Loading...
HomeMy Public PortalAbout1579th Board Agenda 7-14-2016 Revised 7/13/2016 1 Revised: 7/14/2016 8:22 AM AGENDA 1579th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT July 14, 2016 3:30 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), AND LABOR NEGOTIATIONS WITH EMPLOYEE GROUPS UNDER §610.021(9), RSMO 1988 SUPP. 3. APPROVAL OF JOURNAL OF PRECEDING MEETING June 9, 2016 (1578th) 4 COMMENTS BY THE CHAIR 5 REPORT OF BOARD COMMITTEES - All 6 REPORT OF EXECUTIVE DIRECTOR 7 COMMENTS FROM THE PUBLIC 8 SUBMISSION OF PUBLIC HEARING REPORTS – None 9 COMMUNICATIONS - None 10 CONSENT AGENDA – 11 through 19 Revised 7/13/2016 2 Revised: 7/14/2016 8:22 AM CONSENT AGENDA ORDINANCES 11 Adoption of Proposed Ord. No. 14399 - Easement Acquisition for Wastewater Projects (2017) (12513) Making an appropriation of Two Million Five Hundred Thousand Dollars ($2,500,000.00) from the Sanitary Replacement Fund to be used for property rights acquisition in Easement Acquisition for Wastewater Projects (2017) (12513) 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 Ord. No. 14400 - Infrastructure Repairs (Wastewater) (2017) (12007) Making an appropriation of One Million Five Hundred Thousand Dollars ($1,500,000.00) from the General Fund and Five Million Five Hundred Thousand Dollars ($5,500,000.00) from the Sanitary Replacement Fund to be used for repair and replacement of manholes, sewers, and other infrastructure in Infrastructure Repairs (Wastewater) (2017) (12007) 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 appropriate funds for small infrastructure repair projects to be bid through Purchasing. 13 Adoption of Proposed Ord. No. 14401 - Midland Sanitary Relief – Public and Private I/I Reduction Part 2 (11663) Appropriating One Hundred Ten Thousand Dollars ($110,000.00) from the Sanitary Replacement Fund to be used for private I/I removal in Midland Sanitary Relief – Public and Private I/I Reduction Part 2 (11663) in the Cities of Overland and Breckenridge Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20427 with Fred M. Luth & Sons, Inc. for the aforesaid private I/I removal. 14 Adoption of Proposed Ord. No. 14402 - North Baden Creek I/I Reduction (BP-532) (Winchester Dr) Part 2 (11693) Appropriating Two Million One Hundred Seventy-Five Thousand Dollars ($2,175,000.00) from the Sanitary Replacement Fund to be used for storm sewer construction and private I/I removal in North Baden Creek I/I Reduction (BP-532) (Winchester Dr) Part 2 (11693) in the Cities of Normandy, Northwoods, and Pasadena Hills, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20428 with L. Keeley Construction Company for the aforesaid private I/I removal. 15 Adoption of Proposed Ord. No. 14403 - Sappington Creek I/I Reduction (Gravois Rd and Sappington Rd) (11990) Appropriating Three Hundred Thousand Dollars ($300,000.00) from the Sanitary Replacement Fund to be used for private I/I removal in Sappington Creek I/I Reduction (Gravois Rd and Sappington Rd) (11990) in the Cities of Sunset Hills and Crestwood, and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20426 with Fred M. Luth & Sons, Inc. for the aforesaid private I/I removal. Revised 7/13/2016 3 Revised: 7/14/2016 8:22 AM 16 Adoption of Proposed Ord. No. 14404 - Easement Acquisition for Stormwater Projects (2017) (12680) Making an appropriation of Four Hundred Thousand Dollars ($400,000.00) from the Districtwide Stormwater Fund to be used for property rights acquisition in Easement Acquisition for Stormwater Projects (2017) (12680) 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. 17 Adoption of Proposed Ord. No. 14405- Jennings Station Road/North Baden Basin (Property Acquisition) (11140) Declaring the necessity for the acquisition of real property with The Metropolitan St. Louis Sewer District for the purpose of purchasing property due to inadequate combined sewers for the project known as Jennings Station Road/North Basin (Property Acquisition) (11140) in the City of Jennings and Flordell Hills, Missouri to serve the needs of residents of the area, and authorizing the acquisition of said real property by purchased or by the institution of condemnation proceedings. 18 Adoption of Proposed Ord. No. 14406 - Caulks Creek Forcemain (River Valley Rd to L-52) (11790) 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 Caulks Creek Forcemain (River Valley Rd to L-52) (11790) in the City of Maryland Heights, 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. 19 Adoption of Proposed Ord. No. 14407 - Employee Benefit Consulting Services Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Gallagher Benefit Services, whereby Gallagher Benefit Services will provide professional benefit services for the District’s employees for the period July 1, 2016 to June 30, 2017. UNFINISHED BUSINESS ORDINANCES None RESOLUTIONS None Revised 7/13/2016 4 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 20 INTRODUCTION AND ADOPTION of Proposed Ord. No. 14411 Compensation Plan 18** AN ORDINANCE, repealing the portion of Section Seven of Ordinance No. 13814 adopted March 12, 2014 that pertains to C Schedule (non-bargaining unit) and B Schedule positions eligible for membership in IUOE No. 513, Machinists No. 9, Bricklayers No. 1 and Electricians No. 1 (BT Schedule) and enacting a new ordinance with an emergency clause in lieu thereof, prescribing a new Compensation Plan for all Classified and Unclassified positions of The Metropolitan St. Louis Sewer District, except the positions of Executive Director, Secretary-Treasurer and Internal Auditor, and pay grade assignment of Unclassified positions and reflecting any changes to all C Schedule positions and BT Schedule positions represented by IUOE No. 513, Machinists No. 9, Bricklayers No. 1 and Electricians No. 1 compensation per the provisions of RSMo Section 105.00 – 105.530. 21 Introduction of Proposed Ordinance 14412 - Chapel Hill I/I Reduction (Mattis Rd and Venarde Dr) (12119) 19 Appropriating Fifty Thousand Dollars ($50,000.00) from the Sanitary Replacement Fund to be used for private I/I removal in Chapel Hill I/I Reduction (Mattis Rd and Venarde Dr) (12119) 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. 20436 with ABNA Engineering, Inc. for the aforesaid private I/I removal. 22 Introduction of Proposed Ordinance 14413 - Lemay Watershed Public I/I Removal – North Hampton Creek (12470) 20 Appropriating Two Million Eight Hundred Thousand Dollars ($2,800,000.00) from the Sanitary Replacement Fund to be used for public I/I removal in Lemay Watershed Public I/I Removal – North Hampton Creek (12470) in the Cities of Clayton, Maplewood, and Richmond Heights, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20416 with SAK Construction LLC for the aforesaid public I/I removal. 23 Introduction of Proposed Ordinance 14414 - Mackenzie I/I Reduction (11653) 21 Appropriating Two Million Dollars ($2,000,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in Mackenzie I/I Reduction (11653) in the City of Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20433 with Fred M. Luth & Sons, Inc., for the aforesaid private I/I removal and storm sewer construction. 24 Introduction of Proposed Ordinance 14415 - Martigney Public I/I Reduction (11930) 22 Appropriating Two Million Four Hundred Seventy Thousand Dollars ($2,470,000.00) from the Sanitary Replacement Fund to be used for public I/I removal in Martigney Public I/I Reduction (11930) 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. 20414 with Insituform Technologies USA, LLC for the aforesaid public I/I removal. Revised 7/13/2016 5 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 25 Introduction of Proposed Ordinance 14416 - Sterling Place Separate Sewer I/I Removal (11667) 23 Appropriating Two Million Seven Hundred Thousand Dollars ($2,700,000.00) from the Sanitary Replacement Fund to be used for private I/I removal and storm sewer construction in Sterling Place Separate Sewer I/I Removal (11667) 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. 20435 with Pavement Solutions, LLC for the aforesaid private I/I removal and storm sewer construction. 26 Introduction of Proposed Ordinance 14417 - University City Public I/I Reduction – East (UR-08 and UR-09) (12437) 24 Appropriating Four Million Three Hundred Thirty Thousand Dollars ($4,330,000.00) from the Sanitary Replacement Fund to be used for public I/I removal in University City Public I/I Reduction – East (UR-08 and UR-09) (12437) in the Cities of Olivette and University City, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20412 with Insituform Technologies USA, LLC for the aforesaid public I/I removal. 27 Introduction of Proposed Ordinance 14418 - University City Branch of River Des Peres – Corps of Engineers Study (10780) 25 Appropriating Six Hundred Fifty Thousand Dollars ($650,000.00) from the Operation, Maintenance and Construction Improvement Fund of University City for University City Branch of River Des Peres - Corps of Engineers Study (10780) 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 enter into an intergovernmental agreement under Contract No. 20450 with the City of University City, Missouri to complete a federal flooding reduction study for the Upper River Des Peres area. 28 Introduction of Proposed Ordinance 14419 - Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI (11842) 26 Making a supplemental appropriation of Three Hundred Sixty-Five Thousand Dollars ($365,000.00) from the Operation, Maintenance and Construction Improvement Fund of Deer Creek to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI (11842) throughout the Deer Creek Watershed; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. Revised 7/13/2016 6 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 29 Introduction of Proposed Ordinance 14420 - Stormwater Infrastructure Repair/Replacement – Districtwide (2017) (12672) 27 Appropriating One Million Dollars ($1,000,000.00) from the Districtwide Stormwater Fund to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repair/Replacement – Districtwide (2017) (12672) 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 appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. 30 Introduction of Proposed Ordinance 14421 - Stormwater Infrastructure Repair/Replacement – Maline Creek OMCI (12458) 28 Making a supplemental appropriation of Seven Hundred Seventy-Five Thousand Dollars ($775,000.00) from the Operation, Maintenance and Construction Improvement Fund of Maline Creek to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repair/Replacement – Maline Creek OMCI (12458) throughout the Maline Creek Watershed; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. 31 Introduction of Proposed Ordinance 14422 - Stormwater Infrastructure Repair/Replacement – Original Boundary (2017) (12676) 29 Appropriating Two Million Five Hundred Thousand Dollars ($2,500,000.00) from the Stormwater Operations and Maintenance Fund to be used for repair and replacement of inlets, manholes, sewers, and other infrastructure in Stormwater Infrastructure Repair/Replacement – Original Boundary (2017) (12676) in various locations throughout the Original District Boundary; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate funds for small infrastructure repair projects to be bid through purchasing for repair and replacement of inlets, manholes, sewers, and other infrastructure. 32 Introduction of Proposed Ordinance 14423 - Austin Place and Lockwood Ave. Storm Sewer (11213) 30 Appropriating One Million Seventy- Five Thousand Dollars ($1,075,000.00) from the Operation, Maintenance and Construction Improvement Fund of Deer Creek to be used for storm sewer construction in Austin Place and Lockwood Ave. Storm Sewer (11213) in the Cities of Glendale and Oakland, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20434 with Unnerstall Contracting Co., Ltd for the aforesaid storm sewer construction. Revised 7/13/2016 7 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 33 Introduction of Proposed Ordinance 14424 - General Services Agreement – Sewer Design (FY2013) Contract A (11779) 31 Making a supplemental appropriation of Ninety Thousand Dollars ($90,000.00) from the Sanitary Replacement Fund to be used for general engineering services in General Services Agreement – Sewer Design (FY2013) Contract A (11779) at various locations throughout the District service area; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Amendment No. 3 under Contract No. 20026 with Tetra Tech, Inc. for the aforesaid engineering services. 34 Introduction of Proposed Ordinance 14425 - Bissell – Coldwater – Missouri – Meramec Sanitary System Improvements (11144) 32 Appropriating Seven Hundred Eighty-Seven Thousand Dollars ($787,000.00) 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. 35 Introduction of Proposed Ordinance 14426 - Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) 35 Appropriating One Hundred Seventy-One Thousand Dollars ($171,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) 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. 36 Introduction of Proposed Ordinance 14427 - Coldwater Upstream Pump Station (P- 180) Storage (12126) 37 Appropriating Two Hundred Thousand Dollars ($200,000.00) from the Sanitary Replacement Fund to be used for design of sanitary storage facilities in Coldwater Upstream Pump Station (P-180) Storage (12126) 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. 37 Introduction of Proposed Ordinance 14428 - Creve Coeur Creek Sanitary Trunk Sewer Relief Phase VI (SKME-021) (11729) 39 Appropriating Seven Hundred Sixty Thousand Dollars ($760,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Creve Coeur Creek Sanitary Trunk Sewer Relief Phase IV (SKME-021) (11729) in the City of Chesterfield, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11011 with Amec Foster Wheeler Environment & Infrastructure, Inc., for the aforesaid design services. Revised 7/13/2016 8 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. 38 Introduction of Proposed Ordinance 14429 - South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) 41 Appropriating Eight Hundred Thousand Dollars ($800,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) 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. 39 Introduction of Proposed Ord. No. 14430 - Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) 43 Appropriating Two Hundred Twenty-Six Thousand Dollars ($226,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) 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. 40 Introduction of Proposed Ord. No. 14431 - Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) 45 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 Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) 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. 41 Introduction of Proposed Ord. No. 14432 - Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) 47 Appropriating Two Hundred Seventy-Six Thousand Dollars ($276,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) 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. 42 Introduction of Proposed Ord. No. 14433 - Lemay Sanitary System Improvements (11145) 49 Appropriating Seven Hundred Ninety Thousand Dollars ($790,000.00) 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 Company, Inc., for the aforesaid design services. Revised 7/13/2016 9 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 43 Introduction of Proposed Ord. No. 14434 - Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) 52 Appropriating Six Hundred Fifty Thousand Dollars ($650,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) 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 Company, Inc., for the aforesaid design services. 44 Introduction of Proposed Ord. No. 14435 - Deer Creek Public I/I Reduction (2018) Contract A (12039) 54 Appropriating Eighty Thousand Dollars ($80,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Deer Creek Public I/I Reduction (2018) Contract A (12039) in the Cities of Brentwood, Frontenac, Huntleigh, 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 Company, Inc., for the aforesaid design services. 45 Introduction of Proposed Ord. No. 14436 - Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (12163) 56 Appropriating One Million Four Hundred Eighty Thousand Dollars ($1,480,000.00) from the Sanitary Replacement Fund to be used for design of sanitary storage facilities in Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (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 Company, Inc., for the aforesaid design services. 46 INTRODUCTION of Proposed Ord. No. 14437- Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) 58 Appropriating Fifty-Eight Thousand Dollars ($58,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Company, Inc., for the aforesaid design services. 47 INTRODUCTION of Proposed Ord. No. 14438 - Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) 60 Appropriating One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) in the Cities of Frontenac, Huntleigh, and 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 Company, Inc., for the aforesaid design services. Revised 7/13/2016 10 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 48 INTRODUCTION of Proposed Ord. No. 14439 - Geyer Sanitary Relief and Windsor Springs P- 521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) 62 Appropriating Five Hundred Seventy-Eight Thousand Dollars ($578,000.00) from the Sanitary Replacement Fund to be used for design of sanitary force main, pump station improvements, and private I/I removal in Geyer Sanitary Relief and Windsor Springs P- 521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) in the Cities of Kirkwood and Sunset Hills, 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 Company, Inc., for the aforesaid design services. 