HomeMy WebLinkAboutAgenda Report - February 15, 1984 (31)r
AWARD - QNIRACr Agenda i t em K-1 "Awa rd Cont rac t for SCADA Syst em" was
PCR SCADA SYST'FM introduced by Staff who apprised the CounciI that this
project incudes the replace-ow-nt o=f the present separate
Electric and Water telemeteri-ng controlsystems with a
single, state-of-the-art system Phase 1 Is the design and
purchase of the equipment. The data base and this equipment
along with the necessary transducers and wiring will be
Installed by the City under- Phase it` of the protect.
The specifications described both necessary and preferable
perfommnce and operational- criteria for the City's systems.
the bidders were re tested to describe their system and to
note any exceptions where they deviated from the
specifications
Plans and specifications for this project were approved on
December 7, 1983.
the City has received the following 7 bids for this project:
BITDFR BID Ultimate System
Miltitronics. Inc.
Mpore Systems. Inc.
Northwest Utilities/
Andover Controls
Tejas Controls, Inc.
Tesamer. Inc. MOM)
QM. Inc.
BIF/AOCUr 1.
Engineer's Estimate
$199,375.86 $241,044.90
$229,824.00 $269,137.00
$232.020.66
$277,020..00
$272.145.00
$314.510.00
$276.010.00
$374,600.00
$300.577.00
$325.869.00
$499.052.18
$625,280.20
$275.000.00
All of the proposals were reviewed. The three lowest bids
were evaluated in depth. The review indicated none of the
top four offered a substantially improved system for the
additional cost. The specifications included six major
areas on which the evaluations were based.
(1) Supplier background including a proven track record
with the equipment being proposed,
(2) System function:
(3) Master station hardware.
(4) Remote terminal hardware;
(5) Support services;
(6) Price.
The system proposed by Northwest Utilities/Andover Controls
does not meet the specifications in the first three areas.
The system is a but monitoring and control systema in
which automatic control; routines are loaded into the Remote
Terminal units by the Master-. Thus. the Master Station
processor is very small and relatively slum. This is
unacceptable for the Utility Department's operation. In
addition, the proposal Indicated the system has not been
used In electric distribution or water distribution field.
Thus, the system is not recd miended'.
The system proposed by Moore Systems substantially meets or
exceeds the specifications:. The caupany's experience is
primarily in electric distribution, monitoring andcontrol
including hydroelectric facilities. They have sold over 30
systems similar to the one proposed, including one at the
City of Roseville. tour contacts at Roseville expressed a
high degree of satisfaction with both the equipment and the
company.
Moore's equipment will support many more inputs than the
number required, which provides future flexibility. The
hardware is entirely modular consisting of plugs -in circuit
cards and canponents built by Moore. The price includes
approximately $10.000 for a ccnplete set of spare circuit
cards (one or more of each type), including the central
processors. Thus, city personnel will be able to correct
any malfunctions of nearly all of the equ.ipnent tnn house.
The system proposed by hiltitronics is new in that they have
not delivered a system like it. Further. they have not
delivered any complete systems to an electric distribution
1
utility. Based on this alone. we would not recommend award,
particularly when the difference in price is as small as it
Is ($28,092.10). When long temp costs associated with the
proposed hardware are considered, the price difference
essentially disappears.
The Nbltitronics system utilizes general purpose coRputers
built by Digital Equipment Corporation (DOC). Parts for the
computer are not included as they are normally serviced by
DISC to -der a service contract This cost is presently
$5 j,slN-r. With the Moore system. the City would do its owin
perimi.e maintenance and repair (which consists of removing
and replacing a plug-in card and sending it to San Jose for
repair). This cost is estimated to be just under $1,000/yr.
Based on 10 years life at 10% interest, the present worth of
these two schemes are $34,5`00 and $6,100 respectively, a
difference of $28,400.
Based on the above. it is felt the Nbore proposal is the
most advantageous to the City. Thus, it is recommended that
thay be awarded the contract to provide the SCADA system for
the City's Electric and Water Utilities.
