HomeMy Public PortalAbout1608th Board Agenda 7-12-2018Pg 1
Revised: 7/9/2018 9:04 AM
AGENDA
1608th MEETING OF THE BOARD OF TRUSTEES
THE METROPOLITAN ST. LOUIS SEWER DISTRICT
July 12, 2018 4:00 P.M. CLOSED SESSION 5:00 P.M. ROLL CALL & PUBLIC BOARD MEETING
MSD OFFICES
2350 MARKET STREET
ROOM 109
1 ROLL CALL
2 CLOSED SESSION TO DISCUSS LEGAL, CONFIDENTIAL OR PRIVILEGED MATTERS UNDER § 610.021(1) AND PERSONNEL ACTIONS UNDER §610.021(3), RSMO 1988 SUPP.
3 APPROVAL OF JOURNAL OF PRECEDING MEETING: June 14, 2018 (1607th)
4 COMMENTS BY THE CHAIR - None
5 REPORT OF BOARD COMMITTEES – Audit, Finance, Program Mngt, Stakeholders
6 REPORT OF EXECUTIVE DIRECTOR - YES
7 COMMENTS FROM THE PUBLIC -
8 SUBMISSION OF PUBLIC HEARING REPORTS - None
9 COMMUNICATIONS - None
10 CONSENT AGENDA – 11 through 17
Pg 2
Revised: 7/9/2018 9:04 AM
CONSENT AGENDA
ORDINANCES
11 Adoption of Proposed Ordinance No. 14921 - CSO Volume Reduction Green
Infrastructure – Element Hotel – 3763 Forest Park (13123)
Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis
Sewer District to enter into an agreement with Midas Forest Park, LLC for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – Element Hotel – 3763 Forest Park (13123) in the City of St. Louis, Missouri.
12 Adoption of Proposed Ordinance No. 14922 - CSO Volume Reduction Green
Infrastructure – St. Ferdinand Homes II (12974)
Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis
Sewer District to enter into an agreement with Northside Community Housing, Inc. for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – St. Ferdinand
Homes II (12974) in the City of St. Louis, Missouri.
13 Adoption of Proposed Ordinance No. 14923 - Easement Acquisition for Wastewater
Projects (2019) (12515)
Making an appropriation of One Million Five Hundred Thousand Dollars ($1,500,000.00) from the
Sanitary Replacement Fund to be used for property rights acquisition in Easement Acquisition for Wastewater Projects (2019) (12515) in the Metropolitan 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.
14 Adoption of Proposed Ordinance No. 14924 - Easement Acquisition for Stormwater
Projects (2019) (12682)
Making an appropriation of One Million Five Hundred Thousand Dollars ($1,500,000.00) from the Districtwide Stormwater Fund to be used for property rights acquisition in Easement Acquisition for
Stormwater Projects (2019) (12682) in the Metropolitan 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.
15 Adoption of Proposed Ordinance No. 14925 - Enterprise Content Management & Services Software System Provider
Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis
Sewer District to enter into a contract with Accelerated Information Systems (AIS) whereby AIS will
provide Enterprise Content Management (ECM) software and services for the District.
16 Adoption of Proposed Ordinance No. 14926 - Classification Plan
Repealing Ordinance No.14614, as adopted on February 9, 2017, and enacting a new Ordinance
prescribing changes to the Classification Plan to include the removal of obsolete positions, retitling an existing position, and the addition of a new position.
17 Adoption of Proposed Ordinance No. 14927 - Compensation Plan Repealing Ordinance No. 14615, as adopted February 9, 2017, and enacting a new ordinance
prescribing changes to the Compensation Plan to include the position title change of the Manager of
Public Information to a new title – Manager of Public Affairs. This is the only change to the existing Compensation Plan adopted by Ordinance 14615 on February 9, 2017.
Pg 3
Revised: 7/9/2018 9:04 AM
UNFINISHED BUSINESS
ORDINANCES None
RESOLUTIONS None
New Business
ORDINANCES
18 Introduction of Proposed Ordinance No. 14928 - CSO Volume Reduction Green
Infrastructure – Serenity Inn – 6200 North Broadway (13148)
12
Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer
District to enter into an agreement with Broadway Redevelopment, LLC for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – Serenity Inn – 6200 North Broadway (13148) in
the City of St. Louis, Missouri.
19 Introduction of Proposed Ordinance No. 14929 - Rosewood Lane & Woodard Dr. Storm Sewer (10347) 13
Making a supplemental appropriation of Seventy Thousand Dollars ($70,000.00) from the Operation, Maintenance, Construction, Improvement Fund of Sugar Creek to be used for storm sewer construction in
Rosewood Lane & Woodard Dr. Storm Sewer (10347) in the City of Kirkwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend
Contract No. 21626 with Bates Utility Company, Inc. for the aforesaid storm sewer construction.
20 Introduction of Proposed Ordinance No. 14930 - Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075) 14
Appropriating Three Hundred Thousand Dollars ($300,000.00) from the Sanitary Replacement Fund to be used for private I/I removal in Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075)
in the City of St. Louis and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21672
with ABNA Engineering, Inc. for the aforesaid private I/I removal.
21 Introduction and Adoption of Proposed Ordinance No. 14931 - Harlem – Baden Relief Phase IV (Hebert) (Goodfellow to Hamilton) (11769) 15
Appropriating One Million Five Hundred Thousand Dollars ($1,500,000.00) from the Sanitary Replacement Fund for storm sewer construction in Harlem – Baden Relief Phase IV (Hebert) (Goodfellow to Hamilton) (11769) in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to enter into an intergovernmental agreement under Contract No. 21687 with the U.S. Army Corps of Engineers to provide financial assistance for storm sewer construction.
22 Introduction of Proposed Ordinance No. 14932 - N Clark Ave 49 Sanitary Sewer Replacement (12444)
17
Appropriating Three Hundred Seventy Thousand Dollars ($370,000.00) from the Sanitary Replacement Fund to
be used for sanitary sewer construction in N Clark Ave 49 Sanitary Sewer Replacement (12444) in the City of Ferguson, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The
Metropolitan St. Louis Sewer District to enter into Contract No. 21677 with Unnerstall Contracting Company, Ltd for the aforesaid sanitary sewer construction.
Pg 4
Revised: 7/9/2018 9:04 AM
23 Introduction of Proposed Ordinance No. 14933 - Bradbury Dr. #5468 Storm Sewer (11613) 18
Appropriating Seventy-Five Thousand Dollars ($75,000.00) from the Districtwide Stormwater Fund to be used for storm sewer construction in Bradbury Dr. #5468 Storm Sewer (11613) 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. 21671 with Above and Below Contracting, LLC for the
aforesaid storm sewer construction.
24 Introduction of Proposed Ordinance No. 14934 - Crestwick Drive #9733 and 9741 Storm Sewer (Sunset Hills 11) (11514) 19
Appropriating Two Hundred Twenty Thousand Dollars ($220,000.00) from the Districtwide Stormwater Fund to be used for storm sewer construction in Crestwick Drive #9733 and 9741 Storm Sewer (Sunset Hills 11) (11514)
in the City of Sunset Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 21669 with Taylormade Construction Co., LLC for the aforesaid storm sewer construction.
25 Introduction of Proposed Ordinance No. 14935 - Mar Ann Ct. #9819 Storm Improvement (11488) 20
Appropriating One Hundred Seventy-Five Thousand Dollars ($175,000.00) from the Districtwide Stormwater
Fund to be used for storm sewer construction in Mar Ann Ct. #9819 Storm Improvement (11488) 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. 21668 with J. H. Berra Construction Co., Inc. for the aforesaid storm sewer construction.
26 Introduction of Proposed Ordinance No. 14936 - Stormwater Infrastructure
Repair/Replacement – Districtwide (2019) (12674)
21
Appropriating Three Million Dollars ($3,000,000.00) 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 (2019) (12674) 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.
27 Introduction of Proposed Ordinance No. 14937 - Stormwater Infrastructure Repair/Replacement – Original Boundary (2019) (12678) 22
Appropriating Five Hundred Thousand Dollars ($500,000.00) from the Stormwater Operations and Maintenance Fund to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater
Infrastructure Repair/Replacement – Original Boundary (2019)(12678) in various locations throughout the Original District Boundary; 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.
28 Introduction of Proposed Ordinance No. 14938 - Mississippi Floodwall ORS Pump
Stations Rehabilitation (12483)
23
Making a supplemental appropriation of One Million Dollars ($1,000,000.00) from the Sanitary Replacement
Fund to be used for design and engineering during construction phase services in Mississippi Floodwall ORS Pump Stations Rehabilitation (12483) 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. 20476 with Black & Veatch Corporation for the aforesaid design and engineering during construction phase services.
Pg 5
Revised: 7/9/2018 9:04 AM
29 Introduction of Proposed Ordinance No. 14939 - General Services Agreement – Water Quality General Support (2017) (12716) 25
Making a supplemental appropriation of Three Hundred Thousand Dollars ($300,000.00) from the Stormwater Regulatory Fund to be used for water quality and environmental regulatory support in General Services
Agreement – Water Quality General Support (2017) (12716) in various locations within the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer
District to amend Contract No. 20506 with HDR Engineering, Inc. for the aforesaid water quality and environmental regulatory support.
30 Introduction of Proposed Ordinance No. 14940 - Bissell – Coldwater – Missouri –
Meramec Sanitary System Improvements (11144)
27
Appropriating Six Hundred Seventeen Thousand Dollars ($617,000.00) from the General Fund and Sixty-Five
Thousand Dollars ($65,000.00) from the Sanitary Replacement Fund to be used for design services 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.
31 Introduction of Proposed Ordinance No. 14941 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract A (12033) 30
Appropriating Eighty-Four Thousand Dollars ($84,000.00) from the Sanitary Replacement Fund to be used for
design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract A (12033) 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.
32 Introduction of Proposed Ordinance No. 14942 - Bissell – Coldwater – Missouri –
Meramec Public I/I Reduction (2020) Contract B (12030)
32
Appropriating Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract B (12030) 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.
33 Introduction of Proposed Ordinance No. 14943 - Bissell – Coldwater – Missouri –
Meramec Public I/I Reduction (2020) Contract C (12027)
34
Appropriating Eighty-Five Thousand Dollars ($85,000.00) from the Sanitary Replacement Fund to be
used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract C (12027) in the City of Kirkwood, 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.
34 Introduction of Proposed Ordinance No. 14944 - Bissell Hills Sanitary Relief (St Cyr Rd
to Leeton Ave) (12096)
36
Appropriating Three Hundred Thousand Dollars ($300,000.00) from the Sanitary Replacement Fund to
be used for design of sanitary sewers in Bissell Hills Sanitary Relief (St Cyr Rd to Leeton Ave) (12096) in the Cities of Bellefontaine Neighbors and Dellwood, 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.
Pg 6
Revised: 7/9/2018 9:04 AM
35 Introduction of Proposed Ordinance No. 14945 - Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr) (12110) 38
Appropriating Two Hundred Sixty-Four Thousand Dollars ($264,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr)
(12110) in the Cities of Northwoods and Pasadena Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with
Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers.
36 Introduction of Proposed Ordinance No. 14946 - Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724) 40
Appropriating Six Hundred Fifty Thousand Dollars ($650,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal and system control optimization in Coldwater Sanitary Relief Section B, C &
D – Section B Rehabilitation (11724) in the Cities of Berkeley, Bridgeton,Florissant, Hazelwood, St. Ann, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Wood Environment &
Infrastructure Solutions, Inc. for the aforesaid design of public I/I removal and system control optimization.
