Loading...
HomeMy Public PortalAbout1540th Board Agenda 11-14-2013 A G E N D A 1540th MEETING OF THE BOARD OF TRUSTEES THE METROPOLITAN ST. LOUIS SEWER DISTRICT November 14, 2013 – 3:30 P.M. MSD OFFICES 2350 MARKET STREET ROOM 109 ROLL CALL THE BOARD OF TRUSTEES WILL BE IN CLOSED SESSION BETWEEN 3:30 P.M. AND 5:00 P.M. 1 CLOSED SESSION TO DISCUSS LEGAL, CONFIDENTIAL, OR PRIVILEGED MATTERS UNDER §610.021(1), RSMO 1988 SUPP.; LEASING, PURCHASE OR SALE OF REAL ESTATE UNDER §610.021(2); NEGOTIATIONS WITH EMPLOYEE GROUPS UNDER §610.021(9); CONFIDENTIAL OR PRIVILEGED COMMUNICATIONS WITH THE DISTRICT’S AUDITOR, INCLUDING AUDITOR WORK PRODUCTS UNDER §610.021(17). 2 APPROVAL OF JOURNAL OF PRECEDING MEETING October 10, 2013 (1538th) October 22, 2013 (1539th) 3 COMMENTS BY THE CHAIR 4 REPORT OF BOARD COMMITTEES 5 REPORT OF EXECUTIVE DIRECTOR 6 COMMENTS FROM THE PUBLIC 7 SUBMISSION OF PUBLIC HEARING REPORTS – None 8 COMMUNICATIONS – None 9 CONSENT AGENDA – Item Nos. 10 through 17 2 of 11/14/13 Ordinances 10 Adoption of proposed Ord. No. 13736 appropriating $400,000.00 from the Sanitary Replacement Fund to be used for wastewater treatment plant construction at Bissell WWTP Disinfection Facilities (10325), 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. 10726 with Goodwin Bros. Const. Co. for the aforesaid wastewater treatment plant construction. (Intro. 10/10/13) 11 Adoption of proposed Ord. No. 13737 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 FF- 15 McKelvey / R.R. To Adie Sanitary Relief Phase III - 10489 to serve the needs of residents of the area, and authorizing staff to proceed with further condemnation efforts related to the project, including but not limited to the purchase and/or the filing of all necessary court pleadings or documents to commence and prosecute formal legal proceedings for the acquisition of said easements and temporary construction easements. (Intro. 10/10/13) 12 Adoption of proposed Ord. No. 13738 appropriating $400,000.00 from the Sanitary Replacement Fund to be used for project costs for Wise and Mabel Sewer Separation (10029), in the City of Richmond Heights, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter an agreement with Union Electric Company d/b/a Ameren-Missouri for the relocation of utility poles. (Intro. 10/10/13) 13 Adoption of proposed Ord. No. 13739 appropriating $1,100,000.00 from the Sanitary Replacement Fund to be used for sanitary sewer construction at Topping Sanitary Relief (SKME- 421) (10199), 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 enter into Contract No. 20075 with Fred M. Luth & Sons, Inc. for the construction of the aforesaid sewers. (Intro. 10/10/13) 14 Adoption of proposed Ord. No. 13740 appropriating $400,000.00 from the General Fund of the District for General Services Agreement - Planning (FY2014) (11755); and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20085 with the Losli Engineering, LLC for the aforesaid services. (Intro. 10/10/13) 15 Adoption of proposed Ord. No. 13741 appropriating $300,000.00 from the Sanitary Replacement Fund of the District for General Services Agreement - Sewer & Process Design (FY2014) (11759); and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20086 with the Stantec Consulting Services, Inc. for the aforesaid services. (Intro. 10/10/13) 16 Adoption of proposed Ord. No. 13742 appropriating $569,144.00 from the General Fund of the District to continue the operation and maintenance of water quality sampling and analysis in Stream Flow Water Quality Sampling (FY2014) (11916); and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20087 with the Geosyntec Consultants, Inc. for the aforesaid services. (Intro. 10/10/13) 3 of 11/14/13 17 Adoption of proposed Ord. No. 13743 authorizing and directing the issuance, sale and delivery of Wastewater System Revenue Bonds, Series 2013B, of The Metropolitan St. Louis Sewer District; prescribing the form and details of said bonds; and authorizing certain actions and documents and prescribing other matters relating thereto. (Intro. 10/10/13) UNFINISHED BUSINESS Ordinances None Resolutions None 4 of 11/14/13 New Business Agenda Item Number Name Page Number Ordinances 18 – Proposed Ord. No. 13744 Oak Drive #2064 Storm Sewer 10 (Infrastructure Repair) (10720) Introduction of proposed Ord. No. 13744 authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with J.H. Berra Construction Co., Inc. for the construction of storm sewers in Oak Drive #2064 Storm Sewer (Infrastructure Repair) (10720), in the Cities of Des Peres and Crystal Lake Park, Missouri. 19 – Proposed Ord. No. 13745 CC-14 Creve Coeur Creek Sanitary Relief 11 (SKME-026) Phase II (11793) Introduction of proposed Ord. No. 13745 appropriating $217,000.00 from the Sanitary Replacement Fund to be used for sanitary sewer construction at CC-14 Creve Coeur Creek Sanitary Relief (SKME-026) Phase II (11793), in the City of Creve Coeur, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20080 with Unnerstall Contracting Co., Ltd., Inc. for the construction of the aforesaid sewers. 20 – Proposed Ord. No. 13746 CSO Volume Reduction Green Infrastructure – 12 St. Louis University Sustainable Improvements to Campus (P-29866-00) (11987) Introduction of proposed Ord. No. 13746 authorizing the Executive Director and Secretary-Treasurer on behalf of the Metropolitan St. Louis Sewer District to enter into an agreement with St. Louis University for cost sharing for CSO Volume Reduction Green Infrastructure - St. Louis University Sustainable Improvements to Campus (P-29866-00) (11987). 21 – Proposed Ord. No. 13747 Mackenzie Place Pump Station (P-325) 13 Secondary Power Supply (11654) Introduction of proposed Ord. No. 13747 appropriating $280,000.00 from the Sanitary Replacement Fund to be used for pump station improvements at Mackenzie Place Pump Station (P-325) Secondary Power Supply (11654), in the City of St. Louis, Missouri; and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20083 with TGB, Inc. for the construction of the aforesaid improvements. 5 of 11/14/13 Agenda Item Number Name Page Number 22 – Proposed Ord. No. 13748 Coldwater Creek WWTP Screenings & 14 Washer/Compactor Improvements (11809) Introduction of proposed Ord. No. 13748 making an appropriation of $485,000.00 from the Sanitary Replacement Fund for engineering services for the design of Coldwater Creek WWTP Screenings & Washer/Compactor Improvements (11809) and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20098 with Tetra Tech, Inc., for the aforesaid engineering services. 23 – Proposed Ord. No. 13749 Construction Management Services – Lower 16 and Middle RDP Tunnel Facilities (11152) Introduction of proposed Ord. No. 13749 making an appropriation of $1,500,000.00 from the Sanitary Replacement Fund for Construction Management Services - Lower and Middle RDP Tunnel Facilities (11152) and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to amend Contract No. 11024 with Shannon & Wilson Inc., for the aforesaid services. 24 – Proposed Ord. No. 13750 Construction Management Services – Lower 18 Meramec and Deer Creek Tunnels (11826) Introduction of proposed Ord. No. 13750 making an appropriation of $290,000.00 from the Sanitary Replacement Fund and $100,000.00 from the General Fund for Construction Management Services - Lower Meramec and Deer Creek Tunnels (11826) and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20099 with Black & Veatch Corporation, for the aforesaid services. 25 – Proposed Ord. No. 13751 Construction Management Services – 20 Tank/Treatment/Pump Station Facilities (11151) Introduction of proposed Ord. No. 13751 making an appropriation of $950,000.00 from the Sanitary Replacement Fund and $100,000.00 from the General Fund for Construction Management Services - Tank/Treatment/Pump Station Facilities (11151) and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20100 with Kennedy Associates/Architects, Inc., for the aforesaid services. 26 – Proposed Ord. No. 13752 General Services Agreement – Construction 22 Management (FY2014) (11751) Introduction of proposed Ord. No. 13752 appropriating $100,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Construction Management (FY2014) (11751) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20101 with AFRAM Corporation for General Services Agreement - Construction Management (FY2014) (11751). 6 of 11/14/13 Agenda Item Number Name Page Number 27 – Proposed Ord. No. 13753 General Services Agreement – Survey 23 Services (FY2014) Contract A (11763) Introduction of proposed Ord. No. 13753 appropriating $50,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Survey Services (FY2014) Contract A (11763) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20102 with The Sterling Company for General Services Agreement - Survey Services (FY2014) Contract A (11763). 28 – Proposed Ord. No. 13754 General Services Agreement – Survey 24 Services (FY2014) Contract B (11909) Introduction of proposed Ord. No. 13754 appropriating $50,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Survey Services (FY2014) Contract B (11909) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20103 with Volz Incorporated for General Services Agreement - Survey Services (FY2014) Contract B (11909). 29 – Proposed Ord. No. 13755 General Services Agreement – Survey 25 Services (FY2014) Contract C (11910) Introduction of proposed Ord. No. 13755 appropriating $50,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Survey Services (FY2014) Contract C (11910) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20104 with Juneau Associates, Inc. PC for General Services Agreement - Survey Services (FY2014) Contract C (11910). 