Loading...
HomeMy Public PortalAbout1621st Board Agenda 7-11-2019 1 AGENDA 1621th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT July 11, 2019 4:00 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 LEGAL, CONFIDENTIAL OR PRIVILEGED MATTERS UNDER § 610.021(1); RSMO 1988 SUPP. 3 APPROVAL OF JOURNAL OF PRECEDING MEETING: June 13, 2019 (1620th) 4 COMMENTS BY THE CHAIR- None 5. REPORT OF THE BOARD COMMITTEES- Audit, Program Management, 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 25 Edited 7/5/19 2 CONSENT AGENDA ORDINANCES *11 Adoption of Proposed Ordinance No. 15152 - Workforce Development Grant Program Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Building Union Diversity, whereby Building Union Diversity will provide a Workforce Development Training Program for the District which facilitates providing assistance for low income, unemployed, and underemployed individuals within the MSD service area to obtain training and development for sewer construction occupations. 12 Adoption of Proposed Ordinance No. 15192 - CSO Volume Reduction Green Infrastructure – Catholic Charities of St. Louis Cathedral Tower (13156) Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an agreement with Greenprint Retrofits, LLC for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – Catholic Charities of St. Louis Cathedral Tower (13156) in the City of St. Louis, Missouri. 13 Adoption of Proposed Ordinance No. 15195 - Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) Appropriating Two Hundred Eighty Thousand Dollars ($280,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) 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. 21794 with Wehmeyer Farms, Inc. for the aforesaid private I/I removal and storm sewer construction. 14 Adoption of Proposed Ordinance No. 15196 - Corona Park Storm Sewer Phase 2B (10210) Making a supplemental appropriation of One Hundred Seventy Thousand Dollars ($170,000.00) from the Operation, Maintenance, Construction, Improvement Fund of Sugar Creek to be used for storm sewer construction in Corona Park Storm Sewer Phase 2B (10210) in the City of Kirkwood, Missouri. 15 Adoption of Proposed Ordinance No. 15197 - DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) Making an appropriation of Thirteen Million Dollars ($13,000,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) in the City of Ladue, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21786 with J. H. Berra Construction Co., Inc. for sanitary sewer construction. 16 Adoption of Proposed Ordinance No. 15198 - Easement Acquisition for Wastewater Projects (2020) (12516) Making an appropriation of Four Million Dollars ($4,000,000.00) from the Sanitary Replacement Fund to be used for property rights acquisition in Easement Acquisition for Wastewater Projects (2020) (12516) in 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 acquire necessary property rights in order to construct combined and sanitary sewer projects. 17 Adoption of Proposed Ordinance No. 15199 - Beldon Drive Storm Sewer (11501) Appropriating Three Hundred Ten Thousand Dollars ($310,000.00) from the District-wide Stormwater Fund to be used for storm sewer construction in Beldon Drive Storm Sewer (11501) in the City of Flordell Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21800 with Aztec Construction Specialties LLC for the aforesaid storm sewer construction. Edited 7/5/19 3 18 Adoption of Proposed Ordinance No. 15200 - Craig Road #1485 Storm Sewer Improvements (11587) Appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the District-wide Stormwater Fund to be used for storm sewer construction in Craig Road #1485 Storm Sewer Improvements (11587) 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. 21804 with J. H. Berra Construction Co., Inc. for the aforesaid storm sewer construction. 19 Adoption of Proposed Ordinance No. 15201 - Easement Acquisition for Stormwater Projects (2020) (12683) Making an appropriation of Five Hundred Thousand Dollars ($500,000.00) from the Districtwide Stormwater Fund to be used for property rights acquisition in Easement Acquisition for Stormwater Projects (2020) (12683) in 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 acquire necessary property rights in order to construct storm sewer projects. 20 Adoption of Proposed Ordinance No. 15202 - Hunter’s Glen Ct. #305 Storm Sewer (11608) Appropriating One Hundred Thousand Dollars ($100,000.00) from the Districtwide Stormwater Fund to be used for storm sewer construction in Hunter’s Glen Ct. #305 Storm Sewer (11608) in the City of Ellisville, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21802 with Gaehle Grading LLC for the aforesaid storm sewer construction. 21 Adoption of Proposed Ordinance No. 15203 - Stormwater Infrastructure Repair/Replacement – Districtwide (2020) (12675) Appropriating Five Million Dollars ($5,000,000.00) from the Districtwide Stormwater Fund to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repair/Replacement – Districtwide (2020) (12675) in various locations throughout the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. 22 Adoption of Proposed Ordinance No. 15204 - DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) (Design Supplemental) Making a supplemental appropriation of Five Hundred Fifty Thousand Dollars ($550,000.00) from the Sanitary Replacement Fund to be used for design in DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) (Design Supplemental) in the City of Ladue, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design. 23 Adoption of Proposed Ordinance No. 15206 - Force Main Evaluation Program Support (Condition Assessment) Professional Services Agreement Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a Professional Services Agreement with Pure Technologies, Inc. whereby Pure Technologies, Inc. will provide Condition Assessment of Force Main Asset Inventory in Force Main Evaluation Program Support (Condition Assessment) Professional Services Agreement throughout St. Louis City and St. Louis County, Missouri. 24 Adoption of Proposed Ordinance No. 15207 - Classification Plan Repealing Ordinance No.14926, as adopted on July 12, 2018, and enacting a new Ordinance prescribing changes to the Classification Plan to include the removal of obsolete positions, retitling existing positions, and the addition of new positions. Edited 7/5/19 4 25 Adoption of Proposed Ordinance No. 15208 - Compensation Plan Repealing Ordinance No. 15097, as adopted December 13, 2018, and enacting a new ordinance prescribing a change to the Compensation Plan to include the removal of the position title of the Manager of Risk Management from the Unclassified Schedule. This is the only change to the existing Compensation Plan adopted by Ordinance No. 15097 on December 13, 2018. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None NEW BUSINESS ORDINANCES 26 Introduction of Proposed Ordinance No. 15210 - CSO Volume Reduction Green Infrastructure – River Des Peres (13078) 12 Making an appropriation of Five Million Dollars ($5,000,000.00) from the General Fund to be used for construction of green infrastructure in CSO Volume Reduction Green Infrastructure – River Des Peres (13078) in the City of St. Louis and Parts of St. Louis County, Missouri. 27 Introduction of Proposed Ordinance No. 15211 - Infrastructure Repairs (Wastewater) (2020) (12010) 13 Appropriating Two Million Dollars ($2,000,000.00) from the General Fund and Five Million Dollars ($5,000,000.00) from the Sanitary Replacement Fund to be used for repair and replacement of manholes, sewers, and other infrastructure in Infrastructure Repairs (Wastewater) (2020) (12010) in various locations throughout the District; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of manholes, sewers, and other infrastructure. 28 Introduction of Proposed Ordinance No. 15212 - Lemay No. 3 Pump Station and Force Main (11817) (Substation Upgrade) 14 Appropriating Two Million Three Hundred Fifteen Thousand Dollars ($2,315,000.00) from the Sanitary Replacement Fund for electrical customer substation construction in Lemay No. 3 Pump Station and Force Main (11817) (Substation Upgrade) 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 an agreement under Contract No. 21817 with Union Electric Company, dba Ameren-Missouri to provide financial assistance for electrical customer substation construction. 29 Introduction of Proposed Ordinance No. 15213 - Rainridge Ct. Property Buyout (13302) 15 Appropriating Six Hundred Thousand Dollars ($600,000.00) from the Sanitary Replacement Fund to be used for property acquisition, demolition, and related activities of real property rights in order to protect sanitary and storm sewer facilities in Rainridge Ct. Property Buyout (13302) in Unincorporated St. Louis County, Missouri; and authorizing District staff on behalf of The Metropolitan St. Louis Sewer District to acquire property without additional Board action. Edited 7/5/19 5 30 Introduction of Proposed Ordinance No. 15214 - Brookvale Terrace – Parkfield Terrace Storm Improvements (11600) 16 Appropriating Seven Hundred Thousand Dollars ($700,000.00) from the Districtwide Stormwater Fund for cost-sharing for storm sewer construction in Brookvale Terrace – Parkfield Terrace Storm Improvements (11600) in the City of Manchester, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an intergovernmental agreement under Contract No. 21818 with the City of Manchester, Missouri to provide financial assistance for storm sewer construction. 31 Introduction of Proposed Ordinance No. 15215 - Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) 17 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 Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) in Unincorporated St. Louis County, Missouri to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase &/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. 32 Introduction of Proposed Ordinance No. 15216 - Conway Village Sanitary Relief (Conway Rd to I-64) (12131) 18 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 Conway Village Sanitary Relief (Conway Rd to I-64) (12131) in the City of Town and Country, Missouri to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase and/or the filing of all necessary court pleadings or documents to commence and prosecute formal legal proceedings for the acquisition of said easements and temporary construction easements. 33 Introduction of Proposed Ordinance No. 15217 - Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) 19 Appropriating Five Hundred Ninety-One Thousand Dollars ($591,000.00) from the General Fund and Seven Hundred Fifty Thousand Dollars ($750,000.00) from the Sanitary Replacement Fund to be used for design in Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design services. 34 Introduction of Proposed Ordinance No. 15218 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract A (12508) 22 Appropriating Fifty-One Thousand Dollars ($51,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract A (12508) in the Cities of Ballwin, Manchester, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of public I/I removal. Edited 7/5/19 6 35 Introduction of Proposed Ordinance No. 15219 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract B (12509) 23 Appropriating Forty-Seven Thousand Dollars ($47,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract B (12509) in the Cities of Bellefontaine Neighbors, Bel-Ridge, Bel-Nor, Ferguson, and Moline Acres, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of public I/I removal. 36 Introduction of Proposed Ordinance No. 15220 - Fenton Creek Pump Station (P-425) Improvements (12166) 24 Appropriating Four Hundred Thirty-Two Thousand Dollars ($432,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers, forcemain and pump station in Fenton Creek Pump Station (P-425) Improvements (12166) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers, forcemain and pump station. 