It is further recommended that the "ultimate" system be
purchased. This will provide capacity for expansions to the
electric and water systems. This capacity includes both
additional stations (i.e., wells or other putp stations) and
additional points 0 existing stations (i.e. new circuits at
substations. power consumption at welds and other status
information). This will allow gradual inprovement of the
utii:ties' operating efficiencies.
It has been the City's experience that purchasing additional
components as they are needed is costly - both from the
standpoint of staff and scheduling time and actual hardware
costs. In fact, individual remote teminal units for the
City's four-year old storm and wastewater data acquisition
system cost roughly three times as much as when the system
was purchased.
A - OCNIRACr A lengthy discussion followed with questions being directed
FOR SCADA SYS17EM to Staff.
R13S. ND. 84-014 (h motion of Council himber Reid, hUrphy second, Council
adopted Resolution No. 84-014 awarding the contract for the
SCADA System (Ultimate System) to Moore System, Inc., in
the amount of $269.137.00.
CITY OF LODI
PUBLIC WORKS DEPARTMENT
TO': Ctty Council
FROM: City Manager
DATE: February 6, 1984
SUBJECT: SUPERVISORY CONTROL & DATA
ACQUISITION (SCADA) SYSTEM FOR
THE ELECTRIC & WATER UTILITIES
COUNCIUMft-MUNICATION
Approved in F.Y. Budget: 1983
Fund: Elec. & Water Capital Outlay
Amount Budgeted: Electric: $144,-800
Water: $424,000
Total Project Estimate: Phase 1:
$275,000; Phase 11: $170,000
Bid Opening Date: January 25-, 1984
RECOMMENDED ACTION: that the City Council award the contract for the above
project to R-05—re--15ystems, Inc. in the amount of $269-.137.00, which is the, most
advantageous bid to the City.
BACKGROUND INFORMATION: This project includes the replacement of the present
separate Electric an Water telemetering control systems with a single, state-
of-the-art system.. Phase I is the design and purchase of the equipment. The
data base and this equipment along with the necessary transducers and wiring
will be installed by the City under Phase 11 of the project.
The specifications described both necessary and preferable performance and
operational criteria for the City's systems. The bidders were requested to
describe their system and to note any exceptions where they deviated from the
specifications.
Plans and specifications for this project were approved on December 7, 1983.
The City has received the following 7 bids for this project:
BIDDER LOCATION BID
Dial Ultimate
System System
Multi,tronics, Inc.
Moore Systems, Inc.
Northwest Utilities/
Andover Co.ntrol:s
Tej-as Controls I -ac.
Tessmer, I-nc. (TESCO)
QE1, Inc.'
BIF/Accutel
Engineer's Estimate
Dubin, CA
San Jose, CA
Sacramento, CA/
Andover, MA
Houston, TX
Sacramento, CA
Springfield, NJ
Newbury Park, CA
A tabulation of the bids is attached.
APPROVED:
HENRY A. GLAVES. City Manaqer
$199,375.86 $241,044,.90
229,824.00 269,137.00
232,020.66
277.020.00
272,145.00
314,510.00
276,010.00
374,600.00
300,577.00
325,869.00
499,052.18
625,280.20
275,000.00
FILE NO.
City Council 7
February 6, 1984
Page 2
7
All of the proposals were reviewed. The three lowest bids were evaluated in
depth. The review indicated none of the top four offered a substantially
improved system for the additional cost. The specifications included six major
areas on which the evaluations were based
(1) Supplier background including a proven track record with the equipment
being proposed;
(2) System function;
(3) Master station hardware;
(4) Remote terminal hardware;
(5) Support services;
(6) Price.
The system proposed by Northwest Utilities/Andover Controls does not meet the
specifications in the first three areas. The system is a building monitoring
and control system in which automatic control routines are loaded into the
Remote Terminal units by the Master. Thus, the Master Station processor is very
small and relatively slow. This is unacceptable for the Utility Department's
operation. In addition, the proposal indicated the system has not been used in
electric distribution or water distribution field Thus, the system is not
recommended.