30 – Proposed Ord. No. 13756 General Services Agreement – Survey 27 Services (FY2014) Contract D (11911) Introduction of proposed Ord. No. 13756 appropriating $50,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Survey Services (FY2014) Contract D (11911) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20105 with Glasper Professional Services, Inc. for General Services Agreement - Survey Services (FY2014) Contract D (11911). 31 – Proposed Ord. No. 13757 General Services Agreement – Survey 29 Services (FY2014) Contract E (11912) Introduction of proposed Ord. No. 13757 appropriating $50,000.00 from the Sanitary Replacement Fund to be used for the General Services Agreement - Survey Services (FY2014) Contract E (11912) throughout the District, and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20106 with Sabur, Inc. for General Services Agreement – Survey Services (FY2014) Contract E (11912). 7 of 11/14/13 Agenda Item Number Name Page Number 32 – Proposed Ord. No. 13758 Revision of Wastewater Sewer Service Charge 30 ARC Reporting Introduction of proposed Ord. No. 13758 repealing and superseding Ordinance No. 13402 adopted June 14, 2012, and enacting a new ordinance in lieu thereof establishing a new Section Nineteen, Adjustment Review Committee. 33 – Proposed Ord. No. 13759 Excess (Umbrella) Liability Program 31 Introduction of proposed Ord. No. 13759 awarding a contract to Starr Indemnity & Liability Company (McGriff, Seibels & Williams, of Missouri Inc., agent) for the District’s Excess Umbrella Liability Insurance coverage from January 1, 2014 to December 31, 2014. 34 – Proposed Ord. No. 13760 Combined Liability Insurance Program 32 Introduction of proposed Ord. No. 13760 awarding a contract to Missouri Public Entity Risk Management Fund (MOPERM) (McGriff, Seibels & Williams of Missouri, Inc., agent) for the District’s Combined Liability Insurance coverage from January 1, 2014 to December 31, 2014. 35 – Proposed Ord. No. 13761 Metropolitan St. Louis Sewer District Annual Benefit 33 Renewal – Dental Plan Introduction of proposed Ord. No. 13761 authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with CIGNA for Dental Plan Benefits for the District's employees and family members. 36 – Proposed Ord. No. 13762 Bissell & Lemay WWTP Incinerator Scrubber 34 Replacement (11920) Introduction and adoption of proposed Ord. No. 13762 appropriating $4,400,000.00 from the Sanitary Replacement Fund of the District for engineering services for the design of Bissell & Lemay WWTP Incinerator Scrubber Replacement (11920); and authorizing the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into Contract No. 20107 with Black & Veatch Corporation for the aforesaid services. Resolutions 37 Adoption of Resolution No. 3116 whereas MSD seeks contractors to pay a wage rate 35 at least equal to the wage rate referenced as the St. Louis Living Wage as set annually by the City of St. Louis City Compliance Official for construction related work not covered by the Missouri Prevailing Wage rates. 8 of 11/14/13 Agenda Item Number Name Page Number 38 Adoption of Resolution No. 3117 whereas Ordinance No. 13558, adopted January 36 10, 2013, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with ETC Institute whereby ETC Institute would provide Customer Satisfaction Surveying. 39 Adoption of Resolution No. 3118 whereas Ordinance No. 13538, adopted December 38 13, 2012, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with BJC Employee Assistance Program whereby BJC Employee Assistance Program would provide Employee Assistance Program (EAP) services for District employees. 40 Adoption of Resolution No. 3119 whereas Ordinance No. 13559, adopted December 39 13, 2012, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with BeneFlex HR Resources Inc. to administer the District’s Flexible Benefit Plan and Prescriptive Eyewear Plan. 41 Adoption of Resolution No. 3120 whereas Ordinance No. 13178 adopted December 40 9, 2010, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with MetLife Life Insurance Company, for the District’s Employee Group Life and Accidental Death & Dismemberment Insurance. 42 Adoption of Resolution No. 3121 whereas Ordinance No. 13343, adopted December 41 8, 2011, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with Liberty Mutual for the long-term disability insurance for the District’s employees. 43 Adoption of Resolution No. 3122 whereas Ordinance No. 13341, adopted December 42 1, 2011, authorized the Executive Director and Secretary-Treasurer on behalf of The Metropolitan St. Louis Sewer District to enter into a contract with CIGNA to provide administrative services and stop loss coverage for the District’s self-insured health plan for District employees and family members. 44 Adoption of Resolution No. 3112 expressing the Board of Trustees’ appreciation to Robert L. Hicks for his 32 years of exemplary service to The Metropolitan St. Louis Sewer District from September 23, 1980, to his retirement effective November 1, 2013. 45 Adoption of Resolution No. 3113 expressing the Board of Trustees’ appreciation to Matthew C. Ratcliff for his 41 years of exemplary service to The Metropolitan St. Louis Sewer District from February 22, 1972, to his retirement effective November 1, 2013. 46 Adoption of Resolution No. 3114 expressing the Board of Trustees’ appreciation to Roger R. Schlude for his 20 years of exemplary service to The Metropolitan St. Louis Sewer District from October 11, 1993, to his retirement effective November 1, 2013. 47 Adoption of Resolution No. 3115 expressing the Board of Trustees’ appreciation to Julius C. Terry for his 32 years of exemplary service to The Metropolitan St. Louis Sewer District from October 5, 1981, to his retirement effective November 1, 2013. 9 of 11/14/13 Agenda Item Number Name Page Number 48 ITEMS PROPOSED FOR INTRODUCTION & ADOPTION AT THE NEXT BOARD MEETING 48A – Page Ave. & Lindbergh Sanitary Sewer (10725) 43 49 ANY OTHER BUSINESS THAT MAY PROPERLY BE BROUGHT BEFORE THE BOARD 50 CLOSED SESSION The Metropolitan St. Louis Sewer District Board of Trustees may go into closed session at this meeting if such action is approved by a majority vote of the Board members who constitute a quorum, to discuss legal, confidential, or privileged matters under §610.021(1), RSMo 1988 Supp.; leasing, purchase or sale of real estate under §610.021(2); personnel actions under §610.021(3); personnel records or applications under §610.021(13); or records under §610.021(14) which are otherwise protected from disclosure by law; or confidential or privileged communications with the District’s auditor, including auditor work products under §610.021(17). 51 ADJOURNMENT 10 of 11/14/13 AGENDA ITEM NUMBER: 18 – Proposed Ord. No. 13744 NAME OF PROJECT: Oak Drive #2064 Storm Sewer (Infrastructure Repair) (10720) LOCATION: South of Clayton Road and west of Lindbergh Boulevard in the Cities of Des Peres and Crystal Lake Park, Missouri TYPE OF PROJECT: Storm Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: J.H. Berra Construction Co., Inc. Previous District Contract: Yes 5091 New Baumgartner Road St. Louis, MO 63129 Consultant: N/A Agency: N/A Number of bidders: 6 Low Bid: $49,439.00 High Bid: $79,148.00 Appropriation Amount: N/A Designer’s Estimate: $66,000.00 MBE/WBE Participation: N/A – The above bid is less than $50,000 and therefore does not have a goal under the MWBE policy. Type of Contract: Unit Cost Properties Affected: 3 Properties Benefiting: 2 Designed by: District staff The work to be done under Contract #20084 consists of the construction of approximately 307 lineal feet of 12-inch diameter pipe sewers and appurtenances. The purpose of this project is to alleviate yard flooding and erosion. This project is scheduled to be completed in 90 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2013, Pg. 164 Amount: $300,000* Fund Name: #5566 – Deer Creek OMCI Fund Additional Comments: An additional contingency of $30,000 for utility relocation (Gas - $24,192 & Electric - $5,808) is included in the appropriation. Contracted planning resources utilized: Stormwater Facility Planning PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 09/10/09 – Res. No. 2874 – GSA – Survey Services – Cole & Associates, Inc. – Contract No. E-1235 – Amend. No. 1 08/09/12 – Ord. No. 13442 – Amount: $300,000 – Stormwater Infrastructure Repair/Replacement – Deer Creek OMCI – Project No. 11842 *Requesting Board approval of a construction contract with J. H. Berra Construction Co., Inc. for which $90,000.00 is being encumbered from Ordinance No. 13442. 11 of 11/14/13 AGENDA ITEM NUMBER: 19 – Proposed Ord. No. 13745 NAME OF PROJECT: CC-14 Creve Coeur Creek Sanitary Relief (SKME-026) Phase II (11793) LOCATION: North of Highway 40 and east of Mason Road in the City of Creve Coeur, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: Unnerstall Contracting Co., Ltd. Previous District Contract: Yes 2803 West Osage Pacific, MO 63069 Consultant: N/A Agency: N/A Number of bidders: 9 Low Bid: $196,456.20 High Bid: $257,127.54 Appropriation Amount: $217,000.00 Designer’s Estimate: $240,000.00 MBE/WBE Participation: 17.16% (MWBE Goal is 17%) A.U. Innovative Lawns, LLC – 17.16% - MBE Type of Contract: Unit Cost Properties Affected: 5 Properties Benefiting: 1,000 Designed by: Farnsworth Group, Inc. The work to be done under Contract #20080 consists of the construction of approximately 1,200 lineal feet of 18-inch diameter sanitary sewers and appurtenances. This construction is the second phase of a multiphase improvement program. The purpose of this project is to alleviate sanitary sewer backups and overcharged mains. This project is scheduled to be completed in 240 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 83 Amount: $1,800,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: No additional contingency dollars are required for utility relocation. The scope of the project was reduced after rehabilitation and repairs to the existing system reduced the inflow and infiltration to the system. The estimated cost of the project was also reduced when it was determined that dewatering was not required. 