Loading...
HomeMy Public PortalAbout1600th Board Agenda 12-14-2017Pg 1 Revised: 12/7/2017 3:06 PM AGENDA 1600th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT December 14, 2017 4:00 P.M. CLOSED SESSION 5:00 P.M. ROLL CALL & PUBLIC BOARD MEETING MSD OFFICES 2350 MARKET STREET ROOM 109 1 ROLL CALL 2 CLOSED SESSION TO DISCUSS PERSONNEL ACTIONS UNDER §610.021(3), RSMO 1988 SUPP. 3 APPROVAL OF JOURNAL OF PRECEDING MEETING: November 9, 2017 (1598th) December 5, 2017 (1599th) 4 COMMENTS BY THE CHAIR- NONE 5 REPORT OF BOARD COMMITTEES – Audit, Program Mngt, Stakeholders 6 REPORT OF EXECUTIVE DIRECTOR – NONE 7 COMMENTS FROM THE PUBLIC 8 SUBMISSION OF PUBLIC HEARING REPORTS - NONE 9 COMMUNICATIONS – NONE 10 CONSENT AGENDA – 11 through 20 Pg 2 Revised: 12/7/2017 3:06 PM CONSENT AGENDA ORDINANCES 11 Adoption of Proposed Ordinance No. 14825 - Coldwater Creek WWTF Final Clarifiers Replacement (12504) Appropriating Four Million Three Hundred Thousand Dollars ($4,300,000.00) from the Sanitary Replacement Fund to be used for wastewater treatment plant construction in Coldwater Creek WWTF Final Clarifiers Replacement (12504) 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. 21373 with Plocher Construction Company, Inc. for the aforesaid wastewater treatment plant construction. 12 Adoption of Proposed Ordinance No. 14826 - Farmers Mill Pump Station (P-774) Replacement (12457) Appropriating Four Hundred Fifty Thousand Dollars ($450,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Farmers Mill Pump Station (P-774) Replacement (12457) in the City of Chesterfield, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21433 with Kelpe Contracting, Inc. for the aforesaid sanitary sewer construction. 13 Adoption of Proposed Ordinance No. 14827 - Grand Glaize WWTF Flood Protection Improvements (12830) Appropriating Two Hundred Sixty-Five Thousand Dollars ($265,000.00) from the Operation, Maintenance, Construction, and Improvement Fund of Meramec River Basin Subd. #449 to be used for sanitary sewer construction in Grand Glaize WWTF Flood Protection Improvements (12830) in the City of Valley Park, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21573 with Gershenson Construction Co. for the aforesaid sanitary sewer construction. 14 Adoption of Proposed Ordinance No. 14828 - Natural Bridge Rd – Darby to Chevrolet Combined Sewer Relief (12536) Appropriating One Million Eight Hundred Thousand Dollars ($1,800,000.00) from the Sanitary Replacement Fund to be used for combined sewer construction in Natural Bridge Rd – Darby to Chevrolet Combined Sewer Relief (12536) 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. 21513 with Gershenson Construction Co. for the aforesaid combined sewer construction. 15 Adoption of Proposed Ordinance No. 14829 - Pickwick – Bernadine – Bimini Sanitary Relief Part 2 (11698) Appropriating Three Hundred Seventy-Five Thousand Dollars ($375,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Pickwick – Bernadine – Bimini Sanitary Relief Part 2 (11698) 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. 21493 with Unnerstall Contracting Co., Ltd. for the aforesaid sanitary sewer construction. Pg 3 Revised: 12/7/2017 3:06 PM CONSENT AGENDA ORDINANCES 16 Adoption of Proposed Ordinance No. 14830 - Jett Drive #10129 Storm Sewer (10009) Appropriating One Hundred Seventy-Five Thousand Dollars ($175,000.00) from the Operation, Maintenance, Construction, and Improvement Fund of Maline Creek to be used for storm sewer construction in Jett Drive #10129 Storm Sewer (10009) in the City of Dellwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21413 with Taylormade Construction Co., LLC for the aforesaid storm sewer construction. 17 Adoption of Proposed Ordinance No. 14831 - Excess (Umbrella) Liability Program (First Layer) Awarding a contract to Allied World Insurance Company (McGriff, Seibels & Williams, of Missouri Inc., agent) for the District’s Excess Umbrella Liability Insurance (First Layer) coverage from January 1, 2018 to January 1, 2019. 18 Adoption of Proposed Ordinance No. 14832 - Excess (Umbrella) Liability Program (Second Layer) Awarding a contract to Allied World National Assurance Company (McGriff, Seibels & Williams, of Missouri Inc., agent) for the District’s Excess Umbrella Liability Insurance (Second Layer) coverage from January 1, 2018 to January 1, 2019. 19 Adoption of Proposed Ordinance No. 14833 - Combined Liability Insurance Program Awarding a contract to Missouri Public Entity Risk Management Fund (MOPERM) (McGriff, Seibels & Williams, of Missouri Inc., agent) for the District’s Combined Liability Insurance coverage from January 1, 2018 to December 31, 2018. 20 Adoption of Proposed Ordinance No. 14834 - Group Medical Plan Benefits Renewal Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with CIGNA Healthcare for medical plan benefits for the District's employees and family members. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None Pg 4 Revised: 12/7/2017 3:06 PM New Business Agenda Item No. Name Page No. ORDINANCES 21 Introduction of Proposed Ordinance No. 14836 - CSO Volume Reduction Green Infrastructure – 4228-4234 Maryland Avenue (13035) Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an agreement with Maryland East, LLC for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – 4228-4234 Maryland Avenue (13035) in the City of St. Louis, Missouri. 22 Introduction and Adoption of Proposed Ordinance No. 14837 - Caulks Creek Forcemain (Waterworks Road to River Valley) (12892) Appropriating Two Million Six Hundred Thousand Dollars ($2,600,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Caulks Creek Forcemain (Waterworks Road to River Valley) (12892) in the City of Maryland Heights, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21593 with Kolb Grading, LLC for the aforesaid sanitary sewer construction. 23 Introduction of Proposed Ordinance No. 14838 - DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471) Appropriating Sixteen Million Nine Hundred Ninety Thousand Dollars ($16,990,000.00) from the Sanitary Replacement Fund and Forty Thousand Dollars ($40,000.00) from the Operation, Maintenance, Construction, and Improvement Fund of Deer Creek to be used for sanitary sewer construction in DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471) in the Cities of Brentwood, Rock Hill and Ladue, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21628 with Kolb Grading, LLC for the aforesaid sanitary sewer construction. 24 Introduction of Proposed Ordinance No. 14839 - Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) Making a supplemental appropriation of Three Hundred Fifty Thousand Dollars ($350,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) in the Cities of Clayton, Richmond Heights, Brentwood, Maplewood, Webster Groves, and Shrewsbury, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20437 with SAK Construction, LLC for the aforesaid sanitary sewer construction. 25 Introduction of Proposed Ordinance No. 14840 - General Services Agreement – Property Appraisal (2018) Contract A (12382) Appropriating Sixty Thousand Dollars ($60,000.00) from the General Fund to be used for property appraisal services in General Services Agreement – Property Appraisal (2018) Contract A (12382) at various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21640 with Real Estate Analysts Limited for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. Pg 5 Revised: 12/7/2017 3:06 PM 26 Introduction of Proposed Ordinance No. 14841 - General Services Agreement – Property Appraisal (2018) Contract B (12383) Appropriating Sixty Thousand Dollars ($60,000.00) from the General Fund to be used for property appraisal services in General Services Agreement – Property Appraisal (2018) Contract B (12383) at various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21641 with Mueller & Neff Real Estate Appraisers & Consultants for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. 