37 Introduction of Proposed Ordinance No. 15221 - Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) 25 Appropriating One Hundred Forty-Five Thousand Dollars ($145,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) in the Cities of Ellisville and Ballwin, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 38 Introduction of Proposed Ordinance No. 15222 - Grand Glaize Trunk Sanitary Relief (Ballwin Golf Clubto Claymont Cove Ct) (12272) 26 Appropriating Two Hundred Fifty-Three Thousand Dollars ($253,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Grand Glaize Trunk Sanitary Relief (Ballwin Golf Club to Claymont Cove Ct) (12272) in the City of Ballwin, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 39 Introduction of Proposed Ordinance No. 15223 - Lower Meramec Tunnel I/I Source Reduction (13164) 27 Appropriating Twenty-Four Thousand Dollars ($24,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Lower Meramec Tunnel I/I Source Reduction (13164) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. Edited 7/5/19 7 40 Introduction of Proposed Ordinance No. 15224 - Oakwood Farms Pump Station (P-470) Elimination (12364) 28 Appropriating One Hundred Twenty-Four Thousand Dollars ($124,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Oakwood Farms Pump Station (P-470) Elimination (12364) in the City of Ballwin, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 41 Introduction of Proposed Ordinance No. 15225 - Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) 29 Appropriating Six Hundred Forty-Six Thousand Dollars ($646,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) in the City of Chesterfield, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 42 Introduction of Proposed Ordinance No. 15226 - Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) 30 Appropriating Two Hundred Thirty-Five Thousand Dollars ($235,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 43 Introduction of Proposed Ordinance No. 15227 - St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213) 31 Appropriating Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers. 44 Introduction of Proposed Ordinance No. 15228 - Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) 32 Appropriating Forty Thousand Dollars ($40,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) in the Cities of Chesterfield, Ellisville, and Ballwin, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of public I/I removal. 45 Introduction of Proposed Ordinance No. 15229 - Lemay Sanitary System Improvements (11145) 33 Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for design in Lemay Sanitary System Improvements (11145) in various municipalities and Unincorporated St. Louis County, Missouri. Edited 7/5/19 8 46 Introduction of Proposed Ordinance No. 15230 - Lemay Public I/I Reduction (2021) Contract A (12059) 36 Appropriating Sixty Thousand Dollars ($60,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Lemay Public I/I Reduction (2021) Contract A (12059) in the Cities of Glendale, Kirkwood, Oakland, Webster Groves, and Green Park, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of public I/I removal. 47 Introduction of Proposed Ordinance No. 15231 - Price to Pioneer Sanitary Relief (12368) 38 Appropriating Five Hundred Ninety-Two Thousand Dollars ($592,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Price to Pioneer Sanitary Relief (12368) in the Cities of Olivette and Oakland, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of sanitary sewers. 48 Introduction of Proposed Ordinance No. 15232 - St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) 40 Appropriating Three Hundred Sixty-Two Thousand Dollars ($362,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of sanitary sewers. 49 Introduction of Proposed Ordinance No. 15233 - WW-2 and WW-3 Warson Woods Sanitary Relief (12302) 42 Appropriating One Million One Hundred Seven Thousand Dollars ($1,107,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in WW-2 and WW-3 Warson Woods Sanitary Relief (12302) in the Cities of Glendale, Rock Hill, Warson Woods, Ladue, and Kirkwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of sanitary sewers. 50 Introduction of Proposed Ordinance No. 15234 - Lower & Middle RDP CSO Controls System Improvements (11109) 44 Appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the Sanitary Replacement Fund and Three Hundred Seventy-Five Thousand Dollars ($375,000.00) from the General Fund to be used for design in Lower & Middle RDP CSO Controls System Improvements (11109) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for the aforesaid design services. Edited 7/5/19 9 51 Introduction of Proposed Ordinance No. 15235 - Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) 47 Making a supplemental appropriation of Fifty-Five Thousand Dollars ($55,000.00) from the Sanitary Replacement Fund to be used for design of sanitary storage tunnel in Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for the aforesaid design of sanitary storage tunnel. 52 Introduction of Proposed Ordinance No. 15236 - Jefferson Barracks Tunnel Consolidation Sewers (11957) 49 Making a supplemental appropriation of Sixty-Five Thousand Dollars ($65,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Jefferson Barracks Tunnel Consolidation Sewers (11957) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for the aforesaid design of sanitary sewers. 53 Introduction of Proposed Ordinance No. 15237 - Lemay No. 3 Pump Station and Force Main (11817) 51 Making a supplemental appropriation of Two Hundred Seventy Thousand Dollars ($270,000.00) from the Sanitary Replacement Fund to be used for design of a pump station in Lemay No. 3 Pump Station and Force Main (11817) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for the aforesaid design of a pump station. 54 Introduction of Proposed Ordinance No. 15238 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 53 Making a supplemental appropriation of Three Hundred Ten Thousand Dollars ($310,000.00) from the Sanitary Replacement Fund to be used for design of CSO storage tunnel in LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) in the City of St. Louis and Unincorporated St. Louis County, Missouri; and authorizing the 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 design of CSO storage tunnel. 55 Introduction of Proposed Ordinance No. 15239 - Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) 55 Making a supplemental appropriation of Six Hundred Thousand Dollars ($600,000.00) from the Sanitary Replacement Fund to be used for design of CSO storage tunnel in Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc. for the aforesaid design of CSO storage tunnel. 56 Introduction of Proposed Ordinance No. 15240 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 57 Appropriating Six Hundred Thousand Dollars ($600,000.00) from the General Fund to be used for design in RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design services. Edited 7/5/19 10 57 Introduction of Proposed Ordinance No. 15241 - Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 60 Making a supplemental appropriation of Six Hundred Thousand Dollars ($600,000.00) from the Sanitary Replacement Fund to be used for design of sanitary tunnel in Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) in the Cities of Fenton and Sunset Hills, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design of sanitary tunnel. 58 Introduction of Proposed Ordinance No. 15242 - RDP Tributaries (Deer Creek) CSO Tunnel (12441) 62 Making a supplemental appropriation of One Million Eight Hundred Thousand Dollars ($1,800,000.00) from the Sanitary Replacement Fund to be used for pre-design in RDP Tributaries (Deer Creek) CSO Tunnel (12441) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid pre-design. 59 Introduction of Proposed Ordinance No. 15243 - Upper RDP (University City) CSO Storage Tunnel (12440) 64 Making a supplemental appropriation of One Million Two Hundred Thousand Dollars ($1,200,000.00) from the Sanitary Replacement Fund to be used for planning assistance for pre-design of the Upper River Des Peres (University City) CSO storage tunnel in Upper RDP (University City) CSO Storage Tunnel (12440) in the City of University City, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid planning assistance for pre-design of the Upper River Des Peres (University City) CSO storage tunnel. RESOLUTIONS 60 Adoption of Resolution No. 3520 - Expressing the Board of Trustees’ appreciation to Paul J. Metzger for his 26 years of exemplary service to the Metropolitan St. Louis Sewer District from October 27, 1992, to his retirement effective July 1, 2019. 61 Adoption of Resolution No. 3521 - Expressing the Board of Trustees’ appreciation to Donald G. O'Laughlin for his 26 years of exemplary service to the Metropolitan St. Louis Sewer District from August 17, 1992, to his retirement effective July 1, 2019. 62 Adoption of Resolution No. 3522 - Expressing the Board of Trustees’ appreciation to Madhu K. Patel for his 20 years of exemplary service to the Metropolitan St. Louis Sewer District from August 21, 1998, to his retirement effective July 1, 2019. 63 Adoption of Resolution No. 3523 - Expressing the Board of Trustees’ appreciation to Timothy L. Johnson for his 21 years of exemplary service to the Metropolitan St. Louis Sewer District from September 15, 1997, to his retirement effective July 1, 2019. 64 Adoption of Resolution No. 3524 - Appointment of Civil Service Commissioner – Rev. Michael F Jones, Sr. 66 Identifying and designating a Civil Service Commissioner to serve on the Civil Service Commission of The Metropolitan St. Louis Sewer District, per Section 8.020 of the Charter Plan of The Metropolitan St. Louis Sewer District. Edited 7/5/19 11 65 Adoption of Resolution No. 3525 - Insurance Brokerage & Consultant Services RFP 67 The adoption of Resolution No. 3525 will exercise option year one (1) of the contract previously authorized by Ordinance No. 14974, adopted August 16, 2018, which authorized the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Charles L. Crane Agency, whereby Charles L. Crane Agency would provide insurance brokerage and insurance consultant services to the District. 66 ITEMS PROPOSED FOR INTRODUCTION AND ADOPTION AT THE NEXT BOARD MEETING -None 67 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 68 ADJOURNMENT Edited 7/5/19 12 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15210 NAME OF PROJECT: CSO Volume Reduction Green Infrastructure – River Des Peres (13078) LOCATION: Various Locations in the City of St. Louis and Parts of St. Louis County, Missouri TYPE OF PROJECT: Construction of Green Infrastructure (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for construction of green infrastructure. 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: $5,000,000.00 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: Others The work to be done consists of the construction of green infrastructure facilities at various locations in the City of St. Louis and parts of St. Louis County, Missouri. The purpose of the work is to reduce combined sewer overflows to the River Des Peres within the Lemay watershed per the Long Term Control Plan. MSD will participate in cost sharing via a Green Infrastructure Grant Program for various green infrastructure components of private development projects. Individual project agreements will be introduced as they are finalized. Project Name Projected Reimbursement Rainscaping Large Grants Program: Development Review $4,800,000 Rainscaping Small Grants Program $200,000 TOTAL $5,000,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 86 Amount: $5,000,000 Fund Name: #1101 – General Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 13 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15211 NAME OF PROJECT: Infrastructure Repairs (Wastewater) (2020) (12010) LOCATION: Various Locations Throughout the District TYPE OF PROJECT: Repair and Replacement of Manholes, Sewers, and Other Infrastructure (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for small infrastructure repair projects to be bid through Purchasing. What does action accomplish?: Implements a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $7,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: As appropriate for individual projects Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: District staff The work to be done consists of the repair/replacement and construction of manholes, sewers, and other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District. This work is part of the District’s ongoing CMOM program and complies with the acute defect repair requirements outlined in the Consent Decree. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 100 Amount: $7,000,000 Fund Name: #6660 – Sanitary Replacement Fund $5,000,000 #1101 – General Fund $2,000,000 Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation. The Sanitary Replacement Fund will be used for capital expenditures, the General Fund for non-capital. The capital portion of this project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 14 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15212 NAME OF PROJECT: Lemay No. 3 Pump Station and Force Main (11817) (Substation Upgrade) LOCATION: Adjacent to the Lemay Wastewater Treatment Plant in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Electrical Customer Substation (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into an agreement with Ameren- Missouri Company as may be needed. What does action accomplish?: Provides funds for the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: N/A Agency: Union Electric Company, dba Ameren-Missouri Number of bidders: NA Appropriation Amount: $2,315,000.00 Designer’s Estimate: $2,315,000.00 Total MWBE Participation: N/A Type of Contract: Unit Cost Properties Affected: 1 Properties Benefiting: The Entire River Des Peres Watershed Designed by: Union Electric Company, dba Ameren-Missouri and Jacobs Engineering Group Inc. The work to be done under Contract #21817 consists of the construction of a new Ameren-Missouri owned customer substation. This work will be completed under an agreement with Union Electric Company, dba American-Missouri Company concurrently with the construction of the Lemay No. 3 Pump Station and Force Main (11817) project. This new customer substation will provide power to several future facilities required by the Consent Decree. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 106 Amount: $2,315,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: Long lead-time equipment will be procured in September 2019. The remaining cost will be paid to Ameren-Missouri after final estimates are completed and prior to the start of the construction as described in the Letter of Agreement. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13928 – Amount: $573,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment to Project No. 11817 Edited 7/5/19 15 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15213 NAME OF PROJECT: Rainridge Ct. Property Buyout (13302) LOCATION: South of Interstate 55 and West of Bayless in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Property Acquisitions, Demolition, and Related Activities of Real Property Rights in order to protect sanitary and storm sewer facilities (013.0 Property Rights Acquisition) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes District staff to acquire property rights along with the associated demolition and related activities without further Board action. What does action accomplish?: Purchase of property rights to allow for future bank stabilization to protect District assets. 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: $600,000.00 District’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: 3 Properties Benefiting: 3 Designed by: N/A This project consists of the voluntary purchase and removal of 3 homes. Currently the homes and District sanitary and storm sewer facilities are being threatened by creek bank erosion. The purchase and removal of these homes will allow room for a future creek bank stabilization project to protect the District’s assets. District staff will be authorized to negotiate with the property owners and purchase the properties without further Board action. A real property acquisition consultant will perform all negotiations and management of the property acquisition from the first contact with the owners through the closing. The consultant will perform all services in accordance with the Code of Federal Regulations Uniform Relocations and Real Property Assistance Act (49CFR Part 24, amended). The District will contract for any demolition, securing of the site, and final restoration of the site under separate contracts through the Purchasing Division. All of these activities will be funded from this appropriation. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 115 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is expected to be funded by Bond proceeds. In addition, the Easement Acquisition for Gravois Creek OMCI Projects (12403) easement fund will be used to fully fund the buyout. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/10/14 – Ord. No. 13870 – Amount: $950,000 – Easement Acquisition for Gravois Creek OMCI Projects (12403) Edited 7/5/19 16 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15214 NAME OF PROJECT: Brookvale Terrace – Parkfield Terrace Storm Improvements (11600) LOCATION: Brookvale Terrace Between Villaview Drive and Briarhurst Drive in the City of Manchester, Missouri TYPE OF PROJECT: Cost Share for 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 an intergovernmental agreement with the City of Manchester, Missouri. What does action accomplish?: Provides financial assistance to the City of Manchester for construction of storm sewer improvements. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: City of Manchester, Missouri Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $700,000.00 Designer’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: 34 Designed by: N/A This ordinance authorizes the District to enter into an intergovernmental agreement with the City of Manchester, Missouri under Contract #21818. The City of Manchester is having drainage improvements designed and constructed to address structure, street, and backyard flooding for the homes along Brookvale Terrace, Briarhurst Drive, and Villaview Drive. The existing storm sewer system in this area is undersized. The City improvements include approximately 53 feet of a 5-foot by 8-foot box culvert, approximately 1,500 feet of 60-inch to 72-inch storm sewer and appurtenances, and approximately 90 feet of bank stabilization. The estimated cost of the drainage improvements is $1,300,000. This agreement provides reimbursement up to $700,000 to the City of Manchester for incorporating the MSD project scope for this area in the construction of the larger City stormwater project. The MSD project identified 22 benefiting properties while the large City project will benefit 34 properties. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Continued Amount: $700,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 17 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15215 NAME OF PROJECT: Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) LOCATION: North of Lindbergh and West of New Halls Ferry in Unincorporated St. Louis County, 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 Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: 5 Properties Benefiting: 731 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 easements and temporary construction easements on five (5) parcels of ground located in Unincorporated St. Louis County, Missouri. The easements and temporary construction easements are needed to construct this project, which consists of the construction of approximately 4,740 lineal feet of 8-inch to 30-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. Currently, the District has been unable to negotiate a settlement with the owners. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 78 Amount: $3,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: None PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 18 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15216 NAME OF PROJECT: Conway Village Sanitary Relief (Conway Rd to I-64) (12131) LOCATION: North of Highway 40 and East of Highway 141 in the City of Town and Country, 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 Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: 1 Properties Benefiting: 26 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 easements and temporary construction easements on one (1) parcel of ground located in the City of Town and Country, Missouri. The easements and temporary construction easements are needed to construct this project, which consists of the construction of approximately 4,800 lineal feet of 8- inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. Currently, the District has been unable to negotiate a settlement with the owners. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 83 Amount: $3,275,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: None PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 19 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15217 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) LOCATION: Bissell, Coldwater, Missouri and Meramec Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds, and authorizes staff to amend an existing design contract What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. (Formerly: Amec Foster Wheeler Environment & Infrastructure, Inc.) 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Agency: N/A Number of proposers: N/A Appropriation Amount: $1,341,000.00 Designer’s Estimate: N/A Total MWBE Participation: 32.06% (36.21% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 0.00% - MWBE Access Engineering, LLC – 0.00% - WBE Civil Design, Inc. – 1.15% - WBE David Mason & Associates, Inc. (African American) – 1.13% - MBE EFK Moen, LLC – 6.15% - WBE Gonzalez Companies, LLC (Hispanic) – 12.19% - MBE Kaskaskia Engineering Group, LLC – 4.45% - WBE Kowelman Engineering, Inc. – 3.67% - WBE M3 Engineering Group, PC (African American) – 3.32% - MWBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Losli Engineering, LLC – 0.00% - WBE Shockey Consulting Services, LLC – 0.00% - WBE TSI Geotechnical, Inc. (African American) – 0.00% - MWBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Bissell, Coldwater, Missouri and Meramec Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. The preliminary construction cost estimate for the entire Bissell–Coldwater–Missouri–Meramec Sanitary program is $277 million. The estimated design contract range for the entire program contract is between $50 to $60 million. This year’s (FY2020) authorization includes fees for project management services for FY2020, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, public involvement, planning support, and special services. Edited 7/5/19 20 Specific project lump sum design appropriations totaling $2,241,850 in design costs and $1,146,150 for allowances, services during construction, and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract A (12508) $ 5,900,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract B (12509) $ 2,320,000 Fenton Creek Pump Station (P-425) Improvements (12166) $ 1,150,000 Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) $ 305,000 Grand Glaize Trunk Sanitary Relief (Ballwin Golf Club to Claymont Cove Ct) (12272) $ 1,140,000 Lower Meramec Tunnel I/I Source Reduction (13164) $ 2,635,000 Oakwood Farms Pump Station (P-470) Elimination (12364) $ 356,000 Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) $ 3,500,000 Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) $ 1,020,000 St. Jacques Sanitary Relief (St. Jacquess St to N Lafayette St) (12213) $ 208,000 Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) $ 2,880,000 Total $21,414,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 4 Amount: $ 591,000 FY2020, Pg. 5 $ 750,000 $1,341,000 Fund Name: #1101 – General Fund $591,000 #6660 – Sanitary Replacement Fund $750,000 Additional Comments: This appropriation of $1,341,000 for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project includes $591,000 for non-capital costs and $750,000 for capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $591,000 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2020. Capital costs include $250,000 for modeling and planning assistance for the District including preliminary studies; and $500,000 for additional design work of sanitary and storm sewers and for I/I removal assistance. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing tasks for this contract. The Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) cost plus and lump sum fee work order tasks for expenses from September 2019 through approximately September 2020 include the following: Non-Capital Costs Project Management Tasks $591,000 Capital Costs Modeling/Planning Assistance $250,000 Design and I/I Removal Contingency FY20 $500,000 Total Capital Costs $750,000 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. Modeling and Planning Assistance Tasks include modeling activities associated with the overall operation of the Bissell–Coldwater–Missouri–Meramec watershed facilities with Project Clear enhancements; assisting District planning staff in evaluation alternatives; and preparing preliminary studies identified as a result of the design activities or other planning efforts. Edited 7/5/19 21 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 FY2020 is $3,388,000, which is equal to the budget for FY2020. 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. 2.76% 3.56% Access Engineering, LLC 2.63% 2.67% Civil Design, Inc. 3.72% 4.69% Gonzalez Companies, LLC 5.64% 5.20% Kaskaskia Engineering Group, LLC 3.34% 3.04% M3 Engineering Group, PC 4.00% 3.92% *David Mason & Associates, Inc. 12.29% 3.33% *EFK Moen, LLC 5.25% *Kowelman Engineering, Inc. 3.69% Engineering Design Source, Inc. 0.15% 0.19% Losli Engineering, LLC 0.23% 0.29% Shockey Consulting Services, LLC 0.16% 0.27% TSI Geotechnical, Inc. 0.08% 0.11% TOTAL 35.00%** 36.21% *The percentage of involvement is varied between consulting firms with a total commitment of 12.29%. Percentages include actuals and projections for FY13 through FY19 design projects. **The Overall Minimum MWBE Commitment for each firm listed in the table was revised per Contract Amendment No. 57. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13497 – Amount: $600,000 – Amec Foster Wheeler Environment & Infrastructure – Original Design Contract No. 11011 08/08/13 – Ord. No. 13654 – Amount: $3,100,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/05/14 – Ord. No. 13883 – Amount: $3,443,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/04/15 – Ord. No. 14143 – Amount: $3,000,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/11/16 – Ord. No. 14425 – Amount: $787,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/10/17 – Ord. No. 14713 – Amount: $1,434,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment 08/16/18 – Ord. No. 14940 – Amount: $682,000 – Amec Foster Wheeler Environment & Infrastructure (Formerly: Amec Foster Wheeler Environment & Infrastructure) – Design Contract No. 11011 – Amendment Edited 7/5/19 22 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15218 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract A (12508) LOCATION: Various Sites in the Cities of Ballwin and Manchester, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $51,000.00 Designer’s Estimate: N/A Total MWBE Participation: 61.59% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 61.59% - MBE Type of Contract: Lump Sum Properties Affected: 1,056 Properties Benefiting: 2,635 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract A (12508) 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 (2021) Contract A (12508) is a lump sum cost project for the design of rehabilitating approximately 65,000 feet of 8-inch to 96-inch diameter sanitary and storm sewers utilizing cured-in-place pipe (CIPP) methods, rehabilitating 347 manholes, 1,012 service lateral connections, and constructing 9 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,900,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 2 Amount: $51,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,509 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Christopher Dr I/I Reduction (England Town Rd to Becker Rd) (12121), Dennis Hills I/I Reduction (May Valley Ln and Greenmar Dr) (12146), Fishpot Trunk West I/I Rehabilitation (Smith Dr and Vlasis Dr) (12173), Frances I/I Reduction (Northeast of I-270 and Dougherty Ferry Rd) (12184), and Hunters Field I/I Reduction (Dougherty Ferry Rd to Manchester Rd Near I-270) (12311). This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 23 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15219 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract B (12509) LOCATION: Various Sites in the Cities of Bellefontaine Neighbors, Bel-Ridge, Bel-Nor, Ferguson, and Moline Acres, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $47,000.00 Designer’s Estimate: N/A Total MWBE Participation: 59.19% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 59.19% - MBE Type of Contract: Lump Sum Properties Affected: 270 Properties Benefiting: 1,697 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2021) Contract B (12509) 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 (2021) Contract B (12509) is a lump sum cost project for the design of rehabilitating approximately 61,472 feet of 8-inch to 96-inch diameter sanitary and storm sewers utilizing cured-in-place pipe (CIPP) methods, rehabilitating 123 manholes, 709 service lateral connections, and constructing 14 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,320,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 3 Amount: $47,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,288 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Eva Wabash I/I Reduction (I-270 and Frost Ave) (12376), St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213), and FF-15 McKelvey/R.R. to Adie Sanitary Relief Phase II Rehabilitation (12171). This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 24 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15220 NAME OF PROJECT: Fenton Creek Pump Station (P-425) Improvements (12166) LOCATION: South of Highway 141 and West of Hawkins Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers, Forcemain and Pump Station (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $432,000.00 Designer’s Estimate: N/A Total MWBE Participation: 21.38% (MWBE Goal is 20%) Kaskaskia Engineering Group, LLC – 4.73% - WBE Kowelman Engineering, Inc. – 12.96% - WBE M3 Engineering Group, PC (African American) – 3.69% - MWBE Type of Contract: Lump Sum Properties Affected: 14 Properties Benefiting: 450 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Fenton Creek Pump Station (P-425) Improvements (12166) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Fenton Creek Pump Station (P-425) Improvements (12166) is a lump sum cost project for the design of approximately 1,585 feet of 6-inch sanitary forcemain and appurtenances, replacing one pump station, reconstructing the pump station access road, rehabilitating 5 manholes, and approximately 10 feet of 12-inch sanitary sewer. The purpose of this project is to rebuild the Fenton Creek Pump Station and construct a new forcemain to the Williams Creek Interceptor to alleviate the overcharged Fenton Creek Trunk Sewer. The construction cost estimate for this project is $1,150,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 16 Amount: $432,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $24,755 in contingencies; $5,000 for geotechnical access; $2,000 for rock coring; and $55,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 25 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15221 NAME OF PROJECT: Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) LOCATION: South of Clayton Road and East of Clarkson Road in the Cities of Ellisville and Ballwin, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $145,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.31% (MWBE Goal is 20%) Civil Design, Inc. – 21.21% - WBE EFK Moen, LLC – 9.38% - WBE M3 Engineering Group, PC (African American) – 4.72% - MWBE Type of Contract: Lump Sum Properties Affected: 10 Properties Benefiting: 887 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Fishpot Trunk West and Ed Lou Lane I/I Reduction (Smith Dr and Vlasis Dr) (12173) is a lump sum cost project for the design of approximately 343 feet of 8-inch diameter sanitary sewers and for the removal of inflow sources from approximately 14 properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $305,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 17 Amount: $145,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $7,941 in contingencies; $4,500 for dye trace testing; $3,200 for enforcement assistance; and $8,300 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project includes the removal of inflow sources that were identified as needing removal in the preliminary studies for Ed Lou Lane I/I Reduction (Brookton Way and Greenton Way) (12158), and Fishpot Trunk West I/I Reduction (Smith Dr and Vlasis Dr) (12173). This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 26 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15222 NAME OF PROJECT: Grand Glaize Trunk Sanitary Relief (Ballwin Golf Club to Claymont Cove Ct) (12272) LOCATION: North of Manchester Road and East of Kehrs Mill Road in the City of Ballwin, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $253,000.00 Designer’s Estimate: N/A Total MWBE Participation: 83.87% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 50.56% - MBE Kaskaskia Engineering Group, LLC – 7.10% - WBE Kowelman Engineering, Inc. – 19.96% - WBE M3 Engineering Group, PC (African American) – 6.25% - MWBE Type of Contract: Lump Sum Properties Affected: 23 Properties Benefiting: 460 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Grand Glaize Trunk Sanitary Relief (Ballwin Golf Club to Claymont Cove Ct) (12272) 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 (Ballwin Golf Club to Claymont Cove Ct) (12272) is a lump sum cost project for the design of approximately 1,600 feet of 8-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,140,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 36 Amount: $253,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $14,080 in contingencies; $7,000 for geotechnical access; $4,000 for rock coring; and $40,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 27 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15223 NAME OF PROJECT: Lower Meramec Tunnel I/I Source Reduction (13164) LOCATION: South of I-255 and West of Telegraph Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $24,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) The prime consultant is performing 100% of this work. Type of Contract: Lump Sum Properties Affected: 70 Properties Benefiting: 1,080 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Lower Meramec Tunnel I/I Source Reduction (13164) 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 Tunnel I/I Source Reduction (13164) is a lump sum cost project for the design of rehabilitating approximately 7,400 feet of 8-inch to 60-inch diameter sanitary sewers utilizing cured-in-place pipe (CIPP) methods, and rehabilitating 120 manholes. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,635,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 48 Amount: $24,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $3,575 in contingencies. