Loading...
HomeMy WebLinkAboutRES 890335RESOLUTION 890 35 A RESOLUTION AUTHORIZING THE PURCHASE OF TELEMETRY CONTROIS AND RADIO EQUIPMENT, BETWEEN THE CITY OF GEORGETOWN, TEXA] AND PROLOG AND VERSALINK COMPANIES, ► AND AUTHORIZING THE MAYOR TO EXECUTE THE SAME. WHEREAS, the City of Georgetown, Texas is the major distribution of water within its corporate limits; and WHEREAS, the City Council finds safe and efficient distribution of water is essential to the operation of the City's Public Utilities Department; and WHEREAS, Prolog and Versalink companies desire to enter into an agreement related to installation of radio control and monitoring telemetry equipment on existing water distribution systems and authorizing the Mayor to execute the same; WHEREAS, the City Council has found this action implements Utilities/Energy Policy 3 of the Century Plan - Policy Plan Element, and is not found to be inconsistent or in conflict with any other Century Plan Policies, as required by Section 2.03 of the Administrative Chapter of the Policy Plan. NOW THEREFORE, BE IT RESOLVED BY THE CITY OF GEORGETOWN OF THE CITY OF GEORGETOWN, TEXAS; SECTION I. That the City find the recitals set forth above are true and correct and are incorporated herein. SECTION II. That the City Council approves the award of control and radio equipment between the City of Georgetown, Texas and Prolog and Versalink companies, respectively, for equipment related to the installation of telemetry systems for the City of Georgetown water distribution system, as approved by TIPS, INC. Engineering and all backup information attached hereto and incorporated herein as if fully set forth at length. SECTION III. That the Mayor is hereby authorized to award the purchase and City Secretary to attest. PASSED AND APPROVED this 066 day of 1989. V MAYOR ATTEST: CITY TY Mr. James Briggs, Director September 7, 1989 Public Utilities City of Georgetown P.O. Box 409 Georgetown, TX 78627 Per the enclosed spread sheet find TiPS' analysis of the recent control and radio telemetry bids submitted to meet city water distribution control system modernization needs. The purpose of the spread sheet was to put all suppliers on an even footing in terms of the actual system configuration required by the City versus individual responses to the content of the bid specifications. Some bidders were very specific (e.g. ProLog) in bidding to the exact contents of the specification and were careful to call out useful options. Because ProLoq was the most accurate as well as the lowest bidder even after some options and other buyouts were added onto their base bid, ProLog is the selected vendor for the controls portion of the project. ProLog also provided a controls software package buyout (called "HOTLINE11) wh ch runs on their hardware. A demonstration package has been obtained, tested, and evaluated and found very suitable for the project. The next lowest bidder, ACTION Instruments, did not bid to the specification and were disqualified. ACTION neglected to include the necessary microprocessors at the remote sites which are required to handle both the data 1/0 but also the interface requirements of the radio transceivers. TiPS estimated the costs of the hardware and software required for ACTION to otherwise meet the bid 'fication and these are shown in the spread sheet for speci purposes of comparison. All control system vendors bids were adjusted to reflect the content of optical isolation devices required to meet the bid specification. All vendors complied to the spirit of the specification by identifying the