HomeMy WebLinkAboutRES 890335 - Purch Telemetry & Radio EquipRESOLUTION 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.