HomeMy WebLinkAbout3/19/2014 - STAFF REPORTS - 2.L. Q 4PLM Sa
;O 4�
Z
V N
r
gmo.a
CQ``FOR"�P City Council Staff Report
DATE: March 19, 2014 CONSENT CALENDAR
SUBJECT: APPROVE THE PURCHASE OF TWO COOLING TOWERS FROM
ALLISON MECHANICAL, INC.
FROM: David H. Ready, City Manager
BY: Downtown Maintenance and Facilities Department
SUMMARY
The Downtown Maintenance and Facilities Department is requesting the City Council
approve the purchase of two (2) new Cooling towers for the Palm Springs Public Library
and the Palm Springs Leisure Center.
RECOMMENDATION:
1. Award IFB 14-07 and approve a purchase order for the purchase of two (2) new
Cooling towers from Allison Mechanical Inc., in an amount of $53,115.70.
2. Authorize the City Manager to execute the purchase order.
STAFF ANALYSIS:
The Downtown Maintenance and Facilities Department prepared specifications and
worked closely with the Procurement Division to conduct Invitation for Bids IFB 14-07
for the purchase of two new replacement cooling towers.
The two cooling towers will replace the existing units at the Palm Springs Public Library
and the Palm Springs Leisure Center that have frequent maintenance issues and have
exceeded their life expectancy.
Two (2) bids were received, one of which could not meet the City specifications and the
equipment was not compatible with the current structure, thus City staff found the bid
received from American Cooling Tower as non-responsive.
Staff is recommending the City Council award the purchase order for the purchase and
delivery of the cooling towers to the responsive low bid Allison Mechanical Inc., of
Redlands, California. Facilities Maintenance staff will install the new cooling towers.
ITEM NO. C._
City Council Staff Report
March 19, 2014-- Page 2
Approve purchase of Cooling Towers
FISCAL IMPACT:
Sufficient funds for the purchase of the two new cooling towers are budgeted and
appropriated in the Fiscal Year 2013-14 budget in Facilities Account
No. 550-5812-54073.
C �
P rick Sweeney, FaciKt es Director David H. Ready, City M&YTF&r
Attachments:
Allison Mechanical Bid Documents
2
*****REVISED PRICING PAGE*****
BID NO. 14-07
BID COST PROPOSAL PRICING FOR
FURNISHING TWO (2) NEW SAC (OR EQUAL) COOLING TOWERS
By responding to Invitation for Bid for furnishing two (2) new (unused) BAC Model Cooling
Towers
(or Equal) to the City of Palm Springs Facilities Maintenance the undersigned Bidder agrees to
furnish and deliver the cooling towers in good order in accordance with the specifications and
within the required time frame. IlWe propose and agree to furnish and deliver the Cooling
Tower in accordance with the specifications, to the City of Palm Springs, California, Facilities
Maintenance Division, and will accept as full payment therefore the following amount:
ONE (1) NEW BAC MODEL PT2-D412A-161 (OR EQUAL) COOLING TOWER
EQUIPMENT PROPOSED: MANUFACTURER:�_YEAR: tg, 1� MODEL —C41ZA—
/� o-0
Unit Price $ Z7 40 - (x) Extended (x1) $_ 27. ¢RDA 1E9115
i
9.0% CA Sales tax: $ 4474 to
74 t
Freight Charges: $
ONE (1) NEW BAC MODEL VNT-90D (OR EQUAL) COOLING TOWER
EQUIPMENT PROPOSED: MANUFACTURER:�3�YEAR: 2 atA MODEL1AD—DZ$
Unit Price $ 1 60
(x) Extended (x1) $ Z�
Z� a
9.0% CA Sales tax: $ l
Freight Charges: $
GRAND TOTAL COST: c
DELIVERY TIME: Indicate time In days, required for delivery after receipt of order(ARO).
*Note that delivery may be a factor in award of bid.
-5 DAYS ARO FOR THE SPECIFIC COOLING TOWERS BEING OFFERED ABOVE.
INDICATE LOCATION OF NEAREST AVAILABLE PARTS ANDSERVICE:
It is understood and agreed that this bid may not be withdrawn for a period of ninety (90) days
from the date of the opening thereof, and at no time in the case of the Successful Bidder.
3
Basis of Award:
The City reserves the right to award to the lowest responsive and responsible bidder based a
grand total amount bid, or to reject all bids, as it may best serve the interests of the City.
Delivery may be a factor in award.