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 28 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15224 NAME OF PROJECT: Oakwood Farms Pump Station (P-470) Elimination (12364) LOCATION: South of Manchester Road and West of New Ballwin Road in the City of Ballwin, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $124,000.00 Designer’s Estimate: N/A Total MWBE Participation: 48.59% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 27.58% - MBE Kaskaskia Engineering Group, LLC – 11.25% - WBE M3 Engineering Group, PC (African American) – 9.76% - MWBE Type of Contract: Lump Sum Properties Affected: 3 Properties Benefiting: 130 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Oakwood Farms Pump Station (P-470) Elimination (12364) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Oakwood Farms Pump Station (P-470) Elimination (12364) is a lump sum cost project for the design of approximately 920 feet of 8-inch diameter sanitary sewers and appurtenances, decommission and elimination of existing pump station P-470 and associated forcemain. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $356,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 54 Amount: $124,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $7,392 in contingencies; $4,000 for geotechnical access; $2,000 for rock coring; and $19,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 29 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15225 NAME OF PROJECT: Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) LOCATION: South of Ladue Road and West of South Woods Mill Road in the City of Chesterfield, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $646,000.00 Designer’s Estimate: N/A Total MWBE Participation: 27.98% (MWBE Goal is 20%) EFK Moen, LLC – 16.72% - WBE Kaskaskia Engineering Group, LLC – 7.38% - WBE M3 Engineering Group, PC (African American) – 3.88% - MWBE Type of Contract: Lump Sum Properties Affected: 53 Properties Benefiting: 711 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Saylesville Sanitary Relief (Saylesville Dr to S Greentrails Dr) (12200) is a lump sum cost project for the design of approximately 3,920 feet of 18-inch diameter sanitary sewers and appurtenances, and approximately 1,320 feet of creek bank stabilization. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $3,500,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 60 Amount: $646,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $27,116 in contingencies; $10,000 for geotechnical access; $10,000 for USACW Individual Permit; and $61,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project includes creek bank stabilization that was identified as needing stabilized in the preliminary study for the Boxford Court Bank Stabilization (11416). This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 30 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15226 NAME OF PROJECT: Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) LOCATION: South of Schuetz Road and West of Lindbergh Boulevard in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $235,000.00 Designer’s Estimate: N/A Total MWBE Participation: 85.29% (MWBE Goal is 20%) EFK Moen, LLC – 13.64% - WBE Gonzalez Companies, LLC (Hispanic) – 55.60% - MBE Kaskaskia Engineering Group, LLC – 11.17% - WBE M3 Engineering Group, PC (African American) – 4.88% - MWBE Type of Contract: Lump Sum Properties Affected: 12 Properties Benefiting: 36 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Schuetz Road Sanitary Relief (Forest Brook Ln to Sunny Wood Ct) (10161) is a lump sum cost project for the design of approximately 1,010 feet of 18-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,020,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 61 Amount: $235,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $10,339 in contingencies; $3,000 for geotechnical access; and $41,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 31 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15227 NAME OF PROJECT: St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213) LOCATION: North of Interstate 270 and East of Lindbergh Boulevard in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $50,000.00 Designer’s Estimate: N/A Total MWBE Participation: 49.64% (MWBE Goal is 20%) EFK Moen, LLC – 33.54% - WBE M3 Engineering Group, PC (African American) – 16.10% - MWBE Type of Contract: Lump Sum Properties Affected: 12 Properties Benefiting: 844 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. St. Jacques Sanitary Relief (St. Jacques St to N Lafayette St) (12213) is a lump sum cost project for the design of approximately 195 feet of 8-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-110). The construction cost estimate for this project is $208,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 63 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $3,520 in contingencies; and $11,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 32 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15228 NAME OF PROJECT: Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) LOCATION: Various Sites in the Village of Clarkson Valley and the Cities of Chesterfield, Ellisville, and Ballwin, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Wood Environment & Infrastructure Solutions, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $40,000.00 Designer’s Estimate: N/A Total MWBE Participation: 57.67% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 57.67% - MBE Type of Contract: Lump Sum Properties Affected: 1,056 Properties Benefiting: 2,635 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Valley Public I/I Reduction (Clarkson Rd and Kehrs Mill Rd) (12507) is a lump sum cost project for the design of rehabilitating approximately 43,700 feet of 8-inch to 36-inch diameter sanitary and storm sewers utilizing cured-in-place pipe (CIPP) methods, rehabilitating 201 manholes, 396 service lateral connections, and constructing 7 point repairs. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,880,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 67 Amount: $40,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,635 in contingencies. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 33 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15229 NAME OF PROJECT: Lemay Sanitary System Improvements (11145) LOCATION: Lemay/RDP, Mackenzie, Gravois, and University City Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: N/A Designer’s Estimate: N/A Total MWBE Participation: 34.64% (33.11% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 8.03% - MWBE Civil Design, Inc. – 0.00% - WBE David Mason & Associates, Inc. (African American) – 6.00% - MBE Gonzalez Companies, LLC (Hispanic) – 2.24% - MBE M3 Engineering Group, PC (African American) – 1.00% - MWBE Pangea Engineering and Surveying, LLC (Hispanic) – 0.00% - MBE TREKK Design Group, LLC – 0.00% - WBE TSI Geotechnical, Inc. (African American) – 7.81% - MWBE The Vandiver Group – 0.94% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE ERM Technologies, Inc. (African American) – 0.00% - MBE Losli Engineering, LLC – 0.00% - WBE PMA Engineering – 0.00% - WBE Sabur, Inc. (African American) – 8.62% - MBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Deer, Gravois, Mackenzie, Martigney Creek, and University City Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. The preliminary construction cost estimate for the entire Lemay Sanitary System Edited 7/5/19 34 Improvements program is $172,000,000. The estimated design contract range for the entire program contract is between $60 and $80 million. Specific project lump sum design appropriations totaling $1,700,908 in design costs and $420,092 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 Lemay Public I/I Reduction (2021) Contract A (12059) $ 6,909,000 Price to Pioneer Sanitary Relief (12368) $ 3,881,000 St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) $ 2,260,000 WW-2 and WW-3 Warson Woods Sanitary Relief (12302) $10,693,000 Total $23,743,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: The prior year appropriation contingency will be used to fund the $400,000 for Lemay Sanitary System Improvements (11145) management. Future appropriations will be required annually to continue managing tasks for this contract. The Lemay Sanitary System Improvements (11145) cost plus and lump sum fee work order tasks for expenses from September 2019 through approximately September 2020 include the following: Non-Capital Costs Project Management Tasks $400,000 Project management tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. Prior year funding appropriations are available for Modeling and Planning Assistance tasks that may occur in FY2019 include modeling activities associated with the overall operation of the Lemay watershed facilities with Project Clear enhancements. These tasks may include assisting District planning staff in evaluating alternatives; and preparing preliminary studies identified as a result of the design activities or other planning efforts. The total appropriation for design services for the Lemay Sanitary System Improvements Watershed Consultant for FY2020 is $2,121,000, which is $474,000 below the $2,595,000 budget for FY2020. 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% 3.19% Civil Design, Inc. 3.40% 5.20% David Mason & Associates, Inc. 7.50% 8.37% Gonzalez Companies, LLC 3.00% 3.00% M3 Engineering Group, P.C. 1.50% 1.51% Pangea Engineering & Surveying 2.00% 2.42% TREKK Design Group, LLC 2.20% 2.73% TSI Geotechnical, Inc. 1.80% 1.91% The Vandiver Group 0.50% 0.67% Uncommitted 2.90% 0.00% Engineering Design Source, Inc. *0.50% 0.49% Edited 7/5/19 35 ERM Technologies, Inc. *0.70% 1.30% Losli Engineering, LLC *0.00% 1.34% PMA Engineering *0.00% 0.61% Sabur, Inc. *0.00% 0.37% TOTAL 29.00% 33.11% *The firm was not included in the MWBE goal in the original proposal. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/11/12 – Ord. No. 13476 – Amount: $600,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003 08/08/13 – Ord. No. 13683 – Amount: $2,270,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/05/14 – Ord. No. 13901 – Amount: $4,553,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 01/08/15 – Ord. No. 14022 – Amount: $220,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/04/15 – Ord. No. 14156 – Amount: $3,955,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/11/16 – Ord. No. 14433 – Amount: $790,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/10/17 – Ord. No. 14728 – Amount: $650,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment 08/16/18 – Ord. No. 14954 – Amount: $400,000 – Burns & McDonnell Eng. – Design Contract No. 11003 – Amendment Edited 7/5/19 36 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15230 NAME OF PROJECT: Lemay Public I/I Reduction (2021) Contract A (12059) LOCATION: North of Interstate 44, East of Geyer, North of Grant’s Trail, and East of Tesson Ferry Road in the Cities of Glendale, Kirkwood, Oakland, Webster Groves, and Green Park, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $60,000.00 Designer’s Estimate: N/A Total MWBE Participation: 84.08% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 84.08% - MBE Type of Contract: Lump Sum Properties Affected: 221 Properties Benefiting: 2,239 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Lemay Public I/I Reduction (2021) Contract A (12059) 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 (2021) Contract A (12059) is a lump sum cost project for the design of rehabilitating approximately 48,720 feet of sanitary sewers utilizing cured-in-place pipe (CIPP) methods, approximately 1,240 feet of storm sewers utilizing cured- in-place pipe (CIPP) methods, rehabilitating 490 manholes, 10 point repairs, and 935 sewer connections. