Loading...
HomeMy Public PortalAbout1593rd Board Agenda 7-13-2017Pg 1 Revised: 7/13/2017 11:35 AM AGENDA 1593rd MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT July 13, 2017 4:00 P.M. ROLL CALL & CLOSED SESSION 5:00 P.M. PUBLIC BOARD MEETING MSD OFFICES 2350 MARKET STREET ROOM 109 1 ROLL CALL 2 CLOSED SESSION TO DISCUSS LEGAL, CONFIDENTIAL OR PRIVILEGED MATTERS UNDER § 610.021(1) RSMO 1988 SUPP. 3 APPROVAL OF JOURNAL OF PRECEDING MEETING: June 8, 2017 (1592nd) 4 COMMENTS BY THE CHAIR 5 REPORT OF BOARD COMMITTEES – Audit, Finance, Program Mgmt. 6 REPORT OF EXECUTIVE DIRECTOR 7 COMMENTS FROM THE PUBLIC 8 SUBMISSION OF PUBLIC HEARING REPORTS 9 COMMUNICATIONS – None 10 CONSENT AGENDA – 11 through 18 Pg 2 Revised: 7/13/2017 11:35 AM CONSENT AGENDA ORDINANCES 11 Adoption of Proposed Ordinance No. 14688 - Easement Acquisition for Wastewater Projects (2018) (12514) Making an appropriation of Two Million One Hundred Thousand Dollars ($2,100,000.00) from the Sanitary Replacement Fund to be used for property rights acquisition in Easement Acquisition for Wastewater Projects (2018) (12514) 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. 12 Adoption of Proposed Ordinance No. 14689 - Infrastructure Repairs (Wastewater) (2018) (12008) Appropriating Two Million Five Hundred Thousand Dollars ($2,500,000.00) from the General Fund and Six Million Dollars ($6,000,000.00) from the Sanitary Replacement Fund to be used for repair and replacement of manholes, sewers, and other infrastructure in Infrastructure Repairs (Wastewater) (2018) (12008) in various locations throughout the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of manholes, sewers, and other infrastructure. 13 Adoption of Proposed Ordinance No. 14690 - RDP Tributaries (Deer Creek) (CSO Tunnel) (12441) Appropriating Three Million Dollars ($3,000,000.00) from the Sanitary Replacement Fund to be used for property acquisition, demolition, and related activities of real property for construction of a sanitary tunnel and associated structures 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 acquire property and enter into lease agreements without additional Board action. 14 Adoption of Proposed Ordinance No. 14691 - Easement Acquisition for Stormwater Projects (2018) (12681) Making an appropriation of One Million Dollars ($1,000,000.00) from the Districtwide Stormwater Fund to be used for property rights acquisition in Easement Acquisition for Stormwater Projects (2018) (12681) 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. 14692 - Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) Declaring the necessity for the acquisition of real property within The Metropolitan St. Louis Sewer District for the purpose of purchasing property due to inadequate storm and sanitary sewers for the project known as Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) in the City of Crestwood, Missouri to serve the needs of residents of the area, and authorizing the acquisition of said real property by purchase or by the institution of condemnation proceedings. 16 Adoption of Proposed Ordinance No. 14693 - DC-02 & DC-03 Sanitary Relief (Brentwood Blvd to Conway Rd) Phase II (12471) Repealing the legal descriptions for Parcels 57, 60, 61 and 62 as described in Ordinance No. 14634, adopted April 13, 2017, and replacing them with the legal descriptions for Parcels 57, 60, 61 and 62 as described herein, and authorizing staff to now proceed with condemnation efforts on the easements and temporary easements on Parcels 57, 60, 61 and 62 as described herein. Pg 3 Revised: 7/13/2017 11:35 AM CONSENT AGENDA ORDINANCES 17 Adoption of Proposed Ordinance No. 14694 - Sterling Place Separate Sewer I/I Removal Part 2 (11667) Declaring the necessity for the acquisition of easements and temporary easements in certain real property within The Metropolitan St. Louis Sewer District for the purpose of construction of sewers and related appurtenances in the project known as Sterling Place Separate Sewer I/I Removal Part 2 (11667) in Unincorporated St. Louis County, Missouri to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase &/or the filing of all necessary court pleadings or documents to commence and prosecute formal legal proceedings for the acquisition of said easements and temporary construction easements. 18 Adoption of Proposed Ordinance No. 14696 - Internal Audit Services Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Brown Smith Wallace, LLC whereby Brown Smith Wallace, LLC will provide internal audit services for the District. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None Pg 4 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. ORDINANCES 19 Introduction of Proposed Ordinance No. 14698 - CSO Volume Reduction Green Infrastructure – 912 S. 4th Street (12881) 16 Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an agreement with Midwest Locust Properties for cost sharing for green infrastructure construction in CSO Volume Reduction Green Infrastructure – 912 S. 4th Street (12881) in the City of St. Louis, Missouri.14736 20 Introduction of Proposed Ordinance No. 14699 - Graham Rd 100 – 232 Sanitary Sewer (12719) 17 Making a supplemental appropriation of One Hundred Forty Thousand Dollars ($140,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Graham Rd 100 – 232 Sanitary Sewer (12719) in the City of Florissant, Missouri. 21 Introduction of Proposed Ordinance No. 14700 - Rogers Lane #975 Storm Sewer (11119) 18 Making a supplemental appropriation of Forty Thousand Dollars ($40,000.00) from the Operation, Maintenance, Construction, Improvement Fund of Coldwater Creek to be used for storm sewer construction in Rogers Lane #975 Storm Sewer (11119) in the City of Florissant, Missouri. 22 Introduction of Proposed Ordinance No. 14701 - Brentmore Pump Station (P-773) Replacement (12099) 19 Appropriating Two Hundred Seventy-Five Thousand Dollars ($275,000.00) from the Sanitary Replacement Fund to be used for pump station improvements in Brentmore Pump Station (P-773) Replacement (12099) in the City of Wildwood, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20728 with Kelpe Contracting, Inc. for the aforesaid pump station improvements. 23 Introduction of Proposed Ordinance No. 14702 - Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) 20 Appropriating One Hundred Seventy-Five Thousand Dollars ($175,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20789 with Taylormade Construction Co., LLC for the aforesaid private I/I removal and storm sewer construction. 24 Introduction of Proposed Ordinance No. 14703 - Odell 6942 – 44 Flood Mitigation (12799) 21 Appropriating Two Hundred Thousand Dollars ($200,000.00) from the Sanitary Replacement Fund to be used for property acquisition, demolition, and related activities of real property for construction of a sanitary tunnel and associated structures in Odell 6942 – 44 Flood Mitigation (12799) 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 acquire property without additional Board action. Pg 5 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 25 Introduction of Proposed Ordinance No. 14704 - Royal Pines Pump Station (P-739) Replacement (12193) 22 Appropriating Six Hundred Twenty-Five Thousand Dollars ($625,000.00) from the Sanitary Replacement Fund to be used for pump station improvements in Royal Pines Pump Station (P-739) Replacement (12193) in the City of Maryland Heights, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20768 with Bates Utility Company, Inc. for the aforesaid pump station improvements. 26 Introduction of Proposed Ordinance No. 14705 - University City I/I Reduction – East (WC-01, WC-02, & WC-03) Part 2 (11671) 23 Appropriating One Million Two Hundred Sixty Thousand Dollars ($1,260,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in University City I/I Reduction – East (WC-01, WC-02, & WC-03) Part 2 (11671) in the Cities of Greendale, Normandy, Pagedale, and the Village of Glen Echo Park, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20790 with Pavement Solutions, LLC for the aforesaid private I/I removal and storm sewer construction. 27 Introduction of Proposed Ordinance No. 14706 - Stormwater Infrastructure Repair/Replacement – Districtwide (2018) (12673) 25 Appropriating Two Million Five Hundred Thousand Dollars ($2,500,000.00) 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 (2018) (12673) 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. 28 Introduction and Adoption of Proposed Ordinance No. 14707 -Emergency Repair #059 (Caulks FM at 673 Water Works Road) (12929) 26 Appropriating Four Hundred Thousand Dollars ($400,000.00) from the Emergency Fund to be used for emergency repair services in Emergency Repair #059 (Caulks FM at 673 Water Works Road) (12929) in the City of Chesterfield, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an emergency construction contract under Contract No. 21053 with Gross Mechanical Contractors, Inc., for the aforesaid emergency repair services. 29 Introduction of Proposed Ordinance No. 14708 - General Services Agreement – Geotechnical (FY2015) Contract A (11753) 27 Making a supplemental appropriation of One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund to be used for general geotechnical services in General Services Agreement – Geotechnical (FY2015) Contract A (11753) in various locations in the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Amendment No. 2 to Contract No. 20221 with Stantec Consulting Services, Inc. for general geotechnical services. Pg 6 Revised: 7/13/2017 11:35 AM 30 Introduction of Proposed Ordinance No. 14709 - Lemay Pump Stations 1 and 2 Improvements (12488) 28 Making a supplemental appropriation of Two Hundred Thirty Thousand Dollars ($230,000.00) from the Sanitary Replacement Fund to be used for engineering during construction phase services in Lemay Pump Stations 1 and 2 Improvements (12488) 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 Amendment No. 5 to Contract No. 20339 with Donohue & Associates, Inc. for the aforesaid engineering services. 31 Introduction of Proposed Ordinance No. 14710 - New England Town Cliff Cave Pump Station (P-323) Improvements (10715) 30 Making a supplemental appropriation of Two Hundred Twenty Thousand Dollars ($220,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers and pump station elimination in New England Town Cliff Cave Pump Station (P-323) Improvements (10715) 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 Amendment No. 5 to Contract No. 10591 with The Sterling Company for the aforesaid design services. 32 Introduction of Proposed Ordinance No. 14711 - New England Town Quarry Pump Station (P-307) (SKME-544) Improvements (10716) 32 Making a supplemental appropriation of Four Hundred Thousand Dollars ($400,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers and pump station elimination in New England Town Quarry Pump Station (P-307) (SKME-544) Improvements (10716) 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 Amendment No. 4 to Contract No. 10533 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 33 Introduction of Proposed Ordinance No. 14712 - Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) 34 Making an appropriation of Fifty Million Dollars ($50,000,000.00) from the Sanitary Replacement Fund to be used for sanitary sewer construction in Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) in the Cities of Clayton, Richmond Heights, Brentwood, Maplewood, Webster Groves, and Shrewsbury, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20437 with SAK Construction, LLC for sanitary sewer construction. 34 Introduction of Proposed Ordinance No. 14713 - Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) 36 Appropriating Eight Hundred Thousand Dollars ($800,000.00) from the Sanitary Replacement Fund and Six Hundred Thirty-Four Thousand Dollars ($634,000.00) from the General Fund to be used for design in Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. Pg 7 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 35 Introduction of Proposed Ordinance No. 14714 - Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) 39 Appropriating Three Hundred Twenty-Five Thousand Dollars ($325,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) in the City of Bellefontaine Neighbors, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 36 Introduction of Proposed Ordinance No. 14715 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract A (12029) 41 Appropriating Eighty-One Thousand Dollars ($81,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract A (12029) in the Cities of Ballwin, Kirkwood, Des Peres, 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. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 37 Introduction of Proposed Ordinance No. 14716 - Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract C (12026) 43 Appropriating Eighty-Eight Thousand Dollars ($88,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract C (12026) in the Cities of Clarkson Valley, Ellisville, Maryland Heights, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 38 Introduction of Proposed Ordinance No. 14717 - Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) 45 Appropriating Five Hundred Twenty-Five Thousand Dollars ($525,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) in the City of Florissant, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 39 Introduction of Proposed Ordinance No. 14718 - Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) 47 Appropriating Three Hundred Thousand Dollars ($300,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) in the Cities of Bel-Ridge and Bel-Nor, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. Pg 8 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 40 Introduction of Proposed Ordinance No. 14719 - Conway Village Sanitary Relief (Conway Rd to I-64) (12131) 49 Appropriating Four Hundred Fifteen Thousand Dollars ($415,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Conway Village Sanitary Relief (Conway Rd to I-64) (12131) in the City of Town and Country, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 41 Introduction of Proposed Ordinance No. 14720 - Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) 51 Appropriating Sixty-Eight Thousand Dollars ($68,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) in the Cities of Kirkwood and Des Peres, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 42 Introduction of Proposed Ordinance No. 14721 - Essex I/I Reduction (W. Adams Ave and Sugar Creek Ridge Dr) (12164) 52 Appropriating Fifty-Nine Thousand Dollars ($59,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Essex I/I Reduction (W. Adams Ave and Sugar Creek Ridge Dr) (12164) 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 Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 43 Introduction of Proposed Ordinance No. 14722- FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) 53 Appropriating Six Hundred Thousand Dollars ($600,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 44 Introduction Proposed Ordinance No. 14723 - Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) 55 Appropriating Fifty-Seven Thousand Dollars ($57,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 45 Introduction of Proposed Ordinance No. 14724 - Thurston I/I Reduction (Church St and N Florissant Rd) (12229) 57 Appropriating Fifty-Two Thousand Dollars ($52,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Thurston I/I Reduction (Church St and N Florissant Rd) (12229) in the City of Ferguson, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. Pg 9 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 46 Introduction of Proposed Ordinance No. 14725 - Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) 58 Appropriating One Hundred Twenty Thousand Dollars ($120,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) in the City of Ballwin, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 47 Introduction of Proposed Ordinance No. 14726 - Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) 60 Appropriating Twenty Thousand Dollars ($20,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) in the City of Manchester, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 48 Introduction of Proposed Ordinance No. 14727 - Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) 61 Appropriating Nineteen Thousand Dollars ($19,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the aforesaid design services. 49 Introduction of Proposed Ordinance No. 14728 - Lemay Sanitary System Improvements (11145) 62 Appropriating Six Hundred Fifty Thousand Dollars ($650,000.00) 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. 50 Introduction of Proposed Ordinance No. 14729 - Black Creek – Haddington Court Relief Sewers (11847) 65 Appropriating Eight Hundred Ninety Thousand Dollars ($890,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Black Creek – Haddington Court Relief Sewers (11847) in the Cities of Clayton, Ladue, and University City, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. 