37 Introduction of Proposed Ordinance No. 14947 - Dacey Branch Sanitary Relief (Bella
Clare Dr to Prior Dr) (12142)
42
Appropriating One Hundred Sixty-One Thousand Dollars ($161,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Dacey Branch Sanitary Relief (Bella Clare Dr to Prior Dr) (12142) in the
City of Dellwood and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with
Wood Environment & Infrastructure Solutions, Inc. for the aforesaid design of sanitary sewers.
38 Introduction of Proposed Ordinance No. 14948 - Fee Fee Trunk Sewer Relief (SKME-
002, Long Leaf Circle to Thames Court) (11745)
44
Appropriating Three Hundred Eighty-Nine Thousand Dollars ($389,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Fee Fee Trunk Sewer Relief (SKME-002, Long Leaf Circle to
Thames Court) (11745) 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.
39 Introduction of Proposed Ordinance No. 14949 - Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325) 46
Appropriating One Hundred Sixteen Thousand Dollars ($116,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325) in the City of
Dellwood, 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.
40 Introduction of Proposed Ordinance No. 14950 - Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) 48
Appropriating Three Hundred Thirty-Two Thousand Dollars ($332,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) in the
City of Overland, 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.
Pg 7
Revised: 7/9/2018 9:04 AM
41 Introduction of Proposed Ordinance No. 14951 - Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191) 50
Appropriating Ninety Thousand Dollars ($90,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191) in the City of Northwoods,
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. 14952 - Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221) 52
Appropriating Five Hundred Twenty-Six Thousand Dollars ($526,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221) 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. 14953 - Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669) 54
Appropriating Four Hundred Fifty-Two Thousand Dollars ($452,000.00) from the Sanitary Replacement Fund to
be used for design of sanitary sewers in Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669) 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. 14954 - Lemay Sanitary System Improvements
(11145)
56
Appropriating Four Hundred Thousand Dollars ($400,000.00) from the General Fund to be used for design in
Lemay Sanitary System Improvements (11145) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan
St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services.
45 Introduction of Proposed Ordinance No. 14955 - E. Watson Sanitary Relief (Rudson Ln
to Richview Dr) (12152)
59
Appropriating Four Hundred Eighty-Two Thousand Dollars ($482,000.00) from the Sanitary Replacement Fund
to be used for design of sanitary sewers in E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) in the Cities of Sunset Hills and Crestwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer
on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of sanitary sewers.
46 Introduction of Proposed Ordinance No. 14956 - Lemay Public I/I Reduction (2020)
Contract A (12057)
61
Appropriating Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for design of
public I/I removal in Lemay Public I/I Reduction (2020) Contract A (12057) in the Cities of St. Louis, Crestwood, Kirkwood, Maplewood, Shrewsbury, Sunset Hills, and Webster Groves, Missouri; and authorizing the Executive
Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of public I/I removal.
Pg 8
Revised: 7/9/2018 9:04 AM
47 Introduction of Proposed Ordinance No. 14957 - Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201) 63
Appropriating Six Hundred Seventy Thousand Dollars ($670,000.00) from the Sanitary Replacement Fund to be used for design of storm sewers and private I/I removal in Shrewsbury Sanitary Relief Sewer and I/I Reduction
(Weil Ave and I-44) (12201) in the Cities of St. St. Louis, Shrewsbury, Maplewood, and Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan
St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design of storm sewers and private I/I
removal.
48 Introduction of Proposed Ordinance No. 14958 - Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208) 65
Appropriating Three Hundred Thirty-Two Thousand Dollars ($332,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208) in the City of Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of
The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering
Co., Inc. for the aforesaid design of sanitary sewers.
49 Introduction of Proposed Ordinance No. 14959 - Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave) (12239) 67
Appropriating Seven Hundred Thirty-Nine Thousand Dollars ($739,000.00) from the Sanitary Replacement Fund
to be used for design of sanitary sewers in Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave) (12239) in the City of Wilbur Park and 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.
50 Introduction of Proposed Ordinance No. 14960 - West Lockwood Sanitary Relief
(11679)
69
Appropriating Four Hundred Thirty-Two Thousand Dollars ($432,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in West Lockwood Sanitary Relief (11679) in the City of Webster
Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the
aforesaid design of sanitary sewers.
51 Introduction of Proposed Ordinance No. 14961 - Lower & Middle RDP CSO Controls
System Improvements (11109)
71
Appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the Sanitary Replacement Fund and Three Hundred Sixty-Five Thousand Dollars ($365,000.00) 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.
52 Introduction of Proposed Ordinance No. 14962 - Jefferson Barracks Tunnel (Lemay
WWTP to Martigney PS) (11711)
74
Making a supplemental appropriation of Four Hundred Eighty-Five Thousand Dollars ($485,000.00) 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.
Pg 9
Revised: 7/9/2018 9:04 AM
53 Introduction of Proposed Ordinance No. 14963 - Lemay WWTF Redundant Water Service (12721) 76
Making a supplemental appropriation of Forty-Two Thousand Dollars ($42,000.00) from the Sanitary Replacement Fund to be used for design of water service in Lemay WWTF Redundant Water Service (12721) 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 water service.
54 Introduction of Proposed Ordinance No. 14964 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 78
Making a supplemental appropriation of Three Hundred Sixty-Five Thousand Dollars ($365,000.00) 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 water
service.
55 Introduction of Proposed Ordinance No. 14965 - Maline Creek CSO BP 051 & 052 Local
Storage Facility (Chain of Rocks Dr to Church Dr) (11656)
80
Making a supplemental appropriation of Two Hundred Eighty-Five Thousand Dollars ($285,000.00) 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. 14966 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 82
Making a supplemental appropriation of Four Million Dollars ($4,000,000.00) 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.
57 Introduction of Proposed Ordinance No. 14967 - CSO – Brentwood and Red Bud Ave
CSO Interceptor (I-118)/Outfall (L-111) Elimination and Sewer Separation (12139)
85
Appropriating One Million One Hundred Thousand Dollars ($1,100,000.00) from the Sanitary Replacement Fund
to be used for design of sanitary sewers, storm sewers, and private I/I removal in CSO – Brentwood and Red Bud Ave CSO Interceptor (I-118)/Outfall (L-111) Elimination and Sewer Separation (12139) in the City of
Richmond Heights, 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 sewers, storm sewers, and private I/I removal.
58 Introduction of Proposed Ordinance No. 14968 - CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) 87
Appropriating One Million Five Hundred Fifty Thousand Dollars ($1,550,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers, storm sewers, and private I/I removal in CSO – Mary Avenue
South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) in the City of Brentwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan
St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design of sanitary sewers, storm sewers, and private I/I removal.
Pg 10
Revised: 7/9/2018 9:04 AM
59 Introduction of Proposed Ordinance No. 14969 - DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) 89
Making a supplemental appropriation of Four Hundred Thousand Dollars ($400,000.00) 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) 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 services.
60 Introduction of Proposed Ordinance No. 14970 - Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) 91
Appropriating One Million Two Hundred Fifty Thousand Dollars ($1,250,000.00) from the Sanitary Replacement Fund to be used for design in Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334)
in the Cities of Brentwood and Maplewood, Missouri; and 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.
61 Introduction of Proposed Ordinance No. 14971 - Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 93
Making a supplemental appropriation of Two Hundred Sixty Thousand Dollars ($260,000.00) 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.
62 Introduction of Proposed Ordinance No. 14972 - RDP Tributaries (Deer Creek) CSO
Tunnel (12441)
95
Appropriating Four Million Dollars ($4,000,000.00) 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.
63 Introduction of Proposed Ordinance No. 14973 - Upper RDP (University City) CSO Storage Tunnel (12440) 97
Making a supplemental appropriation of One Million Nine Hundred Thousand Dollars ($1,900,000.00) from the Sanitary Replacement Fund to be used for planning assistance for pre-design 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.
64 Introduction of Proposed Ordinance No. 14974 - Insurance Brokerage & Consultant Services 99
Authorizing 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 will serve as
the District’s broker of record and provide other services for the District’s insurance program.
Pg 11
Revised: 7/9/2018 9:04 AM
RESOLUTIONS
65 Adoption of Resolution No. 3441 - Expressing the Board of Trustees’ appreciation to Marie Parrott for her 15 years of exemplary service to the Metropolitan St. Louis Sewer District from December 9, 2002, to her retirement effective July 1, 2018.
66 Adoption of Resolution No. 3442 - Expressing the Board of Trustees’ appreciation to Jody M.
Schaab for her 20 years of exemplary service to the Metropolitan St. Louis Sewer District from May 12, 1998, to her retirement effective July 1, 2018.
67 Adoption of Resolution No. 3443 - Contract for Investment Advisory Services 100
The adoption of Resolution No. 3443 will exercise option year two (2) of the contract previously authorized by
Ordinance No. 14191 adopted August 13, 2015, which authorized the Executive Director and Secretary-Treasurer on behalf of the Metropolitan St. Louis Sewer District to enter into a contract with Prudent Man Advisors, Inc.
(PMA), whereby Prudent Man Advisors, Inc. would provide general and transactional professional financial advisory services to the District.
68 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD
69 ADJOURNMENT
Pg 12
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14928
NAME OF PROJECT: CSO Volume Reduction Green Infrastructure – Serenity Inn – 6200 North Broadway (13148)
LOCATION: 6200 North Broadway Street in the City of St. Louis, Missouri
TYPE OF PROJECT: Cost Share for Green Infrastructure Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Authorizes staff to enter into an agreement with Broadway Redevelopment, LLC.
What does action accomplish?: Provides Green Infrastructure Grant for construction of green infrastructure to reduce combined sewer overflows, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: Broadway Redevelopment, LLC
Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Designer’s Estimate: N/A
Total MWBE Participation: N/A
Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A
Designed by: N/A
This ordinance authorizes the District to enter into an agreement with Broadway Redevelopment, LLC to provide financial assistance through a Green Infrastructure Grant Program for construction of green infrastructure. The purpose of this
project is to reduce combined sewer overflows into the Mississippi River per the Long Term Control Plan. This project will reduce runoff volume with the installation of underground chambers with an infiltration rock base. Total cost of the project
is estimated at $320,000, and Broadway Redevelopment, LLC is requesting approximately $220,000 reimbursement for the cost of green infrastructure.
FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 94 Amount: $5,000,000*
Fund Name: #1101 – General Fund
Additional Comments: None.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
04/12/18 – Ord. No. 14879 – Amount: $5,000,000 – CSO Volume Reduction Green Infrastructure (11146)
*Requesting Board approval of an ordinance for which $220,000 is being encumbered from Ordinance No. 14879.
Pg 13
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14929
NAME OF PROJECT: Rosewood Lane & Woodard Dr. Storm Sewer (10347)
LOCATION: North of Big Bend Boulevard and West of Geyer Road in the City of Kirkwood, Missouri
TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates additional funds and authorizes staff to amend a construction
contract. What does action accomplish?: Provides additional funding for the construction of a CIP project. SUMMARY EXPLANATION/BACKGROUND:
Contractor: Bates Utility Company, Inc. Previous District Contract: Yes
841 Westwood Industrial Park Dr.
Weldon Springs, MO 63304 Consultant: N/A
Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $70,000.00 Designer’s Estimate: $616,000.00
Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) Windstar Transportation, LLC (African American) – 3.65% - MBE
Greenseasons Landscaping, LLC (African American) – 3.65% - MBE Limbs R Us, LLC (African American) – 3.65% - MBE
Zoie, LLC (African American) – 6.08% - MBE Type of Contract: Unit Cost Properties Affected: 18 Properties Benefiting: 25
Designed by: Oates Associates, Inc.
