is $4,450,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 78 Amount: $60,000
Fund Name: #6660 – Sanitary Replacement Fund
126 of 7/11/13
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 $56,000 above the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $2,000 for construction phase services. Additional funding is
required for consultant to review data from ten I/I study areas to confirm scope of required public I/I reduction.
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.
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
127 of 7/11/13
AGENDA ITEM NUMBER: 78 – Proposed Ord. No. 13699
NAME OF PROJECT: Vinita Drive Sanitary Relief (11089)
LOCATION: North of Page Avenue and west of Hanley Road in the City of Hanley Hills, 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: Burns & McDonnell Engineering Co., Inc.
425 Woods Mill Road So., Suite 300
Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Number of proposers: N/A
Appropriation Amount: $115,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: 45.20%
ABNA Engineering, Inc. – 8.51% - MBE
Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. – 36.69% - MBE
Gonzalez Companies, LLC. – 0.00% - MBE
Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC – 0.00% - MBE
Pangea Engineering and Surveying, LLC – 0.00% - MBE
Sabur Surveying, Inc. – 0.00% - MBE
TREKK Design Group – 0.00% - WBE
Tech Service, Inc. – 0.00% - MBE
The Vandiver Group – 0.00% - WBE
Type of Contract: Lump Sum
Properties Affected: 22 Properties Benefiting: 160
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the
design of the Vinita Drive Sanitary Relief (11089) project as part of the Watershed Consultant services for all projects
included in the Lemay Sanitary System Improvements (11145) project. Vinita Drive Sanitary Relief (11089) is a lump sum
cost project for design of approximately 635 feet of 12-inch diameter sanitary sewers and appurtenances. This project will
provide for the elimination of one (1) sanitary sewer overflow (BP-412) and 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-412 can be removed. The construction cost estimate for this project is $330,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 80 Amount: $70,000
Fund Name: #6660 – Sanitary Replacement Fund
128 of 7/11/13
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 $45,000 above the proposed funding presented in
the CIP Budget Supplement. The appropriation includes $12,000 for construction phase services. The funding did not
include fees for modeling and was low for geotechnical and strip map fees.
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:
10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003
129 of 7/11/13
AGENDA ITEM NUMBER: 79 – Proposed Ord. No. 13700
NAME OF PROJECT: Wise and Mable Sewer Separation (10029)
LOCATION: From North of Interstate 64 and west of Bellevue Avenue in the City of Richmond Heights, Missouri
TYPE OF PROJECT: Easement Condemnation
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Authorizes staff to proceed with further condemnation efforts including the filing of all
necessary court pleadings or documents.
What does action accomplish?: Acquires permanent easements and temporary construction easements to construct a
sanitary sewer project with appurtenances, 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: N/A District’s Estimate: N/A
MBE/WBE Participation: N/A
Type of Contract: N/A
Properties Affected: 2 Properties Benefiting: 87
Designed by: N/A
This ordinance authorizes the staff to proceed with further condemnation efforts including the filing of all necessary court
pleadings or documents leading to the acquisition of permanent sewer easements and temporary construction easements on
two (2) parcels of ground located in Richmond Heights, Missouri. These easements are needed to construct this project,
which consists of the construction of approximately 441 feet of 6 x 5 box culvert, 8,782 feet of 12-inch to 72-inch diameter
storm sewers, 154 feet of 15-inch CIPP lining, and remove inflow sources from 53 private properties. This project will
address street and yard flooding and building backups due to undersized sewers. These easements have been appraised.
Currently, the District has been unable to negotiate a settlement with the owners. This project is now tentatively scheduled
to begin construction in FY2014.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY 2014, Pg. 132 Amount: $3,000,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: None
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
130 of 7/11/13
AGENDA ITEM NUMBER: 80 – Proposed Ord. No. 13701
NAME OF PROJECT: Hauled Waste Ordinance
LOCATION: Engineering Department - Division of Environmental Compliance (DEC)
TYPE OF PROJECT: Supersede the Hauled Waste Ordinance No. 12716
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Supersede an expiring hauled waste ordinance.
What does action accomplish?: This ordinance will replace the Hauled Waste Ordinance No. 12716 which expires
September 1, 2013.
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: 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
This action will supersede Ordinance No. 12716 and adopt a new Hauled Waste Ordinance. Board introduction and
adoption of this new hauled waste ordinance will implement the District’s Hauled Waste Program at the current charge of
$0.08 per gallon. The Hauled Waste hours of operation will be reduced to account for a reduction of hauled waste received
at the District’s Hauled Waste Receiving Station and a subsequent increase in unit costs. The hauled waste program’s
revenues and expenses will be evaluated annually and the $0.08 per gallon charge will remain in effect until a new ordinance
is adopted.