51 Introduction of Proposed Ordinance No. 14730 - Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) 67 Appropriating Two Hundred Sixty Thousand Dollars ($260,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) in the Cities of Brentwood, Ladue, and Richmond Heights, 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. Pg 10 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 52 Introduction of Proposed Ordinance No. 14731 - Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) 69 Appropriating Two Hundred Sixty Thousand Dollars ($260,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) in the Cities of Crestwood and Grantwood Village, 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. 53 Introduction of Proposed Ordinance No. 14732 - Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) 71 Appropriating One Hundred Seventy-Five Thousand Dollars ($175,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. 54 Introduction of Proposed Ordinance No. 14733 - Deer Creek Public I/I Reduction (2019) Contract A (12042) 73 Appropriating Seventy Thousand Dollars ($70,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Deer Creek Public I/I Reduction (2019) Contract A (12042) in the Cities of Brentwood, Ladue, Richmond Heights, Rock Hill, and Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. 55 Introduction of Proposed Ordinance No. 14734 - Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) 75 Appropriating Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) in the Cities of Bella Villa, Crestwood, Grantwood Village, Green Park, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. 56 Introduction of Proposed Ordinance No. 14735 - Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) 77 Appropriating Sixty-Five Thousand Dollars ($65,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) in the Cities of Green Park, Lakeshire, 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. 57 Introduction of Proposed Ordinance No. 14736 - Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) 79 Appropriating Eight Hundred Twenty Thousand Dollars ($820,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) in the City of Olivette, 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. Pg 11 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 58 Introduction of Proposed Ordinance No. 14737 - Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) 81 Appropriating Seventy Thousand Dollars ($70,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) in the Cities of Shrewsbury and Webster Groves, 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. 59 Introduction of Proposed Ordinance No. 14738 - Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) 83 Appropriating Four Hundred Twenty Thousand Dollars ($420,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) in the Cities of Brentwood 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 services. 60 Introduction of Proposed Ordinance No. 14739 - Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) 85 Appropriating Forty Thousand Dollars ($40,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) in the Cities of Kirkwood, 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 services. 61 Introduction of Proposed Ordinance No. 14740 - Park Drive Sanitary Relief (Engelholm Avenue) (12163) 87 Appropriating Four Hundred Fifty Thousand Dollars ($450,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Park Drive Sanitary Relief (Engelholm Avenue) (12163) in the Cities of Pagedale, Normandy, and Greendale, 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. 62 Introduction of Proposed Ordinance No. 14741 - Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) 89 Appropriating Ninety Thousand Dollars ($90,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) in the City of Frontenac, 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. 63 Introduction of Proposed Ordinance No. 14742 - Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) 91 Appropriating One Hundred Ten Thousand Dollars ($110,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) in the City of Green Park and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. Pg 12 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 64 Introduction of Proposed Ordinance No. 14743 - Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) 93 Appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) in the Cities of Brentwood, Ladue, and Rock Hill, 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. 65 Introduction of Proposed Ordinance No. 14744 - Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244) 95 Appropriating One Hundred Seventy-Five Thousand Dollars ($175,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244) 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. 11003 with Burns & McDonnell Engineering Co., Inc. for the aforesaid design services. 66 Introduction of Proposed Ordinance No. 14745 - Lower & Middle RDP CSO Controls System Improvements (11109) 97 Appropriating Three Hundred Twenty Thousand Dollars ($320,000.00) from the Sanitary Replacement Fund and Five Hundred Thousand Dollars ($500,000.00) 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. 67 Introduction of Proposed Ordinance No. 14746 - Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) 100 Making a supplemental appropriation of Four Hundred Ten Thousand Dollars ($410,000.00) from the Sanitary Replacement Fund to be used for the design of a 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 services. 68 Introduction of Proposed Ordinance No. 14747 - Lemay WWTF Redundant Water Service (12721) 102 Appropriating One Hundred Thirty Thousand Dollars ($130,000.00) 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 services. 69 Introduction of Proposed Ordinance No. 14748 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 103 Making a supplemental appropriation of Five Hundred Twenty Thousand Dollars ($520,000.00) 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 services. Pg 13 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 70 Introduction of Proposed Ordinance No. 14749 - Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) 105 Making a supplemental appropriation of Four Hundred Seventy Thousand Dollars ($470,000.00) 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 services. 71 Introduction of Proposed Ordinance No. 14750 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 107 Appropriating Seven Hundred Fifty Thousand Dollars ($750,000.00) from the General Fund to be used for design in RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design services. 72 Introduction of Proposed Ordinance No. 14751 - Dartmouth Avenue Sewer Separation (12144) 110 Appropriating Two Hundred Thirty Thousand Dollars ($230,000.00) from the Sanitary Replacement Fund to be used for design of storm sewers in Dartmouth Avenue Sewer Separation (12144) 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 design services. 73 Introduction of Proposed Ordinance No. 14752 - Heimos Pump Station (P-503) Elimination (12846) 112 Appropriating One Hundred Sixty Thousand Dollars ($160,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Heimos Pump Station (P-503) Elimination (12846) 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. 20202 with HDR Engineering, Inc. for the aforesaid design services. 74 Introduction of Proposed Ordinance No. 14753 - Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 114 Making a supplemental appropriation of Two Million Six Hundred Fifty Thousand Dollars ($2,650,000.00) 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 services. 75 Introduction of Proposed Ordinance No. 14754 - Meramec Bottoms Pump Station (P- 489) Interceptor Sewer (10869) 116 Appropriating Three Hundred Ten Thousand Dollars ($310,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Meramec Bottoms Pump Station (P-489) Interceptor Sewer (10869) 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. 20202 with HDR Engineering, Inc. for the aforesaid design services. Pg 14 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 76 Introduction of Proposed Ordinance No. 14755 - RDP Tributaries (Deer Creek) CSO Tunnel (12441) 118 Making a supplemental appropriation of Three Million Eight Hundred Thousand Dollars ($3,800,000.00) from the Sanitary Replacement Fund to be used for pre-design in RDP Tributaries (Deer Creek) CSO Tunnel (12441) in Various Municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design services. 77 Introduction of Proposed Ordinance No. 14756 - Upper RDP (University City) CSO Storage Tunnel (12440) 120 Making a supplemental appropriation of Seven Hundred Thousand Dollars ($700,000.00) from the Sanitary Replacement Fund to be used for planning assistance for pre-design of the Upper River Des Peres (University City) CSO Storage Tunnel in Upper RDP (University City) CSO Storage Tunnel (12440) in the City of University City, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc. for the aforesaid design services. 78 Introduction of Proposed Ordinance No. 14757 - White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) 122 Appropriating Five Hundred Thousand Dollars ($500,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers, storm sewers and private I/I removal in White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) 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 services. RESOLUTIONS 79 Adoption of Resolution No. 3358, Expressing the Board of Trustees’ appreciation to Ronald A. Coleman for his 24 years of exemplary service to the Metropolitan St. Louis Sewer District from June 7, 1993, to his retirement effective July 1, 2017. 80 Adoption of Resolution No. 3359, Expressing the Board of Trustees’ appreciation to Lyle D. Haggard for his 10 years of exemplary service to the Metropolitan St. Louis Sewer District from March 5, 2007, to his retirement effective July 1, 2017. 81 Adoption of Resolution No. 3360, Expressing the Board of Trustees’ appreciation to Gregory J. Tolcou for his 31 years of exemplary service to the Metropolitan St. Louis Sewer District from May 5, 1986, to his retirement effective July 1, 2017. 82 Adoption of Resolution No. 3361 Collection Litigation Services – Gusdorf Law Firm, LLC 124 The adoption of Resolution No. 3361 will exercise option year one (1) of the contract previously authorized by Ordinance No 14352, adopted April 14, 2016, and authorizing the Executive Director and Secretary-Treasurer on behalf of the Board of Trustees of The Metropolitan St. Louis Sewer District to enter into a contract with Gusdorf Law Firm LLC, for collection litigation services on behalf of the District. Pg 15 Revised: 7/13/2017 11:35 AM New Business Agenda Item No. Name Page No. 83 Adoption of Resolution No. 3362 Collection Litigation Services – John G. Heimos, P. C. Law Firm 125 The adoption of Resolution No. 3362 will exercise option year one (1) of the contract previously authorized by Ordinance No. 14353, adopted April 14, 2016, and authorizing the Executive Director and Secretary-Treasurer on behalf of the Board of Trustees of The Metropolitan St. Louis Sewer District to enter into a contract with John G. Heimos, PC Law Firm, for collection litigation services on behalf of the District. 84 Adoption of Resolution No. 3363 Collection Litigation Services – Kramer & Frank, PC 126 The adoption of Resolution No. 3363 will exercise option year one (1) of the contract previously authorized by Ordinance No. 14354, adopted April 14, 2016, and authorizing the Executive Director and Secretary-Treasurer on behalf of the Board of Trustees of The Metropolitan St. Louis Sewer District to enter into a contract with Kramer & Frank, PC, for collection litigation services on behalf of the District. 85 Adoption of Resolution No. 3364 Contract for Investment Advisory Services 127 The adoption of Resolution No. 3364 will extend the contract with Prudent Man Advisors, Inc. (PMA) that was previously authorized by Ordinance No 14191 adopted August 13, 2015, and authorized the Executive Director and Secretary-Treasurer on behalf of the Metropolitan St. Louis Sewer District to enter into a contract with PMA to provide general and transactional professional financial advisory services to the District. 86 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 87 ADJOURNMENT Pg 16 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14698 NAME OF PROJECT: CSO Volume Reduction Green Infrastructure – 912 S. 4th Street (12881) LOCATION: 912 S. 4th 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 the Midwest Locust Properties. 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: Midwest Locust Properties 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 the Midwest Locust Properties 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 bioretention and permeable pavers. Total cost of the project is estimated at $129,797 and the Midwest Locust Properties is requesting approximately $113,400 reimbursement for the cost of green infrastructure. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 98 Amount: $5,000,000* Fund Name: #1101 – General Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/13/17 –Adopted Ord. No. 14629 – Amount: $5,000,000 – CSO Volume Reduction Green Infrastructure (11146) *Requesting Board approval of an ordinance for which $113,400 is being encumbered from Ordinance No. 14629. Pg 17 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14699 NAME OF PROJECT: Graham Rd 100 – 232 Sanitary Sewer (12719) LOCATION: North of Interstate 270 and West of South New Florissant Road in the City of Florissant, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds for a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Above and Below Contracting, LLC Previous District Contract: Yes 2836 Plattin View Drive Festus, MO 63028 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $140,000.00 Designer’s Estimate: $630,000.00 Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) Zoie, LLC (African American) – 14.29% - MBE Tee and E Trucking, Inc. (African American) – 2.74% - MBE Type of Contract: Unit Cost Properties Affected: 16 Properties Benefiting: 16 Designed by: District staff The work to be done under Contract #20483 consists of the construction of approximately 868 lineal feet of 8-inch diameter sanitary sewers and appurtenances. The purpose of this project is to remove and replace failing sanitary sewers. This project is scheduled to be completed in 150 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 115 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This supplemental appropriation is necessary due to the change in street restoration requirements from St. Louis County. St. Louis County is requiring the contractor to utilize a superior quality asphalt mix with a concrete base and provide pavement mill and overlay restoration to areas outside of the trench width. This requirement was not known at the time of bid of the project and was placed on the project during the permitting process. This supplemental request will bring the total appropriation for this project to $880,000.00. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Modeling, and CCTV Inspection. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/08/16 – Ord. No. 14551 – Amount: $740,000 – Graham Rd 100 – 232 Sanitary Sewer (12719) – Original Construction Contract No. 20483 Pg 18 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14700 NAME OF PROJECT: Rogers Lane #975 Storm Sewer (11119) LOCATION: North of Interstate 270 and East of Washington Street in the City of Florissant, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds for 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: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $40,000.00 Designer’s Estimate: $60,000.00 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: 1 Designed by: CMV-Cochran, LLC The work to be done under Contract #20500 consists of the construction of approximately 184 lineal feet of 15-inch diameter storm sewers and appurtenances. The purpose of this project is to alleviate yard flooding at 975 Rogers Lane. This project is scheduled to be completed in 60 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 224 Amount: $95,000 Fund Name: #5564 – Coldwater Creek OMCI Fund Additional Comments: This supplemental appropriation is necessary due to the increased costs associated with relocation of an existing 6-inch water line. Missouri American Water realized an increase in costs over the estimated price during design. This supplemental request will bring the total appropriation for this project to $125,000.00. This project was one of three design projects included in Coldwater Creek OMCI Design (Contract B) (11904). Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/09/14 – Ord. No. 13769 – Amount: $111,000 – CMV-Cochran, LLC – Coldwater Creek OMCI Stormwater Design (Contract B) (11904) – Design Contract No. 20113 01/12/17 – Ord. No. 14582 – Amount: $85,000 – Rogers Lane #975 Storm Sewer (11119) – Original Construction Contract No. 20500 Pg 19 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14701 NAME OF PROJECT: Brentmore Pump Station (P-773) Replacement (12099) LOCATION: North of Manchester Road and West of Clarkson Road in the City of Wildwood, Missouri TYPE OF PROJECT: Pump Station Improvements (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Kelpe Contracting, Inc. Previous District Contract: Yes P.O. Box 100 Wildwood, MO 63038 Consultant: N/A Agency: N/A Number of bidders: 8 Low Bid: $249,911.00 High Bid: $389,000.00 Appropriation Amount: $275,000.00 Designer’s Estimate: $460,000.00 Total MWBE Participation: 17.10% (MBE Goal is 17% - African American) Glasper Professional Services, Inc. (African American) – 1.80% - MBE Westfall Hauling, Inc. (African American) – 14.00% - MBE Supplied Industrial Solutions, Inc. (African American) – 1.30% - MBE Type of Contract: Unit Cost Properties Affected: 1 Properties Benefiting: 50 Designed by: District staff The work to be done under Contract #20728 consists of the construction of a replacement pump station, approximately 52 lineal feet of sanitary sewers varying in size from 4-inches to 12-inches in diameter, and appurtenances. The purpose of this project is to replace the existing deteriorated pump station that has reached its useful life. This project is scheduled to be completed in 180 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 84 Amount: $500,000 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: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 20 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14702 NAME OF PROJECT: Concord I/I Reduction (Tesson Ferry Rd and E Concord Rd) (12128) LOCATION: South of Lindbergh Boulevard and East of Concord Lane in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Private I/I Removal and Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Taylormade Construction Co., LLC Previous District Contract: Yes 1861 Chambers Road St. Louis, MO 63136 Consultant: N/A Agency: N/A Number of bidders: 9 Low Bid: $147,050.00 High Bid: $228,750.00 Appropriation Amount: $175,000.00 Designer’s Estimate: $169,000.00 Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) New Generation Hauling (African American) – 5.20% - MBE XL Contracting, Inc. (African American) – 11.83% - MBE Taylormade Construction Co., LLC (African American) – 82.97% - MBE Prime Type of Contract: Unit Cost Properties Affected: 19 Properties Benefiting: 630 Designed by: Amec Foster Wheeler Environment & Infrastructure, Inc. The work to be done under Contract #20789 consists of the construction of approximately 58 lineal feet of 12-inch diameter storm sewers and appurtenances, and the removal of inflow sources from 19 private properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Mattese Creek watershed, reduce building backups, and relieve overcharged sanitary sewers. This project is scheduled to be completed in 120 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 92 Amount: $215,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $11,000 for utility relocation (Gas - $4,000 & Water - $7,000) is included in the appropriation. The construction cost decreased due to a reduction in the number of properties with private inflow removal. 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. 14150 – Amount: $278,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment Pg 21 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14703 NAME OF PROJECT: Odell 6942 – 44 Flood Mitigation (12799) LOCATION: North of Arsenal Street and East of McCausland Avenue in the City of St. Louis, Missouri TYPE OF PROJECT: Property Acquisition, Demolition and Related Activities of Real Property for Construction of a Sanitary Tunnel and Associated Structures (013.0 Property Rights Acquisition) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds related to the purchase of properties, demolition, and related activities and authorizes District staff to acquire property without additional Board action. What does action accomplish?: Purchase of property will allow improvements of the area for flood mitigation, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $200,000.00 District’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: 1 Properties Benefiting: Entire Watershed Designed by: N/A The voluntary buyout/acquisition of the property in the 6900 block of Odell Street in the City of St. Louis, Missouri will allow for the removal of improvements and relocate the residents in this area that is prone to flooding due to inadequate drainage. The cost associated with relieving the drainage issues and the associated street flooding outweighed the estimated cost to remove all improvements and relocate the residents. Through the approval of this Board action, District Staff will be authorized to negotiate with the property owner and purchase the property included in the scope without further Board action. A real property acquisition consultant will perform all negotiations and management of the property acquisition from the first contact with the owners through the closing. The consultant will perform all services in accordance with the Code of Federal Regulations Uniform Relocations and Real Property Assistance Act (49CFR Part 24, amended). The District will contract for any demolition, securing of the site, and final restoration of the site under separate contracts through the Purchasing Division. All of these activities will be funded from this appropriation or from other appropriations funded by separate Board actions. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 138 Amount: $200,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 22 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14704 NAME OF PROJECT: Royal Pines Pump Station (P-739) Replacement (12193) LOCATION: North of Page Avenue and West of Marine Avenue in the City of Maryland Heights, Missouri TYPE OF PROJECT: Pump Station Improvements (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. 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: 6 Low Bid: $538,000.00 High Bid: $725,000.00 Appropriation Amount: $625,000.00 Designer’s Estimate: $554,000.00 Total MWBE Participation: 17.02% (MBE Goal is 17% - African American) Windstar Transportation LLC (African American) – 4.60% - MBE XL Contracting, Inc. (African American) – 5.90% - MBE Greenseasons Landscaping, LLC (African American) – 1.28% - MBE Limbs R’ Us, LLC (African American) – 0.75% - MBE T & T Contracting Company (African American) – 1.18% - MBE Centrex Electrical Supply Corp. (African American) – 1.68% - MBE Supplied Industrial Solutions, Inc. (African American) – 1.63% - MBE Type of Contract: Unit Cost Properties Affected: 3 Properties Benefiting: 30 Designed by: District staff The work to be done under Contract #20768 consists of the construction of a replacement pump station, approximately 175 lineal feet of sanitary sewers varying in size from 4-inches to 72-inches in diameter and appurtenances. The purpose of this project is to replace the existing deteriorated pump station that has reached its useful life. This project is scheduled to be completed in 365 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 144 Amount: $550,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $60,000 for utility relocation (Electric - $40,000, Gas - $10,000 & Telephone - $10,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 23 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14705 NAME OF PROJECT: University City I/I Reduction – East (WC-01, WC-02, & WC-03) Part 2 (11671) LOCATION: South of Natural Bridge Road and East of Normandy Drive in the Cities of Greendale, Normandy, Pagedale, and the Village of Glen Echo Park, Missouri TYPE OF PROJECT: Private I/I Removal and Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Pavement Solutions, LLC Previous District Contract: Yes 20 Mid Rivers Trade Ct., Suite 110 St. Peters, MO 63376 Consultant: N/A Agency: N/A Number of bidders: 12 Low Bid: $1,064,187.44 High Bid: $1,489,889.00 Appropriation Amount: $1,260,000.00 Designer’s Estimate: $1,665,000.00 Total MWBE Participation: 17.57% (MBE Goal is 17% - African American) Westfall Hauling, Inc. (African American) – 15.97% - MBE Phillips Concrete Services, LLC (African American) – 1.60% - MBE Type of Contract: Unit Cost Properties Affected: 85 Properties Benefiting: 1,580 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20790 consists of the construction of approximately 90 lineal feet of natural channel stabilization, 3030 lineal feet of storm sewers varying in size from 12-inches to 30-inches in diameter and appurtenances, and the removal of inflow sources from 54 private properties. This construction is the second phase of a multi-phase improvement program. The purpose of this project is to reduce inflow/infiltration (I/I) in the University City Branch watershed, reduce building backups, and relieve overcharged sanitary sewers. This project is scheduled to be completed in 430 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 149 Amount: $1,880,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $143,000 for utility relocation (Electric - $33,000 & Water - $110,000) is included in the appropriation. This is the second phase to remove private inflow from additional homes that require storm sewers to make disconnection. 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. Pg 24 Revised: 7/13/2017 11:35 AM PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13915 – Amount: $898,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment 05/12/16 – Ord. No. 14366 – Amount: $1,475,000 – University City I/I Reduction – East (WC-01, WC-02, & WC-03) (11671) – Above and Below Contracting, LLC – Construction Contract No. 20411 01/12/17 – Ord. No. 14574 – Amount: $150,000 – University City I/I Reduction – East (WC-01, WC-02, & WC-03) (11671) – Above and Below Contracting, LLC – Construction Contract No. 20411 – Supplemental Appropriation Pg 25 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14706 NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Districtwide (2018) (12673) 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: $2,500,000.00 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: FY2018, Pg. 198 Amount: $2,500,000 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 26 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: INTRODUCE & ADOPT PROPOSED ORDINANCE 14707 NAME OF PROJECT: Emergency Repair #059 (Caulks FM at 673 Water Works Road) (12929) LOCATION: 673 Water Works Road in Chesterfield, Missouri TYPE OF PROJECT: Emergency Repair (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Operations REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into an emergency construction contract. What does action accomplish?: Restores reliable sewer service and repairs existing pipe. SUMMARY EXPLANATION/BACKGROUND: Contractor: Gross Mechanical Contractors, Inc. Previous District Contract: Yes 3622 Greenwood Blvd. St. Louis, MO 63143 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $400,000.00 Designer’s Estimate: $400,000.00 Total MWBE Participation: N/A Type of Contract: Force Account Properties Affected: 1 Properties Benefiting: Numerous Designed by: District staff The work done under the emergency Contract #21053 consists of the excavation and repair of approximately 200 feet of 24-inch ductile iron force main pipe and the restoration work to the existing under seepage berm and field as necessary. The existing force main broke at a high point in the line due to deterioration of the pipe. Based upon recommendation from staff, the Executive Director declared this project an emergency on June 27, 2017. The contractor, Gross Mechanical Contractors, Inc. was selected per MSD Emergency Declaration Policy. The repair has started and is expected to be complete before July 15, 2017. FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: #4122 – Emergency Fund Additional Comments: An emergency declaration was made on June 27, 2017. The estimated cost of this project is $400,000. The contractor is encouraged to employ MWBE firms to the extent practical. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 27 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14708 NAME OF PROJECT: General Services Agreement – Geotechnical (FY2015) Contract A (11753) LOCATION: Various locations in the District TYPE OF PROJECT: General Geotechnical 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 contract. What does action accomplish?: Design of levee for the Fenton Wastewater Treatment Facility. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Stantec Consulting Services, Inc. 1859 Bowles Ave., Suite 250 Fenton, MO 63026 Corporate Headquarters : Rochester, New York & Edmonton, Alberta, Canada (Parent Co.) Agency: N/A Number of proposers: N/A Appropriation Amount: $150,000.00 Designer’s Estimate: N/A Total MWBE Participation: 25.00% (Overall – 26.30%) (No MWBE Goal) Maag Geotechnical Services, Inc. – 25.00% - WBE (This Amendment – 0.00%) Kowelman Engineering, Inc. – 0.00% - WBE (This Amendment – 27.10%) Total = 27.10% Type of Contract: Hourly Billing Rate Plus Reimbursables Properties Affected: To Be Determined Properties Benefiting: To Be Determined Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 2 to Contract #20221 with Stantec Consulting Services, Inc. for geotechnical services associated with design and construction issues related to the Fenton WWTF Levee Improvements (12832) project. Services provided include design, survey, and construction phase services for this specific project. Work will be issued by letter agreement scope of services and done on an hourly basis. This contract amendment for $150,000 will bring the total maximum contract amount to $250,000. This will be the second renewal of the original contract. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 24 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/11/14 – Ord. No. 14004 – Amount: $50,000 – General Services Agreement – Geotechnical (FY2015) Contract A (11753) – Original Contract No. 20221 10/13/16 – Ord. No. 14540 – Amount: $50,000 – General Services Agreement – Geotechnical (FY2015) Contract A (11753) – Amendment No. 1 Pg 28 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14709 NAME OF PROJECT: Lemay Pump Stations 1 and 2 Improvements (12488) LOCATION: South of Lindbergh Boulevard and East of Broadway in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: 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, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Donohue & Associates, Inc. 1415 Elbridge Payne Road, Suite 165 Chesterfield, MO 63017 Corporate Headquarters: Sheboygan, Wisconsin Agency: N/A Number of proposers: N/A Appropriation Amount: $230,000.00 Designer’s Estimate: N/A Total MWBE Participation: 42.54% (Overall 43.61%) (No MWBE Goal) Gonzalez Companies, LLC (Hispanic) – 22.88% - MBE (This Amendment – 24.20%) ERM Technologies, Inc. (African American) – 8.10% - MBE (This Amendment – 7.30%) Intelligent Design & Construction Solutions, LLC – 7.18% - WBE (This Amendment – 6.40%) Lion CSG, LLC – 4.38% - WBE (This Amendment – 4.70%) Pitzman’s Company of Surveyors & Engineers (African American) – 0.00% - MBE (This Amendment - 1.10%) Total = 43.70%) Type of Contract: Lump Sum Properties Affected: 2 Properties Benefitting: The Entire Lemay Service Area Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 5 to Contract #20339 with Donohue & Associates, Inc. for construction phase services for the Lemay Pump Stations 1 and 2 Improvements (12488) project. The purpose of this project is to make improvements to aging failing pump stations by upgrading gates, pumps, and electrical systems. The construction cost estimate for this project is $3,662,500. Construction began in FY2017. The amended design appropriation is $671,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 45 Amount: $260,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The appropriation for design services is $30,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $55,406.50 in contingencies. Construction phase 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 29 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 10/08/15 – Ord. No. 14243 – Amount: $441,000 – Donohue & Associates, Inc. – Original Design Contract No. 20339 02/11/16 – Ord. No. 14317 – Amount: $800,000 – Lemay Pump Stations 1 And 2 Improvements (Procurement Part 1) (12488) – FlowServe Corporation – Construction Contract No. 20386 02/11/16 – Ord. No. 14318 – Amount: $164,000 – Lemay Pump Stations 