The work to be done under Contract #21626 consists of the construction of approximately 2,132 lineal feet of storm sewers varying in size from 8-inches to 36-inches in diameter and appurtenances. The purpose of this project is to
alleviate backyard flooding at 536, 541, 542, 601 and 606 Rosewood Lane, and basement flooding at 601 Woodard Drive. This project is scheduled to be completed in 150 days.
FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 197 Amount: $830,000 Fund Name: #5583 – Sugar Creek OMCI Fund Additional Comments: This supplemental appropriation is necessary due to relocation costs associated with gas and water main utility conflicts. These utilities were encountered at locations that were depicted on the project plans. This
supplemental request will bring the total appropriation for this project to $630,000.
Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/12/15 – Ord. No. 14262 – Amount: $215,000 – Oates Associates, Inc. – Design Contract No. 20355
01/11/18 – Ord. No. 14847 – Amount: $560,000 – Rosewood Lane & Woodard Dr. Storm Sewer (10347) – Bates Utility Company, Inc. – Original Construction Contract No. 21626
Pg 14
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14930
NAME OF PROJECT: Affton I/I Reduction (Hanover, Hildesheim – Weber Rd, Seibert, and Hamburg) (12075)
LOCATION: North of Weber Road and East of Gravois Road in the City of St. Louis and Unincorporated St. Louis
County, Missouri
TYPE OF PROJECT: Private I/I Removal (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: ABNA Engineering, Inc. Previous District Contract: Yes
4140 Lindell Blvd. St. Louis, MO 63108
Consultant: N/A
Agency: N/A
Number of bidders: 3 Low Bid: $246,125.00 High Bid: $430,470.00
Appropriation Amount: $300,000.00 Designer’s Estimate: $511,000.00
Total MWBE Participation: 17.00% (MBE Goal is 17% - African American)
Tee & E Trucking, Inc. (African American) – 4.06% - MBE Phillips Concrete Services (African American) – 1.22% - MBE
David Mason & Associates, Inc. (African American) – 0.81% - MBE Zoie, LLC (African American) – 10.91% - MBE
ABNA Engineering, Inc. (African American) – 83.00% - MWBE Prime
Type of Contract: Unit Cost
Properties Affected: 141 Properties Benefiting: 1,400
Designed by: Burns & McDonnell Engineering Co., Inc.
The work to be done under Contract #21672 consists of the removal of inflow sources from 141 private properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Mackenzie Creek watershed, reduce building backups, and
relieve overcharged sanitary sewers. This project is scheduled to be completed in 300 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 84 Amount: $470,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency is included in the appropriation for seal coating of asphalt driveways where needed. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/04/15 – Ord. No. 14158 – Amount: $564,000 – Burns & McDonnell Engineering Co. – Design Contract no. 11003 –
Amendment
Pg 15
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: INTRODUCTION & ADOPTION of Proposed Ordinance No. 14931
NAME OF PROJECT: Harlem – Baden Relief Phase IV (Hebert) (Goodfellow to Hamilton) (11769)
LOCATION: North of Kennerly and West of Goodfellow in the City of St. Louis, Missouri
TYPE OF PROJECT: Intergovernmental Agreement and Local Match for Sewer Construction
(015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into an intergovernmental
agreement with the U.S. Army Corps of Engineers. What does action accomplish?: Implements the construction of a CIRP project.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: Yes
Consultant: N/A
Agency: U.S. Army Corps of Engineers
1222 Spruce Street St. Louis, MO 63103
Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $1,500,000.00 Designer’s Estimate: $4,430,000.00
Total MWBE Participation: 0.0% (No MBE Goal)
N/A – Project will be constructed by the U.S. Army Corps of Engineers using Federal requirements.
Type of Contract: Lump Sum
Properties Affected: 50 Properties Benefiting: Approximately 1,650
Designed by: Parsons Water & Infrastructure Inc.
This ordinance authorizes the District to enter into Contract #21687 with the U.S. Army Corps of Engineers for the Corps
to administer and construct a project in the CIRP. This project consists of the construction of 7,200 feet of 12-inch to 48-inch diameter storm and sanitary sewers and 3,000 feet of sewer lining, north of Kennerly and west of Goodfellow in the
City of St. Louis, Missouri. This project will reduce combined sewer overflows, taking separated sewer flows to the Harlem – Baden (Hebert) detention basin. The preliminary construction cost estimate is $4,430,000. Construction is
anticipated to begin in the fall of 2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Page 110 Amount: $4,430,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The Federal Water Resources Development Act of 1992 authorized the Corps of Engineers to design and/or construct combined sewer overflow control or reduction projects in the City of St. Louis. The original Act
authorized $15,000,000 in federal spending. Subsequent amendments to the act have increased that authorization to $35,000,000, and have broadened the scope of the project to include all the combined sewer area in St. Louis City and
County. Since inception, approximately $23,000,000 in federal funding has been allocated to improving the combined sewer system, with the Corps bidding, awarding, and managing various construction contracts. The Corps advises that
additional federal funding for the next phase of this effort is pending. The Act requires that the local sponsor, MSD, provide a 25% local match for all federal funding.
Pg 16
Revised: 7/9/2018 9:04 AM
This Board action appropriates the local match needed for the project, and authorizes staff to enter into such
intergovernmental agreements as may be necessary to carry out the implementation of the project. Staff is requesting introduction and adoption of this ordinance in order to meet the Corps of Engineers’ current schedule.
Contracted planning resources utilized: Watershed Facility Planning and Modeling.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
04/12/01 – Ord. No. 10939 – U.S. Army Corps of Engineers – Authorized Design Agreement with Corps
06/14/01 – Ord. No. 10978 – Amount: $100,000 – U.S. Army Corps of Engineers – Engineering Services 04/11/02 – Ord. No. 11203 – U.S. Army Corps of Engineers – Design and Construction Agreement
04/11/02 – Ord. No. 11204 – Amount: $2,000,000 – Vandeventer to Grand Sewer Rehabilitation (89193) 04/11/02 – Ord. No. 11205 – Amount: $1,200,000 – Southern Arsenal Relief Sewer Rehabilitation Phase II (2000116)
01/23/03 – Ord. No. 11441 – Amount: $114,000 – U.S. Army Corps of Engineers - Engineering Services (2001141) 05/11/06 – Ord. No. 12206 – Amount: $2,000,000 – Old Mill Creek Sewer Rehabilitation Phase I (89185)
02/10/11 – Ord. No. 13203 – Amount: $643,000 – Old Mill Creek Sewer Rehabilitation Phase III – 14th to 2nd Street – Parsons Water & Infrastructure Inc. – Design Contract No. 10614
04/10/14 - Ord. No. 13827 – Amount: $2,800,000 – Old Mill Creek Sewer Rehabilitation Phase III – 14th to 2nd Street (10722) – Contract No. 20159
Pg 17
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14932
NAME OF PROJECT: N Clark Ave 49 Sanitary Sewer Replacement (12444)
LOCATION: South of Airport Road and West of North Florissant Road in the City of Ferguson, Missouri
TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract.
What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: Unnerstall Contracting Company, Ltd Previous District Contract: Yes
2803 West Osage Pacific, MO 63069
Consultant: N/A
Agency: N/A
Number of bidders: 3 Low Bid: $336,492.00 High Bid: $792,366.00
Appropriation Amount: $370,000.00 Designer’s Estimate: $610,000.00
Total MWBE Participation: 37.71% (MBE Goal is 17% - African American)
B & P Construction, Inc. (African American) – 37.71% - MWBE Type of Contract: Unit Cost
Properties Affected: 3 Properties Benefiting: 42 Designed by: District staff
The work to be done under Contract #21677 consists of the construction of approximately 507 lineal feet of 8-inch diameter sanitary sewers, including 313 lineal feet of 8-inch diameter pipe-in-tunnel, and appurtenances. The purpose of
this project is to replace deteriorated cast iron pipe with severe corrosion and buildup, crossing under a railroad. This project is scheduled to be completed in 180 days.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 126 Amount: $610,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: An additional contingency of $10,000 for utility relocation (Other - $10,000) is included in the
appropriation. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 18
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14933
NAME OF PROJECT: Bradbury Dr. #5468 Storm Sewer (11613)
LOCATION: West of Telegraph Road and South of Yaeger Road in Unincorporated St. Louis County, Missouri
TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract.
What does action accomplish?: Implements the construction of a CIP project.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: Above and Below Contracting, LLC Previous District Contract: Yes
2836 Plattin View Drive Festus, MO 63028
Consultant: N/A
Agency: N/A
Number of bidders: 7 Low Bid: $47,489.00 High Bid: $75,100.00
Appropriation Amount: $75,000.00 Designer’s Estimate: $71,000.00
Total MWBE Participation: 0.0% (No MBE Goal)
N/A – The above bid is less than $50,000 and therefore does not have a goal under the MWBE policy.
Type of Contract: Unit Cost
Properties Affected: 2 Properties Benefiting: 6
Designed by: Oates Associates, Inc.
The work to be done under Contract #21671 consists of the construction of approximately 168 lineal feet of storm sewers
30-inches in diameter and appurtenances. The purpose of this project is to alleviate basement flooding at two properties and rear yard flooding at four properties on Bradbury Drive and Stonehurst Drive. This project is scheduled to be
completed in 120 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 178 Amount: $100,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: An additional contingency of $20,000 for utility relocation (Electric - $700 & Other - $19,300) is included in the appropriation. This project was one of twenty-three (23) design projects included in Stormwater
Infrastructure Improvement Design (Contract C) (12690).
Contracted planning resources utilized: Stormwater Facility Planning PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
12/08/16 – Ord. No. 14563 – Amount: $1,730,000 – Oates Associates, Inc. – Stormwater Infrastructure Improvement Design (Contract C) (12690) – Design Contract No. 20513
Pg 19
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14934
NAME OF PROJECT: Crestwick Drive #9733 and 9741 Storm Sewer (Sunset Hills 11) (11514)
LOCATION: East of Highway 30 and North of Interstate 270 in the City of Sunset Hills, Missouri
TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract.
What does action accomplish?: Implements the construction of a CIP project.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: Taylormade Construction Co., LLC Previous District Contract: Yes
1861 Chambers Road St. Louis, MO 63136
Consultant: N/A
Agency: N/A
Number of bidders: 6 Low Bid: $91,298.00 High Bid: $112,153.00
Appropriation Amount: $220,000.00 Designer’s Estimate: $116,000.00
Total MWBE Participation: 17.04% (MBE Goal is 17% - African American)
Phillips Concrete Services (African American) – 3.51% - MBE Greenspace Lawn Services, LLC (African American) – 8.60% - MBE
New Generation Hauling (African American) – 4.93% - MBE Taylormade Construction Co., LLC (African American) – 82.96% - MBE Prime
Type of Contract: Unit Cost
Properties Affected: 3 Properties Benefiting: 3
Designed by: Oates Associates, Inc.
The work to be done under Contract #21669 consists of the construction of approximately 393 lineal feet of storm sewers
varying in size from 12-inches to 18-inches in diameter and appurtenances. The purpose of this project is to alleviate yard flooding at 9733 Crestwick and structure flooding at 9741 Crestwick. This project is scheduled to be completed in 150
days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 182 Amount: $220,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: An additional contingency of $115,000 for utility relocation (Water - $105,000 & Other - $10,000) is included in the appropriation. This project was one of twenty-three design projects included in Stormwater
Infrastructure Improvement Design Contract C) 12690.