49 INTRODUCTION of Proposed Ord. No. 14440 - Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) 64 Appropriating Four Hundred Forty-Five Thousand Dollars ($445,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary- Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Company, Inc., for the aforesaid design services. 50 INTRODUCTION of Proposed Ord. No. 14441 - Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) 66 Making a supplemental appropriation of Two Million One Hundred Thousand Dollars ($2,100,000.00) from the Sanitary Replacement Fund to be used for design of sanitary storage facilities, sanitary and storm sewers in Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) in the City of 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 Company, Inc., for the aforesaid design services. 51 INTRODUCTION of Proposed Ord. No. 14442 - Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) 68 Appropriating Four Hundred Seventy Thousand Dollars ($470,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) in the Cities of Green Park and 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 Company, Inc., for the aforesaid design services. Revised 7/13/2016 11 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 52 INTRODUCTION of Proposed Ord. No. 14443 - Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) 70 Appropriating Ninety Thousand Dollars ($90,000.00) from the Sanitary Replacement Fund to be used for design of sanitary sewers in Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) 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. 11003 with Burns & McDonnell Engineering Company, Inc., for the aforesaid design services. 53 INTRODUCTION of Proposed Ord. No. 14444 - Hermitage Sanitary Relief (SKME-615) (10863) 72 Appropriating Four Hundred Thousand Dollars ($400,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and sanitary sewers in Hermitage Sanitary Relief (SKME-615) (10863) 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 Company, Inc., for the aforesaid design services. 54 INTRODUCTION of Proposed Ord. No. 14445 - Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) 74 Appropriating One Hundred Fifty-Five Thousand Dollars ($155,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) in the Cities of 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 Company, Inc., for the aforesaid design services. 55 INTRODUCTION of Proposed Ord. No. 14446 - Lemay Public I/I Reduction (2018) Contract A (12051) 76 Appropriating Thirty-One Thousand Dollars ($31,000.00) from the Sanitary Replacement Fund to be used for design of public I/I removal in Lemay Public I/I Reduction (2018) Contract A (12051) in the Cities of Crestwood and Sunset Hills, 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 Company, Inc., for the aforesaid design services. 56 INTRODUCTION of Proposed Ord. No. 14447 - Mackenzie I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) 78 Appropriating Four Hundred Eighty-Five Thousand Dollars ($485,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Mackenzie I/I Reduction (Resurrection Cemetary, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Company, Inc., for the aforesaid design services. Revised 7/13/2016 12 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 57 INTRODUCTION of Proposed Ord. No. 14448 - North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) 80 Appropriating Two Hundred Forty Thousand Dollars ($240,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) in the City of Webster Groves, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11003 with Burns & McDonnell Engineering Company, Inc., for the aforesaid design services. 58 INTRODUCTION of Proposed Ord. No. 14449 - North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) 82 Appropriating Five Hundred Twenty-Five Thousand Dollars ($525,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal and storm sewers in North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) in the Cities of Brentwood, 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 Company, Inc., for the aforesaid design services. 59 INTRODUCTION of Proposed Ord. No. 14450 - Robyn I/I Reduction (S Lindbergh Blvd and Robyn Rd) (12190) 84 Appropriating Thirty-Five Thousand Dollars ($35,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal in Robyn I/I Reduction (S Lindbergh Blvd and Robyn Rd) (12190) in the Cities of Crestwood and Sunset Hills, 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 Company, Inc., for the aforesaid design services. 60 INTRODUCTION of Proposed Ord. No. 14451 - Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) 86 Appropriating One Hundred Eighty Thousand Dollars ($180,000.00) from the Sanitary Replacement Fund to be used for design of private I/I removal, sanitary and storm sewers in Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) in the Cities of Glendale, Kirkwood, Oakland, 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 Company, Inc., for the aforesaid design services. 61 INTRODUCTION of Proposed Ord. No. 14452 - Lower & Middle RDP CSO Controls System Improvements (11109) 88 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. Revised 7/13/2016 13 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. 62 INTRODUCTION of Proposed Ord. No. 14453 - Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) 91 Making a supplemental appropriation of Four Hundred Ten Thousand Dollars ($410,000.00) from the Sanitary Replacement Fund to be used for design of sanitary storage tunnel in Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) in Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 10734 with Jacobs Engineering Group Inc., for the aforesaid design services. 63 INTRODUCTION of Proposed Ord. No. 14454 - LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) 93 Making a supplemental appropriation of Eight Million Fourteen Thousand Dollars ($8,014,000.00) 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. 64 INTRODUCTION of Proposed Ord. No. 14455 - LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Fields (I-019/L-011) and Germania (I-012/L- 014) to Louis (I-007/L-012) (11958) 95 Making a supplemental appropriation of One Hundred Eighty Thousand Dollars ($180,000.00) from the Sanitary Replacement Fund to be used for design of combined sewers in LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Fields (I-019/L-011) and Germania (I-012/L-014) to Louis (I-007/L-012) (11958) 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. 65 INTRODUCTION of Proposed Ord. No. 14456 - LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Pernod (I-056/L-031) to Mardel (I-054/L-030) (11959) 97 Making a supplemental appropriation of Seventy Thousand Dollars ($70,000.00) from the Sanitary Replacement Fund to be used for design of combined sewers in LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Pernod (I-056/L-031) to Mardel (I- 054/L-030) (11959) 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. Revised 7/13/2016 14 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 66 INTRODUCTION of Proposed Ord. No. 14457 - LMRDP Tunnel Dewatering Pump Station (11816) 99 Making a supplemental appropriation of One Million Eight Hundred Ninety Thousand Dollars ($1,890,000.00) from the Sanitary Replacement Fund to be used for design of a pump station in LMRDP Tunnel Dewatering Pump Station (11816) 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. 67 INTRODUCTION of Proposed Ord. No. 14458 - Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr) (11656) 101 Making a supplemental appropriation of Four Hundred Eighty-Five Thousand Dollars ($485,000.00) from the Sanitary Replacement Fund to be used for design of 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. 68 INTRODUCTION of Proposed Ord. No. 14459 - RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) 103 Appropriating Two Hundred Fifty Thousand Dollars ($250,000.00) from the Sanitary Replacement Fund and Six Hundred Fifteen Thousand Dollars ($615,000.00) 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. 69 INTRODUCTION of Proposed Ord. No. 14460 - Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) 106 Appropriating One Hundred Sixty Thousand Dollars ($160,000.00) from the Sanitary Replacement Fund to be used for pre-design in Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) in the Cities of Clayton 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. 20202 with HDR Engineering, Inc., for the aforesaid design services. 70 INTRODUCTION of Proposed Ord. No. 14461 - Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) 108 Appropriating One Hundred Fifty Thousand Dollars ($150,000.00) from the Sanitary Replacement Fund to be used for pre-design in Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) in the Cities of Brentwood, Maplewood, Clayton, 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. 20202 with HDR Engineering, Inc., for the aforesaid design services. Revised 7/13/2016 15 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. 71 INTRODUCTION of Proposed Ord. No. 14462 - Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) 110 Appropriating One Hundred Eighty Thousand Dollars ($180,000.00) from the Sanitary Replacement Fund to be used for pre-design in Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) in the Cities of Brentwood, Maplewood, Clayton, 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. 20202 with HDR Engineering, Inc., for the aforesaid design services. 72 INTRODUCTION of Proposed Ord. No. 14463 - Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) 112 Making a supplemental appropriation of Three Million Seven Hundred Thousand Dollars ($3,700,000.00) from the Sanitary Replacement Fund to be used for design 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. 73 INTRODUCTION of Proposed Ord. No. 14464 - RDP Tributaries (Deer Creek) CSO Tunnel (12441) 114 Making a supplemental appropriation of Five Million Dollars ($5,000,000.00) from the Sanitary Replacement Fund to be used for pre-design in RDP Tributaries (Deer Creek) CSO Tunnel (12441) in various municipalities and Unincorporated St. Louis County, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc., for the aforesaid design services. 74 INTRODUCTION of Proposed Ord. No. 14465 - Upper RDP (University City) CSO Storage Tunnel (12440) 116 Appropriating One Million Five Hundred Thousand Dollars ($1,500,000.00) from the Sanitary Replacement Fund to be used for planning assistance for pre-design in Upper RDP (University City) CSO Storage Tunnel (12440) in the City of University City, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 20202 with HDR Engineering, Inc., for the aforesaid design services. 75 INTRODUCTION of Proposed Ord. No. 14466 - Installation of Learning Management System (LMS) 118 Appropriating One Hundred Twenty-Six Thousand Three Hundred Seventy-Seven and 65/100 Dollars ($126,377.65) from the General Fund to be used for design of Cloud based software installation in Installation of Learning Management System (LMS) throughout the District; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into an agreement with SumTotal Learn Maestro, LLC for the aforesaid software purchase and installation. Revised 7/13/2016 16 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. ORDINANCES 76 INTRODUCTION of Proposed Ord. No. 14467 - Management Audit Services 119 Authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with CGN Global, Inc. for a Management Audit of the District. 77 INTRODUCTION of Proposed Ord. No. 14468 - Lease Agreement for Property Located at 8520 Michigan Avenue, St. Louis, MO 63111 120 Authorizing the Executive Director and Secretary-Treasurer to lease certain real property of The Metropolitan St. Louis Sewer District, lying in the City of St. Louis, Missouri, to Linda Politte and James Edward Kaysing of the City of St. Louis, Missouri, and to execute a Lease Agreement upon the conditions hereinafter set out. 78 INTRODUCTION AND ADOPTION of Proposed Ord. No. 14469 – General Services Agreement – Geotechnical (FY2012) Contract C (10615) 121 Making a supplemental appropriation of Two Hundred Twenty-Five Thousand Dollars ($225,000.00) from the General Fund for general geotechnical services for General Services Agreement - Geotechnical (FY2012) Contract C (10615) 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 enter into Amendment No. 3 of Contract No. 10682 with Hanson Professional Services, Inc. for the aforesaid geotechnical services. 79 INTRODUCTION AND ADOPTION of Proposed Ord. No. 14470 – Riverside and Yarnell Santitary Relief – Forensic Testing (12789) 122 Appropriating Two Hundred Thousand Dollars ($200,000.00) from the General Fund to be used for sanitary sewer construction activities for Riverside and Yarnell Sanitary Relief – Forensic Testing (12789) in the City of Fenton; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to appropriate additional funds for sanitary sewer construction forensic activities to be bid through Purchasing. 80 INTRODUCTION AND ADOPTION of Proposed Ord. No. 14471 – Salary of Executive Director 2016 123 Repealing Ordinance No. 14026 adopted December 11, 2014 and enacting a new ordinance in lieu thereof prescribing the salary of the Executive Director of The Metropolitan St. Louis Sewer District. 81 INTRODUTION AND ADOPTION of Proposed Ord. No. 14472 Compensation Plan 124 Repealing the portion of Section Seven of Ordinance No. 13814 adopted March 12, 2014 that pertains to B Schedule positions eligible for membership in AFSCME No. 410 and UWWA, a division of Service Employees International Union (SEIU) Local No. 1, and enacting a new ordinance with an emergency clause in lieu thereof, prescribing a Compensation Plan for the B Schedule positions eligible for membership in AFSCME No. 410 and UWWA, a division of Service Employees International Union (SEIU) Local No. 1. Revised 7/13/2016 17 Revised: 7/14/2016 8:22 AM New Business Agenda Item No. Name Page No. RESOLUTIONS 82 Adoption of Resolution No. – 3288 expressing the Board of Trustees’ appreciation to William H. Croker for his 30 years of exemplary service to the Metropolitan St. Louis Sewer District from January 13, 1986, to his retirement effective July 1, 2016. 83 Adoption of Resolution No. – 3289 expressing the Board of Trustees’ appreciation to Ronald L. Moore for his 29 years of exemplary service to the Metropolitan St. Louis Sewer District July 7, 1986, to his retirement effective July 1, 2016. 84 Adoption of Resolution No. – 3290 the adoption of Resolution No. 3290 will modify the list of Approved Securities Dealers attached hereto as Exhibit D by adding KGS-Alpha Capital Markets as an Approved Securities Dealer of the District 125 85 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 86 ADJOURNMENT Revised 7/13/2016 18 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 20 Introduction and Adoption of Proposed Ordinance 14411 NAME OF PROJECT: Compensation Plan LOCATION: District-Wide TYPE OF PROJECT: Define compensation grades BT, and C Schedules DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary? To revise compensation grades for C Schedule and BT Schedule positions covered by IUOE No. 513, Machinist No. 9, Bricklayers No. 1 and Electricians No. 1. What does action accomplish? Defines salary ranges SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Consultants: N/A Agency: Number of bidders: N/A Low Bid High Bid: Appropriation Amount: N/A District Estimate: MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: Properties Affected: N/A Properties Benefiting: Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Budget Year: Amount: Fund Name: Additional Comments: This Compensation Plan reflects changes to C Schedule and BT Schedule classified employees only. BT positions are represented by IUOE No. 513, Machinist No. 9, Bricklayers No. 1 and Electricians No. 1 and changes resulted per collective bargaining between the District and representatives of the appropriate exclusive bargaining units PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/12/2014 – Ord. No. 13814 Compensation Plan 06/15/2013 – Ord. No. 13610 Compensation Plan 06/09/2011 – Ord. No. 13262 Compensation Plan Revised 7/13/2016 19 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 21 Proposed Ordinance 14412 NAME OF PROJECT: Chapel Hill I/I Reduction (Mattis Rd and Venarde Dr) (12119) LOCATION: North of Mattis Road and east of Tesson Ferry Road in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Private I/I Removal (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: ABNA Engineering, Inc. Previous District Contract: Yes 4140 Lindell Blvd. St. Louis, MO 63108 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $44,999.00 High Bid: $62,600.00 Appropriation Amount: $50,000.00 Designer’s Estimate: $37,000.00 Total MWBE Participation: 100.00% (No MBE Goal) XL Contracting, Inc. (African American) – 64.45% - MBE ABNA Engineering, Inc. (African American) – 35.55% - MWBE Type of Contract: Lump Sum Properties Affected: 9 Properties Benefiting: 1,150 Designed by: Amec Foster Wheeler Environment & Infrastructure, Inc. The work to be done under Contract #20436 consists of the removal of private inflow sources at 9 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 90 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 95 Amount: $65,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The estimated construction cost was reduced due to properties removed from the project that were determined not to have significant private inflow connection to a sanitary sewer. 