CHECK IF THE FOLLOWING STATEMENT APPLIES:
My firm/company is a Local Business (Licensed within the jurisdiction of the
Coachella Valley). Copy of current business license from a jurisdiction within the
Coachella Valley is required to be attached to this document in order to request the
Local Preference.
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by
including the acknowledgment with your bid. Failure to acknowledge the Addenda issued
may result in your bid being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s) #_ ( gt 2 is/are hereby acknowledged
OFFICIAL BID SIGNATURE FOR IFB 14-07
NAME OF BIDDER(PERSON,FIRM,CORP) SIONA6URE OF AUYHORIZED
REPRESENTATIVE
1��8 ��ilex Cort.ttzT' ��t,ubt,iy l'artUerz �t=.rster�T�zo AEG''
ADDRESS NAME &TITLE (PRINT OR TYPE) A/1D�ie 12
ADDRESS DATE
6 )4-7 ( � .Pai) 47g_,ae_S]
TELEPHONE NUMBER FAX NUMBER
4
Exhibit A
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND
SUBMITTED WITH BID
State of California )
ss.
County of d"p {2TJ(tJo)
I, being first duly sworn,deposes and says that he or she
islt,L _Mt2of/SLlis,.�.JM��.�s��icr 10, the parry making the foregoing bid that the bid
is not made in the interest of,or on behalf of,any undisclosed person,partnership,company,association,organization,or
corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or
solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived,or
agreed with any bidder or anyone else to put in a sham bid,or that anyone shall refrain from bidding;that the bidder has
not in any manner,directly or indirectly,sought by agreement,communication,or conference with anyone to fix the bid
price of the bidder or any other bidder,or to fix any overhead,profit,or cost element of the bid price,or of that of any
other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof,or divulged information or
data relative thereto,or paid,and will not pay,any fee to any corporation,partnership,company association,organization,
bid depository,or to any member or agent thereof to effectuate a collusive or sham bid.
r
OFFEROR � A(IL
BY
TITLE �fgu tef2 7 AAAmA t_IZ
ORGANIZATION g! (e,,c rtJ . lAF-6e"►.1 I eAL, Ipje
ADDRESS l 44g KeAftX Germ iq4
—AS a123'73
SUBSCRIBED AND SWORN TO BEFORE ME THIS 614 DAY OF ClQj w r- � 2014.
n �
W,ved kv o e- a - ba��s o/c �a�e{a�+ery dexce 4-0 be -fie Ifwo coko AQajetw&`
NOTARY PUBL AND F SAID amh, LUIS J.AGUILAR I
COUNTY ANDS ATE COMM. #2034943
gg =y►ueMo.GNbmN
f11 pIVEpSME COUNTY
MY COMMISSION EXPIRES: 2d M Comm. A110 3 2M7
rJ
"**"*REVISED SPECIFICATION'**"*
IFB 14-07
TWO (2) NEW SAC MODEL (OR EQUAL) COOLING TOWERS
ILDETAILED SPECIFICATIONS
1. PURPOSE: It is the City's intent to acquire two (2) new (unused) 2013 OR 2014 BAC
model (or equal) cooling towers: One (1) ea. Model #PT2-D412A-161 and One (1) ea.
Model #VNT-90D. Model numbers provided for reference only.
2. DETAILED SPECIFICATIONS
COOLING TOWERS: INDICATE COMPLIANCE/ DEVIATION(S):
provided) (answer YES or NO in the space
*If you answer NO to any of the specifications listed, please provide an explanation on a
separate attachment titled "Deviation from Specifications"
NEW Model PT2-D412A-161(ore auall COOLING-TOWERS:
'Capacity: 218.00 USGPM of water from 95.00 F to 85.00 F e� t
at 80.00 F entering wet bulb and 4.66 PSIG of total
(static lift + spray) pump head from unit base.
Electrical460: volt 3 phase 60 hertz YES
Induced Draft, Counter flow Cooling Tower
Unit Energy Efficiency per ASHRAE Standard 90. 1-2010
CTI Certified Thermal Performance y
Construction consists of steel panels and structural members
constructed of galvanized steel protected with thermosetting
polymer and the cold water basin protected with corrosion
protection system.
Standard fan driven Y
Galvanized steel fan guard
PVC film wet deck material and draft eliminators �{
Structural designed in accordance with the 2009 )BC
Standard end or side inlet Y�� 6
End outlet Pump suction connection
Strainer type 304 stainless steel
External float valve assembly
Mechanical vibration cutout switch ��
NEW Model VNT-90D 11 COOLING TOWERS:
Capacity: 180.00 USGPM of water from 95.00 F to 85.00 F o _
at 80.00 F entering wet bulb and .8 PSIG of total
(static lift + spray) pump head from unit base.