interfaces required to communicate with the isolators. VERSALINK was the low bidder for the radio telemetry portion of the project and is the selected vendor. They provided the most technical detail in support of their quotation. Tew Electric, the other respondent provided a bundled quotation that was both high in price and vague 2402 Williams Drive * Georgetown, Texas 78628 * (800)242-8477 * (512)863-3653 e FAX (512)863-5392 Water System Bids Page 2 as to the breakout between the control and telemetry portions of their offering. The next step in follow-up to this letter is a detailed line -itemization of equipment to enable purchasing to proceed with system procurement. This will be sent under separate cover letter to you with copy to purchasing on or before September 8, 1989 per discussions held with your purchasinq agent. This listing will reference base bid and optional line items and prices from both the preferred vendors and from local suppliers. This listing will parallel the analysis provided by the enclosed spread sheet. T.P. Stoltenbe President, Ti Attachments: 4 Sheets Y; 4+ 4; 4� 4; 41 C) a a a a a a a a a 0 0 'r C) ift (D #A C) to CD, 'A 't 2: 3 Ili "� Wi Iri Iri WL uj C> cm r -i cm cli CD #A fA fR kA CM w al I:r Lf9 a Ln r -i It Ili 14 c rn m Ln E w 41 m C) Cp C> CD C, C) CD C) to 010, 00 ol OD Q. co ol co P— Ln ;; 64 Ln ;; Ln Ln 64 64 to CM Ln 64 to co It ol N -C> cm C) It 10 co 10 Ft qNt m CQ 6s H#0 cli Ft r= W r= r= E ftY 0 4) a) 0) w 41 L- :5 LQ-) 's LO-) 's LW- 's w- 401 r: c 0 u 3 u 3 u: 41 :3 0- 0 w 0) 0 0 0 4� (a 0 (n L- E v? 4.1 o 0 3 41 0 u CL cn 0 L- \ Q! (n 0) 0 L- 0 U ®7 uj 0 =C L) L- CL < IL F-- c1c U U U U U U U U_. U: U U U U U U J C C C sC+ C .Ce r� C .Cr eG ti W s -s u U 41 Q VR 'a E m N \ ? 3 V8 C- 47 lC 48 L L L L 41 41 41 C l N U U U UC U X U. U C C C. C C X U U U X x t0 C C C C W W W W _ Cy 0) V39 U, g� 0 4J Zr 0 64� fA 0 H U5 64 0 00 fA 64 N U1, Ln 1` L �. M f/}cm a) 10 cli ol4- 7 Lm CL v E 41 y V} h 48 a' N U U U 0 U X U U U f3 U U X K L m C C C C C W C C C C C C W W CL L O O O O. O O vi 0 Co 0 0 0 0 0 0 LIN U L. 49 fA 69 69 fA & Ni 40 69 CA % 64 ul Ln It N M C fA (d$ dA fA 00 C> C.t adf Q �r O O O o c O CIE ®. fA fA fA fA :0 0 ll� O N Lna Ln �* fA a f It M Ln M W Y Q a. O Z Z Z 12 lc;Dr12 LRD S3 ;z Ot in M r N Ifl di 69 fA u4 Nf � 0 0 00 0 0 00 co r1i IT±3' W9 M lit 0.9. Ov fA fA 64 64 : H 69 fA O co co N 60 64 N 64 T; O O O Ln O O O Ln L Ln O N �- N h fA Hf Y 4i t1. C a Y U Q C O G7D 49 47 N 4f f4 48 47 'Y _ L i 4J 4J_ _ L L L L L X X U U U X X U X X X C C C W W C CC W W C W W W 0f0 C1 . . e -a — 4 a 0 0 0 0 0 0 O O Q O O O O O O O C.1 Oo iR fA 69 1(i O 69 {fl *q;; O fA O If9 LnN c O CSi 69 M fA Mi Q. fA ffl M. 2O Ln 41 fA fA H L- 0. 0. 47 W m L m0) E 0 4} M i1m CO a n L7. U. U '8® U n fn V d 4- 4- 4) w 4- 4A EE •y- 4% O 41 QI 4D C 41 L L. CO d 41 4J r-. 3++ ® 4, �. �. a ) ? O O 47 C_ C N N E. st 'II Q L 49. O L O }, 1-- 4J _ a Zi U + 7 7 a '1'1 r 41 U Ca 4 (a;1C L C 4f O41 3 4J 4-1 43 L a u ca �+ 1cs 4- o N e m a L- >. > s-� N C r_a a� v �r O O O o c O CIE ®. fA fA fA fA :0 0 ll� O N Lna Ln �* fA a f It M Ln M W Y Q a. O Z Z Z 12 lc;Dr12 LRD S3 ;z Ot in M r N Ifl di 69 fA u4 Nf � 0 0 00 0 0 00 co r1i IT±3' W9 M lit 0.9. Ov fA fA 64 64 : H 69 fA O co co N 60 64 N 64 T; O O O Ln O O O Ln L Ln O N �- N h fA Hf Y 4i t1. C a Y U Q U N IC Q M C W 2 3 OO®OC) IU O 69 BA fA 64 O I 0 O Ln 3 as M M h WN CD LU _ 64 0 X U 0 0 O O O OLn m .-C.. N L 0 U O di #A fA fA. M CIO' co i C Q C C Z fA 64 cmC cm 3 0 0 0 0 0 0 69 64 64 fA CD `a C) L CL 4-- 4- D a. d M M h WN CD 4 _ 64 0 C O eY ca U 4J U U U U 0 O O O OLn _a C 4 C .