1 And 2 Improvements (Procurement Part 2) (12488) – Xylem Water Solutions USA, Inc. – Construction Contract No. 20387 12/08/16 – Ord. No. 14553 – Amount: $4,200,000 – Lemay Pump Stations 1 And 2 Improvements (12488) – Sachs Electric Company – Construction Contract No. 20478 Pg 30 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14710 NAME OF PROJECT: New England Town Cliff Cave Pump Station (P-323) Improvements (10715) LOCATION: South of Interstate 255 and East of Telegraph Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers and Pump Station Elimination (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, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: The Sterling Company 5055 New Baumgartner Road St. Louis, MO 63129 Corporate Headquarters – St. Louis, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $220,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.24% (Overall – 31.37%) (MWBE Goal is 20%) M3 Engineering Group, P.C. (African American) – 15.36% - MWBE (This Amendment – 20.89%) TSI Geotechnical, Inc. (African American) – 13.88% - MWBE (This Amendment – 16.02%) Total = 36.91% Type of Contract: Lump Sum Properties Affected: Approximately 6 Properties Benefiting: Approximately 191 Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 5 to Contract #10591 with The Sterling Company. This project originally consisted of the design and preparation of construction documents for approximately 3,845 feet of 8-inch to 12-inch diameter sanitary sewers and appurtenances. This project was to provide for the elimination of one pump station and alleviate basement backups for approximately 49 properties. The revised construction cost estimate for this project is $2,000,000.00. The amended design appropriation is $540,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 60 Amount: $500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The appropriation for design services is $280,000 below the proposed funding presented in the CIP Budget Supplement. This project amendment is for the re-design of a new sanitary pump station, 1,800 lineal feet of 6-inch force main, 2,240 lineal feet of 8-inch to 12-inch diameter sanitary sewers and appurtenances. This project requires re-design after construction bids came in much higher than anticipated. The appropriation includes $50,000 for construction phase services. Construction phase 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 31 Revised: 7/13/2017 11:35 AM 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: 12/09/10 – Ord. No. 13174 – Amount: $320,000 – The Sterling Company – Original Design Contract No. 10591 Pg 32 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14711 NAME OF PROJECT: New England Town Quarry Pump Station (P-307) (SKME-544) Improvements (10716) LOCATION: South of Interstate 255 and East of Telegraph Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers and Pump Station Elimination (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 funding for the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Agency: N/A Number of proposers: N/A Appropriation Amount: $400,000.00 Designer’s Estimate: N/A Total MWBE Participation: 32.31% (Overall – 31.27%) (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 22.13% - MBE (This Amendment – 6.30%) Kaskaskia Engineering Group, LLC – 7.57% - WBE (This Amendment – 6.36%) M3 Engineering Group, P.C. (African American) – 2.61% - MWBE (This Amendment – 18.43%) Total = 31.09% Type of Contract: Lump Sum Properties Affected: Approximately 6 Properties Benefiting: Approximately 1,024 Designed by: N/A This ordinance authorizes the District to enter into Amendment No. 4 to Contract #10533 with AMEC Foster Wheeler Environment & Infrastructure, Inc. for the design of a project in the CIRP. This project originally consisted of the design and preparation of construction documents for approximately 3,340 feet of 15-inch diameter sanitary sewers, elimination of a pump station, and appurtenances. The purpose of this project was to eliminate an existing pump station that is at the end of its useful life, will not be able to handle additional planned flows, and does not have a secondary electric source. The revised construction cost estimate for this project is $4,780,000. The amended design appropriation is $1,010,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 61 Amount: $400,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. This project amendment is for the re-design of a new sanitary pump station, 1,200 lineal feet of 10- inch force main, 4,200 lineal feet of 8-inch to 18-inch diameter sanitary sewers and appurtenances. This project requires re-design after construction bids came in much higher than anticipated. This project is expected to be funded by Bond proceeds. Pg 33 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, and Modeling. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/10/10 – Ord. No. 13153 – Amount: $610,000 – Amec Foster Wheeler Environment & Infrastructure – Original Design Contract No. 10533 Pg 34 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14712 NAME OF PROJECT: Deer Creek Sanitary Tunnel (Clayton Rd to RDP) (11731) LOCATION: East of Shrewsbury Avenue at Interstate 44 to just west of Brentwood Boulevard at Clayton Road in the Cities of Clayton, Richmond Heights, Brentwood, Maplewood, Webster Groves, and Shrewsbury, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: SAK Construction, LLC Previous District Contract: Yes 864 Hoff Road O’Fallon, MO 63366 Consultant: N/A Agency: N/A Number of bidders: 6 Low Bid: $147,777,777.77* High Bid: $196,385,000.00 Appropriation Amount: $50,000,000.00 Designer’s Estimate: $205,192,000.00 Total MWBE Participation: 18.78% (MBE Goal is 17% - African American) Williams Tunneling Industries, Inc. (African American) – 11.92% - MBE Luther’s Supply, LLC (African American) – 1.53% - MBE Kendall’s Hauling, LLC (African American) – 0.67% - MBE TD4 Electrical, LLC (African American) – 1.02% - MBE McKay’s Hauling Company, Inc. (African American) – 2.90% - MWBE A-Plus Contractors, LLC (African American) – 0.22% - MBE Bumpys Steel (African American) – 0.44% - MBE Supplied Industrial Solutions, Inc. (African American) – 0.08% - MBE Type of Contract: Lump Sum Properties Affected: 60 Properties Benefiting: The Entire Deer Creek Watershed Designed by: Parsons Water & Infrastructure, Inc. The work to be done under Contract #20437 consists of the construction of approximately 22,814 lineal feet of 19-foot diameter concrete lined tunnel, 76 lineal feet of 96-inch diameter tunnel, 49 lineal feet of 144-inch tunnel, 1,835 lineal feet of 72-inch diameter adit, 229 feet of 30-inch diameter adit, excavation of three (3) large diameter shafts for construction of a future pump station under a separate contract, five (5) drop structures, 3,936 feet of 8-inch to 60-inch diameter sanitary sewers and appurtenances, four (4) diversion structures, two (2) junction chambers, associated manholes, paving, fencing, dog park improvements, grading, electrical, and other associated work. The purpose of this project is to provide additional storage during wet weather events by allowing surcharged sewers in the Deer Creek watershed to discharge to the proposed tunnel and eliminate constructed SSOs within the Deer Creek watershed. This project is scheduled to be completed in 1,832 days. *The contract for the low bidder, Jay Dee/Frontier – Kemper Joint Venture, was not confirmed. Staff recommends accepting the bid of SAK Construction, LLC for $147,777,777.77. Pg 35 Revised: 7/13/2017 11:35 AM FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 101 Amount: $50,000,000 (Partial) Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $810,000 for utility relocation (Electric - $600,000, Gas - $10,000 & Water - $200,000) is included in the appropriation. This appropriation also includes $50,000 for additional geotechnical instrumentation, $50,000 for management of contaminated soil/groundwater, $50,000 for management of excess groundwater, $50,000 for disputes review board, and $50,000 for large void remediation. This is a partial funding request. A supplemental appropriation request is planned for construction in FY2019, FY2020, and FY2021 for a total appropriation of $153,000,000.00. 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: 02/12/15 – Ord. No. 14038 – Amount: $6,000,000 – Parsons Water & Infrastructure – Design Contract No. 10733 – Amendment – Design Project No. 11731 – Amendment Pg 36 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14713 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) LOCATION: Bissell, Coldwater, Missouri and Meramec Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Professional Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds, and authorizes staff to amend an existing design contract What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Agency: N/A Number of proposers: N/A Appropriation Amount: $1,434,000.00 Designer’s Estimate: N/A Total MWBE Participation: 51.03% (35.01% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 9.53% - MWBE Access Engineering, LLC – 0.00% - WBE Civil Design, Inc. – 2.49% - WBE David Mason & Associates, Inc. (African American) – 0.00% - MBE EFK Moen, LLC – 8.26% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Gonzalez Companies, LLC (Hispanic) – 15.43% - MBE Kaskaskia Engineering Group, LLC – 5.31% - WBE Kowelman Engineering, Inc. – 2.71% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 7.30% - MWBE 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 Amec Foster Wheeler Environment & Infrastructure, Inc. for an annual extension to provide Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. The preliminary construction cost estimate for the entire Bissell–Coldwater–Missouri–Meramec Sanitary program is $277 million. The estimated design contract range for the entire program contract is between $50 to $60 million. This year’s (FY2018) authorization includes fees for project management services for FY2018, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, public involvement, planning support, and special services. Pg 37 Revised: 7/13/2017 11:35 AM Specific project lump sum design appropriations totaling $2,818,104 in design costs and $1,344,896 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 Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) $ 2,465,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract A (12029) $ 8,671,000 Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract C (12026) $ 6,195,000 Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) $ 3,821,000 Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) $ 1,000,000 Conway Village Sanitary Relief (Conway Rd to I-64) (12131) $ 2,710,000 Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) $ 95,000 Essex I/I Reduction (W Adams Ave and Sugar Creek Ridge Dr) (12164) $ 147,000 FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) $ 5,691,000 Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) $ 420,000 Thurston I/I Reduction (Church St and N Florissant Rd) (12229) $ 62,000 Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) $ 153,000 Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) $ 31,000 Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) $ 32,000 Total $31,493,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 4 Amount: $1,150,000 FY2018, Pg. 5 $ 650,000 $1,800,000 Fund Name: #6660 – Sanitary Replacement Fund $800,000 #1101 – General Fund $634,000 Additional Comments: This appropriation for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project includes $634,000 for non-capital costs and $800,000 for capital costs. The appropriation for design services is $366,000 below the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $634,000 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2018. Capital costs include $300,000 for modeling and planning assistance for the District including for preliminary studies; and $500,000 for private I/I removal (PIR) assistance. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing tasks for this contract. The Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) cost plus and lump sum fee work order tasks for expenses from September 2017 through approximately September 2018 include the following: Non-Capital Costs Project Management Tasks $634,000.00 Capital Costs Modeling/Planning Assistance $300,000.00 Private I/I Contingency FY18 (BCMM) $500,000.00 Total Non-Capital Costs $800,000.00 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. 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. Pg 38 Revised: 7/13/2017 11:35 AM The enforcement of Sewer Use Ordinance No. 12559 related to properties identified to be major sources of I/I is required by the Consent Decree. The total appropriation for design services for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements Watershed Consultant for FY2018 is $4,163,000, which is $368,000 below the $4,531,000 funding for the Bissell– Coldwater–Missouri–Meramec budget for FY2018. 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% 3.09% Access Engineering, LLC 2.00% 2.49% Civil Design, Inc. 5.00% 5.23% Engineering Design Source, Inc. N/A 0.23% Gonzalez Companies, LLC 5.00% 4.85% Kaskaskia Engineering Group, LLC 3.00% 2.48% Losli Engineering, LLC N/A 0.49% M3 Engineering Group, PC 4.00% 3.65% Shockey Consulting Services, LLC N/A 0.31% TSI Geotechnical, Inc. N/A 0.12% *David Mason & Associates, Inc. 12.00% 3.39% *EFK Moen, LLC 5.14% *Kowelman Engineering, Inc. 3.54% TOTAL 35.00% 35.01% *The percentage of involvement is varied between consulting firms with a total commitment of 12.00%. Percentages include actuals and projections for FY13 through FY17 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 Pg 39 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14714 NAME OF PROJECT: Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) LOCATION: North of Chambers Road and East of Ashbrook Drive in the City of Bellefontaine Neighbors, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $325,000.00 Designer’s Estimate: N/A Total MWBE Participation: 73.26% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 56.28% - MWBE Kaskaskia Engineering Group, LLC – 10.21% - WBE M3 Engineering Group, PC (African American) – 6.77% - MWBE Type of Contract: Lump Sum Properties Affected: 90 Properties Benefiting: 450 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Bellefontaine #2 Sanitary Relief (Chambers Rd to Coburg Lands Dr) (12092) is a lump sum cost project for the design of approximately 3,340 feet of 12-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate overcharged sewer mains resulting in basement backups, and provide for the elimination of one (1) constructed SSO (BP-287). The construction cost estimate for this project is $2,465,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 1 Amount: $322,000 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 $3,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,000 for geotechnical access, $19,379 in contingencies, 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 40 Revised: 7/13/2017 11:35 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 41 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14715 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract A (12029) LOCATION: Various Sites in the Cities of Ballwin, Kirkwood, Des Peres, Sunset Hills, 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: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $81,000.00 Designer’s Estimate: N/A Total MWBE Participation: 44.49% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 44.49% - MWBE Type of Contract: Lump Sum Properties Affected: 693 Properties Benefiting: 3,640 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract A (12029) 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 (2019) Contract A (12029) is a lump sum cost project for the design of rehabilitating approximately 97,115 feet of 8-inch to 96- inch diameter sanitary and storm sewers, 609 manholes and appurtenances, 1,879 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 $8,671,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 2 Amount: $81,000 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 $6,092 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160), Essex I/I Reduction (W Adams Ave and Sugar Creek Ridge Dr) (12164), Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530), Tapawingo Pump Station (P-440) Storage Rehabilitation (12226), Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238), and Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309). This project is expected to be funded by Bond proceeds. Pg 42 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, 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 43 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14716 NAME OF