The system proposed by Moore Systems substantially meets or exceeds the
specifications. The company's experience is primarily in electric distribution,
monitoring and control including hydroelectric facilities. They have sold over
30 systems similar to the one proposed, including one at the City of Roseville.
Our contacts at Roseville expressed a high degree of satisfaction with both the
equipment and the company.
Moore's equipment will support many more inputs than the number required, whi-ch
provides future flexibility. The hardware is entirely modular consisting of
plug-in circuit cards and components built by Moore. The price includes
approximately $10,000 for a complete set of spare circuit cards (one or more of
each type), i-ncluding the central processors. Thus, City personnel will be able
to correct any malfunctions of nearly all of the equipment in-house.
The system proposed by Multitronics is new in that they have not delivered a
system like it. Further, they have not delivered any complete systems to an
electric distribution utility. Based on this alone, we woul.d not recommend
award, particularly when the difference in price is as small as it is
($28,092.10). When long term costs associated with the proposed hardware are
considered, the price difference essentially disappears.
The Multitronics system utilizes general purpose computers built by Digital
Equipment Corporation (DEC) Parts for the computer are not included as they
are normally serviced by DEC under a service contract. This cost is presently
S5615/yr. With the Moore system, the City would do its own periodic maintenance
and repair (which consists of removing and replacing a plug-in card and sending
it to San Jose for repair). This cost is estimated to be just under $1000/yr.
Based on 10 years life at 10% interest, the present worth of these two schemes
are $34,500 and $6,100 respectively, p y, a difference of $28,400.
MC/asc
City Council
February 6, 1984
Page 3
0
Based on the above, it is felt the Moore proposal is the most advantageous to.
the City. Thus, it is recommended that they be awarded the contract to provide
the SCADA system for the City's Electric and Water Utilities.
It is further recommended that the "ultimate" system be purchased. This will
provide capacity for expans uns to the electric and water systems. This
capacity includes both add tional stations i.e., we 4s or other pump stations)
and additional points at existing stations i.e., new circuits at substations,
power consumption at wells and other states information). This w -ill allow
gradual improvement of the utilities' operating efficiencies.
It has been the City's experience that purchasing additional components as they
are needed is costly - both from the standpoint of staff and scheduling time and
actual hardware costs. In fact, individual remote terminal units for the City's
four-year old storm and wastewater data acquisition system cost roughly three
times as ch as when the system was purchased..
AS
JaL. Ronsko David K urry
Pub is Works. Director Utility Director
cc: Assistant Finance Director
Assistant Utility Director
Enclosure
JLR:RCP:dmw
SCADA (Supervisory, Control and Data Acquisition System
for the Electric and Water Utilities)
Tabulation of bids received January 25,
Neett i Ma,•-tewKi Mt,tat�♦ � � ••••
wt•tM1 v'.�«s)
7143A3 -Trm OCZ j�®�jGtevrtt•
tt { w1bor f fi2Q7 ' . �• T7 %a iet a }' + , _ jbi*f • a i .. J IGl
t ..
"fee- I s , , . !• s f . G39D - �'. .
QOM , ; -JSd i +e+r»�.t•. +7w 9�A# ! , ., • : COT ..�..e i 31jtJ9 -�•t-
.► e•w ;�� f t,,e 1 ,-s. +f76:-
I tri! - 2i2 - I 1+r71 4J sq 9718 e loef - . 1 ..... ► _ : �lftl -�' -
t t+ta,• t vet - ••.•.a a:a fe0e- 't'B� %J _ 7S-jb�.'