Contracted planning resources utilized: Stormwater Facility Planning PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/08/16 – Ord. No. 14563 – Amount: $1,730,000 – Oates Associates, Inc. – Stormwater Infrastructure Improvement
Design (Contract C) (12690) – Design Contract No. 20513
Pg 20
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14935
NAME OF PROJECT: Mar Ann Ct. #9819 Storm Improvement (11488)
LOCATION: North of Interstate 270 and East of Tesson Ferry Road in Unincorporated St. Louis County, Missouri
TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract.
What does action accomplish?: Implements the construction of a CIP project.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: J. H. Berra Construction Co., Inc. Previous District Contract: Yes
5091 New Baumgartner Road St. Louis, MO 63129
Consultant: N/A
Agency: N/A
Number of bidders: 4 Low Bid: $140,151.00 High Bid: $163,501.00
Appropriation Amount: $175,000.00 Designer’s Estimate: $170,000.00
Total MWBE Participation: 17.00% (MBE Goal is 17% - African American)
Zoie, LLC (African American) – 13.71% - MBE Windstar Transportation, LLC (African American) – 3.29% - MBE
Type of Contract: Unit Cost
Properties Affected: 5 Properties Benefiting: 9
Designed by: Oates Associates, Inc.
The work to be done under Contract #21668 consists of the construction of approximately 100 lineal feet of an amended
soil channel, and 422 lineal feet of storm sewers 18-inches in diameter and appurtenances. The purpose of this project is to alleviate yard flooding at 9819 Mar Ann Court and at five other properties. This project is scheduled to be completed in
150 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 195 Amount: $210,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: An additional contingency of $20,000 for utility relocation (Other - $20,000) is included in the appropriation. This project was one of twenty-three design projects included in Stormwater Infrastructure Improvement
Design Contract C) 12690.
Contracted planning resources utilized: Stormwater Facility Planning PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
12/08/16 – Ord. No. 14563 – Amount: $1,730,000 – Oates Associates, Inc. – Stormwater Infrastructure Improvement Design (Contract C) (12690) – Design Contract No. 20513
Pg 21
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14936
NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Districtwide (2019) (12674)
LOCATION: Various Locations Throughout the District
TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure
(017.0 Work Order Repair Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds for small infrastructure repair projects to be bid through
Purchasing. What does action accomplish?: Implements a CIP project
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $3,000,000.00 Designer’s Estimate: N/A
Total MWBE Participation: As appropriate for individual projects
Type of Contract: N/A
Properties Affected: N/A Properties Benefiting: N/A
Designed by: District staff
The work to be done consists of the repair/replacement and construction of stormwater inlets, manholes, sewers, and
other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 205 Amount: $3,000,000
Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are
identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation.
Contracted planning resources utilized: None.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 22
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14937
NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Original Boundary (2019) (12678)
LOCATION: Various Locations Throughout the Original District Boundary
TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure
(017.0 Work Order Repair Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates funds for small infrastructure repair projects to be bid through
Purchasing. What does action accomplish?: Implements a CIP project
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: N/A
Consultant: N/A
Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A
Appropriation Amount: $500,000.00 Designer’s Estimate: N/A
Total MWBE Participation: As appropriate for individual projects
Type of Contract: N/A
Properties Affected: N/A Properties Benefiting: N/A
Designed by: District staff
The work to be done consists of the repair/replacement and construction of stormwater inlets, manholes, sewers, and
other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 206 Amount: $500,000
Fund Name: #5130 – Stormwater Operations and Maintenance Fund Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are
identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation.
Contracted planning resources utilized: None.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 23
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14938
NAME OF PROJECT: Mississippi Floodwall ORS Pump Stations Rehabilitation (12483)
LOCATION: Various locations in the City of St. Louis, Missouri
TYPE OF PROJECT: Design and Engineering During Construction Phase Services (011.0 Design Phase Project Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates additional funds and authorizes staff to amend a design contract.
What does action accomplish?: Provides additional funds for the design of a CIP project.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: Yes
Consultant: Black & Veatch Corporation
16305 Swingley Ridge Rd., Suite 230 Chesterfield, MO 63017
Corporate Headquarters: Overland Park, Kansas Agency: N/A
Number of proposers: N/A
Appropriation Amount: $1,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: 25.21% (Overall – 37.93%) (No MWBE Goal)
Lion, CSG LLC – 11.07% - WBE (This Amendment – 6.79%) Intelligent Design & Construction Solutions LLC – 7.18% - WBE (This Amendment – 6.94%)
Engineering Design Source, Inc. (Asian American) – 3.89% - MBE (This Amendment – 1.32%) KWAME Building Group Inc. (African American) – 3.07% - MBE (This Amendment – 33.37%) Total = 48.42%
Type of Contract: Cost Plus Fixed Fee and Lump Sum Fee Work
Properties Affected: 27 Properties Benefitting: Mississippi River Tributary Areas
Designed by: N/A
This ordinance authorizes the District to amend Contract #20476 with Black & Veatch Corporation for Engineering Design
Services and for the preparation of 30% Design-Build project delivery solicitation documents for the Mississippi Floodwall
ORS Pump Stations Rehabilitation Phase II (12484) project. The purpose of this project is to rehabilitate and/or replace the deteriorating components of the St. Louis Flood Protection System that are operated and maintained by the
Metropolitan St. Louis Sewer District. Black & Veatch will also provide Advisory Services during the design, construction, and start-up for Phase I of the Mississippi Floodwall ORS Pump Stations Rehabilitation (12483) project. Advisory Services include reviewing the design-build progress to make sure the project stays on track, on schedule, and within budget. The preliminary construction cost estimate for the Mississippi Floodwall ORS Pump Stations Rehabilitation
Phase II (12484) project is $5,200,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 63 Amount: $1,000,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 24
Revised: 7/9/2018 9:04 AM
Additional Comments: The appropriation for design services is equal to the proposed funding presented in the CIP
Budget Supplement. The appropriation includes $304,548 for 30% Design-Build project delivery solicitation documents for the Mississippi Floodwall ORS Pump Stations Rehabilitation Phase II (12484) project; $637,854 for Advisory Services
during the Design-Build of the Mississippi Floodwall ORS Pump Stations Rehabilitation (12483) project; and $57,598 in contingencies. This project is expected to be funded by Bond proceeds.
This contract amendment is for the third year of a planned multi-year program to repair failing gates on the Mississippi
Floodwall ORS Pump Stations Rehabilitation (12483) project that will require additional appropriations and contract amendments in future years. Extension of the contract is contingent upon acceptable performance by the consultant
team, and is subject to the District’s discretion.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
10/13/16 – Ord. No. 14520 – Amount: $545,000 – Black & Veatch Corporation – Original Design Contract No. 20476 05/11/17 – Ord. No. 14656 – Amount: $160,000 – Black & Veatch Corporation – Design Contract No. 20476 –
Amendment
Pg 25
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14939
NAME OF PROJECT: General Services Agreement – Water Quality General Support (2017) (12716)
LOCATION: Various Locations Within the District
TYPE OF PROJECT: Water Quality and Environmental Regulatory Support (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 a contract.
What does action accomplish?: Provides additional funding for regulatory support for water quality issues and other environmental requirements, 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: $300,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 0.00% (No MWBE Goal)
N/A – There are no MWBE goals for this Professional Services project.
Type of Contract: Lump Sum
Properties Affected: N/A Properties Benefitting: N/A
Designed by: N/A
This ordinance authorizes the District to amend Contract #20506 with HDR Engineering, Inc. This will be the third and
final year of the contract. The purpose of this project is to provide water quality and other environmental regulatory support to help ensure District compliance with all environmental laws and regulations. This contract will utilize HDR to
provide MSD with regulatory support for a wide variety of environmental issues including, MDNR Water Quality Standards (WQS); Total Maximum Daily Loads (TMDLs); Integrated Planning; 303(d) List of Impaired Waters and Listing
Methodology Documents; air pollution control; and solid and hazardous waste management. HDR will attend MDNR, EPA, and other regulatory agency meetings; review and comment on draft and proposed environmental regulations and
policies; evaluate and interpolate environmental data; and assist District staff with environmental permitting and developing compliance strategies. Additional work that will be completed under this contract includes a special water
quality study near MSD’s treatment plant outfalls. The increase in appropriation amount is for this additional work. A scope of work will be developed for each regulatory issue on an as needed basis and the consultant must submit a list of
tasks to be performed and the estimated cost, which must be approved by District staff prior to proceeding with each project. This contract is for a total maximum contract amount of $300,000.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 169 Amount: $300,000
Fund Name: #5110 – Stormwater Regulatory Fund
Pg 26
Revised: 7/9/2018 9:04 AM
Additional Comments: The appropriation for support services is equal to the proposed funding presented in the CIP
Budget Supplement. Although there is no MWBE goal for this contract, the consultant has indicated that an effort will be made to utilize MWBE subcontractors as the scope of work is developed for each project.
Contracted planning resources utilized: None.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
11/10/16 – Ord. No. 14560 – Amount: $100,000 – HDR Engineering, Inc. – Original Contract No. 20506
09/14/17 – Ord. No. 14774 – Amount: $100,000 – HDR Engineering, Inc. – Contract No. 20506 – Amendment
Pg 27
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14940
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: $682,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 42.41% (35.66% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 11.65% - MWBE
Access Engineering, LLC – 0.00% - WBE Civil Design, Inc. – 0.00% - WBE
David Mason & Associates, Inc. (African American) – 3.30% - MBE EFK Moen, LLC – 4.39% - WBE
Gonzalez Companies, LLC (Hispanic) – 3.75% - MBE Kaskaskia Engineering Group, LLC – 5.14% - WBE
Kowelman Engineering, Inc. – 5.66% - WBE M3 Engineering Group, PC (African American) – 8.52% - 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 (FY2019) authorization includes fees for project
management services for FY2019, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, public involvement, planning support, and special services.
Pg 28
Revised: 7/9/2018 9:04 AM
Specific project lump sum design appropriations totaling $3,049,823 in design costs and $1,131,177 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 (2020) Contract A (12033) $ 6,209,000
Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract B (12030) $ 3,900,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract C (12027) $ 7,869,000
Bissell Hills Sanitary Relief (St Cyr Rd to Leeton Ave) (12096) $ 2,024,000 Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr) (12110) $ 1,740,000
Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724) $ 2,500,000 Dacey Branch Sanitary Relief (Bella Clare Dr to Prior Dr) (12142) $ 767,000
Fee Fee Trunk Sewer Relief (SKME-002, Long Leaf Circle to Thames Court) (11745) $ 1,490,000 Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325) $ 471,000
Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) $ 1,638,000 Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191) $ 315,000
Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221) $ 3,369,000 Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669) $ 2,195,000
Total $34,487,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 5 Amount: $617,000 FY2019, Pg. 6 $ 65,000
$682,000 Fund Name: #1101 – General Fund $617,000 #6660 – Sanitary Replacement Fund $ 65,000
Additional Comments: This appropriation of $682,000 for the Bissell–Coldwater–Missouri–Meramec Sanitary System
Improvements (11144) project includes $617,000 for non-capital costs and $65,000 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 $617,000 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2019. Capital costs include $65,000 for modeling and planning assistance for the District including 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 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 2018 through approximately September 2019 include the following:
Non-Capital Costs Project Management Tasks $617,000
Capital Costs
Modeling/Planning Assistance $ 65,000
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.
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.
