HomeMy Public PortalAboutFY2018 Consultant Services PresentationFY 2018 Proposed Capital
Improvement Program
Metropolitan St. Louis Sewer District
FY 2018 Capital Improvement Program
Proposed Engineering Services
Rich Unverferth, P.E.
Director of Engineering
January 24, 2017
Today’s Agenda
Introductions
Proposed Program – Procurements Completed
Proposed Program – Procurements Needed
Consultant Selection Process
RFQ/RFP Schedule & Project Details
Project Clear Update
Executive Director’s Update
Questions and Closing
Proposed FY 2018 Program
Engineering Projects – Procurements Completed
Project Consultant Budget
WATERSHED CONSULTANT - LOWER & MIDDLE RDP CSO
CONTROLS (11109)
Jacobs Engineering Group, Inc. $ 2.375 M
WATERSHED CONSULTANT - DEER CREEK SANITARY PROGRAM
(11110)
Parsons Water &
Infrastructure, Inc.
$ 1.300 M
WATERSHED CONSULTANT – BISSELL COLDWATER MISSOURI
MERAMEC PROGRAM (11144)
AMEC Foster Wheeler
Environment & Infrastructure
Inc.
$ 4.546 M
WATERSHED CONSULTANT – LEMAY SANITARY PROGRAM
(11145)
Burns & McDonnell
Engineering Co., Inc.
$ 8.272 M
WATERSHED CONSULTANT - RDP TRIBUTARIES (DEER CREEK)
CONTROLS SYSTEM IMPROVEMENTS (11153)
HDR Engineering, Inc. $ 9.440 M
WATERSHED CONSULTANT – CONSTRUCTION MANAGEMENT –
TANKS/TREATMENTS/PUMP STATION FACILITIES (11151)
Kennedy Associates/
Architects, Inc.
$ 7.000 M
WATERSHED CONSULTANT – CONSTRUCTION MANAGEMENT –
RDP TUNNELS (11152)
Shannon & Wilson Inc. $ 3.500 M
WATERSHED CONSULTANT – CONSTRUCTION MANAGEMENT –
LOWER MERAMEC AND DEER CREEK TUNNELS (11826)
Black & Veatch Corporation $ 7.500 M
WATERSHED CONSULTANTS 8 $ 43.993 M
Proposed FY 2018 Program
Engineering Projects – Procurements Completed
Project Consultant Budget
CITYSHED MITIGATION
PROGRAM DESIGN
(CONTRACT A)
Jacobs Engineering Group, Inc. $ 3.48 M
NEW ENGLAND TOWN CLIFF
CAVE PUMP STATION (P-323)
IMPROVEMENTS
Sterling Company $ 0.50 M
NEW ENGLAND TOWN
QUARRY PUMP STATION (P-
307) (SKME-544)
IMPROVEMENTS
AMEC Foster Wheeler Environment &
Infrastructure Inc.
$ 0.40 M
UPPER MALINE TRUNK
SANITARY RELIEF PHASE IV
SECTION B
HR Green, Inc. $ 0.10 M
LEMAY PUMP STATIONS 1
AND 2 IMPROVEMENTS
Donohue & Associates, Inc. $ 0.21 M
Totals 5 $ 4.69 M
Proposed FY 2018 Program
General Services – Procurements Completed
Project Consultant Budget
CONSTRUCTION
MANAGEMENT - 11752
AFRAM Corporation $ 0.25 M
WATER QUALITY GENERAL
SUPPORT - 12716
HDR Engineering, Inc. $ 0.10 M
Totals 2 $ 0.35 M
Proposed FY 2018 Program
Other Projects – Procurements Completed
Project Vendors Budget
CRITICAL INFRASTRUCTURE
ASSESSMENT (2017)
RJN Group, Inc. $ 1.40 M
CCTV INSPECTION AND
PHYSICAL INSPECTION OF
SEWERS (2017)
ADS Environmental Services $ 2.50 M
FLOW METERING AND
MONITORING (2017)
ADS Environmental Services
$ 2.50 M
RADAR RAINFALL DATA (2017) Vieux & Associates, Inc. $ 0.14 M
STREAM FLOW GAUGE
OPERATION
U.S. Geological Survey $ 0.60 M
STREAM FLOW WATER QUALITY
SAMPLING (2017)
Geosyntec Consultants, Inc. $ 0.27 M
Total 6 $ 7.41 M
Proposed FY 2018 Program
Engineering Projects – Procurements Needed
Project Name Budget
BISSELL POINT WWTF REPAIR AND IMPROVEMENT DESIGN (CONTRACT A) 2,450,000
PUMP STATION REPAIR AND IMPROVEMENT DESIGN (CONTRACT A) 575,000
LOWER MERAMEC WWTF HVAC, LIGHTING, AND HUMIDITY CONTROL
IMPROVEMENTS
500,000
GENERAL SERVICES AGREEMENT - GEOTECHNICAL (2018) CONTRACT A 50,000
GENERAL SERVICES AGREEMENT - GEOTECHNICAL (2018) CONTRACT B 50,000
GENERAL SERVICES AGREEMENT - GEOTECHNICAL (2018) CONTRACT C 50,000
GENERAL SERVICES AGREEMENT - FACILITY & SEWER DESIGN (2018) 300,000
GENERAL SERVICES AGREEMENT - SURVEY SERVICES (2018) CONTRACT A 50,000