et sit 76;- erts NIf 101sk ,'t'Wr), +),M7'a (:,-r24 %fit: (IM-)� /t 7kGei-lxno«.} ,SDT7d- (tM,.y /Gena t
1 :a,+:- ONO.- e�,ta- e;- {1 f•s;1 ', _ .._._ iffo"M
61
�. a2 .� to oqM A!t
L5 q •. - -a
516 z��ot •aa• to k -
I 7e CS-
Nn,
LS t 191P641-+ �311f6 - a2Su _ . '?O, Ya - /of ot - �b2►
f 04, 5hT- tri!]sal t4 -e w 1239'-
i '45,leiII I +3fS7 - Clete •E. 2�s+ 16505 - 064,015 -
ttersf Iaa�S - tsrev�.a rc •e . $1 to 96611 - »r,1 - »
1 +eosR�• vt]+ iSt77�tf : t ixt �E3Ge - !+ e'6,• .. , _. ►t n
1 to11.f- Net- � 2*Js e_. +rE-. a+ee :1.r;- 77 - tt
30 aeTfe�- (aat'.J� 2]f!� 1e t+w.GJ LL�ts ftatre.�+ S'let iBl'•o i4ltati '�!.c+• (21fr�.41 Z4tiSsa n•
r to • isr- 71U /►t• - +'t - __61 :t•] -H_
I•i etL It Sae 4afo ' wee v to •�... rSot — t•
rtEtJ - tat e'to L7�ts } s+.•go 3+r 1,cv - ' + �- 4 _ •to
flow
� t. / J � : l _ � . ►wp�xti au'itt! IL ... _1 . _
»
lr•e w •'�, •./� ' 'At, - tty - , + (•p c f l+Ut�t Z�4i •f>!
'�M•' eo '4//P7►4 rtltf ate Mae x fu'e•ra ►! ! 4lvr- ! Z2 r. 4 -JL2
ttti �. l3', . re �it1 I ; , tat vw-, �.- M _ L1 � 1q_
' 4100 UT,4
26 4e 1 ,1 _n•
,et1 w1►.f i I I1
AAA
l.:
iertrt� t • t...e...
`�. ria. •.4J,a,
i
G,.va.=.► P.0
L.40# t•v o :^l
1
1.00,•4 ')r. aei
/0
..,,*.•+ :••vas
r�
Cw
I f
Mases. � •.t t
:1
S. es. 1 en cry c t-dd,.1
fJ
7
'LU l tv-U
1
�r,iyi fit. 'Lt
lu
'5 -Peat+ 5•• . �t
•s,.de�.1
1
A +A
PV
�
+
r i
+
,
Afp:tilhea ;k�.1: -
Tabulation of bids received January 25,
Neett i Ma,•-tewKi Mt,tat�♦ � � ••••
wt•tM1 v'.�«s)
7143A3 -Trm OCZ j�®�jGtevrtt•
tt { w1bor f fi2Q7 ' . �• T7 %a iet a }' + , _ jbi*f • a i .. J IGl
t ..
"fee- I s , , . !• s f . G39D - �'. .
QOM , ; -JSd i +e+r»�.t•. +7w 9�A# ! , ., • : COT ..�..e i 31jtJ9 -�•t-
.► e•w ;�� f t,,e 1 ,-s. +f76:-
I tri! - 2i2 - I 1+r71 4J sq 9718 e loef - . 1 ..... ► _ : �lftl -�' -
t t+ta,• t vet - ••.•.a a:a fe0e- 't'B� %J _ 7S-jb�.'
et sit 76;- erts NIf 101sk ,'t'Wr), +),M7'a (:,-r24 %fit: (IM-)� /t 7kGei-lxno«.} ,SDT7d- (tM,.y /Gena t
1 :a,+:- ONO.- e�,ta- e;- {1 f•s;1 ', _ .._._ iffo"M
61
�. a2 .� to oqM A!t
L5 q •. - -a
516 z��ot •aa• to k -
I 7e CS-
Nn,
LS t 191P641-+ �311f6 - a2Su _ . '?O, Ya - /of ot - �b2►
f 04, 5hT- tri!]sal t4 -e w 1239'-
i '45,leiII I +3fS7 - Clete •E. 2�s+ 16505 - 064,015 -
ttersf Iaa�S - tsrev�.a rc •e . $1 to 96611 - »r,1 - »
1 +eosR�• vt]+ iSt77�tf : t ixt �E3Ge - !+ e'6,• .. , _. ►t n
1 to11.f- Net- � 2*Js e_. +rE-. a+ee :1.r;- 77 - tt
30 aeTfe�- (aat'.J� 2]f!� 1e t+w.GJ LL�ts ftatre.�+ S'let iBl'•o i4ltati '�!.c+• (21fr�.41 Z4tiSsa n•
r to • isr- 71U /►t• - +'t - __61 :t•] -H_
I•i etL It Sae 4afo ' wee v to •�... rSot — t•
rtEtJ - tat e'to L7�ts } s+.•go 3+r 1,cv - ' + �- 4 _ •to
flow
� t. / J � : l _ � . ►wp�xti au'itt! IL ... _1 . _
»
lr•e w •'�, •./� ' 'At, - tty - , + (•p c f l+Ut�t Z�4i •f>!