PROJECT: Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract C (12026) LOCATION: Various sites in the Cities of Clarkson Valley, Ellisville, Maryland Heights, 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: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $88,000.00 Designer’s Estimate: N/A Total MWBE Participation: 59.75% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 59.75% - MWBE Type of Contract: Lump Sum Properties Affected: 695 Properties Benefiting: 3,640 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Bissell – Coldwater – Missouri – Meramec Public I/I Reduction (2019) Contract C (12026) 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 (2019) Contract C (12026) is a lump sum cost project for the design of rehabilitating approximately 76,025 feet of 8-inch to 96- inch diameter sanitary and storm sewers, 472 manholes and appurtenances, 1,277 service lateral connections, and constructing 15 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 $6,195,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 3 Amount: $88,000 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 $5,791 in contingencies. This project includes the rehabilitation for sewers that were identified as needing rehabilitation in the preliminary studies for Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235), Virginia I/I Reduction (Clarkson Rd and Marsh Ave) (12265), Williams Creek Pump Station (P-523) Storage Rehabilitation (12283), and Woodhollow I/I Reduction (I-270 and Page) (12293). This project is expected to be funded by Bond proceeds. Pg 44 Revised: 7/13/2017 11:35 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 45 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14717 NAME OF PROJECT: Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) LOCATION: North of Lindbergh Boulevard and West of New Halls Ferry Road in the City of Florissant, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $525,000.00 Designer’s Estimate: N/A Total MWBE Participation: 80.03% (MWBE Goal is 20%) EFK Moen, LLC – 25.60% - WBE Gonzalez Companies, LLC (Hispanic) – 40.26% - MBE Kaskaskia Engineering Group, LLC – 8.70% - WBE M3 Engineering Group, PC (African American) – 5.47% - MWBE Type of Contract: Lump Sum Properties Affected: 82 Properties Benefiting: 731 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Brookshire Sanitary Relief (Brookshire Dr to Cougar Dr) (12104) is a lump sum cost project for the design of approximately 4,740 feet of 8-inch to 30-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $3,821,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 9 Amount: $480,000 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 $45,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $10,000 for evaluating and coordinating FUSRAP issues with the Corps of Engineers, $8,000 for geotechnical access, $34,704 in contingencies, 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. Pg 46 Revised: 7/13/2017 11:35 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 47 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14718 NAME OF PROJECT: Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) LOCATION: South of Natural Bridge Road and East of Old Hanley Road in the Cities of Bel-Ridge and Bel-Nor, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $300,000.00 Designer’s Estimate: N/A Total MWBE Participation: 44.14% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 20.04% - MWBE Civil Design, Inc. – 11.40% - WBE EFK Moen, LLC – 8.92% - WBE Kaskaskia Engineering Group, LLC – 3.78% - WBE Type of Contract: Lump Sum Properties Affected: 140 Properties Benefiting: 632 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Carson Villa I/I Reduction (Marcella Ave and Wales Ave) (12112) is a lump sum cost project for the design of approximately 760 feet of 12-inch to 15-inch diameter storm sewers and appurtenances, and the removal of inflow sources from approximately 78 private properties, and performing inflow/infiltration (I/I) inspections on 33 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 11 Amount: $300,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 48 Revised: 7/13/2017 11:35 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 $14,000 for dye trace testing, $4,000 for geotechnical access, $18,551 in contingencies, and $17,000 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 49 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14719 NAME OF PROJECT: Conway Village Sanitary Relief (Conway Rd to I-64) (12131) LOCATION: South of Conway Road and East of Highway 141 in the City of Town and Country, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $415,000.00 Designer’s Estimate: N/A Total MWBE Participation: 77.08% (MWBE Goal is 20%) Kaskaskia Engineering Group, LLC – 11.43% - WBE Kowelman Engineering, Inc. – 24.59% - WBE M3 Engineering Group, PC (African American) – 41.06% - MWBE Type of Contract: Lump Sum Properties Affected: 19 Properties Benefiting: 26 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Conway Village Sanitary Relief (Conway Rd to I-64) (12131) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Conway Village Sanitary Relief (Conway Rd to I-64) (12131) is a lump sum cost project for the design of approximately 4,800 feet of 8-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,710,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 17 Amount: $457,000 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 $42,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,000 for dye trace testing, $24,017 in contingencies, and $67,000 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 50 Revised: 7/13/2017 11:35 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 51 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14720 NAME OF PROJECT: Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) LOCATION: North of Big Bend Boulevard and West of Coulter Avenue in the Cities of Kirkwood and Des Peres, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $68,000.00 Designer’s Estimate: N/A Total MWBE Participation: 42.29% (MWBE Goal is 20%) Civil Design, Inc. – 10.41% - WBE Gonzalez Companies, LLC (Hispanic) – 31.88% - MBE Type of Contract: Lump Sum Properties Affected: 26 Properties Benefiting: 274 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Edna – Thursby I/I Reduction (Highland Ave to Big Bend Blvd) (12160) is a lump sum cost project for the design of the removal of inflow sources from approximately 26 private properties, and performing inflow/infiltration (I/I) inspections on 3 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $95,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 24 Amount: $65,000 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 $3,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,000 for dye trace testing, $4,129 in contingencies, and $4,000 for enforcement assistance. 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: N/A Pg 52 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14721 NAME OF PROJECT: Essex I/I Reduction (W. Adams Ave and Sugar Creek Ridge Dr) (12164) LOCATION: North of Big Bend Boulevard and East of I-270 in the City of Kirkwood, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $59,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.13% (MWBE Goal is 20%) Civil Design, Inc. – 12.87% - WBE Gonzalez Companies, LLC (Hispanic) – 26.26% - MBE Type of Contract: Lump Sum Properties Affected: 16 Properties Benefiting: 847 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Essex I/I Reduction (W. Adams Ave and Sugar Creek Ridge Dr) (12164) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Essex I/I Reduction (W. Adams Ave and Sugar Creek Ridge Dr) (12164) is a lump sum cost project for the design of the removal of inflow sources from approximately 16 private properties, and performing inflow/infiltration (I/I) inspections on 8 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $147,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 25 Amount: $55,000 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 $4,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $4,000 for dye trace testing, $3,865 in contingencies, and $4,000 for enforcement assistance. 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 53 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14722 NAME OF PROJECT: FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) LOCATION: South of Page Avenue and West of Lindbergh Boulevard in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $600,000.00 Designer’s Estimate: N/A Total MWBE Participation: 82.56% (MWBE Goal is 20%) EFK Moen, LLC – 17.80% - WBE Gonzalez Companies, LLC (Hispanic) – 51.03% - MBE Kaskaskia Engineering Group, LLC – 9.33% - WBE M3 Engineering Group, PC (African American) – 4.40% - MWBE Type of Contract: Lump Sum Properties Affected: 34 Properties Benefiting: 851 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. FF-07 Fee Fee Creek Sanitary Relief (Meadowside Dr to Willow Brook Dr) (10012) is a lump sum cost project for the design of approximately 4,205 feet of 18-inch to 24-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate overcharged sewer mains resulting in basement backups and provide for the elimination of one (1) constructed SSO (BP-069). The construction cost estimate for this project is $5,691,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 27 Amount: $600,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $10,000 for geotechnical access, $36,765 in contingencies, and $75,000 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 54 Revised: 7/13/2017 11:35 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 55 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14723 NAME OF PROJECT: Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) LOCATION: North of Watkins Creek and West of Bellefontaine Road in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $57,000.00 Designer’s Estimate: N/A Total MWBE Participation: 34.78% (MWBE Goal is 20%) Civil Design, Inc. – 7.49% - WBE EFK Moen, LLC – 27.29% - WBE Type of Contract: Lump Sum Properties Affected: 235 Properties Benefiting: 689 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Rosary Lane Sanitary Relief (Claudine Drive to Makin Ave) (12530) is a lump sum cost project for the design of approximately 200 feet of 12-inch diameter sanitary sewers and appurtenances, and the removal of inflow sources from approximately 5 private properties. The purpose of this project is to alleviate overcharged sewer mains resulting in basement backups, and provide for the elimination of one (1) constructed SSO (BP-640). The construction cost estimate for this project is $420,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 67 Amount: $59,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is $2,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for dye trace testing, $3,500 for enforcement assistance, $3,328 in contingencies, and $6,500 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 56 Revised: 7/13/2017 11:35 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 57 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14724 NAME OF PROJECT: Thurston I/I Reduction (Church St and N Florissant Rd) (12229) LOCATION: South of Reasor Drive and West of North Florissant Road in the City of Ferguson, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $52,000.00 Designer’s Estimate: N/A Total MWBE Participation: 33.66% (MWBE Goal is 20%) Civil Design, Inc. – 33.66% - WBE Type of Contract: Lump Sum Properties Affected: 21 Properties Benefiting: 621 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Thurston I/I Reduction (Church St and N Florissant Rd) (12229) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Thurston I/I Reduction (Church St and N Florissant Rd) (12229) is a lump sum cost project for the design of the removal of inflow sources from approximately 21 private properties, and performing inflow/infiltration (I/I) inspections on one additional property. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $62,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 72 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 $2,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $3,000 for dye trace testing, $3,117 in contingencies, and $3,000 for enforcement assistance. 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 58 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14725 NAME OF PROJECT: Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) LOCATION: South of Kehrs Mill Road and East of New Ballwin Road in the City of Ballwin, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $120,000.00 Designer’s Estimate: N/A Total MWBE Participation: 36.41% (MWBE Goal is 20%) Civil Design, Inc. – 6.17% - WBE EFK Moen, LLC – 11.25% - WBE M3 Engineering Group, PC (African American) – 18.99% - MWBE Type of Contract: Lump Sum Properties Affected: 53 Properties Benefiting: 862 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Treasure Cove I/I Reduction (Ries Rd and Brookside Ln) (12238) is a lump sum cost project for the design of approximately 270 feet of 8-inch diameter sanitary sewers and appurtenances, and the removal of inflow sources from approximately 32 private properties, and performing inflow/infiltration (I/I) inspections on 3 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $153,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 74 Amount: $129,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is $9,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $6,000 for dye trace testing, $3,500 for enforcement assistance, $7,192 in contingencies, and $6,500 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 59 Revised: 7/13/2017 11:35 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 60 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14726 NAME OF PROJECT: Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) LOCATION: North of Big Bend Road and East of Hanna Road in the City of Manchester, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $20,000.00 Designer’s Estimate: N/A Total MWBE Participation: 19.84% (MWBE Goal is 20%) Civil Design, Inc. – 19.84% - WBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 853 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Wayfarer East I/I Reduction (Hanna Rd and Big Bend Woods Dr) (12273) is a lump sum cost project for the design of the removal of inflow sources from approximately 5 private properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $31,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 78 Amount: $20,000 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 $1,000 for dye trace testing, $783 in contingencies, and $1,000 for enforcement assistance. 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 61 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14727 NAME OF PROJECT: Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) LOCATION: South of Interstate 44 and West of Bowles Avenue in Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Amec Foster Wheeler Environment & Infrastructure, Inc. 15933 Clayton Road, Suite 215 Ballwin, MO 63011 Corporate Headquarters – Alpharetta, Georgia Number of proposers: N/A Appropriation Amount: $19,000.00 Designer’s Estimate: N/A Total MWBE Participation: 20.31% (MWBE Goal is 20%) Civil Design, Inc. – 20.31% - WBE Type of Contract: Lump Sum Properties Affected: 3 Properties Benefiting: 1,064 Designed by: N/A This ordinance authorizes the District to amend Contract #11011 with Amec Foster Wheeler Environment & Infrastructure, Inc. for the design of the Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Yarnell Creek West I/I Reduction (Bowles Ave and 141) (12309) is a lump sum cost project for the design of the removal of inflow sources from approximately 3 private properties, and performing inflow/infiltration (I/I) inspections on one additional property. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $32,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 80 Amount: $25,000 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 $6,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $1,000 for dye trace testing, $683 in contingencies, and $500 for enforcement assistance. 