27 Introduction of Proposed Ordinance No. 14842 - General Services Agreement – Property Appraisal (2018) Contract C (12384) Appropriating Sixty Thousand Dollars ($60,000.00) from the General Fund to be used for property appraisal services in General Services Agreement – Property Appraisal (2018) Contract C (12384) at various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21642 with Przada Appraisal Services LLC for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. 28 Introduction of Proposed Ordinance No. 14843 - General Services Agreement – Property Appraisal (2018) Contract D (12385) Appropriating Sixty Thousand Dollars ($60,000.00) from the General Fund to be used for property appraisal services in General Services Agreement – Property Appraisal (2018) Contract D (12385) at various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21643 with DJ Howard & Associates Inc. for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. 29 Introduction of Proposed Ordinance No. 14844 - Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) Appropriating Four Hundred Forty Thousand Dollars ($440,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) in the Cities of Kirkwood and Oakland, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21625 with Fred M. Luth & Sons, Inc. for the aforesaid private I/I removal and storm sewer construction. 30 Introduction of Proposed Ordinance No. 14845 - Ladue Farms Pump Station (P-733) Replacement (12320) Appropriating Three Hundred Seventy Thousand Dollars ($370,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Ladue Farms Pump Station (P-733) Replacement (12320) in the City of Chesterfield, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21627 with Above and Below Contracting, LLC for the aforesaid sanitary sewer construction. 31 Introduction of Proposed Ordinance No. 14846 - Markdale Dr. #8571 and 8575 Storm Sewer (11290) Appropriating Seventy Thousand Dollars ($70,000.00) from the Operation, Maintenance, Construction, and Improvement Fund of Maline Creek to be used for storm sewer construction in Markdale Dr. #8571 and 8575 Storm Sewer (11290) in the City of St. John, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21613 with Gaehle Grading, LLC for the aforesaid storm sewer construction. Pg 6 Revised: 12/7/2017 3:06 PM 32 Introduction of Proposed Ordinance No. 14847 - Rosewood Lane & Woodard Dr. Storm Sewer (10347) Appropriating Five Hundred Sixty Thousand Dollars ($560,000.00) from the Operation, Maintenance, Construction, and Improvement Fund of Sugar Creek to be used for storm sewer construction in Rosewood Lane & Woodard Dr. Storm Sewer (10347) in the City of Kirkwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21626 with Bates Utility Company, Inc. for the aforesaid storm sewer construction. 33 Introduction of Proposed Ordinance No. 14848 - Construction Management Services – Lower and Middle RDP Tunnel Facilities (11152) Making a supplemental appropriation of Two Million Six Hundred Thousand Dollars ($2,600,000.00) from the Sanitary Replacement Fund to be used for construction management services in Construction Management Services – Lower and Middle RDP Tunnel Facilities (11152) in various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11024 with Shannon & Wilson Inc. for the aforesaid construction management services. 34 Introduction of Proposed Ordinance No. 14849 - Construction Management Services – Lower Meramec and Deer Creek Tunnels (11826) Making a supplemental appropriation of Three Million Six Hundred Thousand Dollars ($3,600,000.00) from the Sanitary Replacement Fund to be used for construction management services in Construction Management Services – Lower Meramec and Deer Creek Tunnels (11826) in various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20099 with Black & Veatch Corporation for the aforesaid construction management services. 35 Introduction of Proposed Ordinance No. 14850 - Construction Management Services – Tank/Treatment/Pump Station Facilities (11151) Making a supplemental appropriation of Four Million Two Hundred Fifty Thousand Dollars ($4,250,000.00) from the Sanitary Replacement Fund and Two Hundred Fifty Thousand Dollars ($250,000.00) from the General Fund to be used for construction management services in Construction Management Services – Tank/Treatment/Pump Station Facilities (11151) in various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20100 with Kennedy Associates/Architects, Inc. for the aforesaid construction management services. 36 Introduction of Proposed Ordinance No. 14851 - Critical Infrastructure Assessment (2017) (12720) Making a supplemental appropriation of One Million Five Hundred Thousand Dollars ($1,500,000.00) from the General Fund to be used for investigations & assessment of sewer systems in Critical Infrastructure Assessment (2017) (12720) throughout the Metropolitan St. Louis Sewer District Service Area; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Amendment No. 1 to Contract No. 20510 with RJN Group, Inc. for the aforesaid investigations & assessment of sewer systems. Pg 7 Revised: 12/7/2017 3:06 PM 37 Introduction of Proposed Ordinance No. 14852 - Radar Rainfall Data (2017) (12005) Making a supplemental appropriation of One Hundred Forty Thousand Dollars ($140,000.00) from the General Fund to be used for rainfall data gathering and analysis in Radar Rainfall Data (2017) (12005) District-wide; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Amendment No. 1 to Contract No. 20526 with Vieux and Associates, Inc. for the aforesaid rainfall data gathering and analysis. 38 Introduction of Proposed Ordinance No. 14853 – Revised Engineering and Service Fees Repealing Ordinance No. 8660, adopted May 13, 1992, and enacting a new ordinance in lieu thereof, providing for a schedule of Revised Engineering and Service Fees. 39 Introduction of Proposed Ordinance No. 14854 – Revised Wastewater Sewer System Connection Fees Repealing Ordinance No. 9346, adopted October 12, 1994, and enacting a new ordinance in lieu thereof, providing for a schedule of Revised Wastewater Sewer System Connection Fees. RESOLUTIONS 40 Adoption of Resolution No. 3391, Medical Services The adoption of Resolution No. 3392 will exercise option year two (1) of the contract previously authorized by Ordinance No. 14291 adopted December 10, 2015, which authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with BJC Corporate Health Services, whereby BJC Corporate Health Services would provide medical services for District staff which include workers compensation medical services, drug testing, pre-employment evaluations and other medical services. 41 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 42 ADJOURNMENT Pg 8 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14836 NAME OF PROJECT: CSO Volume Reduction Green Infrastructure – 4228-4234 Maryland Avenue (13035) LOCATION: 4228-4234 Maryland Avenue in the City of St. Louis, Missouri TYPE OF PROJECT: Cost Share for Green Infrastructure Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Authorizes staff to enter into an agreement with Maryland East, LLC. What does action accomplish?: Provides Green Infrastructure Grant for construction of green infrastructure to reduce combined sewer overflows, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: Maryland East, LLC Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Designer’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into an agreement with Maryland East, LLC to provide financial assistance through a Green Infrastructure Grant Program for construction of green infrastructure. The purpose of this project is to reduce combined sewer overflows into the Mississippi River per the Long Term Control Plan. This project will reduce runoff volume with the installation of amended soils and pervious pavement. Total cost of the project is estimated at $55,800, and Maryland East, LLC is requesting approximately $55,800 reimbursement for the cost of green infrastructure. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 98 Amount: $5,000,000* Fund Name: #1101 – General Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/13/17 – Ord. No. 14629 – Amount: $5,000,000 – CSO Volume Reduction Green Infrastructure (11146) *Requesting Board approval of an ordinance for which $55,800 is being encumbered from Ordinance No. 14629. Pg 9 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction and Adoption of Proposed Ordinance 14837 NAME OF PROJECT: Caulks Creek Forcemain (Waterworks Road to River Valley) (12892) LOCATION: East of Interstate 64 and North of Olive Boulevard in the City of Maryland Heights, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates 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: Kolb Grading, LLC Previous District Contract: Yes 5731 Westwood Drive St. Charles, MO 63304 Consultant: N/A Agency: N/A Number of bidders: 5 Low Bid: $2,507,796.14 High Bid: $3,923,362.90 Appropriation Amount: $2,600,000.00 Designer’s Estimate: $3,500,000.00 Total MWBE Participation: 17.01% (MBE Goal is 17% - African American) Zoie, LLC (African American) – 17.01% - MBE Type of Contract: Unit Cost Properties Affected: 5 Properties Benefiting: Entire Caulks Creek Watershed Designed by: Crawford Murphy & Tilly Inc. The work to be done under Contract #21593 consists of the construction of approximately 3,190 lineal feet of sanitary sewer force main 30-inches in diameter, 300 lineal feet of 2-inch sanitary sewer force main, slip-lining approximately 1,460 lineal feet of existing 36-inch ductile iron pipe sanitary sewer force main, and appurtenances. This construction is the sixth phase of a multi-phase improvement program. Redundancy will be provided for the existing force main when this project is constructed. The purpose of this project is to install a 30-inch Ductile Iron Pipe Force Main and slip-line an existing 36-inch Force Main. This project is scheduled to be completed in 300 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 85 Amount: $3,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This construction is a re-bid for a portion of the Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) project. Staff is requesting introduction and adoption to expedite construction due to deteriorating conditions of the existing force main. The existing force main has experienced a number of breaks requiring emergency repairs and sewer overflow response. The expedited construction will align with Lower Missouri River levels experienced during winter months. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. Pg 10 Revised: 12/7/2017 3:06 PM PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/10/09 – Ord. No. 13003 – Amount: $850,000 – Crawford Murphy & Tilly Inc. – Design Contract No. 20233 – Amendment No. 14 06/11/15 – Ord. No. 14095 – Amount: $5,000,000 – Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) Bates Utility Company – Contract No. 20272 05/12/16 – Ord. No. 14357 – Amount: $1,500,000 – Infrastructure Repair #087P Caulks Creek A (P-750) Phase VI (10656) – Bates Utility Company – Contract No. 20272 – Supplemental Appropriation. Pg 11 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14838 NAME OF PROJECT: DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471) LOCATION: From Brentwood Park Across Manchester Road, Across McKnight Road to Just South of Two-Mile Creek in the Cities of Brentwood, Rock Hill, and Ladue, 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: Kolb Grading, LLC Previous District Contract: Yes 5731 Westwood Drive St. Charles, MO 63304 Consultant: N/A Agency: N/A Number of bidders: 7 Low Bid: $25,512,570.66 High Bid: $32,132,546.00 Appropriation Amount: $17,030,000.00 Designer’s Estimate: $34,500,000.00 Total MWBE Participation: 17.47% (MBE Goal is 17% - African American) Zoie, LLC (African American) – 13.75% - MBE DM Hauling (African American) – 1.29% - MBE ABNA Engineering, Inc. (African American) – 2.43% - MWBE Type of Contract: Unit Cost Properties Affected: 18 Properties Benefiting: 35,000 Designed by: Parsons Water & Infrastructure, Inc. The work to be done under Contract #21628 consists of the construction of approximately 7,900 lineal feet of 8-inch to 72-inch diameter sanitary sewers and appurtenances, 6 junction chambers, 28 manholes, and other associated work. This construction is the second phase of a multi-phase improvement project. The purpose of this project is to alleviate surcharging sanitary sewers and facilitate future removal of seven (7) constructed SSOs (BP-545, BP-170, BP-198, BP- 348, BP-349, BP-155 & BP-591) after construction of future phases. This project is scheduled to be completed in 737 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 97 Amount: $17,000,000 (Partial) FY2018, Pg. 98 $ 30,000 $17,030,000 Fund Name: #6660 – Sanitary Replacement Fund $16,990,000 #5566 – Deer Creek OMCI Fund $ 40,000 Additional Comments: An additional contingency of $600,000 for utility relocation (Electric - $450,000, Telephone - $100,000 & Water - $50,000) is included in the appropriation. This is a partial funding request. A supplemental appropriation request is planned for construction in FY2019 for a total appropriation of $27,000,000.00. This appropriation includes $40,000 for storm sewer work. The remaining work on this project is expected to be funded by Bond proceeds. Pg 12 Revised: 12/7/2017 3:06 PM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/10/16 – Ord. No. 14338 – Amount: $250,000 – Parsons Water & Infrastructure, Inc. – Design Contract No. 10733 – Amendment Pg 13 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14839 NAME OF PROJECT: Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) LOCATION: East of Shrewsbury Avenue at Interstate 44 to just west of Brentwood Boulevard at Clayton Road in the Cities of Clayton, Richmond Heights, Brentwood, Maplewood, Webster Groves, and Shrewsbury, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend a construction contract. What does action accomplish?: Implements a Tunneling Training Program that will provide opportunities for minority and women journeymen and apprentices to gain experience in tunnel type work. 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: NA Low Bid: NA High Bid: NA Appropriation Amount: $350,000.00 Designer’s Estimate: NA Total MWBE Participation: 18.78% (MBE Goal is 17% - African American) Williams Tunneling Industries, Inc. (African American) – 11.92% - MBE Luther’s Supply, LLC (African American) – 1.53% - MBE Kendall’s Hauling, LLC (African American) – 0.67% - MBE TD4 Electrical, LLC (African American) – 1.02% - MBE McKay’s Hauling Company, Inc. (African American) – 2.90% - MWBE A-Plus Contractors, LLC (African American) – 0.22% - MBE Bumpys Steel (African American) – 0.44% - MBE Supplied Industrial Solutions, Inc. (African American) – 0.08% - MBE Type of Contract: Lump Sum Properties Affected: 60 Properties Benefiting: The Entire Deer Creek Watershed Designed by: Parsons Water & Infrastructure, Inc. The activities planned for this contract amendment and supplemental appropriation will implement a Tunneling Training Program that will provide opportunities for minority and women journeymen or apprentices to gain experience in tunnel type work. The goal of the Program is to train an additional four (4) minority and women journeyman or apprentices unfamiliar with tunnel type work. Contractor is responsible to meet all workforce diversity goals as required by the Contract, prior to implementation of this Program. At the completion of the training the trainees will be skilled in tunneling type work. The work to be done under Contract #20437 consists of the construction of approximately 22,814 lineal feet of 19-foot diameter concrete lined tunnel, 76 lineal feet of 96-inch diameter tunnel, 49 lineal feet of 144-inch tunnel, 1,835 lineal feet of 72-inch diameter adit, 229 feet of 30-inch diameter adit, excavation of three (3) large diameter shafts for construction of a future pump station under a separate contract, five (5) drop structures, 3,936 feet of 8-inch to 60-inch diameter sanitary sewers and appurtenances, four (4) diversion structures, two (2) junction chambers, associated manholes, paving, fencing, dog park improvements, grading, electrical, and other associated work. The purpose of this project is to provide Pg 14 Revised: 12/7/2017 3:06 PM additional storage during wet weather events by allowing surcharged sewers in the Deer Creek watershed to discharge to the proposed tunnel and eliminate constructed SSOs within the Deer Creek watershed. This project is scheduled to be completed in 1,832 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 101 Amount: $50,000,000 (Partial) Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: A supplemental appropriation request is planned for construction in FY2019, FY2020 and FY2021 for a total construction appropriation of $153,000,000. With this supplemental appropriation, a total appropriation of 153,350,000 is anticipated. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/10/16 – Ord. No. 14539 – Amount: $1,500,000 – Parsons Water & Infrastructure – Design Contract No. 10733 – Amendment – Design Project No. 11731 – Amendment and Supplemental Appropriation 08/10/17 – Ord. No. 14712 – Amount: $50,000,000 – SAK Construction, LLC – Original Construction Contract No. 20437 Pg 15 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14840 NAME OF PROJECT: General Services Agreement – Property Appraisal (2018) Contract A (12382) LOCATION: Various Locations Within the District TYPE OF PROJECT: Property Appraisal Services (012.0 Appraisal Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a contract for Property Appraisals. What does action accomplish?: Provides funding for services required allowing the District to obtain property rights, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Real Estate Analysts Limited 6255 Knox Industrial Drive St. Louis, MO 63139 Agency: N/A Number of proposers: (6) DJ Howard & Associates, Inc.; Lochmueller Group, Inc.; Mueller & Neff Real Estate Appraisers & Consultants; Przada Appraisal Services LLC; Real Estate Analysts Limited; and Volkert, Inc. Appropriation Amount: $60,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (No MWBE Goal) N/A – There are no MWBE goals for this Professional Services project. Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #21640 with Real Estate Analysts Limited for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. The appraisal services will be provided on an as-needed basis as required to obtain property rights. Work will be assigned on a project-by-project basis, not to exceed $60,000. This will be the first year with two option year renewals provided for in the original contract. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 110 Amount: $60,000 Fund Name: #1101 – General Fund Additional Comments: This is one of four professional property appraisal services contracts with the District. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 16 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14841 NAME OF PROJECT: General Services Agreement – Property Appraisal (2018) Contract B (12383) LOCATION: Various Locations Within the District TYPE OF PROJECT: Property Appraisal Services (012.0 Appraisal Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a contract for Property Appraisals. What does action accomplish?: Provides funding for services required allowing the District to obtain property rights, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Mueller & Neff Real Estate Appraisers & Consultants 4400 South Lindbergh Blvd, Suite 1 St. Louis, MO 63127 Agency: N/A Number of proposers: (6) DJ Howard & Associates, Inc.; Lochmueller Group, Inc.; Mueller & Neff Real Estate Appraisers & Consultants; Przada Appraisal Services LLC; Real Estate Analysts Limited; and Volkert, Inc. Appropriation Amount: $60,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (No MWBE Goal) N/A – There are no MWBE goals for this Professional Services project. Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #21641 with Mueller & Neff Real Estate Appraisers & Consultants for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. The appraisal services will be provided on an as-needed basis as required to obtain property rights. Work will be assigned on a project-by-project basis, not to exceed $60,000. This will be the first year with two option year renewals provided for in the original contract. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 111 Amount: $60,000 Fund Name: #1101 – General Fund Additional Comments: This is one of four professional property appraisal services contracts with the District. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 17 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14842 NAME OF PROJECT: General Services Agreement – Property Appraisal (2018) Contract C (12384) LOCATION: Various Locations Within the District TYPE OF PROJECT: Property Appraisal Services (012.0 Appraisal Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a contract for Property Appraisals. What does action accomplish?: Provides funding for services required allowing the District to obtain property rights, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Przada Appraisal Services LLC 6731 Oleatha St. Louis, MO 63139 Agency: N/A Number of proposers: (6) DJ Howard & Associates, Inc.; Lochmueller Group, Inc.; Mueller & Neff Real Estate Appraisers & Consultants; Przada Appraisal Services LLC; Real Estate Analysts Limited; and Volkert, Inc. Appropriation Amount: $60,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (No MWBE Goal) N/A – There are no MWBE goals for this Professional Services project. Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #21642 with Przada Appraisal Services LLC for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. The appraisal services will be provided on an as-needed basis as required to obtain property rights. Work will be assigned on a project-by-project basis, not to exceed $60,000. This will be the first year with two option year renewals provided for in the original contract. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 112 Amount: $60,000 Fund Name: #1101 – General Fund Additional Comments: This is one of four professional property appraisal services contracts with the District. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 18 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14843 NAME OF PROJECT: General Services Agreement – Property Appraisal (2018) Contract D (12385) LOCATION: Various Locations Within the District TYPE OF PROJECT: Property Appraisal Services (012.0 Appraisal Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a contract for Property Appraisals. What does action accomplish?: Provides funding for services required allowing the District to obtain property rights, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No* Consultant: DJ Howard & Associates, Inc. 820 Broadway Highland, IL 62249 Agency: N/A Number of proposers: (6) DJ Howard & Associates, Inc.; Lochmueller Group, Inc.; Mueller & Neff Real Estate Appraisers & Consultants; Przada Appraisal Services LLC; Real Estate Analysts Limited; and Volkert, Inc. Appropriation Amount: $60,000.00 Designer’s Estimate: N/A Total MWBE Participation: 100.00% (No MWBE Goal) DJ Howard & Associates, Inc. – 100.00% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #21643 with DJ Howard & Associates, Inc. for property appraisal services associated with the acquisition of easements and property rights by negotiation or condemnation. The appraisal services will be provided on an as-needed basis as required to obtain property rights. Work will be assigned on a project-by-project basis, not to exceed $60,000. This will be the first year with two option year renewals provided for in the original contract. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 113 Amount: $60,000 Fund Name: #1101 – General Fund Additional Comments: This is one of four professional property appraisal services contracts with the District. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A *DJ Howard & Associates, Inc. is a WBE real estate appraiser located in Highland, Illinois, who has been appraising property and easements since 1998. Their work has included roadway and utility takings as well as general property appraisals. Pg 19 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14844 NAME OF PROJECT: Kirkwood I/I Reduction (Big Bend Blvd and S Kirkwood Rd) (12317) LOCATION: North of Interstate 44 and East of Interstate 270 in Cities of Kirkwood and Oakland, Missouri TYPE OF PROJECT: Private I/I Removal and Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, 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: 5 Low Bid: $389,320.00 High Bid: $594,970.00 Appropriation Amount: $440,000.00 Designer’s Estimate: $657,000.00 Total MWBE Participation: 17.98% (MBE Goal is 17% - African American) Tee & E Trucking, Inc. (African American) – 3.34% - MBE Phillips Concrete Services, LLC (African American) – 2.05% - MBE Zoie, LLC (African American) – 2.57% - MBE Brandt Contracting, Inc. (African American) – 10.02% - MBE Type of Contract: Unit Cost Properties Affected: 184 Properties Benefiting: 1,930 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #21625 consists of the construction of approximately 402 lineal feet of 12-inch diameter sanitary sewers and appurtenances, and the removal of inflow sources from 58 private properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Gravois Creek watershed, reduce building backups, and relieve overcharged sanitary sewers. This project is scheduled to be completed in 320 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 127 Amount: $1,361,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $12,000 for utility relocation (Electric - $12,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/04/15 – Ord. No. 14166 – Amount: $780,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment Pg 20 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14845 NAME OF PROJECT: Ladue Farms Pump Station (P-733) Replacement (12320) LOCATION: North of Interstate 64 and East of State Route 141 in the City of Chesterfield, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates 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: Above and Below Contracting, LLC Previous District Contract: Yes 2836 Plattin View Drive Festus, MO 63028 Consultant: N/A Agency: N/A Number of bidders: 4 Low Bid: $319,789.00 High Bid: $394,825.00 Appropriation Amount: $370,000.00 Designer’s Estimate: $454,000.00 Total MWBE Participation: 17.04% (MBE Goal is 17% - African American) BRK Electrical Contractors, LLC (African American) – 17.04% - MBE Type of Contract: Unit Cost Properties Affected: 2 Properties Benefiting: 23 Designed by: District staff The work to be done under Contract #21627 consists of the construction of a replacement pump station, approximately 34 lineal feet of sanitary sewers varying in size from 4-inches to 12-inches in diameter and appurtenances. The purpose of this project is to replace an existing deteriorated pump station (P-733) that has reached its useful life. This project is scheduled to be completed in 150 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 129 Amount: $650,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $30,000 for utility relocation (Electric - $10,000, Telephone - $10,000 & Other - $10,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 21 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14846 NAME OF PROJECT: Markdale Dr. #8571 and 8575 Storm Sewer (11290) LOCATION: South of Natural Bridge Road and West of Interstate 170 in the City of St. John, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: Gaehle Grading, LLC Previous District Contract: Yes 4362 Little Tavern Road Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 7 Low Bid: $62,234.00 High Bid: $92,095.00 Appropriation Amount: $70,000.00 Designer’s Estimate: $79,000.00 Total MWBE Participation: 18.52% (MBE Goal is 17% - African American) Westfall Hauling, Inc. (African American) – 15.68% - MBE Greenspace Lawn Services, LLC (African American) – 2.84% - MBE Type of Contract: Unit Cost Properties Affected: 3 Properties Benefiting: 2 Designed by: District staff The work to be done under Contract #21613 consists of the construction of approximately 118 lineal feet of storm sewers 12-inches in diameter and appurtenances. The purpose of this project is to alleviate structure flooding at 8571 Markdale Drive in the City of St. John. This project is scheduled to be completed in 90 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 196 Amount: $80,000 Fund Name: #5576 – Maline Creek OMCI Fund Additional Comments: An additional contingency of $10,000 for utility relocation (Other - $10,000) is included in the appropriation. Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 22 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14847 NAME OF PROJECT: Rosewood Lane & Woodard Dr. Storm Sewer (10347) LOCATION: North of Big Bend Boulevard and West of Geyer Road in the City of Kirkwood, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: Bates Utility Company, Inc. Previous District Contract: Yes 841 Westwood Industrial Park Dr. Weldon Springs, MO 63304 Consultant: N/A Agency: N/A Number of bidders: 7 Low Bid: $495,825.00 High Bid: $631,498.00 Appropriation Amount: $560,000.00 Designer’s Estimate: $616,000.00 Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) Windstar Transportation, LLC (African American) – 3.65% - MBE Greenseasons Landscaping, LLC (African American) – 3.65% - MBE Limbs R Us, LLC (African American) – 3.65% - MBE Zoie, LLC (African American) – 6.08% - MBE Type of Contract: Unit Cost Properties Affected: 18 Properties Benefiting: 25 Designed by: Oates Associates, Inc. The work to be done under Contract #21626 consists of the construction of approximately 2,132 lineal feet of storm sewers varying in size from 8-inches to 36-inches in diameter and appurtenances. The purpose of this project is to alleviate backyard flooding at 536, 541, 542, 601 and 606 Rosewood Lane, and basement flooding at 601 Woodard Drive. This project is scheduled to be completed in 150 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 197 Amount: $830,000 Fund Name: #5583 – Sugar Creek OMCI Fund Additional Comments: An additional contingency of $40,000 for utility relocation (Gas - $40,000) is included in the appropriation. Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/12/15 – Ord. No. 14262 – Amount: $215,000 – Oates Associates, Inc. – Design Contract No. 20355 Pg 23 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14848 NAME OF PROJECT: Construction Management Services – Lower and Middle RDP Tunnel Facilities (11152) LOCATION: Various Locations Within the District TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing construction management contract. What does action accomplish?: Provides for a multi-year contract to provide Construction Management support during the design and construction of several CIP tunnel projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Shannon & Wilson Inc. 2043 Westport Center Drive St. Louis, MO 63143 Corporate Headquarters: Seattle, Washington Number of proposers: N/A Appropriation Amount: $2,600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 47.00% (40.00% Overall – See Additional Comments) (MWBE Goal is 30%) Gonzalez Companies, LLC (Hispanic) – 16.00% - MBE Kwame Building Group, Inc. (African American) – 16.00% - MBE Kaskaskia Engineering Group, Inc. – 15.00% - WBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefiting: The entire