GENERAL SERVICES AGREEMENT - SURVEY SERVICES (2018) CONTRACT B 50,000
GENERAL SERVICES AGREEMENT - SURVEY SERVICES (2018) CONTRACT C 50,000
GENERAL SERVICES AGREEMENT - SURVEY SERVICES (2018) CONTRACT D 50,000
GENERAL SERVICES AGREEMENT - SURVEY SERVICES (2018) CONTRACT E
50,000
12 $ 4,225,000
Consultant Selection Process
Pre-Qualification
RFQ/RFP Process
RFP Only Process
RFQ Shortlist Criteria
RFP Selection Criteria
Selection Process Documents –
www.stlmsd.com/msd-work/consultant-selection
(under Links on bottom right)
Consultant Selection Process
Pre-Qualification
Pre-Qual Packets were due on January 6, 2017.
We are requiring pre-quals be submitted as a
PDF to msdengpq@stlmsd.com
Questions – Sharon Holt at 314.768.6285
Attachment A for the Conflict of Interest Policy
has been revised.
Previous year’s performance evaluation will be
included with the pre-qualification notification
letter
Consultant Selection Process
RFQ/RFP Process
Projects $500,000 or greater, or special
circumstances – RFQ/RFP
All consultants notified of RFQ and eligible
Shortlisting to 3 or more firms by RFQ
Shortlist Committee after Qualifications
evaluation
Selection by separate RFP Selection
Committee after Proposal evaluation
Interviews may be required
Consultant Selection Process
RFP Only Process
Projects less than $500,000 – RFP
Project Pairings
Statement of Interest & Pre-Qualifications
to aid in shortlisting
Shortlisting to 3 or more firms by
RFQ Shortlist Committee
Selection by separate RFP Selection
Committee after Proposal evaluation
Consultant Selection Process
RFQ Shortlist Selection Criteria
Project Team and Key Members
Personnel Availability/Workload
Past Performance/Project Experience
Backlog
Diversity Multiplier
Consultant Selection Process
RFP Selection Criteria
Understanding of Project and Technical
Approach
Project Manager and Project Team
Personnel Availability
Project Design Schedule
Related Project Experience/Past
Performance
Backlog
Diversity Multiplier
Consultant Selection Process
Workforce Diversity
Per current policy there are no subcontracting
MWBE goals
Primes are required to subcontract a minimum
of 25% of the project
Workforce Diversity goals on contracts over
$500,000 (for the Prime firm only)
Goal 18% Minority and 32% Women
Qualifications and Proposals receive additional
credit through the use of Diversity Multipliers
for MWBE Primes and meeting Workforce
Diversity goals
Consultant Selection Process
Backlog Calculation
Backlog calculation for every firm will be
computed based on a combination of:
Watershed Consultant Contracts – Open
balance on contracts counted towards
prime and subs based on their
participation in the watershed consultant
contract.
Other Consultant Contracts – open
balance on contracts counted towards
prime only.
Consultant Selection Process
Backlog Scoring
Backlog for proposals on projects $500,000
and over will be computed by summing
backlog for all the firms of the team
proposing
Backlog for proposals on projects less than
$500,000 will be computed by summing
backlog for the prime only (not the team)
Proposed FY 2018 Program
RFQ/RFP Schedule
RFQ1/RFP1 – 3 projects totaling $3.525 M
RFQ Issued: February 28
RFQ Due: March 22
RFP Issued: May 3
RFP Due: May 25
Selection: June 23
Proposed FY 2018 Program
RFQ/RFP Grouping
RFQ1/RFP1 – Project Details
Bissell Point WWTF Repair and
Improvement Design (Contract A),
budgeted at $2.45 M.
Pump Station Repair and Improvement
Design (Contract A), budgeted at $0.575M.
Lower Meramec WWTF Corrosion and
Humidity Controls Improvements,
budgeted at $0.5 M.