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: 08/05/14 – Ord. No. 13889 – Amount: $76,000 – Amec Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment Revised 7/13/2016 20 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 22 Proposed Ordinance 14413 NAME OF PROJECT: Lemay Watershed Public I/I Removal – North Hampton Creek (12470) LOCATION: Various sites in the Cities of Clayton, Maplewood, and Richmond Heights, Missouri TYPE OF PROJECT: Public I/I Removal (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: SAK Construction LLC Previous District Contract: Yes 864 Hoff Road O’Fallon, MO 63366 Consultant: N/A Agency: N/A Number of bidders: 3 Low Bid: $2,667,669.79 High Bid: $2,917,585.35 Appropriation Amount: $2,800,000.00 Designer’s Estimate: $2,749,000.00 Total MWBE Participation: 27.51% (MBE Goal is 10% - WBE Goal is 5%) XL Construction, Inc. (African American) – 17.39% - MBE ABNA Engineering, Inc. – 10.12% - WBE Type of Contract: Unit Cost Properties Affected: 1,222 Properties Benefiting: 1,222 Designed by: Amec Foster Wheeler Environment & Infrastructure, Inc. The work to be done under Contract #20416 consists of the rehabilitation of approximately 25,994 lineal feet of sanitary sewers varying in size from 8-inches to 60-inches in diameter, using cured-in-place pipe (CIPP) methods, 272 manholes, 708 service connections, and 29 point repairs. The purpose of this project is to reduce inflow/infiltration (I/I) in the Deer Creek watershed. There are no constructed SSO’s to be removed/eliminated with this project. This project is scheduled to be completed in 450 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 134 Amount: $2,800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $10,000 for utility relocation (Water - $10,000) is included in the appropriation. This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13896 – Amount: $50,000 – AMEC Foster Wheeler Environment & Infrastructure – Design Contract No. 11011 – Amendment Revised 7/13/2016 21 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 23 Proposed Ordinance 14414 NAME OF PROJECT: Mackenzie I/I Reduction (11653) LOCATION: West of Edgar Road and north of Watson Road in the City of Webster Groves, Missouri TYPE OF PROJECT: Private I/I Removal and Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Fred M. Luth & Sons, Inc. Previous District Contract: Yes 4516 McRee Avenue St. Louis, MO 63110 Consultant: N/A Agency: N/A Number of bidders: 6 Low Bid: $1,673,261.00 High Bid: $2,521,031.00 Appropriation Amount: $2,000,000.00 Designer’s Estimate: $1,930,000.00 Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) Tee and E Trucking, Inc. (African American) – 2.03% - MBE Limbs R Us, LLC (African American) – 1.07% - MBE Big Dog Contracting, LLC (African American) – 0.18% - MBE Brandt Contracting, Inc. (African American) – 8.49% - MBE B & P Construction, Inc. (African American) – 5.26% - MBE Type of Contract: Unit Cost Properties Affected: 200 Properties Benefiting: 1,868 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20433 consists of the construction of approximately 2,700 lineal feet of 8-inch to 18-inch storm sewers and appurtenances, and the removal of inflow sources from 168 private properties. The purpose of this project is to alleviate surcharging sanitary sewers and to provide for the potential elimination of one (1) constructed SSO (BP-557) after construction and post-construction monitoring. This project is scheduled to be completed in 500 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 137 Amount: $2,430,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $240,000 for utility relocation (Gas - $55,000, Electric - $35,000 & Water - $150,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13691 – Amount: $800,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003 – Amendment Revised 7/13/2016 22 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 24 Proposed Ordinance 14415 NAME OF PROJECT: Martigney Public I/I Reduction (11930) LOCATION: Various sites in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Public I/I Removal (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Insituform Technologies USA, LLC Previous District Contract: Yes 17988 Edison Avenue Chesterfield, MO 63005 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $2,348,607.75 High Bid: $2,625,719.00 Appropriation Amount: $2,470,000.00 Designer’s Estimate: $2,520,000.00 Total MWBE Participation: 15.09% (MBE Goal is 10% - WBE Goal is 5%) David Mason & Associates, Inc. (African American) – 2.18% - MBE ABNA Engineering, Inc. (African American) – 7.89% - MBE ABNA Engineering, Inc. – 4.85% - WBE The Kiesel Company – 0.17% - WBE Type of Contract: Unit Cost Properties Affected: 1,100 Properties Benefiting: 3,850 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20414 consists of the rehabilitation of approximately 20,290 lineal feet of sanitary sewers varying in size from 8-inches to 24-inches in diameter using cured-in-place pipe (CIPP) methods, 344 manholes, and 1,095 service connections. The purpose of this project is to reduce inflow/infiltration (I/I) in the Lemay watershed, reduce building backups, and relieve overcharged sanitary sewers. There are no constructed SSO’s to be removed/eliminated with this project. This project is scheduled to be completed in 400 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 140 Amount: $2,550,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/08/13 – Ord. No. 13694 – Amount: $142,000 – Burns & McDonnell Engineering Co., Inc. – Design Contract No. 11003 – Amendment Revised 7/13/2016 23 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 25 Proposed Ordinance 14416 NAME OF PROJECT: Sterling Place Separate Sewer I/I Removal (11667) LOCATION: South of Heege Road and east of Tesson Ferry Road 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: 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: 5 Low Bid: $2,460,211.00 High Bid: $3,096,962.60 Appropriation Amount: $2,700,000.00 Designer’s Estimate: $3,150,000.00 Total MWBE Participation: 17.02% (MBE Goal is 17% - African American) Kendall’s Hauling, LLC (African American) – 8.09% - MBE Phillips Concrete Services, LLC (African American) – 1.63% - MBE Westfall Hauling, Inc. (African American) – 7.30% - MBE Type of Contract: Unit Cost Properties Affected: 320 Properties Benefiting: 1,420 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20435 consists of the construction of approximately 3,670 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 251 private properties. This construction is the first phase of a multi-phase improvement project. The purpose of this project is to reduce inflow/infiltration in the Gravois Creek watershed. This project will provide for the potential elimination of one (1) constructed SSO (BP-404) after construction and post-construction monitoring. This project is scheduled to be completed in 420 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 154 Amount: $3,800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: A portion of this work was moved to a later phase due to agency plan review comments. An additional contingency of $90,000for utility relocation (Gas - $25,000 & Water - $65,000) 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: 08/05/14 – Ord. No. 13911 – Amount: $340,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 Amendment – Supplement Appropriation to Design Project No. 11667 Revised 7/13/2016 24 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 26 Proposed Ordinance 14417 NAME OF PROJECT: University City Public I/I Reduction – East (UR-08 and UR-09) (12437) LOCATION: Various sites in the Cities of Olivette and University City, Missouri TYPE OF PROJECT: Public I/I Removal (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Insituform Technologies USA, LLC Previous District Contract: Yes 17988 Edison Avenue Chesterfield, MO 63005 Consultant: N/A Agency: N/A Number of bidders: 3 Low Bid: $4,122,204.35 High Bid: $4,648,119.65 Appropriation Amount: $4,330,000.00 Designer’s Estimate: $5,300,000.00 Total MWBE Participation: 15.05% (MBE Goal is 10% - WBE Goal is 5%) DFW Infrastructure, Inc. 4.19% - WBE ABNA Engineering, Inc. 0.44% - WBE ABNA Engineering, Inc. (African American) – 5.18% - MBE The Kiesel Company – 0.39% - WBE XL Contracting, Inc. (African American) – 4.85% - MBE Type of Contract: Unit Cost Properties Affected: 1,550 Properties Benefiting: 7,340 Designed by: Burns & McDonnell Engineering Co., Inc. The work to be done under Contract #20412 consists of the rehabilitation of approximately 59,590 lineal feet of sanitary sewers varying in size from 8-inches to 54-inches in diameter using cured-in-place pipe (CIPP) methods, 344 manholes, and 1,315 service connections. The purpose of this project is to reduce inflow/infiltration (I/I) in the Lemay watershed, reduce building backups, and relieve overcharged sanitary sewers. This project is scheduled to be completed in 730 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 159 Amount: $5,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is expected to be funded by a low interest loan from the State of Missouri, under the State Revolving Loan Fund (SRF). Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/05/14 – Ord. No. 13920 – Amount: $80,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment Revised 7/13/2016 25 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 27 Proposed Ordinance 14418 NAME OF PROJECT: University City Branch of River Des Peres – Corps of Engineers Study (10780) LOCATION: Upper River des Peres, from Heman Park to I-170, in the City of University City, Missouri TYPE OF PROJECT: Cost Share with the Corps of Engineers and City of University City (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into an intergovernmental agreement with the City of University City and the United States Army Corps of Engineers. What does action accomplish?: Provides funding to the City of University City and the US Army Corps of Engineers, to complete a federal flooding reduction study for the Upper River des Peres area. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: City of University City and the United States Army Corps of Engineers Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $650,000.00 Designer’s Estimate: N/A Total MWBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into an intergovernmental agreement with the City of University City, Missouri and/or the United States Army Corps of Engineers under Contract #20450. The US Army Corps of Engineers has been working for a number of years on a flooding reduction study for the Upper River des Peres area, with the City of University City serving as the local sponsor for this study. Originally, the Corps envisioned major channelization of the river in this area, but changing standards have required a re-scoping of the project to focus on buyouts of flood prone properties. Federal budget restrictions have prevented the Corps from completing this study. This agreement provides contribution up to $650,000, to enable further work by the US Army Corps of Engineers to complete the flooding reduction study for the Upper River des Peres. Completion of the study is a required first step to enable the possibility of a future Corps of Engineers project for flooding reduction in this area. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 208 Amount: $650,000 Fund Name: #5584 – University City OMCI Fund Additional Comments: None. Contracted planning resources utilized: N/A Revised 7/13/2016 26 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 28 Proposed Ordinance 14419 NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI (11842) LOCATION: Various locations throughout the Deer Creek Watershed TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates supplemental funds for small infrastructure repair projects to be bid through Purchasing. What does action accomplish?: Implements a CIP project SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $365,000.00 Designer’s Estimate: N/A Total MWBE Participation: As appropriate for individual projects Type of Contract: N/A Properties Affected: N/A Properties Benefiting: Entire Deer Creek OMCI Taxing Subdistrict 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 Deer Creek watershed. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 227 Amount: $365,000 Fund Name: #5566 – Deer Creek OMCI 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. This ordinance appropriates an additional $365,000 and brings the total appropriation to $1,390,000. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/09/12 – Ord. No. 13442 – Amount: $300,000 – Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI – Original Appropriation 08/08/13 – Ord. No. 13649 – Amount: $725,000 – Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI – Supplemental Appropriation Revised 7/13/2016 27 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 29 Proposed Ordinance 14420 NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Districtwide (2017) (12672) 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: $1,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: As appropriate for individual projects Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: District staff The work to be done consists of the repair/replacement and construction of stormwater inlets, manholes, sewers, and other infrastructure as identified by the Operations and Engineering departments at various locations throughout the District. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 228 Amount: $1,000,000 Fund Name: #5120 – Districtwide Stormwater Fund Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 28 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 30 Proposed Ordinance 14421 NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Maline Creek OMCI (12458) LOCATION: Various locations throughout the Maline Creek Watershed TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates supplemental funds for small infrastructure repair projects to be bid through Purchasing. What does action accomplish?: Implements a CIP project SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $775,000.00 Designer’s Estimate: N/A Total MWBE Participation: As appropriate for individual projects Type of Contract: N/A Properties Affected: N/A Properties Benefiting: Entire Maline Creek OMCI Taxing Subdistrict 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 Maline Creek watershed. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 229 Amount: $775,000 Fund Name: #5576 – Maline Creek OMCI 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. This ordinance appropriates an additional $775,000 and brings the total appropriation to $1,675,000. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 09/11/14 – Ord. No. 13947 – Amount: $350,000 – Stormwater Infrastructure Repair/Replacement – Maline Creek OMCI – Original Appropriation 09/10/15 – Ord. No. 14210 – Amount: $550,000 – Stormwater Infrastructure Repair/Replacement – Maline Creek OMCI – Supplemental Appropriation Revised 7/13/2016 29 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 31 Proposed Ordinance 14422 NAME OF PROJECT: Stormwater Infrastructure Repair/Replacement – Original Boundary (2017) (12676) LOCATION: Various locations throughout the Original District Boundary TYPE OF PROJECT: Repair and Replacement of Inlets, Manholes, Sewers, and Other Infrastructure (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for small infrastructure repair projects to be bid through Purchasing. What does action accomplish?: Implements a CIP project SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $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: Entire Deer Creek OMCI Taxing Subdistrict 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: FY2017, Pg. 230 Amount: $2,500,000 Fund Name: #5130 – Stormwater Operations and Maintenance Fund Additional Comments: This appropriation is to continue implementation of the small repair program. As projects are identified, contractors will be hired by the rules of the Purchasing Ordinance. Staff will regularly notify the Board of Trustees of the status of the appropriation. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 30 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 32 Proposed Ordinance 14423 NAME OF PROJECT: Austin Place and Lockwood Ave. Storm Sewer (11213) LOCATION: North of Interstate 44 and east of Kirkwood Road in the Cities of Glendale and Oakland, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Unnerstall Contracting Co., Ltd Previous District Contract: Yes 2803 West Osage Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 8 Low Bid: $941,991.00* High Bid: $1,499,129.40 Appropriation Amount: $1,075,000.00 Designer’s Estimate: $958,000.00 Total MWBE Participation: 17.03% (MBE Goal is 17% - African American) XL Contracting, Inc. (African American) – 5.52% - MBE B & P Construction, Inc. (African American) – 8.35% - MBE Home Turf Landscaping, Inc. (African American) – 3.16% - MBE Type of Contract: Unit Cost Properties Affected: 8 Properties Benefiting: 105 Designed by: Oates Associates, Inc. The work to be done under Contract #20434 consists of the construction of approximately 2,702 lineal feet of storm sewers varying in size from 12-inches to 48-inches in diameter and appurtenances. The purpose of this project is to alleviate structure, street and yard flooding. This project is scheduled to be completed in 210 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Continued Amount: $1,000,000 Fund Name: #5566 – Deer Creek OMCI Fund Additional Comments: An additional contingency of $76,000 for utility relocation (Water - $61,000 & Other - $15,000) is included in the appropriation. This project was one of six design projects included in the OMCI Stormwater Design (Contract B) (11147). Contracted planning resources utilized: Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/10/13 – Ord. No. 13554 – Amount: $449,000 – Oates Associates, Inc. – OMCI Stormwater Design (Contract B) (11147) – Design Contract No. 20005 *The low bid by Pavement Solutions, LLC was found to be non-responsive due to failure to meet the District’s MWBE Requirements. Staff recommends accepting the bid of Unnerstall Contracting Co., Ltd for $941,991.00 Revised 7/13/2016 31 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 33 Proposed Ordinance 14424 NAME OF PROJECT: General Services Agreement – Sewer Design (FY2013) Contract A (11779) LOCATION: Various locations within the District TYPE OF PROJECT: General Engineering 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?: Design of small capital improvements and Operations projects. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Tetra Tech, Inc. 938 South Highway Drive Fenton, MO 63026 Corporate Headquarters – Pasadena, California Number of proposers: N/A Appropriation Amount: $90,000.00 Designer’s Estimate: N/A Total MWBE Participation: 40.00% (MWBE Goal is 30%) EFK Moen, LLC – 5.0% - WBE Pangea Engineering & Surveying, LLC (Hispanic) – 10.0% - MBE Taliaferro & Browne, Inc. (African American) – 5.0% - MBE Arcturis, Inc. – 20.0% - WBE 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. 3 to Contract #20026 with Tetra Tech, Inc. for the design of various projects. This project consists of the design of small sanitary and combined sewer projects as needed throughout the District in support of an ongoing internal design effort. This contract amendment for $90,000 brings the total contract amount to $270,000. This will be the second and final option year renewal provided for in the original contract. Projects will be issued by letter agreement per individual scopes of services. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 28 Amount: $90,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: None Contracted planning resources utilized: None PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 06/12/14 – Ord. No. 13839 – Amount: $90,000 – Tetra Tech, Inc. – Design Contract No. 20026 – Amendment No. 2 Revised 7/13/2016 32 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 34 Proposed Ordinance 14425 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: $787,000.00 Designer’s Estimate: N/A Total MWBE Participation: 33.42% (31.88% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 1.10% - MBE Access Engineering, LLC – 0.63% - WBE Civil Design, Inc. – 3.11% - WBE David Mason & Associates, Inc. (African American) – 1.42% - MBE EFK Moen, LLC – 7.89% - WBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE Gonzalez Companies, LLC (Hispanic) – 0.97% - MBE Kaskaskia Engineering Group, LLC – 6.90% - WBE Kowelman Engineering, Inc. – 5.79% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 4.06% - MBE Shockey Consulting Services, LLC – 1.55% - WBE TSI Geotechnical, Inc. (African American) – 0.00% - MBE 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 (FY2017) authorization includes fees for project management services for FY2017, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, public involvement, planning support, and special services. Revised 7/13/2016 33 Revised: 7/14/2016 8:22 AM Specific project lump sum design appropriations totaling $2,070,792 in design costs and $622,208 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 Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) $ 215,500 Coldwater Upstream Pump Station (P-180) Storage (12126) $ 1,420,000 Creve Coeur Creek Sanitary Trunk Sewer Relief Phase VI (SKME-021) (11729) $ 7,605,000 South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) $ 5,205,000 Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) $ 442,000 Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) $ 221,000 Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) $ 1,600,000 Total $16,708,500 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 3 Amount: $788,000 Fund Name: #1101 – General Fund Additional Comments: This appropriation for the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project is for non-capital costs. The appropriation for design services is $1,000 below the proposed funding presented in the CIP Budget Supplement. The non-capital costs include $676,295.44 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2017; $70,704.56 in contingencies; and $40,000 for additional public involvement efforts for Project Clear in FY2017. 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 2016 through approximately September 2017 include the following: Non-Capital Costs Project Management Tasks $676,295.44 Additional Public Involvement Efforts $ 40,000.00 Contingency $ 70,704.56 Total Non-Capital Costs $787,000.00 Project Management Tasks include startup, reporting and tracking, scheduling, budgeting, invoicing, establishing procedures for reporting, quality control, communications, document delivery procedures, administrating project meetings, preparing agenda and meeting minutes, watershed training and workshops, and documentation. This work also includes project scoping, recommendations for project sequencing and funding, public participation, developing and maintaining a shared project website, managing sub-consultants and other various project management tasks. Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations. Prior year funding appropriations are available for some special services that may occur in FY17. 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. Prior year funding appropriations are available for some special services that may occur in FY17. 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 FY2017 is $3,480,000, which is $14,000 below the $3,494,000 Bissell–Coldwater–Missouri–Meramec budget for FY2017. Revised 7/13/2016 34 Revised: 7/14/2016 8:22 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 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% 2.36% Access Engineering, LLC 2.00% 2.22% Civil Design, Inc. 5.00% 5.72% Engineering Design Source, Inc. N/A 0.26% Gonzalez Companies, LLC 5.00% 4.28% Kaskaskia Engineering Group, LLC 3.00% 2.26% Losli Engineering, LLC N/A 0.56% M3 Engineering Group, PC 4.00% 2.83% Shockey Consulting Services, LLC N/A 0.35% TSI Geotechnical, Inc. N/A 0.16% *David Mason & Associates, Inc. 12.00% 3.55% *EFK Moen, LLC 3.92% *Kowelman Engineering, Inc. 3.41% TOTAL 35.00% 31.88% *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 Revised 7/13/2016 35 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 35 Proposed Ordinance 14426 NAME OF PROJECT: Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) LOCATION: South of Dougherty Ferry Road and east of I-270 in the City of Kirkwood, 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: $171,000.00 Designer’s Estimate: N/A Total MWBE Participation: 37.83% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 16.00% - MBE Civil Design, Inc. – 9.33% - WBE David Mason & Associates, Inc. (African American) – 8.81% - MBE M3 Engineering Group, PC (African American) – 3.69% - MBE 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 Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Adams I/I Reduction (Southeast of I-270 and Dougherty Ferry Rd) (12073) is a lump sum cost project for the design of approximately 355 feet of 8-inch diameter sanitary sewers and appurtenances, and performing private I/I reduction on approximately 82 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 $215,500. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 1 Amount: $180,000 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 $5,000 for dye testing, $13,824 in contingencies, and $10,000 for construction phase services. These services include construction field surveys, review of Revised 7/13/2016 36 Revised: 7/14/2016 8:22 AM 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 Revised 7/13/2016 37 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 36 Proposed Ordinance 14427 NAME OF PROJECT: Coldwater Upstream Pump Station (P-180) Storage (12126) LOCATION: South of Highway 67 and east of Lewis & Clark Boulevard in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Storage Facilities (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: $200,000.00 Designer’s Estimate: N/A Total MWBE Participation: 4.92% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 4.92% - MBE Type of Contract: Lump Sum Properties Affected: 2 Properties Benefiting: 2,500 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 Coldwater Upstream Pump Station (P-180) Storage (12126) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Coldwater Upstream Pump Station (P-180) Storage (12126) is a lump sum cost project for the design of approximately 500 feet of 96-inch diameter storage pipe, 120 feet of 18-inch diameter connector sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers, and to provide 24 hour storage backup in the event of pump station failure, in accordance with regulations and the Consent Decree. The construction cost estimate for this project is $1,420,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 9 Amount: $200,000 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 a contingency of $20,000 for evaluating and coordinating FUSRAP issues with the Corps of Engineers, $2,500 for geotechnical access, $7,500 for modeling if necessary, $13,569 in contingencies, 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. Revised 7/13/2016 38 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 39 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 37 Proposed Ordinance 14428 NAME OF PROJECT: Creve Coeur Creek Sanitary Trunk Sewer Relief Phase VI (SKME-021) (11729) LOCATION: North of Clayton Road and west of Schoettler Road in the City of Chesterfield, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: 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: $760,000.00 Designer’s Estimate: N/A Total MWBE Participation: 34.51% (MWBE Goal is 20%) EFK Moen, LLC – 20.95% - WBE Kaskaskia Engineering Group, LLC – 9.37% - WBE M3 Engineering Group, PC (African American) – 4.19% - MBE Type of Contract: Lump Sum Properties Affected: 27 Properties Benefiting: 3,818 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 Creve Coeur Creek Sanitary Trunk Sewer Relief Phase VI (SKME-021) (11729) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Creve Coeur Creek Sanitary Trunk Sewer Relief Phase VI (SKME-021) (11729) is a lump sum cost project for the design of approximately 7,750 feet of 15-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 two (2) constructed SSO’s (BP-036 & BP-037). The construction cost estimate for this project is $7,605,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 14 Amount: $760,000 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 $43,458 in contingencies and $152,000 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. Revised 7/13/2016 40 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 41 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 38 Proposed Ordinance 14429 NAME OF PROJECT: South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) LOCATION: South of Cripple Creek Drive and west of Christopher 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: 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: $800,000.00 Designer’s Estimate: N/A Total MWBE Participation: 35.72% (MWBE Goal is 20%) Kaskaskia Engineering Group, LLC – 11.04% - WBE Kowelman Engineering, Inc. – 20.17% - WBE M3 Engineering Group, PC (African American) – 4.51% - MBE Type of Contract: Lump Sum Properties Affected: 44 Properties Benefiting: 3,000 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 South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. South County Sanitary Relief (P-419 to Cripple Creek Dr) (12205) is a lump sum cost project for the design of approximately 8,900 feet of 12-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. The construction cost estimate for this project is $5,205,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 73 Amount: $800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $8,000 for geotechnical access, $45,284 in contingencies, and $152,000 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. Revised 7/13/2016 42 Revised: 7/14/2016 8:22 AM 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 Revised 7/13/2016 43 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 39 Proposed Ordinance 14430 NAME OF PROJECT: Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) LOCATION: North of Big Bend Road and west of Kirkwood Road in the City of Kirkwood, 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: $226,000.00 Designer’s Estimate: N/A Total MWBE Participation: 29.53% (MWBE Goal is 20%) Access Engineering, LLC – 6.59% - WBE Civil Design, Inc. – 10.80% - WBE David Mason & Associates, Inc. (African American) – 5.14% - MBE M3 Engineering Group, PC (African American) – 7.00% - MBE Type of Contract: Lump Sum Properties Affected: 350 Properties Benefiting: 1,550 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 Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Sugar Creek I/I Reduction (W Adams Ave and Couch Ave) (12223) is a lump sum cost project for the design of approximately 275 feet of 12-inch diameter storm sewers and appurtenances, and performing private I/I reduction on approximately 102 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 $442,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 76 Amount: $230,000 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 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $5,000 for dye testing, $14,930 in contingencies, and $7,000 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. Revised 7/13/2016 44 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 45 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 40 Proposed Ordinance 14431 NAME OF PROJECT: Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) LOCATION: South of Mattis Road and west of Lemay Ferry Road 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: $260,000.00 Designer’s Estimate: N/A Total MWBE Participation: 23.02% (MWBE Goal is 20%) Civil Design, Inc. – 13.74% - WBE Gonzalez Companies, LLC (Hispanic) – 9.28% - MBE Type of Contract: Lump Sum Properties Affected: 306 Properties Benefiting: 2,115 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 Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Towne South and Brunston I/I Reduction (Ambs Rd and Towne Centre Dr) (12235) is a lump sum cost project for performing private I/I reduction on approximately 146 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 $221,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 77 Amount: $260,000 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 for design services includes $18,876 in contingencies and $25,000 for dye testing of potential private inflow sources. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 46 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 47 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 41 Proposed Ordinance 14432 NAME OF PROJECT: Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) LOCATION: South of Interstate 64 and east of State Highway 21 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: $276,000.00 Designer’s Estimate: N/A Total MWBE Participation: 38.49% (MWBE Goal is 20%) EFK Moen, LLC – 20.68% - WBE Kaskaskia Engineering Group, LLC – 11.17% - WBE M3 Engineering Group, PC (African American) – 6.64% - MBE Type of Contract: Lump Sum Properties Affected: 4 Properties Benefiting: 25 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 Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Woods Mill Sanitary Relief (I-64 to Brook Mill Ln) (12296) is a lump sum cost project for the design of approximately 2,790 feet of 12-inch to 15-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $1,600,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 81 Amount: $276,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $2,000 for geotechnical access, $13,267 in contingencies, and $43,000 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. Revised 7/13/2016 48 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 49 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 42 Proposed Ordinance 14433 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $790,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.28% (32.44% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 3.31% - MBE Civil Design, Inc. – 5.35% - WBE David Mason & Associates, Inc. (African American) – 12.68% - MBE Engineering Design Source, Inc. (Asian American) – 0.00% - MBE ERM Technologies, Inc. (African American) – 4.91% - MBE Gonzalez Companies, LLC (Hispanic) – 2.74% - MBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 2.38% - MBE Pangea Engineering and Surveying, LLC (Hispanic) – 2.90% - MBE PMA Engineering – 0.00% - WBE Sabur Surveying, Inc. (African American) – 0.00% - MBE TREKK Design Group – 1.08% - WBE TSI Geotechnical, Inc. (African American) – 2.71% - MBE The Vandiver Group – 1.22% - 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 (FY2017) authorization includes fees for project management services for FY2017, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. Revised 7/13/2016 50 Revised: 7/14/2016 8:22 AM Specific project lump sum design appropriations totaling $6,952,280.00 in design costs and $1,199,720.00 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 Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) $ 2,170,000 Deer Creek Public I/I Reduction (2018) Contract A (12039) $ 6,500,000 Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (12163) $ 9,854,000 Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) $ 237,000 Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) $ 190,000 Geyer Sanitary Relief and Windsor Springs P-521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) $ 2,680,000 Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) $ 3,720,000 Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) $28,000,000 Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) $ 231,000 Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) $ 250,000 Hermitage Sanitary Relief (SKME-615) (10863) $ 2,065,000 Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) $ 198,000 Lemay Public I/I Reduction (2018) Contract A (12051) $ 1,470,000 Mackenzie I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) $ 441,000 North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) $ 333,000 North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) $ 691,000 Robyn I/I Reduction (S Lindbergh Blvd and Robyn Rd) (12190) $ 78,000 Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) $ 220,000 Total $59,328,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 48 Amount: $790,000 Fund Name: #1101 – General Fund Additional Comments: This appropriation of $790,000 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 FY2017 includes $790,000 for non- capital costs. The non-capital costs include $783,246 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2017 and $6,754 in contingency. 