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,909,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 42 Amount: $65,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 37 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 $5,000 below the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) and Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) projects. The appropriation includes $3,943 in contingencies. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 38 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15231 NAME OF PROJECT: Price to Pioneer Sanitary Relief (12368) LOCATION: North of Olive Boulevard and West of Interstate 170 in the Cities of Olivette and Oakland, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $592,000.00 Designer’s Estimate: N/A Total MWBE Participation: 34.65% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 23.33% - MWBE TSI Geotechnical, Inc. (African American) – 10.60% - MWBE The Vandiver Group – 0.72% - WBE Type of Contract: Lump Sum Properties Affected: 30 Properties Benefiting: 1,640 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Price to Pioneer Sanitary Relief (12368) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Price to Pioneer Sanitary Relief (12368) is a lump sum cost project for the design of approximately 5,665 feet of 8-inch to 24-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $3,881,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 55 Amount: $630,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 39 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 $38,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $34,852 in contingencies; $10,000 for railroad license, insurance and flagman; $5,000 for potholing utilities; and $80,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 40 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15232 NAME OF PROJECT: St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) LOCATION: South of Weber Road and East of Tesson Ferry Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $362,000.00 Designer’s Estimate: N/A Total MWBE Participation: 87.58% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 22.25% - MWBE David Mason & Associates, Inc. (African American) – 46.01% - MBE M3 Engineering Group, PC (African American) – 7.66% - MWBE TSI Geotechnical, Inc. (African American) – 10.47% - MWBE The Vandiver Group – 1.19% - WBE Type of Contract: Lump Sum Properties Affected: 25 Properties Benefiting: 350 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. St. George Creek Sanitary Relief (Daisy Ln to Gravois Rd to New Hampshire Ave) (12212) is a lump sum cost project for the design of approximately 2,640 feet of 18-inch to 21-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-404). The construction cost estimate for this project is $2,260,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 62 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 41 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 $238,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $21,165 in contingencies; $5,000 for geotechnical access and restoration; $5,000 for potholing utilities; and $57,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 42 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15233 NAME OF PROJECT: WW-2 and WW-3 Warson Woods Sanitary Relief (12302) LOCATION: South of Manchester Road and West of Berry Road in the Cities of Glendale, Rock Hill, Warson Woods, Ladue, and Kirkwood, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $1,107,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.78% (MWBE Goal is 20%) Sabur, Inc. (African American) – 19.92% - MBE TSI Geotechnical, Inc. (African American) – 9.50% - MWBE The Vandiver Group – 0.36% - WBE Type of Contract: Lump Sum Properties Affected: 145 Properties Benefiting: 2,257 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the WW-2 and WW-3 Warson Woods Sanitary Relief (12302) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. WW-2 and WW-3 Warson Woods Sanitary Relief (12302) is a lump sum cost project for the design of approximately 10,924 feet of 8-inch to 36-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of three (3) constructed SSOs (BP-156, BP-158, and BP-501). The construction cost estimate for this project is $10,693,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 68 Amount: $1,300,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 43 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 $193,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $68,132 in contingencies; $5,000 for geotechnical access and restoration; $5,000 for potholing utilities; and $120,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 44 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15234 NAME OF PROJECT: Lower & Middle RDP CSO Controls System Improvements (11109) LOCATION: Lower & Middle RDP, Martigney, and Maline Creek Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $695,000.00 Designer’s Estimate: N/A Total MWBE Participation: 28.12% (23.33% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 1.97% - MWBE ARC – 0.00% - WBE Civil Design, Inc. – 0.00% - WBE David Mason & Associates, Inc. (African American) – 8.63% - MBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Intelligent Design & Construction Solutions LLC – 6.70% - WBE Kowelman Engineering, Inc. – 5.84% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 4.98% - MWBE TSI Geotechnical, Inc. (African American) – 0.00% - MWBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Lemay, Martigney, and Maline Creek Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. The preliminary construction cost estimate for the entire Lower and Middle RDP CSO Controls System Improvements program is $1,225,000,000. The estimated design contract range for the entire program contract is between $90 to $110 million. This year’s (FY2020) authorization includes fees for project management services for FY2020, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling, planning support, and special services. Edited 7/5/19 45 Specific project lump sum and cost plus design appropriations totaling $1,479,374.80 in design costs and $515,625.20 for allowances and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) $ 95,000,000 Jefferson Barracks Tunnel Consolidation Sewers (11957) $ 5,710,000 Lemay No. 3 Pump Station and Force Main (11817) $ 40,055,000 LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) $670,000,000 Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr (11656) $ 87,700,000 Total $898,465,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 45 Amount: $320,000 FY2020, Pg. 46 $375,000 $695,000 Fund Name: #6660 – Sanitary Replacement Fund $320,000 #1101 – General Fund $375,000 Additional Comments: This appropriation of $695,000 for the Lower & Middle RDP CSO Controls System Improvements (11109) project for cost plus work order tasks to manage the multi-year contract in FY2020 includes $375,000 for non-capital costs and $320,000 for capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $287,424.80 for cost plus work order tasks to manage the multi-year contract in FY20, and $87,575.20 in contingencies. Capital costs include $40,000 for special services, $150,000 for planning assistance for the District, $100,000 for miscellaneous design services, and $30,000 for preliminary studies. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing work order tasks for this contract. The Lower & Middle RDP CSO Controls System Improvements (11109) cost plus and lump sum fee work orders for FY2020 include the following: Non-Capital Costs Project Management (Work Order 1) $287,424.80 Contingency $ 87,575.20 Total Non-Capital Cost $375,000.00 Capital Costs Modeling Support/Miscellaneous Planning Activities $150,000.00 Miscellaneous Design Services $100,000.00 Special Services (Work Order 4) $ 40,000.00 Preliminary Studies for Design (Work Order 5) $ 30,000.00 Total Capital Cost $320,000.00 Work Order No. 1 is for project management including establishing procedures for reporting, quality control, communications, invoicing, scheduling, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, modeling support, and overall contract management and participation. Work Order No. 4 is for special services such as determining sewer connectivity, locating manholes, and confirming field features. Work Order No. 5 is for preparing preliminary studies for projects which are identified as a result of the design activities, or for work associated with additional planning effort as required for regulatory projects within this project area. The total appropriation for design services for the Lower & Middle RDP Controls System Improvements Watershed Consultant for FY2020 is $1,995,000, which is equal to the budget for FY2020. Edited 7/5/19 46 The total project MWBE commitment of 22% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement ABNA Engineering, Inc. 8.00% 7.61% ARC * 0.08% Civil Design, Inc. * 1.16% David Mason & Associates, Inc. * 2.59% Engineering Design Source, Inc. * 1.40% IDCS, LLC * 3.53% Kowelman Engineering, Inc. * 4.37% Losli Engineering, LLC * 0.35% M3 Engineering Group, PC * 1.83% TSI Geotechnical, Inc. * 0.41% TOTAL 22.00% 23.33% *There is a commitment for 14.00% MWBE participation between these 9 firms. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/09/12 – Ord. No. 13368 – Amount: $2,000,000 – Jacobs Engineering Group Inc. – Original Design Contract No. 10734 08/09/12 – Ord. No. 13458 – Amount: $10,750,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 07/11/13 – Ord. No. 13634 – Amount: $630,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/05/14 – Ord. No. 13924 – Amount: $709,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/13/15 – Ord. No. 14177 – Amount: $712,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/11/16 – Ord. No. 14452 – Amount: $820,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/10/17 – Ord. No. 14745 – Amount: $820,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/16/18 – Ord. No. 14961 – Amount: $685,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment Edited 7/5/19 47 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15235 NAME OF PROJECT: Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) LOCATION: North of I-255 and East of I-55 on the West Side of the Mississippi River in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $55,000.00 Designer’s Estimate: N/A Total MWBE Participation: 7.44% (MWBE Goal is 20%) Intelligent Design & Construction Solutions, LLC – 7.44% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Martigney Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for final design of the Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. This is the fourth year of post-design services during construction of the Jefferson Barracks Tunnel. Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) is a lump sum cost project for the design of approximately 17,000 feet of 7-foot diameter deep tunnel, eliminating the Martigney (P-306) and Jefferson Barracks (P-305) Pump Stations. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers and eliminate two (2) pump stations. The construction cost estimate for this project is $95,000,000. Construction began in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg.38 Amount: $55,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 48 Additional Comments: This project was being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $7,250 in contingencies. Post-design services include review of contractor’s submittals and requests for information, review of proposed design changes or questions, operation and maintenance manuals, as-built survey and drawings, and geotechnical mapping of actual ground conditions encountered during construction. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/09/12 – Ord. No. 13459 – Amount: $3,600,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Original Pre-design to Project No. 11711 07/11/13 – Ord. No. 13635 – Amount: $2,150,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 08/05/14 – Ord. No. 13925 – Amount: $1,652,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 – Final Design 09/10/15 – Ord. No. 14198 – Amount: $1,000,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 – Property Acquisition, Demolition, and Related Activities 08/11/16 – Ord. No. 14453 – Amount: $410,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 – Final Design 08/10/17 – Ord. No. 14746 – Amount: $410,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 – Final Design 08/16/18 – Ord. No. 14962 – Amount: $485,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11711 – Final Design Edited 7/5/19 49 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15236 NAME OF PROJECT: Jefferson Barracks Tunnel Consolidation Sewers (11957) LOCATION: North of I-255 and East of I-55 on the West Side of the Mississippi River in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $65,000.00 Designer’s Estimate: N/A Total MWBE Participation: 73.68% (MWBE Goal is 20%) Kowelman Engineering, Inc. – 73.68% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Entire Martigney Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the Jefferson Barracks Tunnel Consolidation Sewers (11957) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. Jefferson Barracks Tunnel Consolidation Sewers (11957) is a lump sum cost project for the design of approximately 5,700 feet of 8-inch to 36-inch diameter sanitary sewers, and the rehabilitation of approximately 2,800 feet of 30-inch to 36-inch diameter sanitary sewers. This is the first year of post-design services during construction of sewer connections to the Jefferson Barracks Tunnel project (11711). The purpose of this project is to convey flow from the collection system into the Jefferson Barracks Tunnel. The construction cost estimate for this project is $5,710,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 39 Amount: $65,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 50 Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for post-design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $7,000 in contingencies. Post-design services include review of contractor’s submittals and requests for information, review of proposed design changes or questions, operation and maintenance manuals, as-built survey and drawings, and geotechnical mapping of actual ground conditions encountered during construction. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/09/12 – Ord. No. 13459 – Amount: $3,600,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Original Pre-design to Project No. 11957 07/11/13 – Ord. No. 13635 – Amount: $2,150,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11957 08/05/14 – Ord. No. 13926 – Amount: $311,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11957 Edited 7/5/19 51 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15237 NAME OF PROJECT: Lemay No. 3 Pump Station and Force Main (11817) LOCATION: Adjacent to the Lemay Wastewater Treatment Plant in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of a Pump Station (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $270,000.00 Designer’s Estimate: N/A Total MWBE Participation: 56.29% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 5.85% - MWBE David Mason & Associates, Inc. (African American) – 27.79% - MBE Intelligent Design & Construction Solutions, LLC – 11.57% - WBE Kowelman Engineering, Inc. – 11.08% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Jefferson Barracks and Martigney Creek Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the Lemay No. 3 Pump Station and Force Main (11817) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. Lemay No. 3 Pump Station and Force Main (11817) is a lump sum cost project for the design of the replacement for the existing Lemay No. 3 pump station and forcemain; an Ameren-Missouri customer substation; and demolish existing Lemay Pump Station (P-303), Martigney Pump Station (P-306), and Jefferson Barracks Pump Station (P-305). This is the first year of post-design services during construction of the pump station. The purpose of the project is to pump flows being received by the existing Lemay No. 3 Pump Station that will be removed from service after construction, and also from the new Jefferson Barracks tunnel to the Lemay WWTP. The construction cost estimate for this project is $40,055,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 41 Amount: $270,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 52 Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,500 in contingencies. Post-design services include review of contractor’s submittals and requests for information, review of proposed design changes or questions, operation and maintenance manuals, as-built survey and drawings, and geotechnical mapping of actual ground conditions encountered during construction. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/11/13 – Ord. No. 13636 – Amount: $842,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Original to Project No. 11817 08/05/14 – Ord. No. 13928 – Amount: $573,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11817 Edited 7/5/19 53 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15238 NAME OF PROJECT: LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) LOCATION: River Des Peres from the Tubes Outfall near Macklind to the Lemay Wastewater Treatment Plant in the City of St. Louis and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of CSO Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $310,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.88% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 20.88% - MWBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Lemay Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. This is the sixth year of a multi-year design. LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) is a lump sum cost project for the design of approximately 9 miles of a 30-foot diameter CSO storage tunnel. The purpose of this project is to provide 206 million gallons of storage in a deep tunnel system and capture flows from thirty-eight (38) CSO outfalls. The construction cost estimate for this project is $670,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 43 Amount: $310,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $35,500 in contingencies. Design services Edited 7/5/19 54 in FY2020 include the preparation of an Operational Control Plan for CSO and SSO facilities. The plan will include tasks to develop an operational control plan for integration of SSO tunnels, CSO tunnels, the Lemay pump station and WWTF, as well as SSO tanks and the high rate treatment facility for optimization of the system and meeting compliance requirements. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/11/13 – Ord. No. 13637 – Amount: $6,000,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11820 (South End) 08/05/14 – Ord. No. 13930 – Amount: $2,031,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11819 (North Drive) 08/05/14 – Ord. No. 13932 – Amount: $1,845,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Project No. 11820 (South Drive) 08/13/15 – Ord. No. 14180 – Amount: $8,075,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (South Drive) 08/11/16 – Ord. No. 14454 – Amount: $8,014,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (South Drive) 09/15/16 – Ord. No. 14489 – Amount: $4,000,000 – LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) Property Acquisition, Demolition, and Related Activities of Real Property and Easements 08/10/17 – Ord. No. 14748 – Amount: $520,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (Broadway to RDP Tubes) 08/16/18 – Ord. No. 14964 – Amount: $365,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11820 (Broadway to RDP Tubes) Edited 7/5/19 55 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15239 NAME OF PROJECT: Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) LOCATION: Near the Intersection of Riverview Drive and Chain of Rocks Drive in the City of St. Louis, Missouri TYPE OF PROJECT: Design of CSO Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 16.37% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 1.63% - MWBE David Mason & Associates, Inc. (African American) – 6.15% - MBE Intelligent Design & Construction Solutions, LLC – 8.59% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Maline Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) project as part of the Watershed Consultant services for all projects included in the Lower & Middle RDP CSO Controls System Improvements (11109) project. This is the fifth year of post-design services during construction of a storage facility and a dewatering pumping station. Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) is a lump sum cost project for the design of a storage facility and pump station. The purpose of this project is to control combined sewer overflows at CSO BP-051 and BP-052. The total construction cost estimate for this project is $87,700,000. Construction began in FY2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 51 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 56 Additional Comments: This project was designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for post-design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $37,800 in contingencies. Post-design services include review of contractor’s submittals and requests for information, review of proposed design changes or questions, operation and maintenance manuals, as-built survey and drawings, and geotechnical mapping of actual ground conditions encountered during construction. Future appropriations will be required to continue post-design work for this project. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/09/12 – Ord. No. 13460 – Amount: $940,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Original Appropriation to Project No. 11656 07/11/13 – Ord. No. 13638 – Amount: $415,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/05/14 – Ord. No. 13877 – Amount: $2,000,000 – Property Acquisition, Demolition, and Related Activities 08/05/14 – Ord. No. 13935 – Amount: $2,772,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/13/15 – Ord. No. 14184 – Amount: $211,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/11/16 – Ord. No. 14458 – Amount: $485,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/10/17 – Ord. No. 14749 – Amount: $470,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 08/16/18 – Ord. No. 14965 – Amount: $285,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 Amendment – Amendment to Project No. 11656 Edited 7/5/19 57 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15240 NAME OF PROJECT: RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) LOCATION: Deer Creek, Meramec, and River Des Peres Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend a design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.73% (39.51% Overall – See Additional Comments) (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 38.98% - MBE Applied Science, Inc. – 0.00% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Intelligent Design & Construction Services – 0.00% - WBE Kowelman Engineering, Inc. – 0.75% - WBE M3 Engineering Group, PC (African American) – 0.00% - MWBE Trekk Design Group, LLC – 0.00% - WBE Civil Design, Inc. – 0.00% - WBE Archaeological Research Center of St. Louis, Inc. – 0.00% - WBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: Deer Creek, Meramec, and River Des Peres Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. The preliminary construction cost estimate for the entire RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements program is $277 million. The estimated design contract range for the entire program contract is between $20 and $37 million. This year’s (FY2020) authorization includes fees for project management services for