Proposed FY 2018 Program
RFQ/RFP Schedule
RFP2 – 9 GSA projects totaling $0.7 M
Interest Statement Issued: February 28
Interest Statement Due: March 22
RFP Issued: May 25
RFP Due: June 20
Selection: July 20
Proposed FY 2018 Program
RFQ/RFP Grouping
RFP2 – Project Details
General Services Agreement –
Geotechnical, 3 budgeted at $50,000 each.
General Services Agreement – Facility and
Sewer, budgeted at $300,000.
General Services Agreement – Survey
Services, 5 budgeted at $50,000 each.
Project Clear Update
January 24, 2017
Planning
23
Deadlines Met:
–CSO LTCP (approved by MDNR June 2011)
–SSO Master Plan (approved by EPA June
2014)
–CSO Green Infrastructure Plan (approved
by EPA May 2016)
–Lemay WWTP Stress Test Summary Report,
Submitted December 2016
–Supplemental Environmental Project,
Completion Report due 2017
24
Planning Submittals
Current Status – 119 SSOs remain
18 SSOs must be removed by 2018 due date
SSO Control Master Plan elimination status:
– behind schedule on 4
– ahead of schedule on 14
EPA approved early elimination of
Constructed SSOs due after 2018 - 2
Removed
25
Sanitary Sewer Overflow Elimination
Design
26
Design Program - Transition
Watershed Consultants
–Private I/I – Fewer Projects
–CIPP – Project Slowdown (Const. Backlog)
–Sanitary Relief Project
–Storage Facility / Tunnel Designs
–Transition to Project Selections – On Horizon
Stormwater, Cityshed, Facility Design
–Multi Year Contracts
–Several Projects In Each
–Defined Contract Years
Coldwater Sanitary Relief Section B, C & DI
-Wet Weather Storage Facility Tank C
Coldwater Creek Tank A
Missouri Rive
WWTF
Deer Greek Trunk
University City Sanitary
Storage Facility lHafner Ct.)
Deer
BID Sep 2016
Deer Creek Sa -tary Tunnel
2017 - PHI I RDP Tributaries (Deer Cre
CSO Tunnel
Grand
G la ize
Ceek�
Grand
GlaizelWWTF
Lower Meramec River System Improvements -
Fenton to Grand Glaize WWTF Tunnel
Fenton Creek,
Yarnell Creek;'and
Williarns•Creek
2018
Lower Meramec River System Improvements
Baumgartner to Fenton WWTF Tunnel
2020
0 2.5 =i5Miles1
2020
Fenton
WWTF
Baumgartner Tunnel
Lower Meramec WWTF Expansion
Phases ll&III
University
City
42028
Upper RCP CSO
Storage Tunnel
Lemay
WWTF
LMSA
Lower
Meramec WWTF
2016 - 2034
ESTIMATED BID OPENING
IN CONSTRUCTION 1
Watkins Creek Pump Station
(P-t 07) Capacity Improvements
Mallne Creek CSO 052
Storage Facility
Bissell
Point WWTF
Skinker-McCausland Tunnel
LMRI7P CSO Storage Tunnel
Mackenzie Creek
Sanitary Storage Facility
Gravois Creek
Storage Facility
Lemay CSO Outfall 063 High
Rate Clarification Facility
LMRDP Tunnel Dewalering
Pump Station
Jefferson Barracks Tunnel
Bid Nov. 2016
2027
2022
ES*
Legend
fi CS0 Rgecis
fi S50 Projects
4t1 Recently Completed PToiecls
Service Areas
Eissell Pant
CdCrrnter Crecn
Lemay
LOWer MOM mac
Miyypyd Rirvcr
Major Tunnel, Storage,
and WNITF Projects
DRewG rI..MEEP
!PI DATE
Filbrua^; '
Putting Out the Work
Construction
2016 Year End Review – Completed
Projects
Contract Close Outs – 66 Projects
Total Value of Construction - $154.1
Million
Number of Contractors - 19
2016 Year End Review - Overall
110 Contract Starts - $228.8 Million
Value of Work Completed - $177.7Million
237 Open Contracts - $577.7 Million
38 Contractors Being Utilized
MAJOR PROJECT STARTS
DC-02 & DC-03 Sanitary Relief
(Brentwood Blvd to Conway Rd) Phase I
•Designer: Parsons Water & Infrastructure, Inc.
•Contractor – J.H. Berra Construction
•CM Services – Black & Veatch
•Contract Start – February 2016
•Completion – February 2018
•Current Amount - $ 21.9 Million
The installation of approximately
5,075 feet of 8-inch to 78-inch
diameter sanitary sewers at
depths of up to 30 feet, 8 junction
chambers, 24 manholes, 3 flow
metering manholes, and other
associated work.
35
Upper Maline Trunk Sanitary Relief Phase IV, Section A
•Designer: HR Green, Inc.