Lemay and Martigney Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11024 with Shannon & Wilson Inc. for an annual extension based on acceptable performance to provide construction management services for all tunnel projects included in the Lower and Middle RDP CSO Controls System Improvements project. The preliminary construction estimate for the tunnel projects is $746,500,000. This project consists of bidability and constructability review during the design of the tunnel projects and construction management services during construction. The estimated construction management contract ranges for the entire program contract is between $70 and $80 million. This contract amendment of $2,600,000 brings the current contract value to $9,400,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 14 Amount: $3,500,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 24 Revised: 12/7/2017 3:06 PM Additional Comments: The appropriation for construction management services is $900,000 below the proposed funding presented in the CIP Budget Supplement due to the Jefferson Barracks Tunnel not beginning working a second and third shift as early as anticipated. This funding will provide construction management services during construction for the Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) project; and CM services during design for the Jefferson Barracks Tunnel Consolidation Sewers (11957), and the LMRDP CSO Storage Tunnel North Drive Consolidation Sewers (11959) projects. This project is expected to be funded by Bond proceeds. The total project MWBE commitment of 30% 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 Gonzalez Companies, LLC 10.00% 15.00% Kwame Building Group, Inc. 10.00% 12.00% Kaskaskia Engineering Group, LLC 10.00% 13.00% TOTAL 30.00% 40.00% 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: 11/08/12 – Ord. No. 13526 – Amount: $1,800,000 – Shannon & Wilson, Inc. – Original Design Contract No. 11024 12/12/13 – Ord. No. 13749 – Amount: $1,500,000 – Shannon & Wilson, Inc. – Design Contract No. 11024 – Amendment 11/13/14 – Ord. No. 13988 – Amount: $1,800,000 – Shannon & Wilson, Inc. – Design Contract No. 11024 – Amendment 01/14/16 – Ord. No. 14306 – Amount: $400,000 – Shannon & Wilson, Inc. – Design Contract No. 11024 – Amendment 01/12/17 – Ord. No. 14584 – Amount: $1,300,000 – Shannon & Wilson, Inc. – Design Contract No. 11024 – Amendment Pg 25 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14849 NAME OF PROJECT: Construction Management Services – Lower Meramec and Deer Creek Tunnels (11826) LOCATION: Various Locations Within the District TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing construction management contract. What does action accomplish?: Provides for a multi-year contract to provide construction management support during the design and construction of several CIP tunnel projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Black & Veatch Corporation 16305 Swingley Ridge Rd., Suite 230 Chesterfield, MO 63017 Corporate Headquarters: Overland Park, Kansas Agency: N/A Number of proposers: N/A Appropriation Amount: $3,600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 47.44% (42.21 % Overall – See Additional Comments) (MWBE Goal is 30%) Kwame Building Group, Inc. (African American) – 23.69% - MBE EPC Consultants, Inc. (Asian American) – 9.31% - MBE Lion CSG, LLC – 8.32% - WBE TSI Geotechnical, Inc. (African American) – 6.12% - MWBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefitting: The entire Bissell Point and Lower Meramec Service Areas and portions of the Lemay Service Area Designed by: N/A This ordinance authorizes the District to amend Contract #20099 with Black & Veatch Corporation for an annual extension based on acceptable performance to provide construction management services for projects associated with the Lower Meramec Tunnel System, River Des Peres Tributaries CSO projects, and the Deer Creek and University City Sanitary Sewer projects. The preliminary construction estimate for the tunnel projects is $630,000,000. This project consists of bidability and constructability review during the design of the tunnel projects and construction management services during construction. The value of the construction management contract for the entire program is estimated to be between $40 and $60 million. This contract amendment of $3,600,000 brings the current contract value to $14,290,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 15 Amount: $7,500,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 26 Revised: 12/7/2017 3:06 PM Additional Comments: The appropriation for construction management services is $3,900,000 below the proposed funding presented in the CIP Budget Supplement due to the Deer Creek Sanitary Tunnel being delayed. This funding will provide construction management services during construction for the DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd.) Phase I (10021), the DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471), the Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr. to Church Dr.) (11656), and the Deer Creek Sanitary Tunnel (Clayton Rd to RDP) Pump Station (11731) projects; and CM services during design for the DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471), the Upper RDP (University City) CSO Storage Tunnel (12440), and the Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) projects. This project is expected to be funded by Bond proceeds. The total project MWBE commitment of 30% for the project duration per the original proposal is summarized in the following table. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement Kwame Building Group, Inc. 20.00% 23.42% EPC Consultants, Inc. 5.00% 6.11% Lion CSG, LLC 3.00% 8.23% TSI Geotechnical, Inc. 2.00% 4.45% TOTAL 30.00% 42.21% Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/12/13 – Ord. No. 13750 – Amount: $390,000 – Black & Veatch Corporation – Original Design Contract No. 20099 11/13/14 – Ord. No. 13989 – Amount: $1,400,000 – Black & Veatch Corporation – Design Contract No. 20099 – Amendment 01/14/16 – Ord. No. 14307 – Amount: $2,600,000 – Black & Veatch Corporation – Design Contract No. 20099 – Amendment 01/12/17 – Ord. No. 14585 – Amount: $6,300,000 – Black & Veatch Corporation – Design Contract No. 20099 – Amendment Pg 27 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14850 NAME OF PROJECT: Construction Management Services – Tank/Treatment/Pump Station Facilities (11151) LOCATION: Various Locations Within the District TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing construction management contract. What does action accomplish?: Provides for a multi-year contract to provide construction management support during the design and construction of several CIP tanks, treatment, and pump station facility projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Kennedy Associates/Architects, Inc. 2060 Craigshire Road St. Louis, MO 63146 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $4,500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 68.00% (63.60% Overall – See Additional Comments) (MWBE Goal is 30%) Project Controls Group, Inc. (African American) – 11.30% - MBE Lion CSG, LLC – 4.60% - WBE Hudson & Associates, LLC (African American) – 2.20% - MBE Kennedy Associates/Architects, Inc. (African American) – 49.90% - MBE Prime Type of Contract: Cost Plus Properties Affected: N/A Properties Benefitting: District-wide Designed by: N/A This ordinance authorizes the District to amend Contract #20100 with Kennedy Associates/Architects, Inc. for an annual extension based on acceptable performance to provide construction management services for Tanks, Treatment, and Pump Station Facilities associated with the District’s CSO and SSO programs. The preliminary construction estimate for the facilities is $368,000,000. The project consists of bidability and constructability review during the design of the