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 2016 through approximately September 2017 include the following: Non-Capital Costs Project Management Tasks $783,246.00 Contingency $ 6,754.00 Total Non-Capital Costs $790,000.00 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 FY2017 include modeling activities associated with the overall operation of the Lemay watershed facilities with Project Clear enhancements. These Revised 7/13/2016 51 Revised: 7/14/2016 8:22 AM 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 FY2017 is $8,942,000 which is $955,000 below the $9,897,000 budget for FY2017. 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% 2.48% Civil Design, Inc. 3.40% 5.75% David Mason & Associates, Inc. 7.50% 8.27% Engineering Design Source, Inc. *0.50% 0.70% ERM Technologies, Inc. *0.70% 1.35% Gonzalez Companies, LLC 3.00% 3.19% Losli Engineering, LLC *0.00% 1.71% M3 Engineering Group, P.C. 1.50% 1.42% Pangea Engineering & Surveying 2.00% 1.80% PMA Engineering *0.00% 0.51% Sabur Surveying, Inc. *0.00% 0.00% TREKK Design Group 2.20% 3.49% TSI Geotechnical, Inc. 1.80% 1.16% The Vandiver Group 0.50% 0.61% Uncommitted 2.90% TOTAL 29.00% 32.44% *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 Revised 7/13/2016 52 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 43 Proposed Ordinance 14434 NAME OF PROJECT: Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) LOCATION: South of Ladue Road and East of Upper Ladue Road in the City of Ladue, 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 Woods Mill Road So., 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: 43.53% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 4.91% - MBE Civil Design, Inc. – 1.63% - WBE Pangea Engineering & Surveying LLC (Hispanic) – 21.59% - MBE TREKK Design Group, LLC – 5.99% - WBE TSI Geotechnical, Inc. (African American) – 8.86% - MBE The Vandiver Group – 0.55% - WBE Type of Contract: Lump Sum Properties Affected: 67 Properties Benefiting: 413 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Cella – Rolling Rock – Glen Creek Sanitary Sewer and Public I/I Reduction (11917) is a lump sum cost project for the design of approximately 9,200 feet of 8-inch diameter sanitary sewers to replace a deficient 6-inch sanitary sewer. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $2,170,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 5 Amount: $650,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 53 Revised: 7/14/2016 8:22 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 $6,365 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. 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 Revised 7/13/2016 54 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 44 Proposed Ordinance 14435 NAME OF PROJECT: Deer Creek Public I/I Reduction (2018) Contract A (12039) LOCATION: Various locations in the Cities of Brentwood, Frontenac, Huntleigh, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $80,000.00 Designer’s Estimate: N/A Total MWBE Participation: 85.05% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 85.05% - 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 (2018) Contract A (12039) 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 (2018) Contract A (12039) is a lump sum cost project for the design of rehabilitating approximately 78,330 feet of sanitary sewers using cured-in-place pipe (CIPP) methods, rehabilitating 552 manholes, and 1,356 sewer connections. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $6,500,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 16 Amount: $80,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Lemay Sanitary System Improvements (11145) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. This project includes the rehabilitation of sewers that were identified as needing rehabilitation in the preliminary studies for Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (12186), Lay Road – Galleria I/I Reduction (12327), North Forest and Brookside I/I Reduction (12362), and North Webster, Pocahontas, South Brentwood I/I Reduction (12363). The appropriation includes $8,356 in contingencies. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 55 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 56 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 45 Proposed Ordinance 14436 NAME OF PROJECT: Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (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 Storage Facilities (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $1,480,000.00 Designer’s Estimate: N/A Total MWBE Participation: 19.12% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 8.00% - MBE M3 Engineering Group, PC (African American) – 6.68% - MBE Pangea Engineering & Surveying LLC (Hispanic) – 1.09% - MBE TSI Geotechnical, Inc. (African American) – 1.75% - MBE The Vandiver Group – 1.60% - WBE Type of Contract: Lump Sum Properties Affected: 35 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 Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (12163) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Engelholm and Park Sanitary Relief (Spencer Pl to Leadale Dr) (12163) is a lump sum cost project for the design of an above ground storage facility and wet weather pump station and appurtenances. Trunk sewer and appurtenances will be designed under Part 2 in FY2018 and construction phase services will be appropriated under Part 3 in FY2022. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $9,854,000. Construction is anticipated to begin in FY2022. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 18 Amount: $1,480,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 57 Revised: 7/14/2016 8:22 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 $47,250 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 Revised 7/13/2016 58 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 46 Proposed Ordinance 14437 NAME OF PROJECT: Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) LOCATION: South of Interstate 255 and east of Lemay Ferry Road in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Number of proposers: N/A Appropriation Amount: $58,000.00 Designer’s Estimate: N/A Total MWBE Participation: 40.30% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 24.70% - MBE TSI Geotechnical, Inc. (African American) – 15.60% - MBE Type of Contract: Lump Sum Properties Affected: 4 Properties Benefiting: 50 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the design of the Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Forder Sanitary Interconnection (Forder Rd to Ringer Rd) (12180) is a lump sum cost project for the design of approximately 100 feet of 10-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate overcharged sewer mains. The construction cost estimate for this project is $237,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 21 Amount: $58,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: This project is being designed as part of the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $4,888 in contingencies 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. Revised 7/13/2016 59 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 60 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 47 Proposed Ordinance 14438 NAME OF PROJECT: Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) LOCATION: South of Interstate 64 and west of Rolling Rock Lane in the Cities of Frontenac, Huntleigh, and 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $150,000.00 Designer’s Estimate: N/A Total MWBE Participation: 65.70% (MWBE Goal is 20%) Civil Design, Inc. – 24.65% - WBE Gonzalez Companies, LLC (Hispanic) – 5.99% - MBE TREKK Design Group – 35.06% - WBE Type of Contract: Lump Sum Properties Affected: 102 Properties Benefiting: 272 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Frontenac, Winding Ridge, Deer Creek Hill I/I Reduction (S Quad I-64 and Clayton Rd) (12186) is a lump sum cost project for the design of performing private I/I reduction on approximately 30 properties and performing I/I inspections on 242 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 $190,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 22 Amount: $150,000 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 $7,219 in contingencies and $5,000 for private I/I enforcement. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 61 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 62 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 48 Proposed Ordinance 14439 NAME OF PROJECT: Geyer Sanitary Relief and Windsor Springs P-521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) LOCATION: South of Big Bend Boulevard and west of South Kirkwood Road in the Cities of Kirkwood and Sunset Hills, Missouri TYPE OF PROJECT: Design of Sanitary Force Main, Pump Station Improvements, and Private I/I Removal (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $578,000.00 Designer’s Estimate: N/A Total MWBE Participation: 36.23% (MWBE Goal is 20%) Civil Design, Inc. – 2.17% - WBE David Mason & Associates, Inc. (African American) – 19.13% - MBE M3 Engineering Group, PC (African American) – 8.44% - MBE TSI Geotechnical, Inc. (African American) – 5.87% - MBE The Vandiver Group – 0.62% - WBE Type of Contract: Lump Sum Properties Affected: 21 Properties Benefiting: 262 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Geyer Sanitary Relief and Windsor Springs P-521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Geyer Sanitary Relief and Windsor Springs P-521 Storage (Big Bend Blvd to Windsor Springs Dr) (12175) is a lump sum cost project for the design of approximately 6,020 feet of 6-inch diameter sanitary force main and appurtenances, upgrades to the Windsor Springs pump station, and performing private I/I reduction on approximately 11 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 $2,680,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 35 Amount: $578,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 63 Revised: 7/14/2016 8:22 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 $1,147 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. 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 Revised 7/13/2016 64 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 49 Proposed Ordinance 14440 NAME OF PROJECT: Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) LOCATION: South of Reavis Barracks Road and east of Interstate 55 in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Number of proposers: N/A Appropriation Amount: $445,000.00 Designer’s Estimate: N/A Total MWBE Participation: 24.89% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 11.32% - MBE M3 Engineering Group, PC (African American) – 5.29% - MBE TSI Geotechnical, Inc. (African American) – 8.28% - MBE Type of Contract: Lump Sum Properties Affected: 4 Properties Benefiting: The entire Gravois Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the design of the Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) project as part of the Watershed Consultant services for all projects included in the Bissell–Coldwater–Missouri–Meramec Sanitary System Improvements (11144) project. Gravois Trunk (Whitecliff to RDP) Sanitary Relocation Phase VI (Buckley Rd to Union Rd) (11766) is a lump sum cost project for the design of approximately 2,775 feet of 8-inch and 54-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 $3,720,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 38 Amount: $445,000 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 $29,111 in contingencies and $54,000 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. Revised 7/13/2016 65 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 66 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 50 Proposed Ordinance 14441 NAME OF PROJECT: Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) LOCATION: South of Pardee Road and east of Watson Road in the City of Crestwood, Missouri TYPE OF PROJECT: Design of Sanitary Storage Facilities, Sanitary and Storm Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $2,100,000.00 Designer’s Estimate: N/A Total MWBE Participation: 14.42% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 10.23% - MBE M3 Engineering Group, PC (African American) – 0.68% - MBE TSI Geotechnical, Inc. (African American) – 1.49% - MBE The Vandiver Group – 2.02% - WBE Type of Contract: Lump Sum Properties Affected: 5 Properties Benefiting: 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 Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Gravois Trunk Sanitary Storage Facility (Pardee Ln and Pardee Rd) (12569) is a lump sum cost project for the design of a sanitary storage facility and appurtenances, approximately 676 feet of 30-inch to 54-inch diameter sanitary sewers and 762 feet of 30-inch diameter force main and appurtenances. This project will remove sanitary flow from a surcharged sanitary sewer system to assist in the eventual removal of two (2) constructed SSO’s (BP-588 & BP-599). The construction cost estimate for this project is $28,000,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 39 Amount: $2,800,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 67 Revised: 7/14/2016 8:22 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 $700,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $89,239 in contingencies and $500,000 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: 08/08/13 – Ord. No. 13687 – Amount: $1,810,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment – Original Appropriation to Project No. 11766. 08/04/15 – Ord. No. 14164 – Amount: $1,148,000 – Burns & McDonnell Engineering Co. – Design Contract No. 11003 – Amendment – Pre-Design to Project No. 12569 Revised 7/13/2016 68 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 51 Proposed Ordinance 14442 NAME OF PROJECT: Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) LOCATION: North of Lindbergh Boulevard and west of Interstate 55 in the Cities of Green Park and Lakeshire, and 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $470,000.00 Designer’s Estimate: N/A Total MWBE Participation: 77.09% (MWBE Goal is 20%) Civil Design, Inc. – 10.93% - WBE David Mason & Associates, Inc. (African American) – 66.16% - MBE Type of Contract: Lump Sum Properties Affected: 47 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 I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Green Park and Lakeshire I/I Reduction (Tesson Ferry Rd and Green Park Rd) (12372) is a lump sum cost project for the design of performing private I/I reduction on approximately 47 properties and performing I/I inspections on 1,975 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 $231,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 40 Amount: $500,000 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 $30,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $32,035 in contingencies and $13,000 for dye testing to determine private defects. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 69 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 70 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 52 Proposed Ordinance 14443 NAME OF PROJECT: Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) LOCATION: North of Big Bend Boulevard and west of Kirkwood Road in the City of Kirkwood, Missouri TYPE OF PROJECT: Design of Sanitary Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Number of proposers: N/A Appropriation Amount: $90,000.00 Designer’s Estimate: N/A Total MWBE Participation: 72.41% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 50.48% - MBE Pangea Engineering and Surveying, Inc. (Hispanic American) – 9.38% - MBE TSI Geotechnical, Inc. (African American) – 12.55% - MBE Type of Contract: Lump Sum Properties Affected: 20 Properties Benefiting: 60 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Co., Inc. for the design of the Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Harrison Sanitary Relief (Grand Ave to W Rose Hill Ave) (12298) is a lump sum cost project for the design of approximately 700 feet of 18-inch diameter sanitary sewers and appurtenances. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $250,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 42 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 $6,371 in contingencies and $11,000 for construction phase services. These services include construction field surveys, review of shop drawings and submittals, responding to design questions and changes during construction, as-built surveys, and preparation of as-built record drawings. This project is expected to be funded by Bond proceeds.Contracted planning resources utilized: Watershed Facility Planning, Revised 7/13/2016 71 Revised: 7/14/2016 8:22 AM 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 Revised 7/13/2016 72 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 53 Proposed Ordinance 14444 NAME OF PROJECT: Hermitage Sanitary Relief (SKME-615) (10863) LOCATION: South of Clayton Road and west of Lindbergh Boulevard in the City of Frontenac, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $400,000.00 Designer’s Estimate: N/A Total MWBE Participation: 84.54% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 47.40% - MBE Civil Design, Inc. – 4.53% - WBE M3 Engineering Group, PC (African American) – 4.64% - MBE Pangea Engineering & Surveying, LLC (Hispanic) – 19.70% - MBE TSI Geotechnical, Inc. (African American) – 7.58% - MBE The Vandiver Group – 0.69% - WBE Type of Contract: Lump Sum Properties Affected: 12 Properties Benefiting: 256 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Hermitage Sanitary Relief (SKME-615) (10863) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Hermitage Sanitary Relief (SKME- 615) (10863) is a lump sum cost project for the design of approximately 3,500 feet of 12-inch to 18-inch diameter sanitary sewers and appurtenances, and performing private I/I reduction on approximately 26 properties. 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 SSO’s (BP-181, BP-333, BP-343 & BP-555). The construction cost estimate for this project is $2,065,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 43 Amount: $500,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 73 Revised: 7/14/2016 8:22 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 $100,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $21,992 in contingencies, $29,000 for SSES investigation, and $35,000 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 Revised 7/13/2016 74 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 54 Proposed Ordinance 14445 NAME OF PROJECT: Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) LOCATION: North of Interstate 40 and west of St. Louis Galleria Street in the Cities of Lade 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $155,000.00 Designer’s Estimate: N/A Total MWBE Participation: 56.70% (MWBE Goal is 20%) Civil Design, Inc. – 22.50% - WBE David Mason & Associates, Inc. (African American) – 34.20% - MBE Type of Contract: Lump Sum Properties Affected: 117 Properties Benefiting: 320 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Lay Rd – Galleria I/I Reduction (Clayton Rd and Lay Rd) (12327) is a lump sum cost project for the design of performing private I/I reduction on approximately 49 properties and performing I/I inspections on 271 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 $198,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 46 Amount: $180,000 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 $25,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $12,272 in contingencies and $6,000 for dye testing to determine private defects. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 75 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 76 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 55 Proposed Ordinance 14446 NAME OF PROJECT: Lemay Public I/I Reduction (2018) Contract A (12051) LOCATION: Various locations in the Cities of Crestwood and Sunset Hills, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $31,000.00 Designer’s Estimate: N/A Total MWBE Participation: 73.66% (MWBE Goal is 20%) Gonzalez Companies, LLC (Hispanic) – 73.66% - MBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: Entire Lemay Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Lemay Public I/I Reduction (2018) Contract A (12051) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Lemay Public I/I Reduction (2018) Contract A (12051) is a lump sum cost project for the design of rehabilitating approximately 12,710 feet of sanitary sewers, using cured-in-place pipe (CIPP) methods, rehabilitating 112 manholes, and 276 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 $1,470,000. Construction is anticipated to begin in FY2018. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 47 Amount: $31,000 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 Robyn I/I Reduction (S Lindbergh Blvd and Robyn Road) (12190). The appropriation includes $3,374 in contingencies. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 77 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 78 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 56 Proposed Ordinance 14447 NAME OF PROJECT: Mackenzie I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) LOCATION: South of Big Bend Boulevard and west of Mackenzie Road 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: Burns & McDonnell Engineering Co., Inc. 425 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $485,000.00 Designer’s Estimate: N/A Total MWBE Participation: 31.37% (MWBE Goal is 20%) Civil Design, Inc. – 17.11% - WBE David Mason & Associates, Inc. (African American) – 14.26% - MBE Type of Contract: Lump Sum Properties Affected: 78 Properties Benefiting: 1,863 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 I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Mackenzie I/I Reduction (Resurrection Cemetery, Wehner Park, Kenrick Seminary, and Nerinx Hall) (12336) is a lump sum cost project for the design of performing private I/I reduction on approximately 78 properties and performing I/I inspections on 1,785 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 $441,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 60 Amount: $500,000 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 $15,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $33,302 in contingencies and $8,000 for dye testing to determine private defects. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 79 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 80 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 57 Proposed Ordinance 14448 NAME OF PROJECT: North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) LOCATION: North of Newport Avenue and west of Laclede Station Road in the City of Webster Groves, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $240,000.00 Designer’s Estimate: N/A Total MWBE Participation: 61.49% (MWBE Goal is 20%) Civil Design, Inc. – 17.44% - WBE Gonzalez Companies, LLC (Hispanic) – 44.05% - MBE Type of Contract: Lump Sum Properties Affected: 550 Properties Benefiting: 729 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. North Forest and Brookside I/I Reduction (Summit Ave and Marshall Ave) (12362) is a lump sum cost project for the design of performing private I/I reduction on approximately 46 properties and performing I/I inspections on 683 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 $333,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 64 Amount: $350,000 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 $110,000 below the proposed funding presented in the CIP Budget Supplement. The appropriation includes $19,792 in contingencies and $4,000 for dye testing to determine private defects. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 81 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 82 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 58 Proposed Ordinance 14449 NAME OF PROJECT: North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) LOCATION: South of Litzsinger Road and west of Bompart Avenue in the Cities of Brentwood, Rock Hill, and Webster Groves, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $525,000.00 Designer’s Estimate: N/A Total MWBE Participation: 68.97% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 8.81% - MBE Civil Design, Inc. – 19.44% - WBE David Mason & Associates, Inc. (African American) – 35.52% - MBE Pangea Engineering & Surveying, LLC (Hispanic) – 2.74% - MBE TSI Geotechnical, Inc. (African American) – 2.01% - MBE The Vandiver Group – 0.45% - WBE Type of Contract: Lump Sum Properties Affected: 175 Properties Benefiting: 1,076 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. North Webster CC, Pocahontas, South Brentwood I/I Reduction (S Brentwood Blvd and Manchester) (12363) is a lump sum cost project for the design of approximately 1,090 feet of 12-inch diameter storm sewers, performing private I/I reduction on approximately 84 properties, and performing I/I inspections on 992 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 $691,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 65 Amount: $500,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 83 Revised: 7/14/2016 8:22 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 $25,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $28,512 in contingencies and $21,000 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 Revised 7/13/2016 84 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 59 Proposed Ordinance 14450 NAME OF PROJECT: Robyn I/I Reduction (S Lindbergh Blvd and Robyn Rd) (12190) LOCATION: South of East Watson Road and east of Lindbergh Boulevard in the Cities of Crestwood and Sunset Hills, 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $35,000.00 Designer’s Estimate: N/A Total MWBE Participation: 30.56% (MWBE Goal is 20%) Civil Design, Inc. – 30.56% - WBE Type of Contract: Lump Sum Properties Affected: 15 Properties Benefiting: 481 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Robyn I/I Reduction (S Lindbergh Blvd and Robyn Road) (12190) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Robyn I/I Reduction (S Lindbergh Blvd and Robyn Road) (12190) is a lump sum cost project for the design of private I/I reduction on approximately 15 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 $78,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 72 Amount: $35,000 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 $2,385 in contingencies and $5,000 for dye testing. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 85 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 86 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 60 Proposed Ordinance 14451 NAME OF PROJECT: Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) LOCATION: North of Interstate 44 and east of Geyer Road in the Cities of Glendale, Kirkwood, Oakland, and Webster Groves, Missouri TYPE OF PROJECT: Design of Private I/I Removal, Sanitary 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 Woods Mill Road So., Suite 300 Chesterfield, MO 63017 Corporate Headquarters: Kansas City, Missouri Agency: N/A Number of proposers: N/A Appropriation Amount: $180,000.00 Designer’s Estimate: N/A Total MWBE Participation: 55.62% (MWBE Goal is 20%) Civil Design, Inc. – 36.63% - WBE Gonzalez Companies, LLC (Hispanic) – 18.99% - MBE Type of Contract: Lump Sum Properties Affected: 102 Properties Benefiting: 1,390 Designed by: N/A This ordinance authorizes the District to amend Contract #11003 with Burns & McDonnell Engineering Company, Inc. for the design of the Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) project as part of the Watershed Consultant services for all projects included in the Lemay Sanitary System Improvements (11145) project. Westborough – Luther – Mermod Place I/I Reduction (N Kirkwood Rd to I-44 and Berry Rd) (12278) is a lump sum cost project for the design of private I/I reduction on approximately 102. The purpose of this project is to alleviate wet weather building backups and overcharged sanitary sewers. The construction cost estimate for this project is $220,000. Construction is anticipated to begin in FY2019. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 80 Amount: $180,000 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 $12,360 in contingencies and $22,750 for dye testing to determine private defects. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 87 Revised: 7/14/2016 8:22 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 Revised 7/13/2016 88 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 61 Proposed Ordinance 14452 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: 23.34% (23.38% Overall – See Additional Comments) (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 8.83% - MBE ARC – 0.0% - WBE Civil Design, Inc. – 0.02% - WBE David Mason & Associates, Inc. (African American) – 2.53% - MBE Engineering Design Source, Inc. (Asian American) – 2.25% - MBE Intelligent Design & Construction Solutions LLC – 6.98% - WBE Kowelman Engineering, Inc. – 1.67% - WBE Losli Engineering, LLC – 0.00% - WBE M3 Engineering Group, PC (African American) – 1.06% - MBE TSI Geotechnical, Inc. (African American) – 0.00% - MBE Type of Contract: Cost Plus with Lump Sum Work Orders Properties Affected: N/A Properties Benefiting: The entire 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 (FY2017) authorization includes fees for project management services for FY2017, coordination with the District and other watershed consultants, project scoping, preliminary studies, quality control and assurance, modeling and planning support, and special services. Revised 7/13/2016 89 Revised: 7/14/2016 8:22 AM Specific project lump sum and cost plus design appropriations totaling $10,299,640 in design costs and $749,360 for allowances and contingencies to be used only with the approval of MSD associated with this contract in this fiscal year are being appropriated separately and include the following projects: Project Name Estimated Construction Cost Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711) $ 101,000,000 LMRDP CSO Storage Tunnel (Broadway to RDP Tubes) (11820) $ 835,000,000 LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Fields (I-019/L-011) and Germania (I-012/L-014) to Louis (I-007/L-012) (11958) $ 8,000,000 LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Pernod (I-056/L-031) to Mardel (I-054/L-030) (11959) $ 2,000,000 LMRDP Tunnel Dewatering Pump Station (11816) $ 102,000,000 Maline Creek CSO BP 051 & 052 Local Storage Facility (Chain of Rocks Dr to Church Dr (11656) $ 87,700,000 Total $1,135,700,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 55 Amount: $320,000 FY2017, Pg. 56 $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 FY2017 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 $479,700 for cost plus work order tasks to manage the multi-year contract in FY17, and $20,300 in contingencies. Capital costs include $40,000 for special services, $150,000 for planning assistance for the District, and $130,000 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 FY2017 include the following: Non-Capital Costs Project Management (Work Order 1) $479,700.00 Contingency $ 20,300.00 Total Non-Capital Cost $500,000.00 Capital Costs Modeling Support/Miscellaneous Planning Activities $150,000.00 Special Services (Work Order 4) $ 40,000.00 Preliminary Studies for Design (Work Order 5) $130,000.00 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 FY2017 is $11,869,000, which is equal to the budget for FY2017. Revised 7/13/2016 90 Revised: 7/14/2016 8:22 AM 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. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement ABNA Engineering, Inc. 8.00% 7.93% ARC * 0.05% Civil Design, Inc. * 1.25% David Mason & Associates, Inc. * 2.58% Engineering Design Source, Inc. * 1.23% IDCS, LLC * 3.37% Kowelman Engineering, Inc. * 4.61% Losli Engineering, LLC * 0.37% M3 Engineering Group, PC * 1.56% TSI Geotechnical, Inc. * 0.43% TOTAL 22.00% 23.38% *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 08/13/14 – Ord. No. 14177 – Amount: $712,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment Revised 7/13/2016 91 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 62 Proposed Ordinance 14453 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: 12.72% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 2.88% - MBE Intelligent Design & Construction Solutions, LLC – 4.13% - WBE Kowelman Engineering, Inc. – 5.71% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The entire Martigney Creek Watershed Designed by: N/A This ordinance authorizes the District to amend Contract #10734 with Jacobs Engineering Group Inc. for 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. The purpose of this project is to construct 17,000 feet of 7-foot diameter deep tunnel, eliminating the Martigney (P-306) and Jefferson Barracks (P-305) Pump Stations. This appropriation is for the first year of post-design services during construction of the Jefferson Barracks Tunnel. The construction cost estimate for this project is $101,000,000. Construction is anticipated to begin in FY2017. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 44 Amount: $410,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 92 Revised: 7/14/2016 8:22 AM Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. 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 $29,948 in contingencies and $20,000 for pipe material review. 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 Revised 7/13/2016 93 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 63 Proposed Ordinance 14454 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: $8,014,000.00 Designer’s Estimate: N/A Total MWBE Participation: 24.35% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 11.76% - MBE Engineering Design Source, Inc. (Asian American) – 3.28% - MBE Intelligent Design & Construction Solutions, LLC – 6.77% - WBE Kowelman Engineering, Inc. – 1.48% - WBE M3 Engineering Group, PC (African American) – 1.06% - 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 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 third year of a multi-year design. The project includes design of approximately 9 miles of approximately 30-foot diameter CSO storage tunnel. The construction cost estimate for this project is $835,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 49 Amount: $ 514,000 FY2017, Pg. 50 $7,500,000 $8,014,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 94 Revised: 7/14/2016 8:22 AM Additional Comments: This project is being designed as part of the Lower & Middle RDP CSO Controls System Improvements (11109) Watershed Consultant contract. Design services in FY2017 include surveying services in support of final design, completing subsurface investigations, environmental investigations, and public involvement activities. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $447,476 in contingencies, $500,000 for the preparation of an Operational Control Plan for CSO and SSO facilities, and a contingency of $14,000. The plan will include tasks to develop an operational control plan for integration of SSO tunnels, CSO tunnels, the Lemay pump station and WWTF, as well as SSO tanks and the high rate treatment facility for optimization of the system and meeting compliance requirements. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/11/13 – Ord. No. 13637 – Amount: $6,000,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11820 (South End) 08/05/14 – Ord. No. 13930 – Amount: $2,031,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11819 (North Drive) 08/05/14 – Ord. No. 13932 – Amount: $1,845,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Project No. 11820 (South Drive) 08/13/15 – Ord. No. 14180 – Amount: $8,075,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11820 (South Drive) Revised 7/13/2016 95 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 64 Proposed Ordinance 14455 NAME OF PROJECT: LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Fields (I-019/L-011) and Germania (I-012/L-014) to Louis (I-007/L-012) (11958) LOCATION: River Des Peres from RDP Park to the Lemay Wastewater Treatment Plant in the City of St. Louis and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Combined Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $180,000.00 Designer’s Estimate: N/A Total MWBE Participation: 23.75% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 23.75% - 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 LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Fields (I-019/L-011) and Germania (I-012/L-014) to Louis (I-007/L-012) (11958) 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 a three-year design. Pre- design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. This design includes approximately 2,690 lineal feet of pipe sewers varying in size from 30-inches to 42-inches in diameter and appurtenances. The purpose of this project is to deliver combined sewer flow to the LMRDP CSO Storage Tunnel. The construction cost estimate for this project is $8,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 51 Amount: $180,000 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 $19,230 in contingencies and $20,000 for possible construction packaging. An appropriation for construction phase services will not be requested until 2026 when construction is funded. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 96 Revised: 7/14/2016 8:22 AM Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Modeling, 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. 13933 – Amount: $199,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11958 08/13/15 – Ord. No. 14182 – Amount: $223,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11958 Revised 7/13/2016 97 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 65 Proposed Ordinance 14456 NAME OF PROJECT: LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Pernod (I-056/L-031) to Mardel (I-054/L-030) (11959) LOCATION: River Des Peres from RDP Park to the mouth of the RDP Tubes at the Macklind Pump Station in the City of St. Louis, Missouri TYPE OF PROJECT: Design of Combined Sewers (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $70,000.00 Designer’s Estimate: N/A Total MWBE Participation: 57.10% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 57.10% - 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 LMRDP CSO Storage Tunnel Consolidation Sewers I/O Structures – Pernod (I-056/L-031) to Mardel (I-054/L-030) (11959) 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 a three-year design. Pre-design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. This design includes approximately 2,375 lineal feet of pipe sewers varying in size from 24-inches to 42-inches in diameter and appurtenances. The purpose of this project is to deliver combined sewer flow to the LMRDP CSO Storage Tunnel. The construction cost estimate for this project is $2,000,000. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017 Pg. 52 Amount: $70,000 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 $5,715 in contingencies and $11,000 for Revised 7/13/2016 98 Revised: 7/14/2016 8:22 AM possible construction packaging revisions. An appropriation for construction phase services will not be requested until 2026 when construction is funded. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, 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. 13931 – Amount: $284,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11959 08/13/15 – Ord. No. 14181 – Amount: $81,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11959 Revised 7/13/2016 99 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 66 Proposed Ordinance 14457 NAME OF PROJECT: LMRDP Tunnel Dewatering Pump Station (11816) LOCATION: MSD Property next to the Lemay Wastewater Treatment Plant (former Defense Mapping site) in the City of St. Louis and unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of a Pump Station (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Jacobs Engineering Group Inc. 501 No. Broadway St. Louis, MO 63102 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: NA Appropriation Amount: $1,890,000.00 Designer’s Estimate: N/A Total MWBE Participation: 26.52% (MWBE Goal is 20%) David Mason & Associates, Inc. (African American) – 14.77% - MBE Intelligent Design & Construction Solutions, LLC – 11.75% - WBE 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 LMRDP Tunnel Dewatering Pump Station (11816) 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 a multi-year design. Pre-design was performed as part of the LMRDP Storage Tunnel South End (11820) appropriation. The purpose of this project is to design a pump station to pump stored combined sewer flows from the deep storage tunnel system under the River Des Peres to either high-rate clarification facility or the Lemay Treatment Plant. The construction cost estimate for this project is $102,000,000. Construction is anticipated to begin in FY2024. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 53 Amount: $1,890,000 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 $130,027 in contingencies. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 100 Revised: 7/14/2016 8:22 AM Contracted planning resources utilized: Watershed Facility Planning, Modeling, 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. 13934 – Amount: $1,774,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Original Appropriation to Project No. 11816 08/13/15 – Ord. No. 14183 – Amount: $2,049,000 – Jacobs Engineering Group Inc. – Design Contract No. 10734 – Amendment – Amendment to Project No. 11816 Revised 7/13/2016 101 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 67 Proposed Ordinance 14458 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: $485,000.00 Designer’s Estimate: N/A Total MWBE Participation: 5.51% (MWBE Goal is 20%) ABNA Engineering, Inc. (African American) – 0.87% - MBE Civil Design, Inc. – 0.50% - WBE Intelligent Design & Construction Solutions, LLC – 4.14% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The 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. The purpose of this project is to control combined sewer overflows at CSO BP-051 and BP-052. This appropriation is for the second year of post-design services during construction of a storage facility and a dewatering pumping station. The total construction appropriation for this project is planned to be $86,200,000. Construction is anticipated to begin in FY2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 61 Amount: $485,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 102 Revised: 7/14/2016 8:22 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 $36,964 in contingencies and $15,000 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, 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 Revised 7/13/2016 103 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 68 Proposed Ordinance 14459 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: $865,000.00 Designer’s Estimate: N/A Total MWBE Participation: 37.16% (38.35% Overall – See Additional Comments) (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 14.09% - MBE Applied Science, Inc. – 0.55% - WBE Engineering Design Source, Inc. (Asian American) – 2.16% - MBE Intelligent Design & Construction Services – 0.96% - WBE Kowelman Engineering, Inc. – 11.54% - WBE M3 Engineering Group, PC (African American) – 7.86% - MBE 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 (FY2017) authorization includes fees for project management services for FY2017, 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 $8,664,678 in design costs and $2,025,322 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: Revised 7/13/2016 104 Revised: 7/14/2016 8:22 AM Project Name Estimated Construction Cost Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) $ 0 Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) $ 0 Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) $ 0 Lower Meramec River System Improvements – Baumgartner to Fenton WWTF Tunnel (11746) $202,000,000 RDP Tributaries (Deer Creek) CSO Tunnel (12441) $464,000,000 Upper RDP (University City) CSO Storage Tunnel (12440) $320,000,000 Total $986,000,000 FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 69 Amount: $250,000 FY2017, Pg. 70 $615,000 $865,000 Fund Name: #6660 – Sanitary Replacement Fund $250,000 #1101 – General Fund $615,000 Additional Comments: This appropriation of $865,000 for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project includes $615,000 for non-capital costs and $250,000 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 $463,100 for cost plus and lump sum fee work order tasks to manage the multi-year contract in FY2017; $31,900 in contingencies; and $120,000 for special projects in FY2017. The capital costs include $100,000 for special services contingencies; and $150,000 for preliminary studies in FY2017. The capital portion of this project is expected to be funded by Bond proceeds. Future appropriations will be required annually to continue managing tasks for this contract. The RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) cost plus and lump sum fee work order tasks for FY2017 include the following: Non-Capital Costs Project Management Tasks $463,100.00 Contingency $ 31,900.00 Special Project $120,000.00 Total Non-Capital Costs $615,000.00 Capital Costs Special Services $100,000.00 Preliminary Studies $150,000.00 Total Capital Cost $250,000.00 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. Special Services tasks may include dye testing, locating manholes, determining sewer connectivity, sewer televising, confirming field features, and watershed evaluations. 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. Revised 7/13/2016 105 Revised: 7/14/2016 8:22 AM The total appropriation for design services for the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements Watershed Consultant for FY2017 is $11,555,000 which is equal to the $11,555,000 budget for FY2017. 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: MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement 7NT Enterprises, LLC 20.00%* 14.78% Applied Science, Inc. 1.00% Engineering Design Source, Inc. 4.09% Intelligent Design & Construction Services 0.44% Kowelman Engineering, Inc. 7.11% M3 Engineering Group, P.C. 8.35% Trekk Design Group, LLC N/A 2.58% TOTAL 20.00% 38.35% *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 Revised 7/13/2016 106 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 69 Proposed Ordinance 14460 NAME OF PROJECT: Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) LOCATION: South of Wydown Boulevard to W. Bruno Avenue along the Claytonia Creek Channel in the Cities of Clayton and Richmond Heights, Missouri TYPE OF PROJECT: Pre-Design (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $160,000.00 Designer’s Estimate: N/A Total MWBE Participation: 33.11% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 10.99% - MBE Kowelman Engineering, Inc. – 22.12% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Entire 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 Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) 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. Claytonia Creek Sanitary Relief (Hampton Creek Trunk Sewer to Clayton Road) (12124) is a lump sum cost project for the predesign of approximately 6,900 feet of 18-inch to 48-inch diameter sanitary sewers and appurtenances. This project will provide for the elimination of one (1) constructed SSO (BP-605). Construction is anticipated to begin in FY2031. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 8 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 $18,959 for contingencies, including modeling support, and additional survey. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 107 Revised: 7/14/2016 8:22 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. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 108 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 70 Proposed Ordinance 14461 NAME OF PROJECT: Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) LOCATION: Byron Place to Brentwood Industrial Trail along the Black Creek Channel in the Cities of Brentwood, Maplewood, Clayton, and Richmond Heights, Missouri TYPE OF PROJECT: Pre-Design (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $150,000.00 Designer’s Estimate: N/A Total MWBE Participation: 32.38% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 11.92% - MBE Kowelman Engineering, Inc. – 20.46% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Entire 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 Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) project as part of the Watershed Consultant services for all projects included in the RDP Tributaries & Upper RDP CSO Controls & Lower Meramec System Improvements (11153) project. Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase I (12334) is a lump sum cost project for the predesign of approximately 5,690 feet of 60-inch to 72-inch diameter sanitary sewers and appurtenances. Construction is anticipated to begin in FY2027. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 57 Amount: $150,000 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 $19,967 for contingencies, including modeling support, and additional survey. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 109 Revised: 7/14/2016 8:22 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. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 110 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 71 Proposed Ordinance 14462 NAME OF PROJECT: Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) LOCATION: Byron Place to Brentwood Industrial Trail along the Black Creek Channel in the Cities of Brentwood, Maplewood, Clayton, and Richmond Heights, Missouri TYPE OF PROJECT: Pre-Design (011.0 Design Phase Project Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $180,000.00 Designer’s Estimate: N/A Total MWBE Participation: 30.49% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 9.86% - MBE Kowelman Engineering, Inc. – 20.63% - WBE Type of Contract: Lump Sum Properties Affected: N/A Properties Benefiting: The Entire 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 Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) 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. Lower Black Creek and Hampton Creek Sanitary Relief (Deer Creek Trunk to Oxford Dr) Phase II (12369) is a lump sum cost project for the predesign of approximately 7,960 feet of 30-inch to 54-inch diameter sanitary sewers, 710 feet of 36-inch pipe-in-tunnel under I-64, approximately 2,600 feet of vertical wall channel, 235 feet of 48-inch by 66-inch box culvert, and appurtenances. This project will provide for the elimination of one (1) constructed SSO (BP-634). Construction is anticipated to begin in FY2031. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 58 Amount: $180,000 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 $22,813 for contingencies, including modeling support, and additional survey. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 111 Revised: 7/14/2016 8:22 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. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 112 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 72 Proposed Ordinance 14463 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 (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: $3,700,000.00 Designer’s Estimate: N/A Total MWBE Participation: 32.59% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 9.44% - MBE Applied Science, Inc. – 1.58% - WBE Kowelman Engineering, Inc. – 15.48% - WBE M3 Engineering Group, PC (African American) – 6.09% - MBE 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. 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. This project will eliminate the interim Fenton WWTF and several pump stations including Sub 7 Master Lift. The construction cost estimate for this project is $202,000,000. Construction is anticipated to begin in FY2020. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2017, Pg. 59 Amount: $3,700,000 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 Revised 7/13/2016 113 Revised: 7/14/2016 8:22 AM equal to the proposed funding presented in the CIP Budget Supplement. The appropriation includes $517,627 for contingencies including $250,000 for SSES Investigations. 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 Revised 7/13/2016 114 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 73 Proposed Ordinance 14464 NAME OF PROJECT: RDP Tributaries (Deer Creek) CSO Tunnel (12441) LOCATION: North of Interstate 44 and east of Lindbergh Blvd. 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: $5,000,000.00 Designer’s Estimate: N/A Total MWBE Participation: 44.48% (No MWBE Goal) 7NT Enterprises, LLC (Asian American) – 21.27% - MBE Engineering Design Source, Inc. (Asian American) – 2.60% - MBE Intelligent Design & Construction Services – 1.99% - WBE Kowelman Engineering, Inc. – 10.66% - WBE M3 Engineering Group, PC (African American) – 7.96% - MBE 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. RDP Tributaries (Deer Creek) CSO Tunnel (12441) is a lump sum cost project to provide planning assistance for evaluating alternatives to consolidate and eliminate 28 CSOs in preparation for predesign of approximately 20,000 feet of 20-foot diameter CSO storage tunnel and appurtenances. This project will provide for the elimination of 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: FY2017, Pg. 71 Amount: $5,000,000 Fund Name: #6660 – Sanitary Replacement Fund Revised 7/13/2016 115 Revised: 7/14/2016 8:22 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 $586,385 for allowances and contingencies; and $350,000 for the Hampton Park Tunnel Adit. 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 Revised 7/13/2016 116 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 74 Proposed Ordinance 14465 NAME OF PROJECT: Upper RDP (University City) CSO Storage Tunnel (12440) LOCATION: East to west along Olive Blvd., 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 funds and authorizes staff to amend an existing design contract. What does action accomplish?: Implements the design of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: HDR Engineering, Inc. 401 South 18th Street, Suite 300 St. Louis, MO 63103 Corporate Headquarters: Omaha, Nebraska Agency: N/A Number of proposers: N/A Appropriation Amount: $1,500,000.00 Designer’s Estimate: N/A Total MWBE Participation: 39.84% (No MWBE Goal) Engineering Design Source, Inc. (Asian American) –12.91% - MBE M3 Engineering Group, PC (African American) – 26.93% - MBE 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. Upper RDP (University City) CSO Storage Tunnel (12440) is a cost plus project to provide planning assistance for evaluating alternatives in preparation for the predesign of approximately 9,000 feet of 24-foot diameter CSO storage tunnel and appurtenances. 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: FY2017, Pg. 78 Amount: $1,500,000 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 $859,571 for contingencies, including $800,000 for SSES Investigations. This project is expected to be funded by Bond proceeds. Revised 7/13/2016 117 Revised: 7/14/2016 8:22 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. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 118 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 75 Proposed Ordinance 14466 NAME OF PROJECT: Installation of Learning Management System (LMS) LOCATION: District Headquarters - Market Street TYPE OF PROJECT: Design of Cloud based software installation for the dissemination of online learning options for all District employees. DEPARTMENT REQUESTING ACTION: Human Resources REQUESTED ACTION: Why is this action necessary?: The Leaning Management System is needed for compliance with mandatory, legal and operational training requirements. The LMS will provide more efficient and timely compliance training with accurate documentation of learning goals and participants. What does action accomplish?: Permits the purchase and installation of the LMS, courses and video for the dissemination of required and optional online learning courses. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: SumTotal Learn Maestro, LLC 5550 Wild Rose Lane, Suite 200 West Des Moines, IA 50266 Agency: N/A Number of proposers: Cornerstone, First Net, Gyrus, Learnsoft, SumTotal Appropriation Amount: $51,377.65 for LMS software license, $75,000 for course content & system training Total MWBE Participation: N/A Type of Contract: Lump Sum Properties Affected: N/A Properties Benefitting: N/ADistrict wide Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Human Resources Budget Year: FY2016 Amount: $126,377.65 Fund Name: 1101 - General Fund Additional Comments: There were five other proposals considered on this RFP. This ordinance authorizes the District to enter into a Contract with SumTotal Learn Maestro, LLC, for one year with two one year options for the installation and maintenance of the Learning Management System. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A Revised 7/13/2016 119 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 76 Proposed Ordinance 14467 NAME OF PROJECT: Management Audit Services LOCATION: District-wide TYPE OF PROJECT: Administrative Management DEPARTMENT REQUESTING ACTION: Internal Audit / Secretary-Treasurer REQUESTED ACTION: Why is this action necessary?: Section 7.060 of the Plan of the District stipulates that a management audit be conducted every five years by a nationally recognized firm. What does action accomplish?: This ordinance authorizes the District to enter into a contract with the firm of CGN Global, Inc., with the firm of ALL Solutions, Inc.serving as a subcontractor, to conduct a management audit of MSD SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No Consultant: CGN & Associates d/b/a CGN Global 30 N. LaSalle, Suite 4140 Chicago, IL 60602 Agency: N/A Number of proposers: 3 CGN Global, Schumaker, Vantage Contract Amount: $84,750 Designer’s Estimate: N/A Total MWBE Participation: 25% (No MWBE Goal) ALL Solutions, Inc. Type of Contract: Professional Services Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into a contract with the firm of CGN Global, Inc., with the firm of ALL Solutions, Inc. serving as a subcontractor, to conduct a management audit of MSD to assess and report on the effectiveness and completeness of its entity-level controls and to provide recommendations for improvements. Scope of the audit will span four of the five components of the COSO Internal Control Framework, specifically: Control Environment, Risk Assessment, Information and Communication, and Monitoring Activities. FUNDING/COST SUMMARY: Budgeted: Operating Budget Budget Year: FY2016/ FY2017 Amount: $125,000 Fund Name: #1101 – General Fund Additional Comments: None PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/10/2010 - Ordinance 13159 - Authorized Contract with Jefferson Wells for management audit Revised 7/13/2016 120 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 77 Proposed Ordinance 14468 NAME OF PROJECT: Lease Agreement for Property Located at 8520 Michigan Avenue, St. Louis, MO 63111 LOCATION: 8520 Michigan Avenue, St. Louis, MO 63111 TYPE OF PROJECT: Lease Agreement between the District, Linda Politte, and James Edward Kaysing for real property owned by the District and located at 8520 Michigan Avenue, St. Louis, MO 63111. DEPARTMENT REQUESTING ACTION: Legal REQUESTED ACTION: Why is this action necessary?: The District filed a petition to quiet title against Linda Politte, James Edward Kaysing, and others in the St. Louis City Circuit Court styled The Metropolitan St. Louis Sewer District v. Linda Politte, et al., Cause No. 1522-CC00835. The Lease Agreement is a component of the settlement agreement between the District, Linda Politte, and James Edward Kaysing whereby the District is desirous of leasing certain real property that is not being used by the District, the District has no plans to use the property, and the leased property will not interfere with the District’s existing and reasonably anticipated public uses. What does action accomplish?: Authorizes the District to enter into a lease. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of proposers: N/A Appropriation Amount:N/A Total MWBE Participation: N/A Type of Contract: Lease Agreement Properties Affected: One Properties Benefitting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Legal Budget Year:FY2016, Amount: N/A Fund Name: N/A Additional Comments: This ordinance authorizes the District to enter into a Lease Agreement with Linda Politte and James Edward Kaysing for fifteen (15) years with additional one (1) year terms that shall automatically renew until the Lease Agreement is terminated by the parties. The District owns and operates the Lemay Pump Station on certain real property in the City of St. Louis, Missouri, incident to its public functions and responsibilities, said property being located at 8503, 8507, 8514, 8515, 8520, 8601 & 8602 Michigan Ave. and 8513, 8514 & 8520 Virginia Ave., St. Louis, Missouri 63111 (collectively, the “Lemay Pump Station Property”). The District filed a petition to quiet title against Politte, Kaysing, and others in the St. Louis City Circuit Court styled The Metropolitan St. Louis Sewer District v. Linda Politte, et al., Cause No. 1522-CC00835 (the “Lawsuit”). The District sought to quiet title on the following portions of the Lemay Pump Station Property: 8520 (Parcel No. 1, Block 3225), 8601 (Parcel No. 2, Block 3255), and 8602 (Parcel No. 3, Block 3254) Michigan Avenue, St. Louis, Missouri (the “Property”). Politte claims ownership of the Property pursuant to a 2008 quit claim deed executed by the City of St. Louis and Kaysing claims ownership of 8520 Michigan Avenue (Parcel No. 1, Block 3225) pursuant to a 2015 quit claim deed executed by Politte. The parties, having reached a settlement of the Lawsuit, Politte and Kaysing have executed respective quit claim deeds in favor of the District for the Property. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: None Revised 7/13/2016 121 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: INTRODUCTION AND ADOPT item 78 Proposed Ordinance 14469 NAME OF PROJECT General Services Agreement – Geotechnical (FY2012) Contract C (10615) 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 enter into an amendment. What does action accomplish?: Forensic testing relating to design and construction issues. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Hanson Professional Services, Inc. 13801 Riverport Dr., Suite 300 Maryland Heights, MO 63043 Corporate Headquarters: Springfield, IL Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $225,000.00 Designer’s Estimate: N/A Total MWBE Participation: 0.0% (No MBE Goal) N/A – There are no MWBE goals for this Professional Services project. Type of Contract: Hourly Billing Rate Plus Reimbursable Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the district to enter into Amendment No. 3 to Contract #10682 with Hanson Professional Services Inc. for geotechnical services associated with design and construction issues related to the Riverside and Yarnell Sanitary Relief Project – Forensic Testing (12789). Services to be provided by Hanson and its sub-consultants ADS Services and CTL Group include pipe and joint analysis and testing and evaluation of foundations, slopes, and bedding for this specific project. Work will be issued by letter agreement per individual scopes of services and done on an hourly basis. This contract amendment for $225,000 brings the total maximum contract amount to $375,000. This will be the third renewal of the original contract. FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: $0 Fund Name: #1101 – General Fund Additional Comments: None PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/11/11 – Ord. No. 13286 – Amount: $50,000 – GSA – Geotechnical (FY2012) Contract C (10615) – Hanson Professional Services, Inc. – Original Design Contract No. 10682 10/11/12 – Ord. No. 13496 – Amount: $50,000 – GSA – Geotechnical (FY2012) Contract C (10615) – Hanson Prof. Services, Inc. – Design Contract No. 10682– Amendment No. 1 05/08/14 – Ord. No. 13824 – Amount: $50,000 – GSA – Geotechnical (FY2012) Contract C (10615) – Hanson Prof. Services, Inc. – Design Contract No. 10682– Amendment No. 2 Revised 7/13/2016 122 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: INTRODUCTION AND ADOPT item 79 Proposed Ordinance 14470 NAME OF PROJECT: Riverside and Yarnell Sanitary Relief – Forensic Testing (12789) LOCATION: South of Interstate 44 and west of the Meramec River located in the City of Fenton, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (017.0 Work Order Repair Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds for repair work to be bid through Purchasing. What does action accomplish?: Supports forensic testing related to design and construction issues. 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 Designer’s Estimate: N/A TOTAL MWBE Participation: N/A Type of Contract: Time and Material Properties Affected: 1 Properties Benefiting: 950 Designed by: District staff The work to be done consists of the excavation, pipe removal and replacement of approximately 24 lineal feet of pipe sewers 42-inches in diameter and appurtenances. This work is being done in relation to design and construction issues related to a previous project failure. This project is scheduled to be completed in 30 days. FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: $0 Fund Name: #1101 – General Fund Additional Comments: The District is utilizing an existing contract with a GSA geotechnical consultant to oversee the work. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 08/31/06 – Ord. No. 12284 – Amount: $1,297,000 – BIS Frucon Engineering Inc. – Design Contract No. E-1183 03/13/13 – Ord. No. 13575 – Amount: $7,900,000 – Riverside and Yarnell Sanitary Relief (SKME-400) (10146) - Gershenson Construction Co., Inc. Revised 7/13/2016 123 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: INTRODUCTION & ADOPTION item 80 Proposed Ordinance 14471 NAME OF PROJECT: Salary of the Executive Director LOCATION: N/A TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: N/A REQUESTED ACTION: Why is this action necessary? District Charter requires that the Executive Director’s salary be set by Ordinance. What does action accomplish? Enacts ordinance to set Executive Director’s salary. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: N/A Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: Section 8.070 of the District Charter requires that the salary of the Executive Director be set by Ordinance. This Ordinance increases the salary for the position of Executive Director to $199,200.00, per annum, payable in bi-weekly installments, on and after December 26, 2015. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/11/2014 – Ordinance No. 14026 Set Executive Director’s Salary 01/09/2014 - Ordinance No. 13797: Set Executive Director's Salary 03/27/2013 - Ordinance No. 13593: Appointment of Executive Director Revised 7/13/2016 124 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Introduction and Adoption of Proposed Ordinance 14472 NAME OF PROJECT: Compensation Plan LOCATION: District-Wide TYPE OF PROJECT: Define compensation grades B DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary? To prescribe a Compensation Plan B Schedule positions eligible for membership in AFSCME No. 410 and UWWA, a division of Service Employees International Union (SEIU) Local No. 1 What does action accomplish? Provides step increases for B Schedule as provided for in the last executed Collective Bargaining Agreement prior to any new agreement being bargained. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Consultants: N/A Agency: Number of bidders: N/A Low Bid High Bid: Appropriation Amount: N/A District Estimate: MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: Properties Affected: N/A Properties Benefiting: Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Budget Year: Amount: Fund Name: Additional Comments: This Compensation Plan will allow B Schedule positions eligible for membership in AFSCME No. 410 and UWWA, a division of Service Employees International Union (SEIU) Local No. 1 to receive step increases resulting from the meetings, conferences and discussions reduced to writing and adopted March 12, 2014 by Ordinance 13814, and pursuant to the collective bargaining agreement with a term from February 18, 2014, through June 24, 2016. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 03/12/2014 – Ord. No. 13814 Compensation Plan Revised 7/13/2016 125 Revised: 7/14/2016 8:22 AM AGENDA ITEM NUMBER: Item 83 Resolution 3290 NAME OF PROJECT: Banking Procedure Resolution (Updating Ordinance 14294 Section 3-Authorized Investments-Approved Securities Dealers-Contracts) LOCATION: District-wide TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: Office of Secretary-Treasurer REQUESTED ACTION: Update Ordinance 14294, Section 3-Authorized Investments-Approved Securities Dealers-Contracts, by adding KGS-Alpha Capital Markets as an approved Securities Dealer of The District. Why is this action necessary?: Under provisions of Ordinance No. 14294, Section Three, adopted on December 10, 2015, the list of Approved Securities Dealers may be modified from time to time by resolution of the Board of Trustees of the District. What does this action accomplish? It allows the Secretary-Treasurer’s Office to purchase investments from a greater number of Securities Dealers, within the parameters of the District’s Investment Policy, therefore increasing competition and reducing cost. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/10/2015 Ordinance No. 14294 Banking Procedure Ordinance