Pg 29
Revised: 7/9/2018 9:04 AM
The total appropriation for design services for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements
Watershed Consultant for FY2019 is $4,181,000, which is $12,000 below the $4,193,000 budget for FY2019.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection,
and Radar Rainfall Data.
The total project MWBE commitment of 35% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table:
MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement
ABNA Engineering, Inc. 4.00% 3.67%
Access Engineering, LLC 2.00% 2.46%
Civil Design, Inc. 5.00% 4.87%
Gonzalez Companies, LLC 5.00% 4.81%
Kaskaskia Engineering Group, LLC 3.00% 2.85%
M3 Engineering Group, PC 4.00% 3.92%
*David Mason & Associates, Inc.
12.00%
3.38%
*EFK Moen, LLC 5.07%
*Kowelman Engineering, Inc. 3.62%
Engineering Design Source, Inc. N/A 0.21%
Losli Engineering, LLC N/A 0.41%
Shockey Consulting Services, LLC N/A 0.28%
TSI Geotechnical, Inc. N/A 0.11% TOTAL 35.00% 35.66% *The percentage of involvement is varied between consulting firms with a total commitment of 12.00%. Percentages
include actuals and projections for FY13 through FY18 design projects.
N/A – The firm was not included in the MWBE goal in the original proposal. PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
10/11/12 – Ord. No. 13497 – Amount: $600,000 – Amec Foster Wheeler Environment & Infrastructure – Original Design Contract No. 11011
08/08/13 – Ord. No. 13654 – Amount: $3,100,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment
08/05/14 – Ord. No. 13883 – Amount: $3,443,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment
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
Pg 30
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14941
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract A (12033)
LOCATION: Various Sites in the Cities of Ballwin, 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: $84,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 58.54% (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 46.26% - MWBE Kaskaskia Engineering Group, LLC – 12.28% - WBE
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 (2020) Contract A (12033) 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 (2020) Contract A (12033) is a lump sum cost project for the design of rehabilitating approximately 54,900 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 $6,209,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 2 Amount: $85,000
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 $1,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $4,200 in contingencies. This
project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Ed Lou Lane I/I Reduction (Brookton Way and Greenton Way) (12158), Golfwood Rehabilitation (Reis Rd & Big Bend Rd)
(12269), Southview Pump Station (P-507) Storage Rehabilitation (12980, and Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273). This project is expected to be funded by Bond proceeds.
Pg 31
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 32
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14942
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract B (12030)
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: $50,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 68.80% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 68.80% - MWBE
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 (2020) Contract B (12030) 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 (2020) Contract B (12030) is a lump sum cost project for the design of rehabilitating approximately 31,900 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 $3,900,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 3 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 $2,500 in contingencies. This
project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Bissell Hills Sanitary Rehab Phase III (Service Lateral Connections) (Chambers Rd and Coburg Lands Dr) (12095),
Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112), and Thurston I/I Reduction (Church St and N Florissant Rd) (12229). This project is expected to be funded by Bond proceeds.
Pg 33
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 34
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14943
NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2020) Contract C (12027)
LOCATION: Various Sites in the City of Kirkwood, 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: $85,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 64.66% (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 64.66% - MWBE Type of Contract: Lump Sum
Properties Affected: 585 Properties Benefiting: 2,239 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 (2020) Contract C (12027) 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 (2020) Contract C
(12027) is a lump sum cost project for the design of rehabilitating approximately 85,240 feet of 8-inch to 96-inch diameter sanitary and storm sewers utilizing cured-in-place pipe (CIPP) methods, rehabilitating 340 manholes, 1,510 service lateral
connections, and constructing 21 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 $7,869,000. Construction is
anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 4 Amount: $85,000 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 $4,250 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for
Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073), and Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223). This project is expected to be funded by Bond proceeds.
Pg 35
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 36
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14944
NAME OF PROJECT: Bissell Hills Sanitary Relief (St Cyr Rd to Leeton Ave) (12096)
LOCATION: North of St. Cyr Road and East of Bellefontaine Road In the Cities of Bellefontaine Neighbors and
Dellwood, 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: $300,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 31.92% (MWBE Goal is 20%) EFK Moen, LLC – 17.98% - WBE
Kaskaskia Engineering Group, LLC – 8.73% - WBE M3 Engineering Group, PC (African American) – 5.21% - MWBE Type of Contract: Lump Sum
Properties Affected: 7 Properties Benefiting: 1,164
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 Hills Sanitary Relief (St Cyr Rd to Leeton Ave) (12096) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements
(11144) project. Bissell Hills Sanitary Relief (St Cyr Rd to Leeton Ave) (12096) is a lump sum cost project for the design of approximately 2,400 feet of 24-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. This project will provide for the elimination of one (1) constructed SSO (BP-317). The construction cost estimate for this project is $2,024,000.
Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 7 Amount: $300,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 37
Revised: 7/9/2018 9:04 AM
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 $18,203 in contingencies, $5,500
for coordinating a railroad permit, $6,500 for geotechnical access, and $32,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and
changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 38
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14945
NAME OF PROJECT: Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr) (12110)
LOCATION: South of Interstate 70 and East of Roland Boulevard in the Cities of Northwoods and Pasadena Hills,
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: $264,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 60.76% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 36.25% - MBE
Kowelman Engineering, Inc. – 18.57% - WBE M3 Engineering Group, PC (African American) – 5.94% - MWBE Type of Contract: Lump Sum
Properties Affected: 7 Properties Benefiting: 176
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc.
for the design of the Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr) (12110) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System
Improvements (11144) project. Canterbury Drive Lateral Sanitary Relief (Nelson Dr to Canterbury Dr) (12110) is a lump sum cost project for the design of approximately 2,100 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. This project will provide for the elimination of one (1) constructed SSO (BP-612). The construction cost estimate
for this project is $1,740,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 8 Amount: $264,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 39
Revised: 7/9/2018 9:04 AM
Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary
System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $15,422 in contingencies, $5,000
for geotechnical access, $1,000 for rock coring, and $39,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during
construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 40
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14946
NAME OF PROJECT: Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724)
LOCATION: North of St. Charles Rock Road and West of New Halls Ferry Road in the Cities of Berkeley, Bridgeton,
Florissant, Hazelwood, St. Ann, and Unincorporated St. Louis County, Missouri
TYPE OF PROJECT: Design of Public I/I Removal and System Control Optimization (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: $650,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 92.38% (MWBE Goal is 20%)
M3 Engineering Group, PC (African American) – 92.38% - MWBE Type of Contract: Lump Sum Properties Affected: 10 Properties Benefiting: 40,000 Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724) project as part of the
Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Coldwater Sanitary Relief Section B, C & D – Section B Rehabilitation (11724) is a lump
sum cost project for the design of rehabilitating approximately 3,000 feet of 54-inch to 72-inch diameter sanitary sewers and 250 manholes, and improvements to the operational procedures for the wet weather storage facilities and pump
stations. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of eight (8) constructed SSOs (BP-091, BP-115, BP-119, BP-141, BP-144, BP-473,
BP-526, and BP-527). The construction cost estimate for this project is $2,500,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 14 Amount: $650,000
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 $35,011 in contingencies;
$340,000 for the overall Coldwater wet weather storage facilities, pump stations, trunk sewers, and Wastewater Treatment Facility Systems Control Logic Optimization Study; and $20,000 for construction phase services.
Pg 41
Revised: 7/9/2018 9:04 AM
These services include construction field surveys, review of shop drawings and submittals, responding to design
questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 42
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14947
NAME OF PROJECT: Dacey Branch Sanitary Relief (Bella Clare Dr to Prior Dr) (12142)
LOCATION: North of Chambers Road and West of Halls Ferry Road in the City of Dellwood, and 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: $161,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 80.29% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 34.04% - MBE
Kaskaskia Engineering Group, LLC – 9.45% - WBE Kowelman Engineering, Inc. – 30.25% - WBE
M3 Engineering Group, PC (African American) – 6.55% - MWBE Type of Contract: Lump Sum Properties Affected: 31 Properties Benefiting: 650
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Dacey Branch Sanitary Relief (Bella Clare Dr to Prior Dr) (12142) project as part of the Watershed
Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Dacey Branch Sanitary Relief (Bella Clare Dr to Prior Dr) (12142) is a lump sum cost project for the
design of approximately 1,150 feet of 12-inch to 18-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the
elimination of one (1) constructed SSO (BP-313). The construction cost estimate for this project is $767,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 21 Amount: $161,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 43
Revised: 7/9/2018 9:04 AM
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 $20,042 in contingencies, $4,000
for geotechnical access, and $18,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built
surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 44
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14948
NAME OF PROJECT: Fee Fee Trunk Sewer Relief (SKME-002, Long Leaf Circle to Thames Court) (11745)
LOCATION: North of Olive Boulevard and West of Schulte 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: $389,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 26.43% (MWBE Goal is 20%)
David Mason & Associates, Inc. (African American) – 21.56% - MBE M3 Engineering Group, PC (African American) – 4.87% - MWBE
Type of Contract: Lump Sum
Properties Affected: 16 Properties Benefiting: 1,060
Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc.
for the design of the Fee Fee Trunk Sewer Relief (SKME-002, Long Leaf Circle to Thames Court) (11745) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary
System Improvements (11144) project. Fee Fee Trunk Sewer Relief (SKME-002, Long Leaf Circle to Thames Court) (11745) is a lump sum cost project for the design of approximately 3,070 feet of 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-078). The construction cost estimate
for this project is $1,490,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 25 Amount: $400,000 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 $11,000 below
the proposed funding presented in the CIP Budget Supplement. The appropriation includes $19,540 in contingencies, $8,000 for geotechnical access, and $50,000 for construction phase services. These services include construction field
surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Pg 45
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 46
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14949
NAME OF PROJECT: Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325)
LOCATION: North of Highmont Drive and West of West Florissant Avenue in the City of Dellwood, 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: $116,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 55.75% (MWBE Goal is 20%)
David Mason & Associates, Inc. (African American) – 37.27% - MBE Kaskaskia Engineering Group, LLC – 11.23% - WBE
M3 Engineering Group, PC (African American) – 7.25% - MWBE Type of Contract: Lump Sum Properties Affected: 16 Properties Benefiting: 321 Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325) project as part of the Watershed
Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Lang Royce Sanitary Relief (Fargo Dr to Floridale Ct) (12325) is a lump sum cost project for the design
of approximately 1,000 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. This project will provide for the elimination
of one (1) constructed SSO (BP-291). The construction cost estimate for this project is $471,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 50 Amount: $116,000
Fund Name: #6660 – Sanitary Replacement Fund
Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary
System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,402 in contingencies, $2,000
for geotechnical access, and $16,000 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.
Pg 47
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 48
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14950
NAME OF PROJECT: Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352)
LOCATION: South of Midland Boulevard and West of Woodson Road in the City of Overland, 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: $332,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 60.57% (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 45.74% - MWBE Kaskaskia Engineering Group, LLC – 8.75% - WBE
M3 Engineering Group, PC (African American) – 6.08% - MWBE 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 Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) project as part of the Watershed
Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Midland Sanitary Relief (Midland Blvd to Sims Ave) (12352) is a lump sum cost project for the design of
approximately 2,320 feet of 18-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
two (2) constructed SSOs (BP-095 & BP-145). The construction cost estimate for this project is $1,638,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 62 Amount: $332,000
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 $20,687 in contingencies, $3,000
for geotechnical access, and $37,000 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.