'�M•' eo '4//P7►4 rtltf ate Mae x fu'e•ra ►! ! 4lvr- ! Z2 r. 4 -JL2
ttti �. l3', . re �it1 I ; , tat vw-, �.- M _ L1 � 1q_
' 4100 UT,4
26 4e 1 ,1 _n•
,et1 w1►.f i I I1
AAA
C) RESOLUTION NO. 84-01(7)
AWARD - CONTRACT FOR SCADA SYSTEM
(ALTERNATE SYSTEM)
WHEREAS, in answer to notice duly published in
accordance with law and the order of this City Council, sealed
bids were received and publicly opened by the City Clerk of
this City on January 25, 1984 At 11:00 a.m. for the contract
for SCADA System (Alternate System) as described in the
specifications therefor approved by the City Council February
15, 1984; and
WHEREAS, said bids have been compared,, checked, and
tabulated and a report thereof filed with the City Manager as
follows:
BIDDER
BIF Accutel
Northwest Utilities
Moore Systems
QEI
Tejas Controls, Inc.
AMOUNT
schedule I Schedule II
$499,052.18 $625,2-9-0.20
$232,020.66 $2-77,02,0.00
$229,824.00 $269,137.00
$300,577.00 $125,869.00
$272,145.00 $314,510.00
Multitron-ids $199,375.86 $241,044.90
Tessmer, Inc. (VESCO.) $276,010-00 $314,600.00
WHEREAS, the City Manager recommends that award be
made to the low bidder, Moore Systems, Inc.
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Lodi that award, Of contract for SCADA System
(Alternate System) be and the same is hereby made. to Moore
Systems, Inc., the low bidder, in the amount, of $269-,137.00.
Dated: February 15, 1984
I hereby certify that Resolution No. 84-014 wa-s passed
and adopt-
ed by the City Council of the City of Lodi in
a regular meeting held February 15, 1984 by the
following vote:
Ayes: Council Members - Reid, Snider, Murphy,
Pinkerton & Olson (Mayor)
Noes: Council Members - None
Absent: Council Members - None
ALICE M. RAIMCHE
City Clerk
84-014
01"
W.
5.0
4.0
3.0
2.0
1.0
0.0
COMBUSTION TURBINE VS PG&E
AS PEAKING RESOURCE 1986-1995*
us nmiw pm
---- K$/YR
2/7/84
'mY
r
L
"---.
Project
PUBLIC FACILITIES
Cost
P R O J E C T YEAR a COSTS ($000)
PROJECT OESCRIPTiON
Jan '8:.4
t FUNDING
1984
1985
t986
1987
1908-RENARKS
.. ;.
,- .
