Ann Arbor logo
File #: 19-0010    Version: 2 Name: 1/22/19 RFP 18-31 Design Build WTP SCADA System Modernization Project
Type: Resolution Status: Passed
File created: 1/22/2019 In control: City Council
On agenda: 1/22/2019 Final action: 1/22/2019
Enactment date: 1/22/2019 Enactment #: R-19-030
Title: Resolution to Approve a Progressive Design-Build Agreement for Professional Services with J. Ranck Electric, Inc. for Phase 1 of the Water Treatment Plant SCADA System Modernization Project ($210,198.00)
Attachments: 1. SCADA CIP Design-Builder Agreement - Final.pdf, 2. RFP_18-31_ProposalTab.pdf, 3. RFP18-31 Averaged Scoring Summary.pdf

Title

Resolution to Approve a Progressive Design-Build Agreement for Professional Services with J. Ranck Electric, Inc. for Phase 1 of the Water Treatment Plant SCADA System Modernization Project ($210,198.00)

Memorandum

This memorandum and resolution request approval of a progressive design-build agreement with J. Ranck Electric, Inc. to provide professional design services for the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) System Modernization Project for $210,198.00.  This project is in the City’s approved Capital Improvements Plan.

 

In September 2018, the City issued a request for proposal (RFP) for the Project.  The RFP contemplated progressive design-build project delivery, in which, during Phase I of the Project, a design-builder provides professional services and proposes a guaranteed maximum price (GMP) for the design.  After Phase I, the City will evaluate the GMP and decide whether to recommend proceeding with Phase II - Construction.  

 

The Project is to replace over 20-year old legacy programmable logic controllers (PLC’s) and SCADA computer systems with new, modern components capable of additional functionality and integration with other plant software packages and equipment.  Production of critical components of the PLCs is discontinued and they are not supported any more.  The Project will improve the overall reliability of plant control functions, add more data logging and aggregation, integrate the SCADA system with other plant software applications, and comply with industry standard security protocols. 

 

The City received proposals from teams led by GHD, Fishbeck, Thompson, Carr, & Huber (FTC&H), and J. Ranck Electric, Inc.  These were reviewed and evaluated based on:

                     Profile for the lead firm (including location, financial condition, bonding, & insurance information);

                     Company profiles and key personnel for all firms on the project team;

                     Relevant experience on similar projects;

                     Project approach (to both phases); and,

                     Fee and rate information (submitted separately from base proposals and opened only for FTC&H and J. Ranck Electric, Inc.).

 

The proposal scores were refined after interviewing the two short-listed teams.  J. Ranck Electric, Inc.’s team was ranked highest in the end.  It is therefore recommended that City Council approve the progressive design-build agreement with J. Ranck Electric, Inc. to serve as design-builder for Phase I.

 

Fiscal/budget impact

Funds are available in the Water Supply System Capital Budget (UT-WS-16-19).  The total estimated Phase I project cost is $231,198.00, which includes $21,000.00 for City sought additional services. 

J. Ranck Electric, Inc. complies with the requirements of the City’s Non-Discrimination and Living Wage ordinance.

Staff

Prepared by:                       Brian Steglitz, Water Treatment Services Unit Manager

Reviewed by:  Craig Hupy, Public Services Area Administrator

Approved by:  Howard S. Lazarus, City Administrator

Body

Whereas, The City issued a Request for Proposal for progressive design-build professional services for the WTP SCADA Modernization Project;

 

Whereas, The Project will improve the overall reliability of plant control functions, integrate the SCADA system with other plant software applications, and comply with industry standard security protocols;

 

Whereas, Existing SCADA system components are no longer supported by the manufacturer making service and repair difficult;

 

Whereas, Of the 3 proposals received, the team led by J. Ranck Electric, Inc. was the most qualified;

 

Whereas, The cost of the progressive design-build agreement contemplated by this resolution will be funded from the approved Water Supply System and General Fund capital budgets; and

 

Whereas, J. Ranck Electric, Inc. complies with the requirements of the City’s Non-Discrimination and Living Wage Ordinances:

 

RESOLVED, That a progressive design-build agreement, the substance of which is like that attached to this resolution, in the amount of $210,198.00 be approved with J. Ranck Electric, Inc.;

 

RESOLVED; That an additional $21,000.00 be approved to be spent by the City as appropriate to finance change orders to the progressive design-build agreement;

 

RESOLVED, That the Mayor and City Clerk are authorized and directed to execute said progressive design-build agreement after approval as to substance by the City Administrator and approval as to form by the City Attorney;

 

RESOLVED, That the City Administrator be authorized to take the necessary administrative actions to implement this resolution;

 

RESOLVED, That the City makes the following declaration for the purposes of complying with the reimbursement rules of Treasury Regulations 1.150-2 pursuant to the internal Revenue Code of 1986, as amended, that the City reasonably expect to reimburse itself for expenditures for the costs of the Project with proceeds of Bonds; and

 

RESOLVED, That the funds be available for the life of the project without regard to fiscal year.