-C.. N rC 0 0 Q O di #A fA fA. M U co N fA 64 cmC cm U W 3 Q d9 M M it WN CD E _ 64 0 C O eY ca U L 41 0 O O O OLn cu .-C.. N 0 @ W Q c C 0 Q m Z O L M U O fT 64 64 fA Ln N fA O �} N N fA W L CL 2 N N v lu CL w a 41 as 0 a cn o 41 E4J 0 W 4J L m L) (nmam c 3 0 c c 0 O in u° Ln O O 14, et �M M M 0+ to fA fA H 0 WN CD U _ 64 0 OOMM fS o a 0t N N h ' 0 C%i 64 64 "I N toM - fA L. 0 8 X t _ g 3N PlS N' d C :3'41 N 0 0 N $ E eC 0 C 41 C a o d d 3 N N U U I0 a Q Q c e 0 MM 0 0 C 0 I U E W Z w. N 0 64 0 69 64 O 9- O 0 4; t.4 W X U m El U - fA L. 0 8 X t _ g 3N PlS N' d C :3'41 N 0 0 N $ E eC 0 C 41 C a o d d 3 N N U U I0 a Q Q c e 0 MM 0 0 C 0 I U E W Z w. N 0 64 0 69 64 O 9- O 0 4; t.4 W X U m r U L 0 O O O OLn wi .-C.. N 3 O 0 O O Q 0 cn O6+4 fA fA to O L WN M 9- w to fA CL Q. d f- J U U U U L J C Q C U N W C G of 0000 0 6 6 6R 64 L 0 O O O OLn wi .-C.. N N 69 69 U N 6 d a.+ C Uh..r r 64 to J U N W C QQ m z s� ii L 0 O O O OLn wi U a N d, r M 'Affl Ln �. Of � ffl 0 N N 0 9- m m aft co N � A+ ~ N N 4J m f - F v v cam 0 41 0)41 a i 0 a 0 0 u ,o f n. m 0 f- 0 611 aft O O O O 01 Ol Ln CM LA cm Uh..r r 64 to 2' U wi M fA M 64 P P N M M Cf3 M. 10 64 ;;fA 69 It M '-� iQn 0 X: 41 0- g tq -+ C ++ N - N O Q Q 0 W CO 41 E- E E o ua w C o o d d to L � Ln Ln a 0 a a 0 U Rd1 C Q � M 3O C) C> C3 -11- 0 O fA Vif9 . r a Q IIS toLn 3 ON LU W x 0 m 4J � L ej 3 ®=ao®Q LS. H Z �64fR 6 a j? O a N CO 6 4- O a fA r 1 m L 10 4C) 0 0 0 U 9 di fA JI) sC-e N N v as fR 3 Q T N N co o. 1 cuw L Y f- D C m L O m E L N v. C �.L_a 3. ,pd J N. COJ N E. pC.. m to L f+ y rn E E ro I in Ca Cs Cl o toLn Qcm04R60�ON ON 6q ol C M 611 O O CD O Q O 7 fR 0; H N. 0 fol Ln A P N fA 0 � $R fA Vih N. M 0 Q U J C Q C C 3 0. CD a 0 0lI CD I a— O b0D 9 fR Ni 0 CD LA IIto t>D W x O m r Y =Q .a Z 3®®CDaflo En a64'A690 N N a CD CD t3 ® ® o fA fR di 69 64 fR LnQaCDo _ r- cli ow fA 64 41 r O C ' O 4J � L L LS. H Z m Z L j? O CA tiff O O CS Lis 69 fA fA tR CO C a � O N N fA 69 nc 3 C1. Q CD CD t3 ® ® o fA fR di 69 64 fR LnQaCDo a r- cli ow fA 64 41 fA f1# O C a O K l0 L W W Q C C m Z L O CA tiff O O CS Lis U . fT fA (fl.Ln 100,0064 m a � O N N O 0 fA L C1. CD CD t3 ® ® o fA fR di 69 64 fR LnQaCDo Ln in r- cli ow fA 64 ol ol fA f1# 063, Ck CD O O CD CD It iR ol Ni fa Ni Ol P N 6 Ln O ® O O til CD �O+ 0, fA. d# fA N ffWRRD f» f#? N UB Z8 fQ O f O O tU DL UD _Q C++ LO - C>.. C O. 'Q O Q Q 0 E E4J E E C O w ds+ COo® rnN N ro � � mt ,t 6 d. 41 C y r o 0 0 u 0 N 0 I . 0 MU wumm) DATE: September 8, 1989 TO: Mayor, City Council and City Manager FROM: Jim Briggs I& - Director of Public Utilities RE: Award of Bid for Telemetry System Equipment as specified by TiPS INC. The City of Georgetown received bids on telemetry equipment as specified by TiPS INC. This equipment included hardware, soft ware and radio telemetry equipment. The bids for this equipment and vendors specifications were reviewed by TiPS INC. as to accuracy. After review of the specific bids, Prolog Corporation was selected as low bidder for the controls portion of the project, with Versalink selected as the low bidder for the radio system. The total bid for equipment for this project will amount to $37,134.00. This amount is approximately $2,000.00 less than the original estimate as proposed by TiPS, that was previously approved by Council on June 13, 1989. Therefore, City staff is recommending approval of the bids, to these selected vendors, and authorization to purchase under the previously approved $48,000.00 figure, for the telemetry system upgrade, on June 13, 1989. Proposed Motion: See attached resolution. H71M.