9
' NSC - Paving and Landscaping
9
a. Paving $8.000
b. Landscaping 1,000
e. Additional, Covered Storage
8:0
84
° Fuel Dispensing System
6.0
6.0
° Softball Comp;Uex, Additional Storage
a
g
° Softball Complex. New Restrooms
70
77
Salas Park
a. Walkway Ramp Modification
9
9
b. Sprinkler Booster Pump Structure
3
3
c. Restrooms
75
75
' Stadium
a. Restrooms b Concession Stand
145
14.5
b. Fence Areas where Seats Removed
14
14
c. Remove E Replace Fence on Rim
20
22
d. Resurface Walkways 6 Ramps
33.6
37
° Lodi Lake
a. Remove Vines & Fence West 13 Acres
16
16
b. Install Water Main
50
55
c. Install 5-gang Slide at Beach
25
30,
d. Plans for Total Park Development
20
24
e. Phase I of 13 Acre W/Si:de Development
135
163
(engineering, grading, sprinkler, curbing,
and turfing)
f. Phase It. Re.desi9n Roadway b Relocate Entrance
150
19.5
g. Install Curbing as Needed
50
65
h. Renovate Spr-i-alder System:- So. Side
50
6
i. I-nstall New Parking Facilities
25
32,5
j. Renew to Rest rooms
75
97-5
k. Install Lighti=ng System - So. Side
so
1. 13 Aeras - Roadways b Parking
125
175
m. 153 Acres - ,iies,trrooms
too
t.50
n. 13 Agire s - Power: and t l ght s
25
35
o. 13 Acres -kits4. Faci i btl•es t -Icnie Tables.
,
Play fquisent., Etc.)
35
49
p. Ra s t roorx,, No. S i de
100
175
?IIfU4
k
ZROJECT
FACILITIES (continued)
DESCRIPTION
Abandon City Wei Is
° City Hall Parki-ng Lot Expansion
a. Property Acquisition $103,0,00
b, Demolition b Construction 22,000
Legion Park, Resurface Tennis Courts
° Blakely Park Pool, Resurface
° Hale Park Bu-ilding, Remodel K.Itchen
English Oaks Common, Renovate Lighting
° Recreation Office, Carpeting
° Handicapped Requirements
° Hutchins Square
a. 2.8 Acre Park, Athletic Faclit.ties, Par Ing
b. Renovate Cafeteria Building - Music Building
c. Renovate Gymnasiums
Add Recreation Department Office
`�.9it`' `�^ . � }i .�N' fit' lL{'tr,.! k"tit j t y _ ! `�"• _
i -
Project
Cost
P R0 J EC T Y EAR COSTS ($000)
Jan
REMARKS s Fur
1984 1985
.o ,
2 4
6
127
133
20
20
25
27.5
10
12
8
g
•
5
6
212
212
408
1100
433
2/1/84
r
L
V_
L
Project
WATER
Cost
P R 0 J E C T YEAR 4 COSTS ($Wo)
PROJECT DESCRIPTION 1-
ion '84
REMARKS t FUNDING
1.30
Is2O
D,I.STRIBUTI,QN SYSTEM IMPROVEMENTS
0 MiscellAnsous Watermains
5/yr
5
5
5
6
6
Oversized Watermains
to/y'r
Ile
10
11
12
12
Major Water Crossings
101yr
110
10
11
12
12
Water Meters
50/yr
510
50
40
$5.
30
Elimination of Dead -ends
10/yr
10
10
11
12
12
By City Forces
I. E/Neplus Court to Lockeford
2. Bel Air Court to Daisy
3. Cardinal Street to Fair -mat
4. Tokay Street E. t W/Callfornia
TOTAL
425
85
85
78
77
72
C
Project
w} c
WATER
Cost
P R 0 J ECT YEAR t COSTS ($000)
PROJECT DESCRIPTION
Jan '84
t FINDING
1 84
C
Project
WATER
Cost
P R 0 J ECT YEAR t COSTS ($000)
PROJECT DESCRIPTION
Jan '84
t FINDING
1 84
1985
9
19.877
FIRE PROTECTION IMPROVEMENTS
.:
..