FY2020, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, planning support, and special services. Edited 7/5/19 58 Specific project lump sum and cost plus design appropriations totaling $2,611,741.00 in design costs and $1,588,259.00 for allowances and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) $209,000,000 RDP Tributaries (Deer Creek) CSO Tunnel (12441) $374,150,000 Upper RDP (University City) CSO Storage Tunnel (12440) $226,310,000 Total $809,460,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 58 Amount: $600,000 Fund Name: #1101 – General Fund Additional Comments: This appropriation of $600,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project includes $600,000 for non-capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $552,665 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2020; and $47,335 in contingencies. Future appropriations will be required annually to continue managing tasks for this contract. The RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) cost plus and lump sum fee work order tasks for FY2020 include the following: Non-Capital Costs Project Management Tasks $552,665.00 Contingency $ 47,335.00 Total Non-Capital Costs $600,000.00 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. The total appropriation for design services for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2020 is $4,200,000, which is equal to the budget for FY2020. The total project MWBE commitment of 20% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement 7NT Enterprises, LLC 20.00%* 17.82% Applied Science, Inc. 0.80% Engineering Design Source, Inc. 3.88% Intelligent Design & Construction Services 0.21% Kowelman Engineering, Inc. 7.31% M3 Engineering Group, P.C. 7.00% Trekk Design Group, LLC N/A 1.43% Civil Design, Inc. N/A 1.05% Archaeological Research Center of St. Louis, Inc. N/A 0.01% TOTAL 20.00% 39.51% *There is a commitment for 20.00% MWBE participation between the six listed consulting firms. N/A – The firm was not included in the MWBE goal in the original proposal. Edited 7/5/19 59 PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13969 – Amount: $600,000 – HDR Engineering, Inc. – Original Design Contract No. 20202 08/13/15 – Ord. No. 14185 – Amount: $900,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/11/16 – Ord. No. 14459 – Amount: $865,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/10/17 – Ord. No. 14750 – Amount: $750,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment 08/16/18 – Ord. No. 14966 – Amount: $800,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment Edited 7/5/19 60 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15241 NAME OF PROJECT: Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) LOCATION: South of Baumgartner Road at Lemay Ferry to the Fenton WWTF in the Cities of Fenton and Sunset Hills, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 26.99% (No MWBE Goal) Kowelman Engineering, Inc. – 26.99% - WBE Type of Contract: Lump Sum Properties Affected: 65 Properties Benefiting: Meramec Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. This work is based on the need for bidding services, right-of-way acquisition plan updates, and the design of grit removal and odor control at the Fenton drop structure. Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) is a lump sum cost project for the design of approximately 35,700 feet of 96-inch diameter sanitary sewer conveyance tunnel and appurtenances. The purpose of this project is to eliminate the interim Fenton WWTF and several pump stations including Meramec Bottoms Pump Station P-489 and Forcemain. The construction cost estimate for this project is $209,000,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 47 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 61 Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $39,601 for bidding services; $2,399 in contingencies; $540,000 for the design of grit removal and odor control at the Fenton drop structure; and $18,000 for the design changes due to the right-of-way negotiations. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13970 – Amount: $3,600,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Original Appropriation to Project No. 11746 06/13/15 – Ord. No. 14187 – Amount: $3,500,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 11746 08/11/16 – Ord. No. 14463 – Amount: $3,700,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 11746 08/10/17 – Ord. No. 14753 – Amount: $2,650,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 11746 08/16/18 – Ord. No. 14971 – Amount: $260,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 11746 Edited 7/5/19 62 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15242 NAME OF PROJECT: RDP Tributaries (Deer Creek) CSO Tunnel (12441) LOCATION: North of Interstate 44 and East of Lindbergh Boulevard in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Pre-Design (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $1,800,000.00 Designer’s Estimate: N/A Total MWBE Participation: 50.51% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 33.18% - MBE Kowelman Engineering, Inc. – 11.37% - WBE M3 Engineering Group, PC (African American) – 5.96% - MWBE Type of Contract: Lump Sum Properties Affected: 65 Properties Benefiting: Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the RDP Tributaries (Deer Creek) CSO Tunnel (12441) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. This is the second year of a multi-year design. RDP Tributaries (Deer Creek) CSO Tunnel (12441) is a lump sum cost project to provide geotechnical and hydraulic design of approximately 16,300 feet of 17-foot diameter CSO storage tunnel and appurtenances. The purpose of this project is to eliminate twenty-eight (28) constructed CSOs. The construction cost estimate for this project is $374,150,000. Construction is anticipated to begin in FY2029. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 59 Amount: $1,800,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 63 Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $89,195 in contingencies for utility coordination and conflict resolution; and $490,000 for additional coordination with the District, investigative services, and geotechnical work. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/09/14 – Ord. No. 13971 – Amount: $600,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Original Appropriation to Project No. 12441 08/13/15 – Ord. No. 14188 – Amount: $500,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12441 08/11/16 – Ord. No. 14464 – Amount: $5,000,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12441 08/10/17 – Ord. No. 14755 – Amount: $3,800,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12441 08/16/18 – Ord. No. 14972 – Amount: $4,000,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12441 Edited 7/5/19 64 AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 15243 NAME OF PROJECT: Upper RDP (University City) CSO Storage Tunnel (12440) LOCATION: East to West Along Olive Boulevard, Vernon Avenue and Balson Avenue Between Sutter Avenue and North & South Road in the City of University City, Missouri TYPE OF PROJECT: Planning Assistance for Pre-Design of the Upper River Des Peres (University City) CSO Storage Tunnel (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $1,200,000.00 Designer’s Estimate: N/A Total MWBE Participation: 54.54% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 54.21% - MBE Kowelman Engineering, Inc. – 0.33% - WBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefiting: University City Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Upper RDP (University City) CSO Storage Tunnel (12440) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. This is the first year of a multi-year design. Upper RDP (University City) CSO Storage Tunnel (12440) is a cost plus project to design approximately 9,000 feet of a 24-foot diameter CSO storage tunnel and appurtenances. This year’s design work will consist of geotechnical investigation to better define design requirements. The purpose of this project is to provide 30 million gallons of storage in a deep tunnel system and capture flows from thirty-nine (39) constructed CSO outfalls. The construction cost estimate for this project is $226,310,000. Construction is anticipated to begin in FY2032. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2020, Pg. 66 Amount: $1,200,000 Fund Name: #6660 – Sanitary Replacement Fund Edited 7/5/19 65 Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $76,330 in contingencies for utility coordination and conflict resolution; and $325,000 for additional coordination with the District, investigative services, and geotechnical work. This project is expected to be funded by Bond proceeds. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/11/16 – Ord. No. 14465 – Amount: $1,500,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12440 08/10/17 – Ord. No. 14756 – Amount: $700,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12440 08/16/18 – Ord. No. 14973 – Amount: $1,900,000 – HDR Engineering, Inc. – Design Contract No. 20202 Amendment – Amendment to Project No. 12440 Edited 7/5/19 66 AGENDA ITEM NUMBER: RESOLUTION NO. 3524 NAME OF PROJECT: Appointment of Civil Service Commissioner – Rev. Michael F. Jones, Sr. LOCATION: District-wide TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: District REQUESTED ACTION: Why is this action necessary?: Pursuant to Section 8.020 of the District's Charter, a Civil Service Commissioner shall be appointed by the Board What does action accomplish?: This Resolution formally acknowledges the appointment of Rev. Michael F. Jones, Sr. to the Civil Service Commission 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 Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Budget Year: Amount: N/A Fund Name: N/A Additional Comments: Rev. Michael F. Jones, Sr.’s appointment to the Civil Service Commission will be for a three (3) year term from July 11, 2019 to July 11, 2022. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Edited 7/5/19 67 AGENDA ITEM NUMBER: RESOLUTION NO. 3525 NAME OF PROJECT: Insurance Brokerage & Consultant Services RFP LOCATION: N/A TYPE OF PROJECT: Provide insurance brokerage and insurance consultant services to the District. DEPARTMENT REQUESTING ACTION: Risk Management REQUESTED ACTION: Why is this action necessary?: Provides the District with insurance broker services, insurance consulting services and risk management services. It allows the firm to act as the District’s broker of record to facilitate the purchasing of the District insurance program. What does action accomplish?: This action establishes a broker of record for five years. SUMMARY EXPLANATION/BACKGROUND: Contractor: Previous District Contract: Consultant: Charles L. Crane Agency Agency: Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Districts Estimate: MBE/WBE Participation: Work Force Goals Plan Approval Date: N/A Type of Contract: Contractual services Properties Affected: N/A Properties Benefiting: N/A Designed by: FUNDING/COST SUMMARY: Budgeted: General Insurance Fund Budget Year: FY2019/20 Amount: $72,000 Fund Name: General Insurance Fund Additional Comments: This contract provides insurance consulting and broker services for the District. This resolution will exercise the District’s first option year and authorize the District to enter into a contract with Charles L. Crane Agency for one year. The original contract was for one year with four option years. The District will enter into a contract with Charles L. Crane Agency from September 1, 2019 to August 31, 2020. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/16/2018– Ord. No. 14974 – Amount: $72,000 - Charles L. Crane Agency 08/11/2016 – Res. No. 3295 – Amount: $67,500 - McGriff, Seibels & Williams of Missouri, Inc. 09/10/2015 – Ord. No. 14229 – Amount: $67,500 - McGriff, Seibels & Williams of Missouri, Inc. Edited 7/5/19