Pg 49
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 50
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14951
NAME OF PROJECT: Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191)
LOCATION: South of Groveland Drive and East of Lucas & Hunt in the City of Northwoods, 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: $90,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 49.59% (MWBE Goal is 20%)
Kaskaskia Engineering Group, LLC – 11.20% - WBE Kowelman Engineering, Inc. – 28.73% - WBE
M3 Engineering Group, PC (African American) – 9.66% - MWBE Type of Contract: Lump Sum Properties Affected: 10 Properties Benefiting: 55 Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191) project as part of the Watershed
Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Roland Sanitary Relief (Nelson Dr to Roland Blvd) (12191) is a lump sum cost project for the design of
approximately 570 feet of 12-inch to 18-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of
one (1) constructed SSO (BP-532). The construction cost estimate for this project is $315,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 69 Amount: $90,000
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 $4,717 in contingencies, $2,000
for geotechnical access, $22,000 for combining this project with storm project Roland Blvd Storm Improvements (11016), 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.
Pg 51
Revised: 7/9/2018 9:04 AM
This project is being combined with the Roland Boulevard Storm Sewer (11016) project to avoid disturbing residences
with construction activities for two projects at different times in the same location. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 52
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14952
NAME OF PROJECT: Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221)
LOCATION: North of Larimore Road and East of Bellefontaine 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: $526,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 34.12% (MWBE Goal is 20%)
Kaskaskia Engineering Group, LLC – 9.29% - WBE Kowelman Engineering, Inc. – 19.88% - WBE
M3 Engineering Group, PC (African American) – 4.95% - MWBE Type of Contract: Lump Sum Properties Affected: 23 Properties Benefiting: 780 Designed by: N/A
This ordinance authorizes the District to amend Contract #11011 with Wood Environment & Infrastructure Solutions, Inc. for the design of the Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221) project as part of the Watershed
Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Sub-Trunk #2 Sanitary Relief (Birmingham Ct to Cove Ln) (12221) is a lump sum cost project for the
design of approximately 4,400 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 three (3) constructed SSOs (BP-210, BP-211 & BP-213). The construction cost estimate for this project is $3,369,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 74 Amount: $526,000
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 $32,436 in contingencies,
$10,000 for geotechnical access, and $59,000 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.
Pg 53
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 54
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14953
NAME OF PROJECT: Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669)
LOCATION: North of Interstate 270 and West of Bellefontaine 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: $452,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 70.90% (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 30.10% - MWBE EFK Moen, LLC – 25.08% - WBE
Kaskaskia Engineering Group, LLC – 9.93% - WBE M3 Engineering Group, PC (African American) – 5.79% - MWBE
Type of Contract: Lump Sum
Properties Affected: 28 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 Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements
(11144) project. Sub-Trunk #3 Sanitary Relief (Muriel Dr to Jenner Ln) (11669) is a lump sum cost project for the design of approximately 4,300 feet of 8-inch to 27-inch diameter sanitary sewers and appurtenances. The purpose of this project
is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed SSO (BP-214). The construction cost estimate for this project is $2,195,000. Construction is
anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 75 Amount: $452,000 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 $28,039 in contingencies, $8,000 for geotechnical access, and $53,000 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.
Pg 55
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 56
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14954
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?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree.
SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: Yes
Consultant: Burns & McDonnell Engineering Co., Inc.
425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017
Corporate Headquarters: Kansas City, Missouri
Agency: N/A
Number of proposers: N/A Appropriation Amount: $400,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 45.91% (33.10% Overall – See Additional Comments) (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 8.08% - MWBE Civil Design, Inc. – 5.17% - WBE
David Mason & Associates, Inc. (African American) – 11.11% - MBE Gonzalez Companies, LLC (Hispanic) – 4.33% - MBE
M3 Engineering Group, PC (African American) – 4.05% - MWBE Pangea Engineering and Surveying, LLC (Hispanic) – 5.61% - MBE
TREKK Design Group, LLC – 0.00% - WBE TSI Geotechnical, Inc. (African American) – 6.51% - MWBE
The Vandiver Group – 1.05% - 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) – 0.00% - MBE
Type of Contract: Cost Plus with Lump Sum Work Orders
Properties Affected: N/A Properties Benefiting: Deer, Gravois, Mackenzie, Martigney Creek, and University City Watersheds Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Lemay Sanitary System
Improvements (11145) project. The preliminary construction cost estimate for the entire Lemay Sanitary System
Improvements program is $172,000,000. The estimated design contract range for the entire program contract is between $60 and $80 million. This year’s (FY2019) authorization includes fees for project management services for FY2019,
coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling, planning support, and special services.
Pg 57
Revised: 7/9/2018 9:04 AM
Specific project lump sum design appropriations totaling $2,174,009 in design costs and $530,991 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
E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) $ 2,656,000
Lemay Public I/I Reduction (2020) Contract A (12057) $ 4,811,000 Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201) $ 1,312,000
Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208) $ 2,390,000 Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave (12239) $ 6,284,000
West Lockwood Sanitary Relief (11679) $ 2,388,000 Total $19,841,000
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 53 Amount: $400,000
Fund Name: #1101 – General Fund
Additional Comments: This appropriation of $400,000 for the Lemay Sanitary System Improvements (11145) project for
cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2019 is for non-capital costs. The non-capital costs include cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2019. The
appropriation for design services is equal to the proposed funding in the CIP Budget Supplement.
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 2018 through
approximately September 2019 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 FY2019 is $3,105,000, which is $161,000 below the $3,266,000 budget for FY2019.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
The total project MWBE commitment of 29% for the project duration per the original proposal is summarized in the
following table. The resulting MWBE commitment to date after this amendment is also presented in the table:
Pg 58
Revised: 7/9/2018 9:04 AM
MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement
ABNA Engineering, Inc. 3.00% 3.12%
Civil Design, Inc. 3.40% 5.61%
David Mason & Associates, Inc. 7.50% 7.96%
Gonzalez Companies, LLC 3.00% 3.14%
M3 Engineering Group, P.C. 1.50% 1.50%
Pangea Engineering & Surveying 2.00% 2.60%
TREKK Design Group, LLC 2.20% 2.94%
TSI Geotechnical, Inc. 1.80% 1.70%
The Vandiver Group 0.50% 0.69%
Uncommitted 2.90% 0.00%
Engineering Design Source, Inc. *0.50% 0.53%
ERM Technologies, Inc. *0.70% 1.15%
Losli Engineering, LLC *0.00% 1.45%
PMA Engineering *0.00% 0.66%
Sabur, Inc. *0.00% 0.05% TOTAL 29.00% 33.10%
*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
Pg 59
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14955
NAME OF PROJECT: E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152)
LOCATION: South of Interstate 44 and East of Lindbergh Boulevard in the Cities of Sunset Hills and Crestwood,
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: $482,000.00 Designer’s Estimate: N/A Total MWBE Participation: 88.36% (MWBE Goal is 20%)
David Mason & Associates, Inc. (African American) – 70.88% - MBE
M3 Engineering Group, PC (African American) – 5.49% - MWBE TSI Geotechnical, Inc. (African American) – 11.06% - MWBE
The Vandiver Group – 0.93% - WBE Type of Contract: Lump Sum
Properties Affected: 76 Properties Benefiting: 526 Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) project as part of the Watershed
Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. E. Watson Sanitary Relief (Rudson Ln to Richview Dr) (12152) is a lump sum cost project for the design of approximately 4,150 feet
of 12-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed
SSO (BP-409). The construction cost estimate for this project is $2,656,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 24 Amount: $482,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 60
Revised: 7/9/2018 9:04 AM
Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145)
Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $27,306 in contingencies, $20,000 for creek bank restoration,
$5,000 for geotechnical access/restoration, $5,000 for potholing utilities, and $55,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design
questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 61
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14956
NAME OF PROJECT: Lemay Public I/I Reduction (2020) Contract A (12057)
LOCATION: South of Interstate 44 and West of River Des Peres in the Cities of St. Louis, Crestwood, Kirkwood,
Maplewood, Shrewsbury, Sunset Hills, and Webster Groves, 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: $50,000.00 Designer’s Estimate: N/A Total MWBE Participation: 78.52% (MWBE Goal is 20%)
Gonzalez Companies, LLC (Hispanic) – 78.52% - MBE
Type of Contract: Lump Sum
Properties Affected: 325 Properties Benefiting: 1,821
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 (2020) Contract A (12057) 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 (2020) Contract A (12057) is a lump sum cost project for the design of rehabilitating approximately 33,550 feet of sanitary sewers utilizing cured-in-place pipe (CIPP) methods, approximately 1,540 feet of storm sewers utilizing cured-
in-place pipe (CIPP) methods, rehabilitating 255 manholes, adjusting 3 manholes to grade, 6 point repairs, and 815 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 $4,811,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 52 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the
CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201) and Meacham
and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) projects. The appropriation includes $5,729 in contingencies. This project is expected to be funded by Bond proceeds.
Pg 62
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 63
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14957
NAME OF PROJECT: Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201)
LOCATION: South of Interstate 44 and West of River Des Peres in the Cities of St. Louis, Shrewsbury, Maplewood, and
Webster Groves, Missouri
TYPE OF PROJECT: Design of Storm Sewers and Private I/I Removal (011.0 Design Phase Project Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates 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: $670,000.00 Designer’s Estimate: N/A Total MWBE Participation: 64.86% (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 14.83% - MWBE
Civil Design, Inc. – 22.68% - WBE David Mason & Associates, Inc. (African American) – 4.07% - MBE
Gonzalez Companies, LLC (Hispanic) – 13.06% - MBE M3 Engineering Group, PC (African American) – 8.51% - MWBE
TSI Geotechnical, Inc. (African American) – 1.12% - MWBE The Vandiver Group – 0.59% - WBE
Type of Contract: Lump Sum
Properties Affected: 200 Properties Benefiting: 883
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for
the design of the Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project.