. ze
° Miscellaneous Fire Hydrants
10/yr
1. Loma Drive between Lake and Holly 3
10
2. Turner Road at Loma 3
3. Daisy Ave. between Grant and Crescent 3
10
4. Turner Road W/Laurel 3
5. Sacramento Street M/Tamarack 3
11
6. Sacramento Street S/Tama.rack 3
7. Sacramento Street NI -Park 3
B. Sacramento Street at Viine 3
12
9. Victor Road 450' E/Beckman 3
10. Lockeford Street W/144ghway 99 4
13
11. Other Miscellaneous Flre Hydrants
38.0
° Fire Hydrant and Distribution System Upgrading
1. Beckman Road Watermaln
41
41
1000' S/Vine to Vine
2. Lower Sacramento Frontage Road
20
20
150' N to 700' N/Yosomlte
3. Palm and Grant Waterma1ns
112
117
600' W/Roper to Ca11fornia
Louie to Palm
4. Locust Watermain
45
50
Fairmont to Crescent
5. Lincoln and Edgewood Watermains
79
91
Turner to Midvale
6. Elliot and Kimberly Watermains
34
41
Orange to Crescent
7. Other Watermain Projects
1,895
TOTAL
2.656
51
127
81
103
54
f49
Project
WATER (Cent-tnued)
Cost.
PROJECT Y£ A R S COSTS ($00®)
PROJECT DESCRIPTION
Jan '849
RE MARKS i FUNDING
.`
00
1.05
1
WATER WELLS
Well Control Valve Upgrading
° we1.1 /1
13
14
° Well 012
14
14
°Well /4
l,9
21
Well Replacement
400
220
240
Well Abandonment (old Well 17)
2
2
WATER TANK IMPROVEMENTS
Water Tank Replacement
° Engineering
16
16
' Construction
320
336
TOTAL
7 .. ..
32
350
241
0
240
Project
WASTEWATER
Cost
P R 0 J ICT YEAR t C 0 S T S ($00.0
PROJECT DESCRIPTION
Jan 184
REMARKS t FUNDING
14
1985
T.-I
Miscellaneous Sanitary Sewer
10/yr
l0
to
Il
1.3
1,3
° Oversize Sanitary Sewer Mains
5/Yr
5
5
6
6
6
° Miscellaneous Sanitary Sewer Manholes
10/yr
12
12
Specifi-c manholes to he constructed
1. Willow Glen Dr. W/Green Oaks Way 2
over a three-year period.
2. Holly Drive E/Fairmont 2
3• Orange Ave. S/Mar pcsa Way 2
4. Locust St. E/Fairmont Ave. 2
10
5. Shady Acres Pump Station 2
6. Normandy Lane E/Normandy Court 4
7. Walnut St. E/Ham Lane 2
8. Tamarack Dr. E/Lee Avenue 2
12
9. Pine St. W/Corinth Avenue 2
10. Edgewood Dr. N/Turner and California 2
11
11. California N/Eureka 2
I?. Rose Street N/Tokay Street 2
° Beckman Road Sanitary Sewer
Pine to Lodi
55
63
° Lining Outfall Line
385
313
° Hutchins Street Line Replacement
Tokay Street to Lodi Avenue ?
83
83
Line will be TY'd to determine
actual condition,. Estimate
° Stockton Street Line Replacement
Kettieman Lane to Lodi Avenue 1
240
240
reflects complete :replacement.
Lige will be Tt'd to determine
actual condition. Est teat*
reflects complete replacement.
TOTAL
788
265
110
341
93
30
Project
WASTEWATER
Cost
P R 0 J E C T Y I A R, C 9 S T S ($00.0)
---
PROJECT DESCRIPTION
Jon 184
T§54
1985
1186
1 1,9r.
.98
1:05
REMARKS i FUNDING
IAS
WHITE SLOUGH FACILITY
Roadway PavIng
15
5
5
5
Replacement Methane Gas Compressor
15
15
Overhaul instrument Air Compressors
10
to
Overhaul Industrial Waste Pump 12
12
12
Repair Doors & Windows on Outlyln.q Bul t d1n,gs
7
6
Electri,c Pump Controller Replacement
Rebuild Chlorine Mon t.twing EquIpment
14
9
1-4
9
15
15
To be completed over 3 years.
Replacement of Monitoring & Alarm System
50
50
This has been reduced from $400,000
Development of Auxiliary Well
45
47
Replace Air Duct Piping in Headworks
12
13
Replace Fresh Air Blower in Main Pump Room
and boiler Room
10
11
Roof Repair on Control Building, Chlorine Building
and Headworks Building
29
33
TOTAL
228
121
80
'31'
33