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: 09/09/04 – Ord. No. 11831 – Amount: $598,000 – Farnsworth Group, Inc. – Design Contract No. 10841 06/10/10 – Ord. No. 13078 – Amount: $3,300,000 – CC-14 Creve Coeur Creek Sanitary Relief (SKME-026) Phase I – Construction Contract No. 10751 12 of 11/14/13 AGENDA ITEM NUMBER: 20 – Proposed Ord. No. 13746 NAME OF PROJECT: CSO Volume Reduction Green Infrastructure – St. Louis University Sustainable Improvements to Campus (P-29866-00) (11987) LOCATION: Between Grand Boulevard, Lindell Boulevard, Compton Avenue, and Laclede Avenue in the City of St. Louis, Missouri TYPE OF PROJECT: Cost Share for Green Infrastructure Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Authorizes staff to enter into an agreement with St. Louis University. What does action accomplish?: Provides Green Infrastructure Grant for construction of green infrastructure to reduce combined sewer overflows, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: N/A Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This ordinance authorizes the District to enter into an agreement with St. Louis University to provide financial assistance through a Green Infrastructure Grant Program for construction of green infrastructure. The purpose of this project is to reduce combined sewer overflows into the Mississippi River per the Long Term Control Plan. This project is a senior design project proposed by four students at St. Louis University. The project includes construction of two bioretention cells near the Busch Student Center. Total cost of the green infrastructure is estimated at $15,000, and St. Louis University is requesting approximately $15,000 reimbursement for the project. This project has been approved by the EPA as an early action project under the conditions outlined in the Long Term Control Plan. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 89 Amount: $5,000,000* Fund Name: #1101 – General Fund Additional Comments: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 09/12/13 – Ord. No. 13709 – Amount: $8,700,000 – CSO Volume Reduction Green Infrastructure (11146) *Requesting Board approval of an ordinance for which $15,000.00 is being encumbered from Ordinance No. 13709. 13 of 11/14/13 AGENDA ITEM NUMBER: 21 – Proposed Ord. No. 13747 NAME OF PROJECT: Mackenzie Place Pump Station (P-325) Secondary Power Supply (11654) LOCATION: South of Interstate 44 and west of River Des Peres Boulevard in the City of St. Louis, Missouri TYPE OF PROJECT: Pump Station Improvements (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction contract. What does action accomplish?: Implements the construction of a CIP project, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: TGB, Inc. Previous District Contract: Yes 1104 South Jefferson Avenue, Rear St. Louis, MO 63104 Consultant: N/A Agency: N/A Number of bidders: 2 Low Bid: $233,945.00 High Bid: $285,000.00 Appropriation Amount: $280,000.00 Designer’s Estimate: $292,000.00 MBE/WBE Participation: 100.00% (MWBE Goal is 17%) St. Louis Electric – 17.00% - MBE TGB, Inc. – 83.00% - WBE Type of Contract: Lump Sum Properties Affected: 3 Properties Benefiting: 200 Designed by: Horner & Shifrin, Inc. The work to be done under Contract #20083 consists of installing an emergency generator, automatic transfer switch and control panel on an elevated platform. The purpose of this project is to protect residential properties during power outages. This project is scheduled to be completed in 240 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 117 Amount: $260,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: An additional contingency of $20,000 for utility relocation (Gas - $10,000 & Electric - $10,000) is included in the appropriation. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 07/12/12 – Ord. No. 13429 – Amount: $300,000 – GSA – Sewer and Process Design – Horner & Shifrin, Inc. – Contract No. 10408 – Amendment No. 1 14 of 11/14/13 AGENDA ITEM NUMBER: 22 – Proposed Ord. No. 13748 NAME OF PROJECT: Coldwater Creek WWTP Screenings & Washer/Compactor Improvements (11809) LOCATION: South of Lindbergh Boulevard and west of Old Halls Ferry Road in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Design of Wastewater Treatment Plant (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 a design contract. What does action accomplish?: Implements the design of a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No* Consultant: Tetra Tech, Inc. 806 Horan Drive Fenton, MO 63026 Corporate Headquarters: Pasadena, California Agency: N/A Number of proposers: (3) CDM Smith, Inc., Horner & Shifrin, Inc., and Tetra Tech, Inc. Appropriation Amount: $485,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 40.00% (MWBE Goal is 30%) Taliaferro & Browne, Inc. – 14.73% – MBE Custom Engineering, Inc. – 10.57% – MBE Lion CSG, LLC – 10.51% – WBE Engineering Design Source, Inc. – 2.54% – MBE Tech Service, Inc. – 1.65% – MBE Type of Contract: Lump Sum Properties Affected: Coldwater WWTP Site Properties Benefitting: Entire Coldwater Creek Service Area Designed by: N/A This ordinance authorizes the District to enter into Contract #20098 with Tetra Tech, Inc. for the design of a project in the CIRP. This project consists of the design and preparation of construction documents for added capacity and improvements to the existing fine screenings transport and washer/compactor systems, and minor piping changes to allow digesters to function as emergency storage tanks for sludge. The preliminary construction cost estimate is $2,802,000.00. Construction is anticipated to begin in FY2016. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 14 Amount: $360,000 Fund Name: #6660 – Sanitary Replacement Fund *Tetra Tech, Inc. is a national multi-disciplined engineering firm established in 2000 with a local staff of eight with experience in design and construction phase services for trunk sewers, force mains, interceptors, pump stations, municipal, and industrial wastewater facilities ranging in size from less than 1 mgd to more than 100 mgd. 15 of 11/14/13 Additional Comments: There were two (2) other proposals considered on this project. The appropriation for design services is $125,000 above the proposed funding presented in the CIP Budget Supplement. The appropriation includes $118,261.000 for construction phase services. Funding provided in the Budget for this project did not include funding for design services during construction. 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. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 16 of 11/14/13 AGENDA ITEM NUMBER: 23 – Proposed Ord. No. 13749 NAME OF PROJECT: Construction Management Services – Lower and Middle RDP Tunnel Facilities (11152) LOCATION: Lower and Middle River Des Peres Watershed and Martigney Watershed TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to amend an existing construction management contract. What does action accomplish?: Provides for a multi-year contract to provide Construction Management support during the design and construction of several CIP tunnel projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Shannon & Wilson Inc. 2043 Westport Center Drive St. Louis, MO 63146 Corporate Headquarters: Seattle, Washington Number of proposers: N/A Appropriation Amount: $1,500,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 38.00% (37.00% Overall – See Additional Comments) (MWBE Goal is 30%) Gonzalez Companies, LLC. – 19.00% - MBE Kwame Building Group, Inc. – 4.00% - MBE Kaskaskia Engineering Group, Inc. – 15.00% - WBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefiting: The entire Lemay and Martigney Watersheds Designed by: N/A This ordinance authorizes the District to amend Contract #11024 with Shannon & Wilson Inc. for an annual extension to provide construction management services for all tunnel projects included in the Lower and Middle RDP CSO Controls System Improvements project. The preliminary construction estimate for the tunnel projects is $746,500,000. This project consists of bidability and constructability review during the design of the tunnel projects and construction management services during construction. The estimated construction management contract ranges for the entire program contract is between $70 and $80 million. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 15 Amount: $1,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: The appropriation for construction management services is equal to the proposed funding presented in the CIP Budget Supplement. This funding will provide construction management services during construction for the Lemay Pump Station No. 1 Redundant Force Main (11123) and CM services during Pre-design for the Jefferson Barracks Tunnel (Lemay WWTP to Martigney PS) (11711), the LMRDP Storage Tunnel North End (11819), and the LMRDP Storage Tunnel South End (11820). This project is expected to be funded by Bond proceeds. 