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 62 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14728 NAME OF PROJECT: Lemay Sanitary System Improvements (11145) LOCATION: Lemay/RDP, Mackenzie, Gravois, and University City Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.1 Professional Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $650,000.00 Designer’s Estimate: N/A Total MWBE Participation: 34.49% (32.27% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 6.62% - MWBE Civil Design, Inc. – 6.09% - WBE David Mason & Associates, Inc. (African American) – 4.60% - MBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE ERM Technologies, Inc. (African American) – 0.00% - MBE Gonzalez Companies, LLC (Hispanic) – 2.39% - MBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 1.15% - MWBE Pangea Engineering and Surveying, LLC (Hispanic) – 8.10% - MBE PMA Engineering – 0.00% - WBE Sabur, Inc. (African American) – 0.00% - MBE TREKK Design Group, LLC – 0.00% - WBE TSI Geotechnical, Inc. (African American) – 4.79% - MWBE The Vandiver Group – 0.75% - WBE 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 (FY2018) authorization includes fees for project management services for FY2018, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. Pg 63 Revised: 7/13/2017 11:35 AM Specific project lump sum design appropriations totaling $4,224,433.00 in design costs and $690,567.00 for allowances, services during construction, and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Black Creek – Haddington Court Relief Sewers (11847) $ 9,200,000 Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) $ 493,000 Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) $ 1,463,000 Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) $ 206,000 Deer Creek Public I/I Reduction (2019) Contract A (12042) $ 5,745,000 Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) $30,000,000 Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) $ 5,340,000 Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) $ 7,417,000 Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) $ 6,840,000 Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) $ 1,935,000 Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) $ 29,000 Park Drive Sanitary Relief (Engelholm Avenue) (12163) $ 1,854,000 Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) $ 1,252,000 Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) $ 270,000 Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) $ 597,000 Upper Ladue Creek I/I Reduction (NE Quad of S. Warson Rd and Ladue Rd) (12244) $ 375,000 Total $73,016,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 47 Amount: $650,000 Fund Name: #1101 – General Fund Additional Comments: This appropriation of $650,000 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 FY2018 includes $650,000 for non- capital costs. The non-capital costs include $650,000 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2018. 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 2017 through approximately September 2018 include the following: Non-Capital Costs Project Management Tasks $650,000.00 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. Prior year funding appropriations are available for Modeling and Planning Assistance tasks that may occur in FY2018 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 FY2018 is $4,915,000 which is equal to the budget for FY2018. Pg 64 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. The total project MWBE commitment of 29% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement ABNA Engineering, Inc. 3.00% 2.80% Civil Design, Inc. 3.40% 5.74% David Mason & Associates, Inc. 7.50% 7.80% Engineering Design Source, Inc. *0.50% 0.63% ERM Technologies, Inc. *0.70% 1.21% Gonzalez Companies, LLC 3.00% 3.05% Losli Engineering, LLC *0.00% 1.53% M3 Engineering Group, P.C. 1.50% 1.37% Pangea Engineering & Surveying 2.00% 2.38% PMA Engineering *0.00% 0.45% Sabur, Inc. *0.00% 0.00% TREKK Design Group, LLC 2.20% 3.24% TSI Geotechnical, Inc. 1.80% 1.46% The Vandiver Group 0.50% 0.61% Uncommitted 2.90% TOTAL 29.00% 32.27% *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 Pg 65 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14729 NAME OF PROJECT: Black Creek – Haddington Court Relief Sewers (11847) LOCATION: North of Clayton Road and West of Interstate 170 in the Cities of Clayton, Ladue, and University City, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $890,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.42% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 18.36% - MWBE M3 Engineering Group, PC (African American) – 3.08% - MWBE TSI Geotechnical, Inc. (African American) – 7.56% - MWBE The Vandiver Group – 0.42% - WBE Type of Contract: Lump Sum Properties Affected: 100 Properties Benefiting: 3,300 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Black Creek – Haddington Court Relief Sewers (11847) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Black Creek – Haddington Court Relief Sewers (11847) is a lump sum cost project for the design of approximately 8,350 feet of 8-inch to 42-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 four (4) constructed SSOs (BP-013, BP-017, BP-018 & BP-151). The construction cost estimate for this project is $9,200,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 7 Amount: $890,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 66 Revised: 7/13/2017 11:35 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 $45,948 in contingencies and $100,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 67 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14730 NAME OF PROJECT: Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) LOCATION: South of Clayton Road and West of Interstate 170 in the Cities of Brentwood, Ladue, and Richmond Heights, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $260,000.00 Designer’s Estimate: N/A Total MWBE Participation: 54.43% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 30.48% - MBE Civil Design, Inc. – 15.30% - WBE Pangea Engineering & Surveying LLC (Hispanic) – 4.57% - MBE TSI Geotechnical, Inc. (African American) – 2.72% - MWBE The Vandiver Group – 1.36% - WBE Type of Contract: Lump Sum Properties Affected: 84 Properties Benefiting: 546 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100) is a lump sum cost project for the design of the removal of inflow sources from approximately 35 private properties and performing inflow/infiltration (I/I) inspections on 360 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $493,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 8 Amount: $260,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 68 Revised: 7/13/2017 11:35 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 $20,534 in contingencies, $5,000 for private I/I enforcement, and $7,500 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 69 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14731 NAME OF PROJECT: Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) LOCATION: North of Gravois Road and West of Laclede Station Road in the Cities of Crestwood and Grantwood Village, 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: $260,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.50% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 28.15% - MWBE TSI Geotechnical, Inc. (African American) – 9.81% - MWBE The Vandiver Group – 1.54% - WBE Type of Contract: Lump Sum Properties Affected: 30 Properties Benefiting: 100 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Capilia Sanitary Relief (Grant Rd to Capilia Dr) (12111) is a lump sum cost project for the design of approximately 2,630 feet of 8-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 two (2) constructed SSOs (BP-370 & BP- 581). The construction cost estimate for this project is $1,463,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 10 Amount: $260,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 70 Revised: 7/13/2017 11:35 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 $19,972 in contingencies and $40,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 71 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14732 NAME OF PROJECT: Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) LOCATION: South of Interstate 64 and East of McKnight Road in the City of Brentwood, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $175,000.00 Designer’s Estimate: N/A Total MWBE Participation: 57.21% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 24.84% - MWBE Civil Design, Inc. – 32.37% - WBE Type of Contract: Lump Sum Properties Affected: 500 Properties Benefiting: 555 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138) is a lump sum cost project for the design of the removal of inflow sources from approximately 101 private properties, and performing inflow/infiltration (I/I) inspections on 142 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $206,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 19 Amount: $175,000 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 $13,000 in contingencies and $5,000 for private I/I enforcement. This project is expected to be funded by Bond proceeds. Pg 72 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 73 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14733 NAME OF PROJECT: Deer Creek Public I/I Reduction (2019) Contract A (12042) LOCATION: Various Locations in the Cities of Brentwood, Ladue, Richmond Heights, Rock Hill, 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: $70,000.00 Designer’s Estimate: N/A Total MWBE Participation: 76.86% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 76.86% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Deer Creek Public I/I Reduction (2019) Contract A (12042) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Deer Creek Public I/I Reduction (2019) Contract A (12042) is a lump sum cost project for the design of rehabilitating approximately 64,550 feet of sanitary sewers utilizing cured-in-place pipe (CIPP) methods, approximately 5,650 feet of storm sewers utilizing cured-in-place pipe (CIPP) methods, and 555 manholes, constructing 2 new manholes, adjusting 2 manholes to grade, and 1,133 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 $5,745,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 22 Amount: $70,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 74 Revised: 7/13/2017 11:35 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. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Brentwood Forest, Fair Oaks, Middlesex I/I Reduction (I-64 and Lay Rd) (12100), Crossroads, Hanley Industrial, Litzsinger East I/I Reduction (SW I-64 and S Hanley Rd) (12138), Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342), Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230), and Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244). The appropriation includes $6,705 in contingencies. 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: N/A Pg 75 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14734 NAME OF PROJECT: Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) LOCATION: Various Locations in the Cities of Bella Villa, Crestwood, Grantwood Village, Green Park, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $50,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Gravois Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Gravois Trunk (Whitecliff to RDP) Sanitary Rehabilitation (Fannie Ave to Pardee Lane) (10496) is a lump sum cost project for the design of rehabilitating approximately 36,591 feet of 36-inch to 72-inch diameter sanitary sewers utilizing cured-in-place pipe (CIPP) methods, and 91 manholes. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $30,000,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 41 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 76 Revised: 7/13/2017 11:35 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. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the Gravois Trunk Final Re-Evaluation Report for Gravois Trunk Sanitary Rehabilitation Phase III (10496), Gravois Trunk Sanitary Rehabilitation Phase IV and V (10497), Gravois Trunk Sanitary Rehabilitation Phase VII (11767), and Gravois Trunk Sanitary Rehabilitation phase VIII (12290). The appropriation includes $12,995 in contingencies. 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: N/A Pg 77 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14735 NAME OF PROJECT: Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) LOCATION: Various Locations in the Cities of Green Park, Lakeshire, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $65,000.00 Designer’s Estimate: N/A Total MWBE Participation: 82.57% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 82.57% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: 2,022 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Green Park and Lakeshire Public I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12510) is a lump sum cost project for the design of rehabilitating approximately 43,738 feet of 8-inch to 12-inch diameter sanitary sewers utilizing cured-in-place pipe (CIPP) methods, 5 point repairs, approximately 1,504 feet of storm sewers utilizing cured-in- place pipe (CIPP) methods, and 543 manholes. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $5,340,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 42 Amount: $65,000 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 study for Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372). The appropriation includes $7,812 in contingencies. This project is expected to be funded by Bond proceeds. Pg 78 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 79 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14736 NAME OF PROJECT: Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) LOCATION: West of I-170 and South of Olive Boulevard in the City of Olivette, 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: $820,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.09% (MWBE Goal is 20%) Pangea Engineering & Surveying LLC (Hispanic) – 22.16% - MBE TSI Geotechnical, Inc. (African American) – 6.50% - MWBE The Vandiver Group – 0.43% - WBE Type of Contract: Lump Sum Properties Affected: 800 Properties Benefiting: 125 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Lindley Drive Sanitary Relief (I-170 to Ashmont Dr) (UR-07) (12329) is a lump sum cost project for the design of approximately 6,425 feet of 8-inch diameter sanitary sewers to 18-inch to 21-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. This project will provide for the elimination of one (1) wet weather pump station (P-790) and four (4) constructed SSOs (BP-416, BP-417, BP-433 & BP-476). The construction cost estimate for this project is $7,417,000. Construction is anticipated to begin in FY2021. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 49 Amount: $820,000 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 $36,536 in contingencies and $70,000 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 80 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 81 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14737 NAME OF PROJECT: Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) LOCATION: Various Locations in the Cities of Shrewsbury and Webster Groves, and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Public I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $70,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.00% (MWBE Goal is 20%) Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: 1,860 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Mackenzie Public I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12511) is a lump sum cost project for the design of rehabilitating approximately 46,500 feet of 6-inch to 48-inch diameter sanitary sewers utilizing cured-in-place pipe (CIPP) methods, and 545 manholes. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,840,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 55 Amount: $70,000 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 study for Mackenzie I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336). The appropriation includes $6,951 in contingencies. This project is expected to be funded by Bond proceeds. Pg 82 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 83 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14738 NAME OF PROJECT: Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) LOCATION: South of Interstate 64 and East of Brentwood Blvd at Manchester Road in the Cities of Brentwood and Webster Groves, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: 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: $420,000.00 Designer’s Estimate: N/A Total MWBE Participation: 44.13% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 13.20% - MWBE Civil Design, Inc. – 14.62% - WBE Pangea Engineering & Surveying LLC (Hispanic) – 9.25% - MBE TSI Geotechnical, Inc. (African American) – 6.20% - MWBE The Vandiver Group – 0.86% - WBE Type of Contract: Lump Sum Properties Affected: 40 Properties Benefiting: 460 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Mark Twain I/I Reduction (Manchester Rd and Bompart Ave) (12342) is a lump sum cost project for the design of the removal of inflow sources from approximately 40 private properties, performing inflow/infiltration (I/I) inspections on 173 additional properties, relief sewers, 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 $1,935,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 57 Amount: $420,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 84 Revised: 7/13/2017 11:35 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 $34,412 in contingencies, $5,000 for private I/I enforcement, and $20,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 85 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14739 NAME OF PROJECT: Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) LOCATION: South of Big Bend Boulevard and West of Geyer Road in the Cities of Kirkwood, Sunset Hills, and Crestwood, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $40,000.00 Designer’s Estimate: N/A Total MWBE Participation: 32.28% (MWBE Goal is 20%) Civil Design, Inc. – 32.28% - WBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 15 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Meacham and Spellman I/I Reduction (I-44 and S Kirkwood Rd) (12348) is a lump sum cost project for the design of the removal of inflow sources from approximately 5 private properties, and performing inflow/infiltration (I/I) inspections on 15 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $29,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 58 Amount: $40,000 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 $4,082 in contingencies and $5,000 for private I/I enforcement. This project is expected to be funded by Bond proceeds. Pg 86 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 87 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14740 NAME OF PROJECT: Park Drive Sanitary Relief (Engelholm Avenue) (12163) LOCATION: North of Page Avenue and West of Kingsland Avenue in the Cities of Pagedale, Normandy, and Greendale, 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: $450,000.00 Designer’s Estimate: N/A Total MWBE Participation: 46.76% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 5.29% - MWBE Pangea Engineering & Surveying LLC (Hispanic) – 31.57% - MBE TSI Geotechnical, Inc. (African American) – 8.97% - MWBE The Vandiver Group – 0.93% - WBE Type of Contract: Lump Sum Properties Affected: 33 Properties Benefiting: 950 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Park Drive Sanitary Relief (Engelholm Avenue) (12163) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Park Drive Sanitary Relief (Engelholm Avenue) (12163) is a lump sum cost project for the design of approximately 4,500 feet of 15-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-451 & BP- 621). The construction cost estimate for this project is $1,854,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 62 Amount: $450,000 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 $47,943 in contingencies 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. Pg 88 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 89 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14741 NAME OF PROJECT: Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) LOCATION: South of Clayton Road and West of S. Lindbergh Blvd in the City of Frontenac, 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: $90,000.00 Designer’s Estimate: N/A Total MWBE Participation: 36.94% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 12.56% - MWBE Pangea Engineering & Surveying LLC (Hispanic) – 12.95% - MBE TSI Geotechnical, Inc. (African American) – 11.43% - MWBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 75 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Stonington Place Sanitary Relief (Clayton Rd to Georgian Acres St) (12218) is a lump sum cost project for the design of approximately 938 feet of 12-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,252,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 68 Amount: $90,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $25,746 in contingencies and $5,000 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 90 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 91 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14742 NAME OF PROJECT: Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) LOCATION: East of Tesson Ferry Road and North of Grant’s Trail in the City of Green Park and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: 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: $110,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.88% (MWBE Goal is 20%) Civil Design, Inc. – 19.74% - WBE David Mason & Associates, Inc. (African American) – 4.92% - MBE Pangea Engineering & Surveying LLC (Hispanic) – 8.90% - MBE TSI Geotechnical, Inc. (African American) – 6.32% - MWBE Type of Contract: Lump Sum Properties Affected: 8 Properties Benefiting: 12 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Tesson Creek I/I Reduction (Tesson Ferry Rd and Tiffany Square Pky) (12228) is a lump sum cost project for the design of the removal of inflow sources from approximately 8 private properties, performing inflow/infiltration (I/I) inspections on 12 additional properties, and 610 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 $270,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 71 Amount: $110,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 92 Revised: 7/13/2017 11:35 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 $14,752 in contingencies, $5,000 for private I/I enforcement, 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, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 93 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14743 NAME OF PROJECT: Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) LOCATION: South of Interstate 64 and East of Warson Road in the Cities of Brentwood, Ladue, and Rock Hill, Missouri TYPE OF PROJECT: Design of Private I/I Removal and Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: 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: $320,000.00 Designer’s Estimate: N/A Total MWBE Participation: 53.32% (MWBE Goal is 20%) Civil Design, Inc. – 20.84% - WBE David Mason & Associates, Inc. (African American) – 22.60% - MBE Pangea Engineering & Surveying LLC (Hispanic) – 5.76% - MBE TSI Geotechnical, Inc. (African American) – 3.01% - MWBE The Vandiver Group – 1.11% - WBE Type of Contract: Lump Sum Properties Affected: 24 Properties Benefiting: 580 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Tilles Park, Litzsinger and Parkridge I/I Reduction (Litzsinger Rd and S McKnight Rd) (12230) is a lump sum cost project for the design of the removal of inflow sources from approximately 24 private properties, performing inflow/infiltration (I/I) inspections on 329 additional properties, and 1,055 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 $597,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 73 Amount: $320,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 94 Revised: 7/13/2017 11:35 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 $21,341 in contingencies, $5,000 for private I/I enforcement, and $15,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 95 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14744 NAME OF PROJECT: Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244) LOCATION: North of Interstate 64 and East of Lindbergh Blvd in the City of Ladue, Missouri TYPE OF PROJECT: Design of Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 S Woods Mill Road, Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $175,000.00 Designer’s Estimate: N/A Total MWBE Participation: 60.22% (MWBE Goal is 20%) Civil Design, Inc. – 22.68% - WBE David Mason & Associates, Inc. (African American) – 37.54% - MBE Type of Contract: Lump Sum Properties Affected: 55 Properties Benefiting: 344 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Upper Ladue Creek I/I Reduction (NE Quad of S Warson Rd and Ladue Rd) (12244) is a lump sum cost project for the design of the removal of inflow sources from approximately 55 private properties, and performing inflow/infiltration (I/I) inspections on 344 additional properties. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $375,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 75 Amount: $175,000 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 $14,338 in contingencies and $5,000 for private I/I enforcement. This project is expected to be funded by Bond proceeds. Pg 96 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 97 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14745 NAME OF PROJECT: Lower & Middle RDP CSO Controls System Improvements (11109) LOCATION: Lower & Middle RDP, Martigney, and Maline Creek Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.1 Professional Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $820,000.00 Designer’s Estimate: N/A Total MWBE Participation: 15.43% (23.43% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 1.82% - MWBE ARC – 0.0% - WBE Civil Design, Inc. – 0.00% - WBE David Mason & Associates, Inc. (African American) – 1.68% - MBE Engineering Design Source, Inc. (Asian American) – 3.76% - MBE Intelligent Design & Construction Solutions LLC – 1.77% - WBE Kowelman Engineering, Inc. – 0.00% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 6.40% - 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 (FY2018) authorization includes fees for project management services for FY2018, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. Specific project lump sum and cost plus design appropriations totaling $1,784,690 in design costs and $565,310 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 98 Revised: 7/13/2017 11:35 AM Project Name Estimated Construction Cost Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) $ 95,000,000 Lemay WWTF Redundant Water Service (12721) $ 690,000 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 $853,390,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 51 Amount: $320,000 FY2018, Pg. 52 $500,000 $820,000 Fund Name: #6660 – Sanitary Replacement Fund $320,000.00 #1101 – General Fund $500,000.00 Additional Comments: This appropriation of $820,000 for the Lower & Middle RDP CSO Controls System Improvements (11109) project for cost plus work order tasks to manage the multi-year contract in FY2018 includes $500,000 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 $398,500 for cost plus work order tasks to manage the multi-year contract in FY18, and $101,500 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 FY2018 include the following: Non-Capital Costs Project Management (Work Order 1) $398,500.00 Contingency $101,500.00 Total Non-Capital Cost $500,000.00 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 FY2018 is $2,350,000, which is $25,000 below the budget for FY2018. 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 99 Revised: 7/13/2017 11:35 AM MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement ABNA Engineering, Inc. 8.00% 7.75% ARC * 0.17% Civil Design, Inc. * 1.21% David Mason & Associates, Inc. * 2.53% Engineering Design Source, Inc. * 1.33% IDCS, LLC * 3.51% Kowelman Engineering, Inc. * 4.42% Losli Engineering, LLC * 0.36% M3 Engineering Group, PC * 1.73% TSI Geotechnical, Inc. * 0.42% TOTAL 22.00% 23.43% *There is a commitment for 14.00% MWBE participation between these 9 firms. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 02/09/12 – Ord. No. 13368 – Amount: $2,000,000 – Jacobs Engineering Group Inc. – Original Design Contract No. 10734 08/09/12 – Ord. No. 13458 – Amount: $10,750,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 07/11/13 – Ord. No. 13634 – Amount: $630,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 08/05/14 – Ord. No. 13924 – Amount: $709,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment 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 Pg 100 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14746 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: $410,000.00 Designer’s Estimate: N/A Total MWBE Participation: 11.96% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 8.63% - MWBE Intelligent Design & Construction Solutions, LLC – 3.33% - 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 second 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: FY2018, Pg. 44 Amount: $410,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 101 Revised: 7/13/2017 11:35 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. 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. The appropriation includes $26,500 in contingencies and $8,000 for the USACE Blast Vibration Monitoring report review and coordination. 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 Pg 102 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14747 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 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: $130,000.00 Designer’s Estimate: N/A Total MWBE Participation: 58.10% (MWBE Goal is 20%) Engineering Design Source, Inc. (Asian American) – 58.10% - 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. Lemay WWTF Redundant Water Service (12721) is a lump sum cost project for the design of approximately 850 feet of 8-inch to 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 $690,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 48 Amount: $155,000 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 $25,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $14,460 in contingencies. An appropriation for construction phase services will not be requested until 2019 when construction is funded. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 103 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14748 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: $520,000.00 Designer’s Estimate: N/A Total MWBE Participation: 24.28% (MWBE Goal is 20%) M3 Engineering Group, PC (African American) – 24.28% - 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 fourth 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: FY2018, Pg. 50 Amount: $520,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $49,500 in contingencies. Design services in FY2018 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. Pg 104 Revised: 7/13/2017 11:35 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: 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 Pg 105 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14749 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: $470,000.00 Designer’s Estimate: N/A Total MWBE Participation: 11.53% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 7.06% - MBE Intelligent Design & Construction Solutions, LLC – 4.47% - 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 third 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: FY2018, Pg. 56 Amount: $470,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 106 Revised: 7/13/2017 11:35 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. 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. The appropriation includes $45,350 in contingencies. 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 Pg 107 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14750 NAME OF PROJECT: RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) LOCATION: Deer Creek, Meramec, and River Des Peres Watersheds in Various Municipalities and Unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design (016.0 Professional Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend a design contract. What does action accomplish?: Provides for a multi-year Watershed Consultant contract to implement the design of projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $750,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.98% (36.39% Overall – See Additional Comments) (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 10.97% - MBE Applied Science, Inc. – 1.85% - WBE Civil Design, Inc. – 0.53% - WBE Engineering Design Source, Inc. (Asian American) – 3.03% - MBE Intelligent Design & Construction Services – 0.00% - WBE Kowelman Engineering, Inc. – 7.61% - WBE M3 Engineering Group, PC (African American) – 5.99% - MWBE Trekk Design Group, LLC – 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 (FY2018) authorization includes fees for project management services for FY2018, 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 $7,211,592 in design costs and $1,888,408 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 108 Revised: 7/13/2017 11:35 AM Project Name Estimated Construction Cost Dartmouth Avenue Sewer Separation (12144) $ 1,600,000 Heimos Pump Station (P-503) Elimination (12846) $ 1,110,000 Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) $ 226,000,000 Meramec Bottoms Pump Station (P-489) Interceptor Sewer (10869) $ 1,580,000 RDP Tributaries (Deer Creek) CSO Tunnel (12441) $ 464,000,000 Upper RDP (University City) CSO Storage Tunnel (12440) $ 320,000,000 White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) $ 2,733,000 Total $1,017,023,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 65 Amount: $750,000 Fund Name: #1101 – General Fund Additional Comments: This appropriation of $750,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project includes $750,000 for non-capital costs. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $506,289 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2018; $93,711 in contingencies; and $150,000 for special projects in FY2018. 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 FY2018 include the following: Non-Capital Costs Project Management Tasks $506,289.00 Contingency $ 93,711.00 Special Project $150,000.00 Total Non-Capital Costs $750,000.00 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. Special Projects tasks may include investigation of Green Infrastructure opportunities, public involvement, SSES investigations, project management, and administration. Prior year funding appropriations are available for some special services that may occur in FY2018. The total appropriation for design services for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2018 is $9,100,000 which is $850,000 above the $8,250,000 budget for FY2018. Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. The total project MWBE commitment of 20% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: Pg 109 Revised: 7/13/2017 11:35 AM MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement 7NT Enterprises, LLC 20.00%* 13.71% Applied Science, Inc. 1.23% Engineering Design Source, Inc. 4.06% Intelligent Design & Construction Services 0.32% Kowelman Engineering, Inc. 7.24% M3 Engineering Group, P.C. 7.80% Trekk Design Group, LLC N/A 1.89% Civil Design, Inc. N/A 0.14% TOTAL 20.00% 36.39% *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 Pg 110 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14751 NAME OF PROJECT: Dartmouth Avenue Sewer Separation (12144) LOCATION: North of Delmar Boulevard and East of Pennsylvania Avenue in the City of University City, Missouri TYPE OF PROJECT: Design of Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: 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: $230,000.00 Designer’s Estimate: N/A Total MWBE Participation: 52.54% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 8.57% - MBE Kowelman Engineering, Inc. – 18.59% - WBE M3 Engineering Group, PC (African American) – 25.38% - MWBE Type of Contract: Lump Sum Properties Affected: 55 Properties Benefiting: 70 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Dartmouth Avenue Sewer Separation (12144) 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. Dartmouth Avenue Sewer Separation (12144) is a lump sum cost project for the design of approximately 1,680 feet of 21-inch to 30-inch diameter storm sewers and appurtenances. The purpose of this project is to separate sewers that flow to two (2) combined sewer interceptors (I-188/L-080 and I-404/L-180). The construction cost estimate for this project is $1,600,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 20 Amount: $230,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $16,168 in contingencies, and $$32,560 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 111 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 112 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14752 NAME OF PROJECT: Heimos Pump Station (P-503) Elimination (12846) LOCATION: West of Interstate 55 and Along Meramec Bottom 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: 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: $160,000.00 Designer’s Estimate: N/A Total MWBE Participation: 19.75% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 4.47% - MBE Kowelman Engineering, Inc. – 15.28% - WBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 50 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Heimos Pump Station (P-503) Elimination (12846) 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. Heimos Pump Station (P-503) Elimination (12846) is a lump sum cost project for the design of approximately 2,100 feet of 12-inch sanitary sewers, 2,010 feet of pipe-in-tunnel and appurtenances. The purpose of this project is to eliminate the Heimos Pump Station (P-503). The construction cost estimate for this project is $1,110,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 43 Amount: $160,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $29,434 in contingencies, and $12,000 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 113 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Modeling, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 114 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14753 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: $2,650,000.00 Designer’s Estimate: N/A Total MWBE Participation: 12.76% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 0.72% - MBE Kowelman Engineering, Inc. – 7.78% - WBE M3 Engineering Group, PC (African American) – 4.26% - MWBE 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 is the second year of a two-year design. 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 Sub 7 Master Lift. The construction cost estimate for this project is $226,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 53 Amount: $1,800,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 115 Revised: 7/13/2017 11:35 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 $850,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $124,074 in contingencies, $35,000 for the Forestview Pump Station Elimination design, $50,000 for the Grand Marnier Pump Station Elimination design, $45,000 for SRF funding procurement, and $650,000 for 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 Pg 116 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14754 NAME OF PROJECT: Meramec Bottoms Pump Station (P-489) Interceptor Sewer (10869) LOCATION: West of Interstate 55 and South of Meramec Bottom 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: 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: $310,000.00 Designer’s Estimate: N/A Total MWBE Participation: 40.11% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 11.75% - MBE Kowelman Engineering, Inc. – 28.36% - WBE Type of Contract: Lump Sum Properties Affected: 12 Properties Benefiting: 1,800 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the Meramec Bottoms Pump Station (P-489) Interceptor Sewer (10869) 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. Meramec Bottoms Pump Station (P-489) Interceptor Sewer (10859) is a lump sum cost project for the design of approximately 3,440 feet of 6-inch to 30-inch diameter sanitary sewers and appurtenances. The purpose of this project is to eliminate the Meramec Bottoms Pump Station (P-489). The construction cost estimate for this project is $1,580,000. Construction is anticipated to begin in FY2023. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 59 Amount: $310,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $21,022 in contingencies, and $48,600 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 117 Revised: 7/13/2017 11:35 AM Contracted planning resources utilized: Watershed Facility Planning, Separate Sewer Area Flow Metering & Monitoring, Modeling, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 118 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14755 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: $3,800,000.00 Designer’s Estimate: N/A Total MWBE Participation: 38.28% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 21.27% - MBE Applied Science, Inc. – 3.98% - WBE Engineering Design Source, Inc. (Asian American) – 3.37% - MBE Kowelman Engineering, Inc. – 6.93% - WBE M3 Engineering Group, PC (African American) – 2.73% - MWBE Type of Contract: Lump Sum Properties Affected: 65 Properties Benefiting: Deer Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the RDP Tributaries (Deer Creek) CSO Tunnel (12441) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. This is the second year of a two-year pre-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 20,000 feet of 20-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 $464,000,000. Construction is anticipated to begin in FY2024. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 66 Amount: $3,800,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 119 Revised: 7/13/2017 11:35 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 $407,246 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 Pg 120 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14756 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: $700,000.00 Designer’s Estimate: N/A Total MWBE Participation: 42.46% (No MWBE Goal) Engineering Design Source, Inc. (Asian American) –14.18% - MBE M3 Engineering Group, PC (African American) – 28.28% - 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 planning assistance for 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 $320,000,000. Construction is anticipated to begin in FY2028. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 77 Amount: $700,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 121 Revised: 7/13/2017 11:35 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 $73,729 in contingencies. 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 Pg 122 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Introduction of Proposed Ordinance 14757 NAME OF PROJECT: White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) LOCATION: South of Interstate 64/40 and East of Brentwood Boulevard 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: $500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 43.28% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 3.88% - MBE Civil Design, Inc. – 9.71% - WBE Engineering Design Source, Inc. (Asian American) – 4.47% - MBE Kowelman Engineering, Inc. – 14.44% - WBE M3 Engineering Group, PC (African American) – 10.78% - MWBE Type of Contract: Lump Sum Properties Affected: 122 Properties Benefiting: 110 Designed by: N/A This ordinance authorizes the District to amend Contract #20202 with HDR Engineering, Inc. for the design of the White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) 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. White and Rosalie Storm Sewer Improvements and Sewer Separation (11212) is a lump sum cost project for the design of approximately 1,400 feet of 12-inch to 15-inch diameter sanitary sewers and appurtenances, approximately 1,900 feet of 12-inch to 30-inch diameter storm sewers and appurtenances, the removal of inflow sources at approximately 7 private properties, and performing inflow/infiltration (I/I) inspections on 57 additional properties. The purpose of this project is to reduce inflow/infiltration (I/I) in the Deer Creek watershed, reduce building backups, and relieve overcharged sanitary sewers. This project will provide for the elimination of one (1) combined sewer interceptor (I-430). The construction cost estimate for this project is $2,733,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2018, Pg. 79 Amount: $500,000 Fund Name: #6660 – Sanitary Replacement Fund Pg 123 Revised: 7/13/2017 11:35 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 $58,864 in contingencies, and $41,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Pg 124 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Adoption of Resolution 3361 NAME OF PROJECT: Collection Litigation Services – Gusdorf Law Firm, LLC LOCATION: N/A TYPE OF PROJECT: Professional Services DEPARTMENT REQUESTING ACTION: Finance REQUESTED ACTION: Why is this action necessary?: Authorizes the District to exercise the 1st.of three (3) option years with one of three firms for collection litigation services. What does action accomplish?: This request allows Gusdorf Law Firm LLC to provide the District’s Accounts Receivable Division with support of collection litigation services on delinquent user charge revenue. SUMMARY EXPLANATION/BACKGROUND: Contractor: Gusdorf Law Firm LLC Previous District Contract: Yes 9666 Olive Blvd, Suite 211 St. Louis, MO 63132 Consultant: N/A Agency: N/A Number of bidders: Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: No goals but workforce needed. Plan Approval Date: N/A Type of Contract: Professional Services Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Finance Budget Year: FY17/18 Amount: 16% commission on amount collected Fund Name: General Fund Additional Comments: This resolution will authorize the District to exercise its first (1st) of three (3) option years to renew said contract for an additional one-year term with the Gusdorf Law Firm, LLC for collection litigation services. Gusdorf Law Firm, LLC will provide services on accounts in which owner assets have been identified and in which other means of collection (i.e., liens, 1st and 2nd placement collection agencies, etc.) have been unsuccessful. Firms are paid on a commission basis dependent on the amount of delinquent charges collected. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/04/2016 - Ordinance No. 14352 Pg 125 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Adoption of Resolution 3362 NAME OF PROJECT: Collection Litigation Services – John G. Heimos, P. C. Law Firm LOCATION: N/A TYPE OF PROJECT: Professional Services DEPARTMENT REQUESTING ACTION: Finance REQUESTED ACTION: Why is this action necessary?: Authorizes the District to exercise the 1st.of three (3) option years with one of three firms for collection litigation services. What does action accomplish?: This request allows John G. Heimos PC to provide the District’s Accounts Receivable Division with support of collection litigation services on delinquent user charge revenue. SUMMARY EXPLANATION/BACKGROUND: Contractor: John G. Heimos, PC Law Firm Previous District Contract: Yes 10805 Sunset Office Dr. Suite 300 St. Louis, MO 63127 Consultant: N/A Agency: N/A Number of bidders: Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: No goals but workforce needed. Plan Approval Date: N/A Type of Contract: Professional Services Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Finance Budget Year: FY17/18 Amount: 16% commission on amount collected Fund Name: General Fund Additional Comments: This resolution will authorize the District to exercise its first (1st) of three (3) option years to renew said contract for an additional one-year term with the John G. Heimos, PC for collection litigation services. John G. Heimos, PC will provide services on accounts in which owner assets have been identified and in which other means of collection (i.e., liens, 1st and 2nd placement collection agencies, etc.) have been unsuccessful. Firms are paid on a commission basis dependent on the amount of delinquent charges collected. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/14/2016 - Ordinance No. 14353 Pg 126 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Adoption of Resolution 3363 NAME OF PROJECT: Collection Litigation Services – Kramer & Frank, PC LOCATION: N/A TYPE OF PROJECT: Professional Services DEPARTMENT REQUESTING ACTION: Finance REQUESTED ACTION: Why is this action necessary?: Authorizes the District to exercise the 1st.of three (3) option years with one of three firms for collection litigation services. What does action accomplish?: This request allows Kramer & Frank, PC to provide the District’s Accounts Receivable Division with support of collection litigation services on delinquent user charge revenue. SUMMARY EXPLANATION/BACKGROUND: Contractor: Kramer & Frank, PC Previous District Contract: Yes 9300 Dielman Industrial Drive, Suite 100 St. Louis, MO 63132 Consultant: N/A Agency: N/A Number of bidders: Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: No goals but workforce needed Plan Approval Date: N/A Type of Contract: Professional Services Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Finance Budget Year: FY17/18 Amount: 16% commission on amount collected Fund Name: General Fund Additional Comments: This resolution will authorize the District to exercise its first (1st) of three (3) option years to renew said contract for an additional one-year term with the Kramer & Frank, PC for collection litigation services. Kramer & Frank, PC will provide services on accounts in which owner assets have been identified and in which other means of collection (i.e., liens, 1st and 2nd placement collection agencies, etc.) have been unsuccessful. Firms are paid on a commission basis dependent on the amount of delinquent charges collected. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 04/14/20-16 - Ordinance No. 14354 Pg 127 Revised: 7/13/2017 11:35 AM AGENDA ITEM NUMBER: Adoption of Resolution No. 3364 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 expires June 30, 2017. This action enters into an Investment Advisory service contract with Prudent Man Advisors, Inc. (PMA) for a one-year renewal term with an option for two more one-year renewal terms. 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: 08/13/2015 – Ord. No. 14191 – Authorizes contract between The District and PMA