Shrewsbury Sanitary Relief Sewer and I/I Reduction (Weil Ave and I-44) (12201) is a lump sum cost project for the design of the removal of inflow sources from approximately 196 private properties, performing inflow/infiltration (I/I) inspection on
687 additional properties, and approximately 600 feet of 12-inch diameter storm 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 $1,312,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 70 Amount: $670,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 64
Revised: 7/9/2018 9:04 AM
Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145)
Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $44,764 in contingencies, $10,000 for creek bank restoration,
$5,000 for geotechnical access/restoration, $3,000 for potholing utilities, $5,000 for enforcement, $5,000 for wetlands delineation, and $10,000 for construction phase services. These services include construction field surveys, review of
shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 65
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14958
NAME OF PROJECT: Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208)
LOCATION: North of Big Bend and West of North Laclede Station Road in the City of Webster Groves, 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: $332,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.38% (MWBE Goal is 20%)
Pangea Engineering & Surveying LLC (Hispanic) – 25.49% - MBE TSI Geotechnical, Inc. (African American) – 8.59% - MWBE
The Vandiver Group – 1.30% - WBE Type of Contract: Lump Sum Properties Affected: 50 Properties Benefiting: 550
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208) project as part of the Watershed
Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Spring Ave Sanitary Relief (Yeatman Ave to Dale Ave) (12208) is a lump sum cost project for the design of approximately 2,520 feet
of 12-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) constructed
SSO (BP-440). The construction cost estimate for this project is $2,390,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 71 Amount: $332,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the
CIP Budget Supplement. The appropriation includes $19,808 in contingencies, $5,000 for geotechnical access/restoration, $5,000 for potholing utilities, and $45,000 for construction phase services. These services include
construction field surveys, review of shop drawings and submittals, responding to design questions and changes during
Pg 66
Revised: 7/9/2018 9:04 AM
construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond
proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 67
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14959
NAME OF PROJECT: Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave) (12239)
LOCATION: South of Gravois Road and West of Interstate 55 in the City of Wilbur Park and 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: $739,000.00 Designer’s Estimate: N/A Total MWBE Participation: 88.36% (MWBE Goal is 20%)
David Mason & Associates, Inc. (African American) – 70.88% - MBE
M3 Engineering Group, PC (African American) – 5.49% - MWBE TSI Geotechnical, Inc. (African American) – 11.06% - MWBE
The Vandiver Group – 0.93% - WBE Type of Contract: Lump Sum
Properties Affected: 65 Properties Benefiting: 815 Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave) (12239) project as part of
the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Tulane – Wilbur Outfall Sanitary Relief Sewer (Weber Rd to Hildesheim Ave) (12239) is a lump sum cost project for the
design of approximately 4,630 feet of 8-inch to 21-inch diameter sanitary sewers and appurtenances, and approximately 725 feet of 12-inch to 15-inch diameter storm sewers and appurtenances for the design of the Tiemann Ave – 4600 Block
Storm Sewer (11042) project. 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-618). The construction cost
estimate for this project is $6,284,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 76 Amount: $900,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 68
Revised: 7/9/2018 9:04 AM
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 $161,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $44,656 in contingencies, $10,000 for geotechnical
access/traffic control, $5,000 for potholing utilities, and $86,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during
construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 69
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14960
NAME OF PROJECT: West Lockwood Sanitary Relief (11679)
LOCATION: North of Interstate 44 and West of South Rock Hill Road in the City of Webster Groves, 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: $432,000.00 Designer’s Estimate: N/A Total MWBE Participation: 36.39% (MWBE Goal is 20%)
Pangea Engineering & Surveying LLC (Hispanic) – 24.48% - MBE TSI Geotechnical, Inc. (African American) – 10.87% - MWBE
The Vandiver Group – 1.04% - WBE Type of Contract: Lump Sum Properties Affected: 76 Properties Benefiting: 526
Designed by: N/A
This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the West Lockwood Sanitary Relief (11679) project as part of the Watershed Consultant services for all
projects included in the Lemay Sanitary System Improvements (11145) project. West Lockwood Sanitary Relief (11679) is a lump sum cost project for the design of approximately 3,660 feet of 12-inch to 24-inch diameter sanitary sewers and
appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of two (2) constructed SSOs (BP-187 & BP-587). The construction
cost estimate for this project is $2,388,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 81 Amount: $432,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the
CIP Budget Supplement. The appropriation includes $24,728 in contingencies, $10,000 for creek bank restoration, $20,000 for storm sewer relocation, $5,000 for potholing utilities, and $50,000 for construction phase services. These
services include construction field surveys, review of shop drawings and submittals, responding to design questions and
Pg 70
Revised: 7/9/2018 9:04 AM
changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be
funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 71
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14961
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: $685,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 12.64% (23.28% Overall – See Additional Comments) (MWBE Goal is 20%)
ABNA Engineering, Inc. (African American) – 0.00% - MWBE ARC – 0.0% - WBE
Civil Design, Inc. – 0.00% - WBE David Mason & Associates, Inc. (African American) – 1.91% - MBE
Engineering Design Source, Inc. (Asian American) – 1.00% - MBE Intelligent Design & Construction Solutions LLC – 3.95% - WBE
Kowelman Engineering, Inc. – 1.01% - WBE Losli Engineering, LLC – 0.00% - WBE
M3 Engineering Group, PC (African American) – 4.77% - 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 (FY2019) authorization includes fees for project
management services for FY2019, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling, planning support, and special services.
Specific project lump sum and cost plus design appropriations totaling $1,309,325.09 in design costs and $552,674.91 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:
Pg 72
Revised: 7/9/2018 9:04 AM
Project Name Estimated Construction Cost
Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) $ 95,000,000 Lemay WWTF Redundant Water Service (12721) $ 520,000
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 $853,220,000
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 56 Amount: $320,000
FY2019, Pg. 57 $365,000 $685,000
Fund Name: #6660 – Sanitary Replacement Fund $320,000
#1101 – General Fund $365,000
Additional Comments: This appropriation of $685,000 for the Lower & Middle RDP CSO Controls System Improvements (11109) project for cost plus work order tasks to manage the multi-year contract in FY2019 includes $365,000 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 $295,825.09 for cost plus work order tasks to
manage the multi-year contract in FY19, and $69,174.91 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 FY2019 include
the following:
Non-Capital Costs Project Management (Work Order 1) $295,825.09
Contingency $ 69,174.91 Total Non-Capital Cost $365,000.00
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 FY2019 is $1,862,000, which is $5,000 below the $1,867,000 budget for FY2019.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data.
The total project MWBE commitment of 22% for the project duration per the original proposal is summarized in the
following table. The resulting MWBE commitment to date after this amendment is also presented in the table.
Pg 73
Revised: 7/9/2018 9:04 AM
MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement
ABNA Engineering, Inc. 8.00% 7.62%
ARC * 0.08%
Civil Design, Inc. * 1.16%
David Mason & Associates, Inc. * 2.53%
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% 23.28%
*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
Pg 74
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14962
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: $485,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 12.81% (MWBE Goal is 20%)
Intelligent Design & Construction Solutions, LLC – 9.72% - WBE Kowelman Engineering, Inc. – 3.09% - 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 third 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: FY2019, Pg.49 Amount: $485,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 75
Revised: 7/9/2018 9:04 AM
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 $56,300 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.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – 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 to Project No. 11711 – Final Design
08/10/17 – Ord. No. 14746 – Amount: $410,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment to Project No. 11711 – Final Design
Pg 76
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14963
NAME OF PROJECT: Lemay WWTF Redundant Water Service (12721)
LOCATION: The Lemay Wastewater Treatment Plant in Unincorporated St. Louis County, Missouri
TYPE OF PROJECT: Design of Water Service (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. 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: $42,000.00 Designer’s Estimate: N/A Total MWBE Participation: 60.17% (MWBE Goal is 20%)
Engineering Design Source, Inc. (Asian American) – 60.17% - MBE
Type of Contract: Lump Sum
Properties Affected: N/A Properties Benefiting: The Entire Lemay Watershed
Designed by: N/A
This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for the design of the
Lemay WWTF Redundant Water Service (12721) 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 for the post-design
services during construction to install a secondary water service to the Lemay Wastewater Treatment Facility. Lemay WWTF Redundant Water Service (12721) is a lump sum cost project for the design of approximately 850 feet to 1,265
feet of a 6-inch water supply line and appurtenances. The purpose of this project is to install a secondary water service to provide redundant feed to the Lemay Wastewater Treatment Facility. The construction cost estimate for this project is
$520,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 54 Amount: $47,000
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 $5,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $20,200 in contingencies for
coordination and plan review with Missouri American Water. 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. This project is expected to be funded by Bond proceeds.
Pg 77
Revised: 7/9/2018 9:04 AM
Contracted planning resources utilized: Watershed Facility Planning.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/10/17 – Ord. No. 14747 – Amount: $130,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 –
Amendment – Original Appropriation to Project No. 12721
Pg 78
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14964
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: $365,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 20.53% (MWBE Goal is 20%)
M3 Engineering Group, PC (African American) – 20.53% - 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 fifth 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 FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 55 Amount: $365,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 79
Revised: 7/9/2018 9:04 AM
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 $61,000 in contingencies. Design services
in FY2019 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.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
07/11/13 – Ord. No. 13637 – Amount: $6,000,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11820 (South End)
08/05/14 – Ord. No. 13930 – Amount: $2,031,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11819 (North Drive)
08/05/14 – Ord. No. 13932 – Amount: $1,845,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11820 (South Drive)
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)
Pg 80
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14965
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: $285,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 13.51% (MWBE Goal is 20%)
David Mason & Associates, Inc. (African American) – 9.65% - MBE Intelligent Design & Construction Solutions, LLC – 3.86% - 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 fourth 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: FY2019, Pg. 61 Amount: $285,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 81
Revised: 7/9/2018 9:04 AM
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 $26,000 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.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/09/12 – Ord. No. 13460 – Amount: $940,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11656
07/11/13 – Ord. No. 13638 – Amount: $415,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11656
08/05/14 – Ord. No. 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
Pg 82
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14966
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: $800,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 42.88% (38.81% Overall – See Additional Comments) (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 23.83% - MBE Applied Science, Inc. – 0.00% - WBE
Engineering Design Source, Inc. (Asian American) – 1.59% - MBE Intelligent Design & Construction Services – 0.00% - WBE
Kowelman Engineering, Inc. – 8.45% - WBE M3 Engineering Group, PC (African American) – 4.51% - MWBE
Trekk Design Group, LLC – 0.40% - WBE Civil Design, Inc. – 4.10% - 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 (FY2019) authorization includes fees for project management services for FY2019, coordination with the District and other watershed
consultants, project scoping, preliminary studies, quality control and assurance, planning support, and special services.
Specific project lump sum and cost plus design appropriations totaling $9,399,317.56 in design costs and $1,860,682.44 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:
Pg 83
Revised: 7/9/2018 9:04 AM
Project Name Estimated Construction Cost
CSO – Brentwood and Red Bud Ave CSO Interceptor (I-118)/Outfall (L-111) Elimination and Sewer Separation (12139) $ 16,000,000
CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) $ 30,000,000
DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III (12472) $ 50,000,000 Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) $ 26,500,000
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 $931,960,000
FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 66 Amount: $200,000 FY2019, Pg. 67 $600,000
$800,000
Fund Name: #6660 – Sanitary Replacement Fund $200,000 #1101 – General Fund $600,000
Additional Comments: This appropriation of $800,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower
Meramec System Improvements (11153) project includes $600,000 for non-capital costs and $200,000 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 $534,347 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2019; and $65,653 in contingencies. Capital costs include $115,383 for preliminary studies and $84,617 for
miscellaneous design services and investigations. The capital portion of this project is expected to be funded by Bond proceeds.
Future appropriations will be required annually to continue managing tasks for this contract. The RDP Tributaries & Upper
RDP CSO Controls & Lower Meramec System Improvements (11153) cost plus and lump sum fee work order tasks for FY2019 include the following:
Non-Capital Costs
Project Management Tasks $534,347.00 Contingency $ 65,653.00
Total Non-Capital Costs $600,000.00
Capital Costs Miscellaneous Design Services $ 84,617.00
Preliminary Studies for Design $115,383.00 Total Capital Costs $200,000.00
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 preliminary studies are 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 RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2019 is $11,260,000, which is $740,000 below the $12,000,000 budget for
FY2019.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data.
Pg 84
Revised: 7/9/2018 9:04 AM
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%*
16.74%
Applied Science, Inc. 0.87%
Engineering Design Source, Inc. 3.74%
Intelligent Design & Construction Services 0.23%
Kowelman Engineering, Inc. 7.45%
M3 Engineering Group, P.C. 7.10%
Trekk Design Group, LLC N/A 1.55%
Civil Design, Inc. N/A 1.12%
Archaeological Research Center of St.
Louis, Inc. N/A 0.01% TOTAL 20.00% 38.81%
*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.