•CM Services: District Staff
•Contractor – SAK Construction
•Contract Start – March 2016
•Completion – February 2018
•Current Amount - $15.7 Million
The construction of approximately 597 lineal feet of sewers
varying in size from 8" to 48" & 6,911 lineal feet of 42" pipe in
tunnel & appurtenances.
Coldwater Sanitary Relief Section B, C & D
Wet Weather Storage Facility Tank C
36
180 foot diameter storage tank having an 8
million gallon capacity, with upstream and
downstream trunk sewer chambers, a diversion
structure, influent pump station, utility water
pump station, and a control building with odor
control.
•Designer: AMEC Foster Wheeler
Environment & Infrastructure
•CM Services: KAI, Inc.
•Contractor – Plocher Construction
•Contract Start – April 2016
•Completion – January 2018
•Current Amount - $19.0 Million
Maline Creek CSO BP 051 & 052 LOCAL Storage
Facility (Chain of Rocks Dr. to Church Dr.)
•Designer: Jacobs Engineering Group
•CM Services: Black & Veatch
•Contractor – SAK/Goodwin JV
•Contract Start – May 2016
•Completion – September 2020
•Current Amount - $ 81.6 Million
Construction consists of a 40-ft diameter, 12.5
MGD submersible pump station, a 28-ft
diameter x 2,700-ft long cavern, a 580-ft long x
6-ft lined connecting tunnel, three de-aeration
chambers, three intake structures, a shallow
connector sewer constructed by pipe jacking
and related storm sewers.
2016 Year End Review
Three (3) Major Declared Emergency Repairs
o Emergency Repair #53 – Fenton Service Area ($8.5
Million)
o Emergency Repair #54 – Grand Glaize Service Area ($3.0
Million)
o Emergency Repair #55 – Missouri River WWTP ($ 1.1
Million)
Emergency Repair #53 – Fenton Service Area
Emergency Repair #54 – Grand Glaize
Service Area
Emergency Repair #55 – Missouri River WWTP
Executive Director’s Update
General District Update
The Future of Stormwater Funding
Proposition S: April 2016
Voters passed Proposition S in April 2016
The issue addressed by Proposition S was unequal
storm sewer operations and maintenance funding
across our service area
Proposition S simplified and equalized these services
with regard to operations and maintenance in the
public storm sewer system
Now, MSD is exploring options to fund capital
projects addressing erosion and flooding
District Funding:
$0.0197 regulatory tax
+ $0.10 stormwater tax
= $0.1197 total tax rate
•Includes regulatory
compliance
•Includes complete
operations and
maintenance
•Includes limited funding
for necessary capital
improvements:
•FY17-20: ~$67M
Stormwater Capital
Program
(FINITE PROGRAM)
Proposition S Results:
Localized
Flooding
Regional
Flooding
Unfunded Stormwater Issues
Erosion
~500 stormwater issues
identified, but unfunded
Total cost: ~$500M
*As of August 2016
Unfunded Stormwater Issues*
Localized Flooding
Erosion
Regional Flooding
MSD Boundary
St. Louis City Boundary
Should MSD provide full regional
stormwater services?
MSD could be in a position to do something about the impacts of stormwater,
if the public approves the funding and mandate.
Key Questions:
Which services, if any, are a priority for the community?
How does the public want to pay for services?
–What mechanism?
•Tax? Fee?
–How much?
–How often?
•Monthly? Annually?
–For how long?
Any additional questions?
Example Annual Revenue Scenarios1
$10M Annual Revenue
Generates $6M in
Construction Dollars/year
Impervious Fee: ~$8/year2
Tax: ~ $9 - 12/year3
–~ $.04/$100 assessed
valuation
$30M Annual Revenue
Generates $18M in
Construction Dollars/year
Impervious Fee: ~ $24/year2
Tax: ~ $28 - 38/year3
–~ $.12/$100 assessed
valuation
$20M Annual Revenue
Generates $12M in
Construction Dollars/year
Impervious Fee: ~ $16/year2
Tax: ~ $18 - 25/year3
-~ $.08/$100 assessed
valuation
$40M Annual Revenue
Generates $24M in
Construction Dollars/year
Impervious Fee: ~ $32/year2
Tax: ~ $38 - 50/year3
-~ $.15/$100 assessed
valuation
1Scenarios are estimates for presentation purposes only. As of November 2016.
2Per 2,300 sf of impervious area
3Based on average valuations of $130,000 (City) - $170,000 (County)
Additional considerations
Taxing subdistricts with a
$.04-$.10 taxing authority
Board of Trustees set tax
rate at $0.00 following
the April 2016
election
Taxing levels to be
revisited with public
after next District-
wide vote
Questions and Closing
Questions and Answers
www.stlmsd.com
Thanks to the Engineers’ Club of St. Louis
Enjoy the Networking