FUNDING/COST SUMMARY:
Budgeted: N/A Budget Year: N/A Amount: N/A
Fund Name: N/A
Additional Comments: DEC solicited written comments from the waste haulers and a meeting was held concerning the
proposed Ordinance and reduction in hours of operation for the Hauled Waste Receiving Station. DEC received one written
comment concerning the proposed Ordinance and two minor comments/questions were received during the meeting.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: Ordinance 12716 adopted on August 14, 2008 included the
September 1, 2013 expiration date.
08/14/08 – Ord. No. 12716 – Discharge of Hauled Waste Ordinance
03/11/04 – Ord. No. 11691 – Discharge of Hauled Waste Ordinance
05/08/97 – Ord. No. 10082 – Discharge of Hauled Waste Ordinance
131 of 7/11/13
AGENDA ITEM NUMBER: 81 – Proposed Ord. No. 13702
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 funds and authorizes the District to exercise the first one-year renewal term
to the contract with StandPoint Public Affairs for regulatory related public education,
outreach, and engagement and other related activities. Term of contract is twelve (12)
months. This ordinance exercises the first of two (2) contract option years to last twelve
(12) months each.
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: $ 789,000.00 Designer’s Estimate: N/A
MBE/WBE Participation: StratCommRX (WBE) = 32.0%
Shockey Consulting (WBE) = 7.0%
Hudson & Associates (MBE) = 14.0%
TOTAL = 53.0%
Plan Approval Date: N/A Type of Contract: Professional Services,
Cost Plus
Properties Affected: N/A Properties Benefitting: N/A
Designed by: N/A
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 66 Amount: $789,000.00
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.
132 of 7/11/13
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; nor has it been determined if providing these services internally would be the most cost-effective approach.
(Evaluation of current and future staffing levels will begin in FY2014). 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 the exercising of the first of two (2) contract option years with StandPoint Public Affairs.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
Ordinance # 13437, Adopted August 9, 2012
133 of 7/11/13
AGENDA ITEM NUMBER: 82 – Proposed Ord. No. 13703
NAME OF PROJECT: Website Redevelopment
LOCATION: District-wide
TYPE OF PROJECT: Professional assessment, planning, design, and implementation services for a revision of the MSD
public website.
DEPARTMENT REQUESTING ACTION: Office of the Executive Director – Division of Public Information
REQUESTED ACTION:
Why is this action necessary?: As a government agency and the sole provider of vital public services, MSD has a
responsibility to have modern communication methods that meet public expectations.
What does action accomplish?: Authorizes the District to enter into a twelve (12) month contract for website
redevelopment and support services.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: Yes
Consultant: Falk Harrison
300 Baur Boulevard
St. Louis, MO 63132
Agency: N/A
Number of bidders: 4 Low Bid: $80,000.00 High Bid: $260,000.00
Appropriation Amount: N/A District’s Estimate: $200,000.00
MBE/WBE Participation: Spry Digital, LLC (WBE) = 60.25% TOTAL = 60.25%
Plan Approval Date: N/A Type of Contract: Professional Services
Properties Affected: N/A Properties Benefitting: N/A
Designed by: N/A
FUNDING/COST SUMMARY:
Budgeted: Executive Director-DPI Budget Budget Year: FY2013 Amount: $163,400.00
Fund Name: N/A
Additional Comments: As a government agency and the sole provider of vital public services, MSD has a responsibility to
have modern communication methods that meet the public’s needs and expectations. Since the most recent upgrade of the
website in 2009, many technologies the District utilizes have become outdated or are no longer supported by vendors.
MSD does not have the internal resources or skill sets to obtain and leverage new technologies and perform an upgrade.
This action will retain the needed resources and skill sets to assess, plan, design, and implement redevelopment of MSD’s
public website at www.stlmsd.com.
This ordinance will allow MSD to enter into a twelve (12) month contract with Falk Harrison. The full scope of work
authorized by this ordinance was not included as part of fiscal year 2013 budget. However, very limited website upgrades
were included as part of this year’s budget. Thus, the monies for this contract will be drawn from the Division of Public
Information’s fiscal year 2013 budget and District-wide fiscal year surplus funds.
