Loading...
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