17 of 11/14/13 The total project MWBE commitment of 30% for the project duration per the original proposal is summarized in the following table. The resulting MWBE commitment to date after this amendment is also presented in the table: MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement Gonzalez Companies, LLC 10.00% 19.00% Kwame Building Group, Inc. 10.00% 4.00% Kaskaskia Engineering Group, LLC 10.00% 14.00% TOTAL 30.00% 37.00% Contracted planning resources utilized: Watershed Facility Planning, Combine Sewer Area I/I Assessment, Combine Sewer Area Flow Metering & Monitoring, Separate Sewer Area Flow Metering & Monitoring, Modeling, CCTV Inspection, and Radar Rainfall Data. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/08/12 – Ord. No. 13526 – Amount: $1,800,000 – Shannon & Wilson, Inc. – Design Contract No. 11024 18 of 11/14/13 AGENDA ITEM NUMBER: 24 – Proposed Ord. No. 13750 NAME OF PROJECT: Construction Management Services – Lower Meramec and Deer Creek Tunnels (11826) LOCATION: Various locations within the District TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction management contract. What does action accomplish?: Provides for a multi-year contract to provide construction management support during the design and construction of several CIP tunnel projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Black & Veatch Corporation 16305 Swingley Ridge Rd., Suite 230 Chesterfield, MO 63017 Corporate Headquarters: Overland Park, Kansas Agency: N/A Number of proposers: (3) Black & Veatch Corporation, CDM Smith, Inc., and CH2M Hill Engineers, Inc. Appropriation Amount: $390,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 21.63% (MWBE Goal is 30%) Kwame Building Group, Inc. – 14.47% - MBE EPC Consultants, Inc. – 2.75% - MBE Lion CSG, LLC – 4.41% - WBE Tech Service, Inc. – 0.00% - MBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefitting: The entire Bissell Point and Lower Meramec Service Areas and portions of the Lemay Service Area Designed by: N/A This ordinance authorizes the District to enter into Contract #20099 with Black & Veatch Corporation for one year with annual extensions based on acceptable performance to provide construction management services for projects associated with the Lower Meramec Tunnel System and Upper River Des Peres Tunnel Systems. The preliminary construction estimate for the tunnel projects is $580,000,000. This project consists of bidability and constructability review during the design of the tunnel projects and construction management services during construction. The value of the construction management contract for the entire program is estimated to be between $40 and $60 million. Initial funding for the construction management services include CM services during pre-design for the Deer Creek Sanitary Storage Tunnel and the Maline Creek CSO 052 Storage Facility and review of document management systems is included in the first year contract. This contract is for a total maximum contract amount of $390,000.00. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 16 Amount: $300,000 Fund Name: #6660 – Sanitary Replacement Fund $290,000.00 #1101 – General Fund $100,000.00 19 of 11/14/13 Additional Comments: There were two (2) other proposals considered on this project. The appropriation for construction management services is $90,000 above the proposed funding presented in the CIP Budget Supplement. The additional funding is required for bidability, constructability, and Geotechnical Baseline Report reviews for the Deer Creek Sanitary Storage Tunnel. The cost of this project work was not included in the FY2014 CIRP budget amount since the project was initially planned to be storage tanks. Additionally, since this project has become a tunneling project the timeline for design has been moved up to begin in FY2014. This project is expected to be funded by Bond proceeds. The total project MWBE commitment of 30% for the project duration per the original proposal is summarized in the following table. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement Kwame Building Group, Inc. 20.00% 14.47% EPC Consultants, Inc. 5.00% 2.75% Lion CSG, LLC 3.00% 4.41% Tech Service, Inc. 2.00% 0.00% TOTAL 30.00% 21.63% Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 20 of 11/14/13 AGENDA ITEM NUMBER: 25 – Proposed Ord. No. 13751 NAME OF PROJECT: Construction Management Services – Tank/Treatment/Pump Station Facilities (11151) LOCATION: Various locations within the District TYPE OF PROJECT: Construction Management Services (016.0 Consultant/Vendor Services) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction management contract. What does action accomplish?: Provides for a multi-year contract to provide construction management support during the design and construction of several CIP tanks, treatment, and pump station facility projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Kennedy Associates/Architects, Inc. 211 North Broadway, Suite 1900 St. Louis, MO 63102 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (2) Kennedy Associates/Architects, Inc. and Kwame Building Group, Inc. Appropriation Amount: $1,050,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 100.00% (MWBE Goal is 30%) Kennedy Associates/Architects, Inc. – 95.78% - MBE Project Controls Group, Inc. – 2.55% - MBE Losli Engineering, LLC – 1.67% - WBE Cowell Engineering, LLC – 0.00% - WBE Hudson & Associates, LLC – 0.00% - MBE Type of Contract: Cost Plus Properties Affected: N/A Properties Benefitting: District-wide Designed by: N/A This ordinance authorizes the District to enter into Contract #20100 with Kennedy Associates/Architects, Inc. for one year with annual extensions based on acceptable performance to provide construction management services for projects associated with the Tanks, Treatment, and Pump Station Facilities. The preliminary construction estimate for the facilities is $368,000,000. The project consists of bidability and constructability review during the design of the facility projects and construction management services during construction. The value of the construction management contract for the entire program is estimated to be between $25 and $40 million. Initial funding for the construction management services include CM services during pre-design for the Bissell & Lemay Incinerator Scrubber Replacement, Wet Weather Storage Facility Tank C, Lemay No. 3 Pump Station, and Deer Creek Sanitary Storage Tunnel Pump Station and construction management services during construction for the pre-load of the Wet Weather Storage Facility Tank C. This contract is for a total maximum contract amount of $1,050,000. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 17 Amount: $1,050,000 Fund Name: #6660 – Sanitary Replacement Fund $950,000.00 #1101 – General Fund $100,000.00 21 of 11/14/13 Additional Comments: There was one (1) other proposal considered on this project. The appropriation for design services is equal to the proposed funding presented in the CIP Budget Supplement. This project is expected to be funded by Bond proceeds. This project is expected to be funded by Bond proceeds. The total project MWBE commitment of 48% for the project duration per the original proposal is summarized in the following table. MWBE Firm Overall Minimum MWBE Commitment Current MWBE Involvement Kennedy Associates/Architects, Inc. 33.00% 54.00% Project Controls Group, Inc. 6.00% 2.55% Losli Engineering, LLC 4.00% 1.67% Cowell Engineering, LLC 3.00% 0.00% Hudson & Associates, LLC 2.00% 0.00% TOTAL 48.00% 58.22% Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 22 of 11/14/13 AGENDA ITEM NUMBER: 26 – Proposed Ord. No. 13752 NAME OF PROJECT: General Services Agreement – Construction Management (FY2014) (11751) LOCATION: Various locations within the District TYPE OF PROJECT: General Construction Management Services (014.0 Construction Inspection and Management Services Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a construction management contract. What does action accomplish?: Provides construction management services for contract and development projects, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: AFRAM Corporation 906 Olive Street, Suite PH St. Louis, MO 63101 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (3) AFRAM Corporation, Basilico Engineering Incorporated, and Shalom Services Corporation Appropriation Amount: $100,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 100.00% - MBE (MWBE Goal is 30%) Type of Contract: Hourly Billing Rate Properties Affected: To be determined Properties Benefitting: To be determined Designed by: N/A This ordinance authorizes the District to enter into Contract #20101 for one year with one option year with AFRAM Corporation for various construction management services which include testing of materials, inspection of electrical and mechanical work, and other inspection services on an as needed basis to supplement the District’s work force. The projects are located throughout the District in various cities and in St. Louis County, Missouri. This contract is for a total maximum contract amount of $100,000.00. Projects will be issued by letter agreement per individual scopes of services. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 30 Amount: $100,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: There were two (2) other proposals considered on this project. The appropriation for construction management services is equal to the proposed funding presented in the CIP Budget Supplement. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: None. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 23 of 11/14/13 AGENDA ITEM NUMBER: 27 – Proposed Ord. No. 13753 NAME OF PROJECT: General Services Agreement – Survey Services (FY2014) Contract A (11763) LOCATION: Various locations within the District TYPE OF PROJECT: General Surveying Services (011.8 General Services – Survey) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a surveying contract. What does action accomplish?: Supplements District staff during peak workloads, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: The Sterling Company 5055 New Baumgartner Road St. Louis, MO 63129 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (9) Clayton Engineering Company; Gateway Land Services, Inc.; Glasper Professional Services, Inc.; Juneau Associates, Inc., PC; Pangea Engineering & Surveying, LLC; Pitzman’s Company of Surveyors & Engineers; Sabur, Inc.; Sterling Company; and Volz Incorporated Appropriation Amount: $50,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: Hourly Billing Rate Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #20102 with The Sterling Company for surveying services associated with the design of sanitary and stormwater projects. Services provided include land surveys, property strip maps, and easements for projects to be completed either in-house or by design consultants. Additional general surveying services will be provided on an as needed basis for legal research, legal descriptions, topographic and land surveys for District facilities, and other requirements of the various District departments. Work will be assigned on a project-by-project basis. This contract is for a maximum of $50,000.00, which is included in the FY2014 Capital Improvement Program. Contracts are for one year with one option year with good performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 36 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: There were eight (8) other proposals considered on this project. Contracted planning resources utilized: Watershed Facility Planning & Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 24 of 11/14/13 AGENDA ITEM NUMBER: 28 – Proposed Ord. No. 13754 NAME OF PROJECT: General Services Agreement – Survey Services (FY2014) Contract B (11909) LOCATION: Various locations within the District TYPE OF PROJECT: General Surveying Services (011.8 General Services – Survey) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a surveying contract. What does action accomplish?: Supplements District staff during peak workloads, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Volz Incorporated 10849 Indian Head Industrial Blvd. St. Louis, MO 63132 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (9) Clayton Engineering Company; Gateway Land Services, Inc.; Glasper Professional Services, Inc.; Juneau Associates, Inc., PC; Pangea Engineering & Surveying, LLC; Pitzman’s Company of Surveyors & Engineers; Sabur, Inc.; Sterling Company; and Volz Incorporated Appropriation Amount: $50,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: Hourly Billing Rate Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #20103 with Volz Incorporated for surveying services associated with the design of sanitary and stormwater projects. Services provided include land surveys, property strip maps, and easements for projects to be completed either in-house or by design consultants. Additional general surveying services will be provided on an as needed basis for legal research, legal descriptions, topographic and land surveys for District facilities, and other requirements of the various District departments. Work will be assigned on a project-by-project basis. This contract is for a maximum of $50,000.00, which is included in the FY2014 Capital Improvement Program. Contracts are for one year with one option year with good performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 37 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund (Budget Supplement indicated #1101 – General Fund) Additional Comments: There were eight (8) other proposals considered on this project. Contracted planning resources utilized: Watershed Facility Planning & Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 25 of 11/14/13 AGENDA ITEM NUMBER: 29 – Proposed Ord. No. 13755 NAME OF PROJECT: General Services Agreement – Survey Services (FY2014) Contract C (11910) LOCATION: Various locations within the District TYPE OF PROJECT: General Surveying Services (011.8 General Services – Survey) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a surveying contract. What does action accomplish?: Supplements District staff during peak workloads, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No* Consultant: Juneau Associates, Inc., PC 330 N. Fourth St., Suite 200 St. Louis, MO 63102 Corporate Headquarters: Granite City, Illinois Agency: N/A Number of proposers: (9) Clayton Engineering Company; Gateway Land Services, Inc.; Glasper Professional Services, Inc.; Juneau Associates, Inc., PC; Pangea Engineering & Surveying, LLC; Pitzman’s Company of Surveyors & Engineers; Sabur, Inc.; Sterling Company; and Volz Incorporated Appropriation Amount: $50,000.00 Designer’s Estimate: N/A MBE/WBE Participation: N/A Type of Contract: Hourly Billing Rate Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #20104 with Juneau Associates, Inc., PC for surveying services associated with the design of sanitary and stormwater projects. Services provided include land surveys, property strip maps, and easements for projects to be completed either in-house or by design consultants. Additional general surveying services will be provided on an as needed basis for legal research, legal descriptions, topographic and land surveys for District facilities, and other requirements of the various District departments. Work will be assigned on a project-by-project basis. This contract is for a maximum of $50,000.00, which is included in the FY2014 Capital Improvement Program. Contracts are for one year with one option year with good performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 38 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund *Juneau Associates, Inc., PC was incorporated in 1980 and is headquartered in Granite City, Illinois with a staff of seven in the St. Louis office. Juneau can perform varying types of surveys including, but not limited to topographic, boundary, and construction staking. 26 of 11/14/13 Additional Comments: There were eight (8) other proposals considered on this project. Contracted planning resources utilized: Watershed Facility Planning & Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 27 of 11/14/13 AGENDA ITEM NUMBER: 30 – Proposed Ord. No. 13756 NAME OF PROJECT: General Services Agreement – Survey Services (FY2014) Contract D (11911) LOCATION: Various locations within the District TYPE OF PROJECT: General Surveying Services (011.8 General Services – Survey) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a surveying contract. What does action accomplish?: Supplements District staff during peak workloads, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: No* Consultant: Glasper Professional Services, Inc. 13100 Manchester Road, Suite 85 St. Louis, MO 63131 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (9) Clayton Engineering Company; Gateway Land Services, Inc.; Glasper Professional Services, Inc.; Juneau Associates, Inc., PC; Pangea Engineering & Surveying, LLC; Pitzman’s Company of Surveyors & Engineers; Sabur, Inc.; Sterling Company; and Volz Incorporated Appropriation Amount: $50,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 100% - MBE Type of Contract: Hourly Billing Rate Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #20105 with Glasper Professional Services, Inc. for surveying services associated with the design of sanitary and stormwater projects. Services provided include land surveys, property strip maps, and easements for projects to be completed either in-house or by design consultants. Additional general surveying services will be provided on an as needed basis for legal research, legal descriptions, topographic and land surveys for District facilities, and other requirements of the various District departments. Work will be assigned on a project-by-project basis. This contract is for a maximum of $50,000.00, which is included in the FY2014 Capital Improvement Program. Contracts are for one year with one option year with good performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 39 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: There were eight (8) other proposals considered on this project. *Glasper Professional Services, Inc. was incorporated in 2011, with a local staff of ten, and is able to perform various types of surveying including but not limited to topographic, boundary, and construction staking. 28 of 11/14/13 Contracted planning resources utilized: Watershed Facility Planning & Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 29 of 11/14/13 AGENDA ITEM NUMBER: 31 – Proposed Ord. No. 13757 NAME OF PROJECT: General Services Agreement – Survey Services (FY2014) Contract E (11912) LOCATION: Various locations within the District TYPE OF PROJECT: General Surveying Services (011.8 General Services – Survey) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates funds and authorizes staff to enter into a surveying contract. What does action accomplish?: Supplements District staff during peak workloads, as required by Consent Decree. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Sabur, Inc. 1751 Ashby Road St. Louis, MO 63114 Corporate Headquarters: St. Louis, Missouri Agency: N/A Number of proposers: (9) Clayton Engineering Company; Gateway Land Services, Inc.; Glasper Professional Services, Inc.; Juneau Associates, Inc., PC; Pangea Engineering & Surveying, LLC; Pitzman’s Company of Surveyors & Engineers; Sabur, Inc.; Sterling Company; and Volz Incorporated Appropriation Amount: $50,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 100% - MBE Type of Contract: Hourly Billing Rate Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This ordinance authorizes the District to enter into Contract #20106 with Sabur, Inc. for surveying services associated with the design of sanitary and stormwater projects. Services provided include land surveys, property strip maps, and easements for projects to be completed either in-house or by design consultants. Additional general surveying services will be provided on an as needed basis for legal research, legal descriptions, topographic and land surveys for District facilities, and other requirements of the various District departments. Work will be assigned on a project-by-project basis. This contract is for a maximum of $50,000.00, which is included in the FY2014 Capital Improvement Program. Contracts are for one year with one option year with good performance. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 40 Amount: $50,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: There were eight (8) other proposals considered on this project. Contracted planning resources utilized: Watershed Facility Planning & Stormwater Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 30 of 11/14/13 AGENDA ITEM NUMBER: 32 – Proposed Ord. No. 13758 NAME OF PROJECT: Revision of Wastewater Sewer Service Charge ARC Reporting LOCATION: N/A TYPE OF PROJECT: N/A DEPARTMENT REQUESTING ACTION: Finance REQUESTED ACTION: Why is this action necessary?: Approve revisions to the current Wastewater Sewer Service Charge Ordinance No.13402, Section Nineteen, Adjustment Review Committee (ARC). What does action accomplish?: Removes the requirement of monthly reporting of ARC to the Board’s Finance Committee to a frequency that is determined appropriate by the Board’s Finance Committee members. 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: The revisions to the Ordinance include the following changes: Section 19 – removes “ARC activity will be reported to the Board’s Finance Committee on a monthly basis” to “ARC activity will be reported to the Board’s Finance Committee on a frequency determined by the Board’s Finance Committee.” PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 6/14/12 – Ord. No. 13402 – User Charge Ordinance 31 of 11/14/13 AGENDA ITEM NUMBER: 33 – Proposed Ord. No. 13759 NAME OF PROJECT: Excess (Umbrella) Liability Program LOCATION: District wide TYPE OF PROJECT: Purchase of Insurance DEPARTMENT REQUESTING ACTION: Risk Management REQUESTED ACTION: Why is this action necessary?: This line of insurance provides additional liability limits coverage included in the combined liability program. What does action accomplish?: This action authorizes an insurance contract for an additional $15,000,000 of liability coverage above the $2,000,000 limit under our Combined Liability Program and Auto Liability Program. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: McGriff, Seibels & Williams of Missouri, Inc. Agency: Starr Indemnity & Liability Company, McGriff, Seibels & Williams of Missouri, Inc., agent. 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: Lump Sum Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A This insurance provides coverage for liability claims and defense costs. This ordinance will authorize the District to enter into a contract with Starr Indemnity & Liability Company from January 1, 2014 to January 1, 2015. FUNDING/COST SUMMARY: Budgeted: Risk Management Department’s Budget Budget Year: FY2014 Amount: $159,493.00 Fund Name: N/A Additional Comments: N/A PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/13/12 -- Ord. No. 13539 – Amount: $142,865 – Starr Indemnity & Liability Company 12/8/11 -- Ord. No. 13339 – Amount: $112,000 – Starr Indemnity & Liability Company 32 of 11/14/13 AGENDA ITEM NUMBER: 34 – Proposed Ord. No. 13760 NAME OF PROJECT: Combined Liability Insurance Program LOCATION: District wide TYPE OF PROJECT: Purchase of Insurance DEPARTMENT REQUESTING ACTION: Risk Management REQUESTED ACTION: Why is this action necessary?: To provide general liability, public officials errors & omissions, and employment practices liability coverage for the District and Trustees/District staff. What does action accomplish?: This action provides coverage for liability type claims including defense costs up to a policy limit of $2,000,000 above a $100,000 deductible. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: McGriff, Seibels & Williams of Missouri, Inc. Agency: Missouri Public Entity Risk Management Fund (MOPERM), McGriff, Seibels & Williams of Missouri, Inc., agent. 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: Lump Sum Properties Affected: N/A Properties Benefiting: N/A Designed by: N/A This insurance provides coverage for liability claims, errors & omissions, employment claims and defense costs. This ordinance will authorize the District to enter into a contract with MOPERM from January 1, 2014 to December 31, 2014. The policy provides $2,000,000 of coverage above a $100,000 deductible. MOPERM is issued on a calendar year basis and will be renewed for one year on 1/1/2014 at an estimated annual premium of $237,792. MOPERM will not have a final premium until December 1. FUNDING/COST SUMMARY: Budgeted: Risk Management Department’s Budget Budget Year: FY2014 Amount: $237,792.00 Not to exceed $250,000.00 Fund Name: N/A Additional Comments: N/A PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/13/12 – Ord. No. 13540 – Amount: $237,792 – MOPERM 12/8/11 – Ord. No. 13340 – Amount: $220,639 – MOPERM 33 of 11/14/13 AGENDA ITEM NUMBER: 35 – Proposed Ord. No. 13761 NAME OF PROJECT: Metropolitan St. Louis Sewer District Annual Benefit Renewal – Dental Plan LOCATION: District Wide TYPE OF PROJECT: Group Dental Plan DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary?: To provide dental coverage to employees and dependents. What does action accomplish?: This action authorizes MSD to enter into a new contract with Cigna to provide dental coverage to the District’s employees. 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 Districts 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: 2014/15 Amount: $107,280 Fund Name: N/A Additional Comments: During the renewal process for the new plan year commencing February 1, 2014, Gallagher Benefits Services, Inc. solicited bids from 14 dental carries only four (4) dental carries responded including the incumbent. The Executive Committee reviewed the information received by Gallagher Benefits Service, Inc. from the four (4) dental carriers. Based on comparison of the plan cost, networks, additional information that was received, and the recommendation of Gallagher Benefits, Inc., the Committee elected to enter into a one year contract agreement with CIGNA. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: Res. No. 3059 - Adopted 11/08/2012 - Exercised option to renew an additional year Ord. No. 13342 - Adopted 12/01/2011 - Employee Group Dental Insurance Res. No. 2944 - Adopted 11/10/2010 - Exercised option to renew an additional year Ord. No. 13009 - Adopted 12/10/2009 - Authorization to enter into a new contract 34 of 11/14/13 AGENDA ITEM NUMBER: 36 – Proposed Ord. No. 13762 NAME OF PROJECT: Bissell & Lemay WWTP Incinerator Scrubber Replacement (11920) LOCATION: North of Hoffmeister Avenue and east of South Broadway in unincorporated St. Louis County, Missouri and at East Grand Avenue and Hall Street in the City of St. Louis, Missouri TYPE OF PROJECT: Design of Wastewater Treatment Plant (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 a design contract. What does action accomplish?: Implements the design of a CIP project. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes Consultant: Black & Veatch Corporation 15450 S. Outer Forty Rd., Suite 200 Chesterfield, MO 63017 Corporate Headquarters: Overland Park, Kansas Agency: N/A Number of proposers: (2) Black & Veatch Corporation and CDM Smith, Inc. Appropriation Amount: $4,400,000.00 Designer’s Estimate: N/A MBE/WBE Participation: 30.01% (MWBE Goal is 30%) ERM Technologies, Inc. – 10.71% - MBE Engineering Design Source Inc. – 18.01% - MBE Document Imaging – 1.29% - WBE Type of Contract: Lump Sum Properties Affected: Bissell & Lemay WWTP Sites Properties Benefitting: Entire Bissell & Lemay Service Areas Designed by: N/A This ordinance authorizes the District to enter into Contract #20107 with Black & Veatch Corporation for the design of a project in the CIRP. This project consists of the design and preparation of construction documents for replacement of the incinerator scrubbers at the Bissell and Lemay WWTPs to meet regulatory emission standards. The preliminary construction cost estimate is $31,500,000.00. Construction is anticipated to begin in FY2015. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2014, Pg. 4 Amount: $4,500,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: There was one (1) other proposal considered on this project. The appropriation for design services is $100,000 below the proposed funding presented in the CIP Budget Supplement. The initial contract of $1,149,962 is for a Pre-design study. Funding is included for Final Design on Construction Phase Services, which will be added by contract amendment. Staff is asking for introduction and adoption of this ordinance to meet regulatory emission standards. This project is expected to be funded by Bond proceeds. Contracted planning resources utilized: Watershed Facility Planning. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 35 of 11/14/13 AGENDA ITEM NUMBER: 37 – Resolution No. 3116 NAME OF PROJECT: Living Wage LOCATION: District Wide TYPE OF PROJECT: Construction work performed to improve the system or MSD owned property DEPARTMENT REQUESTING ACTION: Executive Director REQUESTED ACTION: Why is this action necessary?: Allows MSD to require contractors to pay a wage rate at least equal to the wage rate referenced as the St. Louis Living Wage as set annually by the City of St. Louis City Compliance Official for construction related work not covered by the Missouri Prevailing Wage rates. What does action accomplish?: Concludes MSD may set the prevailing rate. by reference to the Missouri Prevailing Wage rates for work and classifications covered therein and by reference to the most current St. Louis City Living Wage as set annually by the City of St. Louis City Compliance Official for classifications associated with the improvement contract and not covered by the Missouri Prevailing Wage rates 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 Designed by: N/A FUNDING/COST SUMMARY: Budgeted: N/A Budget Year: N/A Amount: N/A Fund Name: N/A Additional Comments: MSD may set the prevailing rate by reference to the Missouri Prevailing Wage rates for work and classifications covered therein and by reference to the most current St. Louis City Living Wage as set annually by the City of St. Louis City Compliance Official for classifications associated with the improvement contract and not covered by the Missouri Prevailing Wage rates. This will be implemented for improvement projects solicited after December 1, 2013 and will not affect any contracts that are currently in place. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: N/A 36 of 11/14/13 AGENDA ITEM NUMBER: 38 – Resolution No. 3117 NAME OF PROJECT: MSD Customer Surveying LOCATION: District-wide TYPE OF PROJECT 2014 Customer Satisfaction Surveying (2014 Annual Customer Satisfaction Survey, 2014 Post- Contact Customer Surveying, 2014 Construction Project Survey, 2014 Backup Insurance Program Survey, 2014 Permit & Design Review Survey, 2014 Cashier Window Survey, and 2014 Walk-In Billing Problem Resolution Survey) DEPARTMENT REQUESTING ACTION: Office of the Executive Director – Division of Public Information REQUESTED ACTION: Why is this action necessary?: MSD wishes to gain a more thorough understanding of the public’s and other stakeholders opinions toward the role that the District serves within our community and the quality of the services that the District provides. What does action accomplish?: Authorizes the District to exercise the second option year of an existing contract with the ETC Institute for Customer Satisfaction Surveying. SUMMARY EXPLANATION/BACKGROUND: Contractor: N/A Previous District Contract: Yes (see Additional Comments) Consultant: ETC Institute 725 West Frontier Circle Olathe, Kansas 66061 Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A District’s Estimate: $78,500 MBE/WBE Participation: ETC Institute (WBE) 85% Grafton Staffing (WBE) 15% Plan Approval Date: N/A Type of Contract: Professional Services Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Office of the Executive Director – Division of Public Information Budget Year: FY2014 & FY2015 Amount: $78,500 (not to exceed) Fund Name: N/A Additional Comments: Customer Satisfaction Surveying was first conducted by the District in 1996 and is conducted annually. Today, surveying measures all areas of customer service. Results are used to measure customer awareness of MSD’s role in the community and rate the quality of services the District provides. This resolution will authorize MSD to exercise the second option year of an existing contract with the ETC Institute for customer surveying services. Said contract will entail: 37 of 11/14/13 • Annual Customer Satisfaction Survey – Conducted annually, this surveying is used to measure customer awareness of MSD’s role in the community and the services that it provides. The surveying extends to measuring the value that customers/the community place on MSD services. • Post-Contact Customer Survey – This surveying targets MSD customers that have contacted the District through either its customer service number or its billing number. The surveying gathers input on the customer’s experience immediately after their contact with MSD or a requested MSD service is completed. The surveying extends to a customers experience with any MSD field personnel dispatched to handle the customer’s call. • Construction Project Surveying – This surveying allows the District to gauge the experience that customers living in close proximity to MSD construction projects have with a project’s execution. • Backup Insurance Program Survey – This surveying has not been previously conducted by MSD. The surveying will gauge the experience of a customer impacted by a basement backup and covered by MSD’s basement backup insurance programs. • Cashier Window Survey – This surveying allows the District to gauge the experience of customers that pay their bills at the Cash Window at the District’s administrative offices located at 2350 Market Street, St. Louis, MO, 63103. • Permit & Design Review Survey – This surveying allows the District to measure the quality and effectiveness of the services that MSD provides for those individuals and contractors seeking to develop property and/or tap into MSD’s sanitary system. • Walk-In Billing Problem Resolution Survey – This surveying has not been previously conducted by MSD. On a weekly basis, numerous customers visit MSD’s administrative offices to resolve billing or other account issues. This surveying will allow the District to measure the service experience of these customers. Results of all surveying have been/will be used to improve customer service and the performance of MSD staff and contractors. The terms for these services call for a dollar amount not to exceed $78,500.00. The timeframe covered by this contract is calendar year 2014 (January 1, 2014, to December 31, 2014). Due to ongoing budgetary constraints and budget reviews, several of the surveying programs planned for calendar year 2013 were cancelled and moved into calendar year 2014. If fiscal conditions in calendar year 2014 require, all or part of the surveying programs listed above will again be cancelled, modified, or rescheduled. The ETC Institute previously provided surveying services for MSD from 2002 through 2013. All 2014 surveying activities will be reported to the Board of Trustees in the spring of 2015. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 01/10/2013 – Ord. No. 13358 38 of 11/14/13 AGENDA ITEM NUMBER: 39 – Resolution No. 3118 NAME OF PROJECT: Employee Assistance Plan - Benefit Renewal LOCATION: District-wide TYPE OF PROJECT: Administrator for the District’s Employee Assistance Program DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary?: The agreement with the current Employee Assistance Plan provider, BJC, expires January 31, 2014. What does action accomplish?: This action authorizes MSD to exercise the option to renew for an additional year with BJC to continue to provide Employee Assistance to the District’s employees. SUMMARY EXPLANATION/BACKGROUND: Contractor: BJC Employee Assistance Program Previous District Contract: Yes 343 S. Kirkwood Road, Ste. 201 Kirkwood, MO 63122 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: Human Resources Dept. Budget Year: 2014/2015 Amount: $15,230 Fund Name: Hospital & Medical Services Additional Comments: PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/13/2013 – Ordinance No. 13538 – Authorization to enter into a contract with BJC Employee Assistance Program 11/10/2012 – Resolution No.2946 – Exercise option to renew for an additional year 01/14/2010 – Ordinance No. 13023 – Authorization to enter into a contract with BJC Employee Assistance Program 39 of 11/14/13 AGENDA ITEM NUMBER: 40 – Resolution No. 3119 NAME OF PROJECT: Flexible Benefit Plan Renewal LOCATION: District-wide TYPE OF PROJECT: Third party administration of the District’s Flexible Benefit Plan and vision program. DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary?: To obtain Board authorization for contract extension per Resolution No. 2608. What does action accomplish?: This action authorizes MSD to exercise its option to renew the current agreement for an additional year to continue to provide flexible benefit plan administration for the District’s employees. SUMMARY EXPLANATION/BACKGROUND: Contractor: BeneFlex HR Reesources, Inc. Previous District Contract: Yes 10805 Sunset Office Dr., Ste. 401 St. Louis, MO 63127 Consultant: 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: Human Resources Dept. Budget Year: 2014/2015 Amount: $17,500 Fund Name: N/A Additional Comments: The District offers a Flexible Benefit Plan as prescribed under Section 125 of the Internal Revenue Code which allows employees to make pre-tax contributions to reimbursement accounts to pay for qualifying expenses such as childcare or non-reimbursed health care expenses. In addition, the District has a program that reimburses District employees for prescription eyewear up to $100 per fiscal year. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 12/13/2012 – Ordinance No. 13559 – Enter into a new contract with vendor 11/21/2011 – Resolution No. 2997 – Exercise option to renew for an additional year 11/10/2010 – Resolution No. 2945 – Exercise option to renew for an additional year 12/10/2009 – Resolution No. 2885 – Exercise option to renew for an additional year 40 of 11/14/13 AGENDA ITEM NUMBER: 41 – Resolution No. 3120 NAME OF PROJECT: Group Life and AD&D Insurance Renewal LOCATION: District-wide TYPE OF PROJECT: Group Life and Accidental Death & Dismemberment Insurance DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary?: This service provides Life and AD&D insurance for employees and their dependents. What does action accomplish?: This action authorizes MSD to exercise the first option to renew for an additional year with MetLife Insurance Company, to continue to provide life and accidental death & dismemberment coverage to the District’s employees. SUMMARY EXPLANATION/BACKGROUND: Contractor: MetLife Previous District Contract: N/A 177 S. Commons Drive Aurora, IL 60504 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Districts Estimate: N/A MBE/WBE Participation: N/A Plan Approval Date: N/A Type of Contract: N/A Properties Affected: N/A Properties Benefitting: N/A Designed by: N/A FUNDING/COST SUMMARY: Budgeted: Human Resources Dept. Budget Year: 2014/15 Amount: $140,000 Fund Name: N/A Additional Comments: During the renewal process for the new plan year commencing February 1, 2014, the Executive Committee considered the option of exercising to renew agreement with MetLife Life Insurance at the same rate. This resolution will authorize the fourth year of a four year rate guarantee. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/08/2012 - Resolution No. 3060: Exercise option to renew additional year 11/21/2011 - Resolution No. 2998: Exercise option to renew additional year 12/09/2010 - Ordinance No.13178: Exercise option to renew additional year 12/10/2009 - Resolution No. 2884: Exercise option to renew additional year 41 of 11/14/13 AGENDA ITEM NUMBER: 42 – Resolution No. 3121 NAME OF PROJECT: Long Term Disability Plan Benefit Renewal LOCATION: District-wide TYPE OF PROJECT: Group Long-Term Disability Coverage DEPARTMENT REQUESTING ACTION: Human Resources REQUESTED ACTION: Why is this action necessary? This service provide Long –Term Disability insurance for the employee. To obtain Board authorization for contract extension per Resolution No. 2608. What does action accomplish? This action authorizes MSD to exercise its option to renew the current agreement with Liberty Mutual for long term disability insurance for an additional year. SUMMARY EXPLANATION/BACKGROUND: Contractor: Liberty Life Assurance Company of Boston Previous District Contract: Yes P.O. Box 2710 London, KY 40742-7210 Consultant: N/A Agency: 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: 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: Human Resources Dept. Budget Year: 2014/2015 Amount: $178,000 Fund Name: N/A Additional Comments: During the renewal process for the new plan year commencing February 1, 2014, the Executive Committee considered the option of exercising the third year of a three year agreement with Liberty Mutual. The Committee elected to exercise the agreement with Liberty Mutual. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/08/2012 - Resolution No. 3061 – Exercise option to renew for one additional year 12/08/2011 - Ordinance No. 13343 – Long-term disability coverage through Liberty Mutual 11/10/2010 - Resolution No. 2942 – Exercise option to renew for one additional year 01/08/2009 - Ordinance No. 12807 – Long-term disability coverage through Liberty Mutual 42 of 11/14/13 AGENDA ITEM NUMBER: 43 – Resolution No. 3122 NAME OF PROJECT: Group Medical Plan Benefits Renewal LOCATION: District-wide TYPE OF PROJECT: Group Medical Plan and Stop Loss Coverage DEPARTMENT REQUESTING ACTION: Human Resources Department REQUESTED ACTION: Why is this action necessary?: This provides medical coverage for employees ,dependents, and retired employees under age 65. To obtain Board authorization for contract extension per Resolution No. 2608. What does action accomplish?: The current plan year agreement with CIGNA is due to expire January 31, 2014. This action authorizes MSD to exercise its option to renew the current agreement for an additional year. SUMMARY EXPLANATION/BACKGROUND: Contractor: CIGNA Healthcare Previous District Contract: Yes P.O. Box 188037 Chattanooga, TN 37422-8037 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: N/A Districts 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: 2014/2015 Amount: $12,064,172 Fund Name: N/A Additional Comments: During the renewal process for the new plan year commencing February 1, 2014 the Executive Committee reviewed information requested by Gallagher Benefits Services, Inc. from the incumbent, CIGNA Insurance Company. Based on the information that was received, the recommendation of Gallagher Benefits Services, Inc. and the advantages of various options, the Committee elected to exercise its option to renew the current agreement for an additional year. PREVIOUS BOARD ACTION RELATED TO THIS ACTION: 11/08/2012 - Resolution No. 3058 – Exercised option to renew additional one year 12/01/2011 - Ordinance No. 13341 – Employee Group Medical Insurance 12/09/2009 - Resolution No. 2883 – Exercised option to renew additional one year 11/13/2008 - Resolution No. 2819 – Exercised option to renew additional one year 43 of 11/14/13 AGENDA ITEM NUMBER: 48A – INTRODUCTION & ADOPTION AT THE DECEMBER MEETING NAME OF PROJECT: Page Ave. & Lindbergh Sanitary Sewer (10725) LOCATION: South of Page Avenue and east of Lindbergh Boulevard in unincorporated St. Louis County, Missouri TYPE OF PROJECT: Sanitary Sewer Construction (015.0 Construction Costs) DEPARTMENT REQUESTING ACTION: Engineering REQUESTED ACTION: Why is this action necessary?: Appropriates additional funds and authorizes staff to 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: Midwest Mole, Inc. Previous District Contract: Yes 6814 W. 350 N. Greenfield, IN 46140 Consultant: N/A Agency: N/A Number of bidders: N/A Low Bid: N/A High Bid: N/A Appropriation Amount: $160,000.00 Designer’s Estimate: $370,000.00 MBE/WBE Participation: 42.99% (MWBE Goal is 15%) XL Contracting, Inc. – 42.99% - MBE Type of Contract: Unit Cost Properties Affected: 3 Properties Benefiting: 97 Designed by: District staff The work to be done under Contract #20013 consists of the construction of approximately 478 lineal feet of 12-inch diameter pipe in tunnel, 257 lineal feet of pipe sewers varying in size from 8-inches to 12-inches in diameter, and appurtenances. The purpose of this project is to alleviate sanitary sewer overflows due to blockages of the existing sewer line. This project is scheduled to be completed in 120 days. FUNDING/COST SUMMARY: Budgeted: Capital Improvement Program Budget Year: FY2013, Pg. 121 Amount: $350,000 Fund Name: #6660 – Sanitary Replacement Fund Additional Comments: Before the contractor began construction activities on the project, the contractor called Missouri One Call to locate any potential utilities and found no conflicts with the sewer construction. The contractor then dug a bore pit at manhole 1S and began their tunneling process. As the contractor prepared to excavate at manhole 2S, they discovered two unmarked fiber optic lines which were not shown on the plans and not located by the utility locate companies. These fiber optic lines are in direct conflict with manhole 2S and need to be relocated. The project had to be shut down while the fiber optic cables are being relocated. The contractor is requesting reimbursement for their shoring costs for an approximately 30-foot deep bore pit while the fiber optics lines are being relocated. The estimated additional cost for the shoring system rental is $140,000.00. Additionally, the estimated cost to relocate the fiber optics cables is $20,000. 44 of 11/14/13 Since the length of the delay is still unclear, the District is requesting introduction and adoption of additional funds for this project at the December Board meeting. This will give the District time to finalize the additional costs while keeping the contractor working on this project. The initial project contingency was used to find and excavate the fiber optics lines that were not shown on the plans or located in the field and for the costs owed to the contractor for demobilization and remobilization costs. The District is also evaluating the possibility of a portion of the additional funds being reimbursed to the District by the fiber optic companies because the fiber optics lines were not marked properly. The total additional funding required to handle these issues is $160,000. 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: 04/08/10 – Res. No. 2904 – GSA – Geotechnical Services – Reitz & Jens Inc. – Contract No. E-1240 – Amendment No. 1 03/14/13 – Ord. No. 13573 – Amount: $370,000 – Page Ave. & Lindbergh Sanitary Sewer – Original Construction Contract No. 20013