Falk Harrison provided writing and development services for the 2003 through 2007 annual report.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: None
134 of 7/11/13
AGENDA ITEM NUMBER: 83 – Proposed Ord. No. 13704
NAME OF PROJECT: Warne #4241 Bioretention (CB 4899) CSO VR GIPLT (11804)
LOCATION: West of North Grand Boulevard and south of West Florissant Avenue in the City of St. Louis, Missouri
TYPE OF PROJECT: Green Infrastructure Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: 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: Two Alpha Contracting, LLC Previous District Contract: No*
110 Sierra Ridge Drive
Wright City, MO 63390
Consultant: N/A
Agency: N/A
Number of bidders: 5 Low Bid: $64,782.00 High Bid: $97,725.00
Appropriation Amount: N/A Designer’s Estimate: $62,000.00
MBE/WBE Participation: 16.15% (MWBE Goal is 15%)
Mar II Concrete Co. – 16.15% - MBE
Type of Contract: Lump Sum
Properties Affected: 2 Properties Benefiting: 5
Designed by: District staff
The work to be done under Contract #20051 consists of the construction of approximately 800 square feet of bioretention cell
and appurtenances. The purpose of this project is to reduce combined sewer overflows into the Mississippi River per the
Long Term Control Plan. This project is scheduled to be completed in 90 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2011, Pg. 48 Amount: $3,000,000**
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency of $10,000 for utility relocation (Electric - $10,000) is included in the
appropriation. Staff is requesting introduction and adoption of this ordinance to meet seasonal requirements for plantings,
and provide an adequate timeframe for monitoring the effectiveness of green infrastructure techniques employed under this
project, which is part of the CSO Volume Reduction – Green Infrastructure Pilot Program. This project was delayed during
consideration of the Disparity Study.
*Two Alpha Contracting, LLC is a Natural Channel Restoration and Bio-retention company with a bond capacity of $600,000
through West Bend Mutual. The company was organized in 2009 and is located in Wright City, Missouri. The company was
a subcontractor on two MSD projects, and has completed Bio-stabilization construction projects for several public and private
entities.
**Requesting Board approval of a construction contract with Two Alpha Contracting, LLC for which $81,500.00 is being
encumbered from Ordinance No. 13129.
135 of 7/11/13
Contracted planning resources utilized: Watershed Facility Planning.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
09/16/10 – Ord. No. 13129 – Amount: $3,000,000 – CSO Volume Reduction – Green Infrastructure (Pilot Program)
(11048) – Original Contract
06/14/12 – Res. No. 3031 – GSA – Engineering Services – M3 Engineering Group P.C. – Contract No. 10678 – Amend.
No. 1
136 of 7/11/13
AGENDA ITEM NUMBER: 84 – Proposed Ord. No. 13705
NAME OF PROJECT: Lemay WWTP Outfall 002 Elimination (11132)
LOCATION: East of S. Broadway and south of Hoffmeister Avenue in unincorporated St. Louis County, Missouri
TYPE OF PROJECT: Wastewater treatment plant 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 MDNR Permit.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: Pangea Group Previous District Contract: Yes
2604 S. Jefferson Avenue
St. Louis, MO 63118
Consultant: N/A
Agency: N/A
Number of bidders: 10 Low Bid: $1,385,666.00 High Bid: $2,256,000.00
Appropriation Amount: $1,600,000.00 Designer’s Estimate: $1,540,000.00
MBE/WBE Participation: 100.00% (MWBE Goal is 15%)
K & P Precast – 0.54% - WBE
Midwest Turf – 0.52% - WBE
J & J Boring – 2.24% - WBE
Electric Controls Company/Danfoss – 9.35% - WBE
Windstar Trucking – 2.28% - MBE
City Design Group – 0.22% - MBE
Pangea, Inc. – 84.85% - MBE
Type of Contract: Lump Sum
Properties Affected: 5 Properties Benefiting: Entire Lemay WWTP Service Area
Designed by: HDR Engineering, Inc.
The work to be done under Contract #20056 consists of the construction of approximately 2,230 lineal feet of 12-inch
diameter force main, 332 lineal feet of 18-inch diameter pipe sewers, a submersible pump station, emergency generator, and
appurtenances. The purpose of this project is to eliminate the existing Ash Lagoon Outfall 002 to meet regulatory
disinfection mandates. This project is scheduled to be completed in 244 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2014, Continued Amount: $4,500,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: The design of this project was included in the design contract for the Bissell & Lemay WWTP
Disinfection Facilities project. This contract is required in order to assure that Outfall 002 can be eliminated to meet
disinfection deadlines prior to April 1, 2014; therefore, staff is requesting introduction and adoption of this ordinance. An
additional contingency of $80,000 for utility relocation (Gas - $60,000 & Electric - $20,000) is included in the appropriation.
An additional $60,000 is also included to account for unknown costs that may result from existing land disturbance permit
requirements associated with the access agreement obtained from the Port Authority, and $10,000 for permit fees from St.
Louis County.
137 of 7/11/13
Contracted planning resources utilized: Watershed Facility Planning.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
12/10/09 – Ord. No. 12994 – Amount: $6,000,000 – HDR Engineering, Inc. – Design Contract No. E-1265