facility projects and construction management services during construction. The value of the construction management contract for the entire program is estimated to be between $25 and $40 million. This contract amendment of $4,500,000 brings the current contract value to $18,350,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 16 Amount: $7,360,000 Fund Name: #6660 – Sanitary Replacement Fund $4,250,000 #1101 – General Fund $ 250,000 Pg 28 Revised: 12/7/2017 3:06 PM Additional Comments: The appropriation for design services is $2,860,000 below the proposed funding presented in the CIP Budget Supplement primarily due to construction not beginning as early as budgeted on the Coldwater Clarifier Replacements, Gaslight Square Sewer Improvements and Gravois Tank Storage Facility. Additionally, saving was realized by not utilizing as much supplemental inspection staffing as originally budgeted. This funding will provide construction management services during construction for the Coldwater Sanitary Relief Section B, C & D Wet Weather Storage Facility Tank C (11726), the Coldwater Creek WWTF Final Clarifiers Replacement (12504), the Gravois Trunk Storage Facility (12469), the Lemay Pump Stations 1 and 2 Improvements (12488), the Gaslight Square Sewer Improvements (11137), the Mo River WWTF Electrical Feed (12502), the Mo River Ferric Chloride Feed System (12708), the Sulfur Vactor Truck Disposal Building (12835), the Williams Creek P-523 Mechanical Upgrades (12853), the Lemay WWTF Concrete Preservations (12428), the Grand Glaize WWTF Flood Protection Improvements (12830), the Grand Glaize WWTF Building Switchgear and Screens Repairs (12495), the Ferguson Sewer Relief Sanitary Storage Facility (11737), the Bissell Point WWTF Main Substation Switchgear Replacement (12494), the Bissell Point WWTF Ash Lagoon Floor Replacement (12493), the Mississippi River Floodwall ORS Pump Station Rehabilitation (12483), and the Fenton WWTF Headworks Gate Improvements (12833) projects; and CM services during design for the LMRDP Tunnel Dewatering Pump Station (11816), the Deer Creek Sanitary Tunnel (Clayton Rd To RDP) Pump Station (11731), the Gaslight Square Sewer Improvements (11137), the Engelholm and Park Sanitary Relief (Spencer Place to Leadale Drive) (12163), the Fenton WWTF Headworks Gate Improvements (12833), the Fenton WWTF Levee Improvements (12832), the Bissell Point WWTF Main Substation Switchgear Replacement (12494), the Bissell Point WWTF Ash Lagoon Floor Replacement (12493), the Bissell Point WWTF Redundant Sludge Acceptance and Belt Filter Press Replacement (12828), and the Ferguson Sewer Relief Sanitary Storage Facility (11737) projects. In addition, this year’s CM services include $250,000 funding for a master scheduler to assist the District in overall project scheduling efforts, and an additional $875,000 for additional inspectors to assist in supplementing MSD’s inspection staff with the inspection of the Cured-In- Place-Pipe (CIPP) rehabilitation projects. The capital portion of this project is expected to be funded by Bond proceeds. The total project MWBE commitment of 48% for the project duration per the original proposal is summarized in the following table. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement Kennedy Associates/Architects, Inc. 33.00% 46.30% Project Controls Group, Inc. 6.00% 9.80% Losli Engineering, LLC 4.00% 1.00% Cowell Engineering, LLC 3.00% 0.20% Hudson & Associates, LLC 2.00% 1.90% Lion CSG, LLC N/A 4.40% TOTAL 48.00% 63.60% N/A – The firm was not included in the MWBE goal in the original proposal. Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/12/13 – Ord. No. 13751 – Amount: $1,050,000 – Kennedy Associates/Architects – Original Design Contract No. 20100 11/13/14 – Ord. No. 13990 – Amount: $4,000,000 – Kennedy Associates/Architects – Design Contract No. 20100 – Amendment 01/14/16 – Ord. No. 14308 – Amount: $4,800,000 – Kennedy Associates/Architects – Design Contract No. 20100 – Amendment 01/12/17 – Ord. No. 14586 – Amount: $4,000,000 – Kennedy Associates/Architects – Design Contract No. 20100 – Amendment Pg 29 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14851 NAME OF PROJECT: Critical Infrastructure Assessment (2017) (12720) LOCATION: Throughout the Metropolitan Sewer District Service Area TYPE OF PROJECT: Investigations & Assessment of Sewer Systems (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to enter into a contract amendment and exercise the first option year for this existing contract. What does action accomplish?: Provided investigations will determine sewer conditions and system defects and will form the basis for preventive maintenance and rehabilitation activities, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: RJN Group, Inc. 727 North First Street, Suite 240 St. Louis, MO 63102 Corporate Headquarters: Wheaton, Illinois Agency: N/A Number of proposers: N/A Appropriation Amount: $1,500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 28.00% (No MWBE Goal) Hart Engineering, LLC – 17.60% - WBE David Mason & Associates, Inc. (African American) – 10.40% - MBE Type of Contract: Unit Cost Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 1 to Contract #20510 for the first option year with RJN Group, Inc. The purpose of this contract is to provide District staff with detailed information regarding sewer systems by performing services such as project inspection reconnaissance, field investigations of sewer system and structures, inspection prioritization and project set-up, field verification, map updates, work order management, and post inspection review. These services will form the basis for District led preventive maintenance and rehabilitation activities. These investigations also provide assistance for the Operations Department with their sewer cleaning and manhole inspection activities. In addition to the field inspections, CCTV review and system mapping updates are also provided. This contract Amendment for Critical Infrastructure Assessment is for $1,500,000. The original contract is renewable for up to one (1) additional year based on performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 18 Amount: $1,500,000 Fund Name: #1101 – General Fund Pg 30 Revised: 12/7/2017 3:06 PM Additional Comments: The appropriation for vendor services is equal to the total proposed funding presented in the CIP Budget Supplement. This project for Critical Infrastructure Assessment was identified in the District’s Capital Improvement and Replacement Program to provide support for the Operations department, design and planning activities, and updates to the District asset information. Specific programs supported are the Sewer Prioritization Program, Asset Management Program, SSO and CSO Control Plans, planning and watershed studies, preliminary and final designs, pre- design studies, and level one cityshed planning. Contracted planning resources utilized: Watershed Facility Planning, Stormwater Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area I/I Assessment, and Modeling. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/08/16 – Ord. No. 14559 – Amount: $1,400,000 – RJN Group, Inc. – Original Contract No. 20510 Pg 31 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14852 NAME OF PROJECT: Radar Rainfall Data (2017) (12005) LOCATION: District-wide TYPE OF PROJECT: Rainfall Data Gathering and Analysis (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to enter into a contract amendment and exercise the first option year for this existing contract. What does action accomplish?: Provides holistic rainfall data coverage of the entire District to inform staff of the severity and magnitude of rain events, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Vieux and Associates, Inc. 350 David L. Boren, Suite 2500 Norman, OK 73072 Corporate Headquarters – Norman, Oklahoma Agency: N/A Number of proposers: N/A Appropriation Amount: $140,000.00 Designer’s Estimate: N/A Total MWBE Participation: 100.00% (No MWBE Goal) Vieux and Associates, Inc. – 100.00% - WBE Prime Type of Contract: Lump Sum Properties Affected: Entire District Properties Benefiting: Entire District Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 1 to Contract #20526 for the first option year with Vieux and Associates, Inc. will allow the District to continue maintaining the integration between the existing rain gauge network and NEXRAD radar data in an effort that produces Gauge Adjusted Radar Rainfall (GARR) data for use by District engineers, various planning and design consultants, and Operations divisions. This contract will continue to allow web-accessible rainfall data to District personnel, monthly archive quality rainfall data, major rainfall event support, enhancement of web-based tools, hydrologic stream response support, and support for the District’s hydraulic models, as well as any training required. Vieux and Associates also provides QA/QC of our extensive fixed rain gauge network and notifies the District of issues found during the GARR calibration process. As part of this contract, Vieux continuously evaluates our telemetry system and rain gauge network. Radar rainfall data is a technology used for hydraulic modeling and calibration, confirming sewer flow metering responses to rain events, inflow/infiltration assessments, CSO and SSO control planning, watershed and stormwater programs, and preliminary and final designs. This technology allows the District to estimate more accurately the amount of rain that falls within District boundaries that is not detected at rain gauge sites by essentially increasing the number of locations where a rainfall measurement is available from approximately 100 to over 2,000 data points. Planning utilizes GARR data to inform the Operations Department to determine the return period of rainfall events as they relate to overcharged main (OCM) customer calls. The original contract is renewable for up to one (1) additional year based on performance. Pg 32 Revised: 12/7/2017 3:06 PM FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 64 Amount: $140,000 Fund Name: #1101 – General Fund Additional Comments: The appropriation for Radar Rainfall data services is equal to the proposed funding presented in the CIP Budget Supplement. Vieux and Associates, Inc. will continue to provide service to the District based on superb response to requests and their ability to deliver high-quality real-time and archived data. Funds for future work are identified through the FY2019 CIRP. Radar Rainfall Technology is being employed in various cities such as: Louisville, Kentucky; Pittsburgh, Pennsylvania; Cincinnati, Ohio; Austin, Texas; and Baltimore, Maryland, as part of CSO and SSO control plans and enforcement agreements. The funding allows for operation of, and improvements to, MSD’s gauge adjusted radar rainfall system. Contracted planning resources utilized: Watershed Facility Planning, Stormwater Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area I/I Assessment, Combined Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, and Modeling. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/12/17 – Ord. No. 14592 – Amount: $135,000 – Vieux and Associates, Inc. – Original Contract No. 20526 Pg 33 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14853 NAME OF PROJECT: Revised Engineering and Service Fees LOCATION: N/A TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Current fees are insufficient to cover cost of service to regulate development activities. What does action accomplish?: Increases fees to reflect current costs of plan review, permitting, and inspection. 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 Designer′s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance increases some of the engineering fees to reflect actual cost of providing plan review, inspection, and permitting for development and redevelopment. The increase will take effect February 1, 2018. This will also remove three current fees: the fee for vacating District easements (to be more consistent with industry practice of other utilities), the fee for detailed conceptual review, and the fee for machine tap sewer connections since this type of connection is no longer performed by MSD staff. Proposed fee schedule results in an estimated average increase of 19% to 67% for typical projects over the rates calculated 10 years ago. FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: The current fees were developed in 2007. Labor costs include District overhead and were calculated using time spent working on projects. These fees will be reviewed again in FY2022 with a recommendation to the Board for FY2023. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 05/13/92 – Ord. No. 8660 – New and Increased Engineering and Service Fees 05/12/93 – Ord. No. 8964 – New and Increased Engineering and Service Fees – Amends Ordinance No. 8660 04/26/07 – Ord. No. 12413 – New and Increased Engineering and Service Fees – Amends Ordinance Nos. 8660 & 8964 Pg 34 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14854 NAME OF PROJECT: Revised Wastewater Sewer System Connection Fees LOCATION: N/A TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Current Connection Fee schedule is out of date. What does action accomplish?: Modifies fees slightly to align with current system fee analysis. 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 Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance modifies the connection fee schedule. The fee is assessed on development projects to recover the cost of system capacity constructed for new users. FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: The current connection fees were developed in 1994. A recent analysis has been completed by the Finance Department to update the connection fee schedule to align with the Water Environment Federation Manual “buy-in method”. The analysis is based on asset equity and system capacity. The new schedule of fees will take effect February 1, 2018. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/12/94 – Ord. No. 9346 – An Ordinance Providing for a Schedule of New and Increased Wastewater Sewer System Connection Fees Pg 35 Revised: 12/7/2017 3:06 PM AGENDA ITEM NUMBER: Adoption of Resolution No 3391 NAME OF PROJECT: Medical Services LOCATION: District wide TYPE OF PROJECT: Professional Service DEPARTMENT REQUESTING ACTION: Risk Management REQUESTED ACTION: Why is this action necessary?: To provide medical services for District staff which include workers compensation medical services, drug testing, pre-employment evaluations and other medical services. What does action accomplish?: This action provides an administrator and service provider for District drug testing and other medical services. SUMMARY EXPLANATION/BACKGROUND: Contractor: BJC Corporate Health Services. Previous District Contract: Yes 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: Installment Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This contract provides medical services for the District and administration for drug testing. This resolution will authorize the District to enter into a one year contract with BJC Corporate Health Services d/b/a BarnesCare from January 1, 2018 to December 31, 2018 exercising the second option year. The original contract provided for an initial term of one (1) year with four (4) additional one-year renewal terms at the option of the District. FUNDING/COST SUMMARY: Budgeted: Risk Management & Special Fund Budgets Budget Year: FY2018/2019 Amount: $275,000.00 Not to exceed $500,000.00 Fund Name: General Fund & General Insurance Fund Additional Comments: N/A PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 2/9/17 – Res. No. 3334 – Amount: $275,000 -- BJC Corporate Health Services 12/10/15 – Ord. No. 14291 – Amount: $275,000 -- BJC Corporate Health Services