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
Pg 85
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14967
NAME OF PROJECT: CSO – Brentwood and Red Bud Ave CSO Interceptor (I-118)/Outfall (L-111) Elimination and
Sewer Separation (12139) LOCATION: North of I-64 and East of Brentwood Boulevard in the City of Richmond Heights, Missouri
TYPE OF PROJECT: Design of Sanitary Sewers, Storm Sewers, and Private I/I Removal
(011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates 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: $1,100,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 47.95% (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 4.10% - MBE Civil Design, Inc. – 16.06% - WBE
Kowelman Engineering, Inc. –17.21% - WBE M3 Engineering Group, PC (African American) – 10.58% - MWBE
Type of Contract: Lump Sum
Properties Affected: 200 Properties Benefiting: 433
Designed by: N/A
This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the CSO –
Brentwood and Red Bud Ave CSO Interceptor (I-118)/Outfall (L-111) Elimination and Sewer Separation (12139) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls
& Lower Meramec System Improvements (11153) project. CSO – Brentwood and Red Bud Ave CSO Interceptor (I-118)/Outfall (L-111) Elimination and Sewer Separation (12139) is a lump sum cost project for the design of approximately
14,700 feet of 8-inch to 30-inch diameter storm and sanitary/combined sewers and appurtenances, and public and private I/I reduction in the 1247 Meramec Study Area including sewer separation. The purpose of this project is to remove
excessive inflow from the combined sewers. This project will provide for the elimination of Interceptor I-118 and CSO Outfall L-111. The construction cost estimate for this project is $16,000,000. Construction is anticipated to begin in
FY2022. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019 Pg. 19 Amount: $1,200,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 86
Revised: 7/9/2018 9:04 AM
Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls &
Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is $100,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $63,619 in
contingencies; and $135,000 for coordination for significant utility coordination and conflict resolution, additional coordination with the District, investigative services related to municipal requirements and permitting, and modeling. This
project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 87
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14968
NAME OF PROJECT: CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination
(12140) LOCATION: North of Manchester Road and East of McKnight Road in the City of Brentwood, Missouri
TYPE OF PROJECT: Design of Sanitary Sewers, Storm Sewers, and Private I/I Removal
(011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates 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: $1,550,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 52.16% (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 9.48% - MBE Civil Design, Inc. – 19.79% - WBE
Kowelman Engineering, Inc. –15.19% - WBE M3 Engineering Group, PC (African American) – 7.70% - MWBE
Type of Contract: Lump Sum
Properties Affected: 270 Properties Benefiting: 927
Designed by: N/A
This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the CSO –
Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower
Meramec System Improvements (11153) project. CSO – Mary Avenue South of Manchester CSO Interceptor (I-132)/Outfall (L-106) Elimination (12140) is a lump sum cost project for the design of approximately 5,200 feet of 15-inch to
30-inch diameter sanitary sewers, 4,100 feet of 15-inch to 27-inch diameter storm sewers, and public and private I/I reduction in the 1221 Brentwood Combined Study Area and 1207 Annalee Study Area including sewer separation. The
purpose of this project is to remove excessive inflow from the combined sewers. This project will provide for the elimination of Interceptor I-132 and CSO Outfall L-106. The construction cost estimate for this project is $30,000,000.
Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019 Pg. 20 Amount: $1,750,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 88
Revised: 7/9/2018 9:04 AM
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 $200,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $62,392 in
contingencies; and $249,000 for contingencies for significant utility coordination and conflict resolution, additional coordination with the District, investigative services related to municipal requirements, and permitting.. This project is
expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 89
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14969
NAME OF PROJECT: DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472)
LOCATION: North and South of Manchester Road and West of Laclede Station Road in the City of Ladue, Missouri
TYPE OF PROJECT: Design (011.0 Design Phase Project Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design
contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND:
Contractor: N/A Previous District Contract: Yes
Consultant: HDR Engineering, Inc.
401 South 18th Street, Suite 300 St. Louis, MO 63103
Corporate Headquarters: Omaha, Nebraska Agency: N/A
Number of proposers: N/A
Appropriation Amount: $400,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 10.00% (No MWBE Goal)
Engineering Design Source, Inc. (Asian American) –5.00% - MBE
M3 Engineering Group, PC (African American) – 5.00% - MWBE Type of Contract: Lump Sum
Properties Affected: 125 Properties Benefiting: 17,120
Designed by: N/A
This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for design modifications as a result of environmental review, construction risk mitigation, permitting, and right-of-way negotiations of the DC-02 & DC-
03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec
System Improvements (11153) project. DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase III and Phase IV (12472) is a lump sum cost project for the design of approximately 12,730 feet of 8-inch to 54-inch diameter
sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups, overcharged sanitary sewers, and constructed SSOs. This project will provide for the elimination of seven (7) constructed
SSOs (BP-591, BP-155, BP-170, BP-348, BP-349, BP-198 & BP-545). The construction cost estimate for this project is $50,000,000. Construction is anticipated to begin in FY2020.
FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019 Pg. 22 Amount: $400,000 Fund Name: #6660 – Sanitary Replacement Fund
Pg 90
Revised: 7/9/2018 9:04 AM
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. This project is expected to be funded by Bond
proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
08/13/15 – Ord. No. 14186 – Amount: $1,600,000 – HDR Engineering, Inc. – Design Contract No. 20202 – Amendment –
Original Appropriation to Project No. 12472
Pg 91
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14970
NAME OF PROJECT: Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334)
LOCATION: East of South Hanley Road Between Manchester Road and West Bruno Avenue in the Cities of Brentwood
and Maplewood, Missouri
TYPE OF PROJECT: Design (011.0 Design Phase Project Costs)
DEPARTMENT REQUESTING ACTION: Engineering
REQUESTED ACTION:
Why is this action necessary?: Appropriates 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: $1,250,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 43.14% (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 12.31% - MBE
Engineering Design Source, Inc. (Asian American) –19.86% - MBE M3 Engineering Group, PC (African American) – 10.97% - MWBE
Type of Contract: Lump Sum
Properties Affected: 60 Properties Benefiting: 14,000
Designed by: N/A
This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the
Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec
System Improvements (11153) project. Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) is a lump sum cost project for the pre-design of approximately 6,000 feet of 36-inch to 72-inch diameter sanitary sewers
and appurtenances. The purpose of this project is to alleviate overcharged sanitary sewers. The construction cost estimate for this project is $26,500,000. Construction is anticipated to begin in FY2023.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019 Pg. 47 Amount: $1,500,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 92
Revised: 7/9/2018 9:04 AM
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 $250,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $65,830 in
contingencies; and $245,000 for investigative services related to environmental reviews and permits, construction risk mitigation, possible demolition plan, possible Phase I or Phase II investigation for two identified hazardous waste sites
located along the alignment, schedule compliance, and modeling. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A
Pg 93
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14971
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: $260,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 29.82% (No MWBE Goal)
Trekk Design Group, LLC – 14.51% - WBE Kowelman Engineering, Inc. – 15.31% - 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 additional investigative services needed as a result of the FY18 design, geotechnical work, construction risk mitigation, and right-of-way negotiation. 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 FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 58 Amount: $350,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 94
Revised: 7/9/2018 9:04 AM
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 $90,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,463.44 in
contingencies; and $174,000 for additional design and investigative services related to drop shafts, potential modeling due to floodplain and I/I investigation related to the performance of the existing tunnel, and additional geotechnical
investigative services related to construction risk mitigation. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
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
Pg 95
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14972
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: $4,000,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 44.66% (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 38.20% - MBE Engineering Design Source, Inc. (Asian American) – 2.01% - MBE
Kowelman Engineering, Inc. – 4.45% - WBE 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 first year of a multi-year design. RDP Tributaries (Deer Creek) CSO Tunnel (12441) is a lump sum cost project
to provide planning assistance for evaluating alternatives to consolidate and eliminate twenty-eight (28) constructed CSOs in preparation for pre-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 FY2024.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 68 Amount: $4,000,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 96
Revised: 7/9/2018 9:04 AM
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 $274,414 in
contingencies. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION:
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
Pg 97
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Introduction of Proposed Ordinance No. 14973
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: $1,900,000.00 Designer’s Estimate: N/A
Total MWBE Participation: 51.02% (No MWBE Goal)
7NT Enterprises, LLC (Asian American) – 36.33% - MBE
Engineering Design Source, Inc. (Asian American) –3.59% - MBE Kowelman Engineering, Inc. – 3.79% - WBE M3 Engineering Group, PC (African American) – 7.31% - MWBE 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 second year of a two-year pre-design. Upper RDP (University City) CSO Storage Tunnel (12440) is a cost
plus project to provide planning assistance for evaluating alternatives in preparation for the pre-design of approximately 9,000 feet of 24-foot diameter CSO storage tunnel and appurtenances. 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 FY2028.
FUNDING/COST SUMMARY:
Budgeted: Capital Improvement Program Budget Year: FY2019, Pg. 77 Amount: $2,000,000
Fund Name: #6660 – Sanitary Replacement Fund
Pg 98
Revised: 7/9/2018 9:04 AM
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 pre-design services is $100,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes
$80,311 in contingencies; and $237,000 for significant utility coordination and conflict resolution, additional coordination with the District, investigative services, and geotechnical work. This project is expected to be funded by Bond proceeds.
Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine
Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data.
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
Pg 99
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Proposed Ordinance No. 14974
NAME OF PROJECT: Insurance Brokerage & Consultant Services
LOCATION: District-wide
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: N/A
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: This contract provides insurance consulting and broker services for the District. This ordinance
will authorize the District to enter into a contract with Charles L. Crane Agency for one year with four additional option years. The District will enter into a contract with Charles L. Crane Agency from September 1, 2018 to August 31, 2019.
FUNDING/COST SUMMARY:
Budgeted: General Insurance Fund Budget Budget Year: FY2018/19 Amount: $72,000
Fund Name: General Insurance Fund
Additional Comments: An RFP was sent to eighty companies on the bid list for insurance broker/consultant
services. The District received four responses and three companies were interviewed by a selection committee.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 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.
Pg 100
Revised: 7/9/2018 9:04 AM
AGENDA ITEM NUMBER: Adoption of Resolution No. 3443
NAME OF PROJECT: Contract for Investment Advisory Services
LOCATION: District Wide
TYPE OF PROJECT: Investment Advisory - Investment Management
DEPARTMENT REQUESTING ACTION: Secretary-Treasurer
REQUESTED ACTION:
Why is this action necessary?: The District retains an Investment Advisor to assist with general and transactional professional investment advisory services.
What does action accomplish?: The existing contract expired June 30, 2018. This action enters into an Investment Advisory service contract with Prudent Man Advisors, Inc.
(PMA) for the 2nd one-year renewal term with an option for one more one-year renewal term. SUMMARY EXPLANATION/BACKGROUND:
Contractor: Not Applicable Previous District Contract: PMA
Consultants: Prudent Man Advisor, Inc. (PMA)
2135 CityGate Lane, 7th Floor Naperville, Il 60563 Number of bidders: Low Bid: High Bid: Appropriation Amount: None District Estimate:
MBE/WBE Participation: 0% (There is no MBE/WBE Goal) Plan Approval Date: Not Applicable Type of Contract: Per Transaction
Properties Affected: Not Applicable Properties Benefiting: All
Designed by: Not Applicable
FUNDING/COST SUMMARY:
Budgeted: Budget Year: Amount:
Fund Name: Bond Issuance
Additional Comments: PMA manages the investment and cash flow of the District’s bond project fund, bond
reserve fund, and SRF Operating Fund to maximize earnings while maintaining safety and liquidity. PMA also provides arbitrage rebate calculations on the funds they manages as well as provide market insight, commentary, and general
investment advisory assistance to Secretary-Treasurer’s Office staff.
PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/13/2017 – Res. No. 3364 – Authorized contract between The District and PMA for 1st of 3 one year renewal term
08/13/2015 – Ord. No. 14191 – Authorizes contract between The District and PMA