Electrical 200: volt 3 phase 60 hertz �o
Induced Draft, Counter flow Cooling Tower
Unit Energy Efficiency per ASHRAE Standard 90. 1-2010
CTI Certified Thermal Performance Yes
Construction consists of steel panels and structural members YlrS
constructed of galvanized steel protected with thermosetting
polymer and the cold water basin protected with corrosion
protection system.
Standard fan driven
Galvanized steel fan guard \raj
PVC film wet deck material and draft eliminators Y1=6
Structural designed in accordance with the 2009 IBC
Standard end or side inlet LDS
End outlet pump suction connection
Strainer type 304 stainless steel Yes
External float valve assembly
Mechanical vibration cutout switch Y .g
7
Note:
All equipment cataloged as standard from the factory shall be furnished by the factory
and included in the purchase price. All requested options which are not part of any
standard package shall be furnished and installed by the factory unless otherwise
specified, and shall also be included in the purchase price. Options which the factory is
unable to furnish will be subject to approval or rejection by the City.
Supplier to include the following information in Proposal:
• Drawings indicating all dimensions, weight, connections and fan discharge.
• Full freight cost and taxes.
• Lead time and schedule of delivery.
e III
OF PALM IVA
ti ep
V �
N
1`
` CALlFORN�P
INVITATION FOR BID (IFB 14-07)
FOR
FURNISH TWO (2) NEW COOLING TOWERS
ADDENDUM NO. 1
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers thereto:
O 1: Is this project to supply the equipment only? Installation labor is not to be included correct?
A 1: The project is to supply eaufnment only. No installation labor is to be included.
Q 2: This IFB is to supply 2 listed cooling towers with delivery and sales tax. NO INSTALL. Am I
correct?
A 2: Same as the response provided for Question Number One.
BY ORDEROF THE CITY OF PALM SPRINGS, CALIFORNIA
BY /✓L L.Gt¢ . cizUK
Cheryl Martin, CPPB
Procurement Specialist I
DATE: December12,2013
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: .
Authorized Signature: ff— Date:
Acknowledgment of Receipt of Addendum 7 Is required by signing and Including the acknowledgment with your submittal,or you may also III
acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being
deemed non-responsive.
9
pF PALM Sp
V w
o'•orcr
• cq(/ppBN�P .
INVITATION FOR BID (IFB 14-07)
FOR
FURNISH TWO (2) NEW COOLING TOWERS
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND
INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL
BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
The City has received the following questions and is hereby providing answers thereto.
Q 1: Your technical data indicates two different models of cooling tower as a reference but the detailed
specifications only indicate design conditions for one of the two towers. These two different models are
different in their overall size (capacity wise) and I was curious as to what the second set of design
conditions are in order to verify proper equipment selection.
A 1: The error in the specification provided for Cooling Tower lI has been corrected. A mew model number
and specification is stated below.
CORRECTION TO MODEL NUMBER AND SPECIFICATION:
DELETE ALL REFERENCE TO.PT4 D AND SPECIFICATION FOR COOLING TOWER H
REPLACE WITH. VNT 90 D COOLING TOWER(OR EQUAL) FOR COOLING TOWER ll
Capacity: 180.00 USGPM of water from 95.00 F to 85.00 Fat 80.00 F entering wet bulb and.8 PSIG
of total(static lift+spray)pump head from unit base.
Electrical 200: volt 3 phase 60 hertz
Q 2: How much is the estimated amount for this project?
A 2: The estimated cost for the two towers is $55,000.
10
CLARIFICATION/REVISIONS OF IFB DOCUMENT:
** REVISED"*Specification Compliance/Deviation Page and Mandatory Pricing Page is hereby included
in this addendum and replaces the original IFB Mandatory Pages 7-9.
**IMPORTANT NOTE** PLEASE BE SURE THAT YOU SUBMIT ONLY THE
REVISED MANDATORY SPECIFICATION COMPLIANCE/ DEVIATION PAGE AND
MANDATORY PRICING PAGE. FAILURE TO SUBMIT THE REVISED PAGES WILL
RESULT IN A NON-RESPONSIVE SUBMITTAL.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Cheryl Martin, CPPB
Procurement Specialist I
DATE: December 19,2013
.ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: L
Authorized Signature: Date:
Acknowledgment of Receipt of Ad endum 2 is required by signing and Including the acknowledgment with your submittal,or you may also
acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being
deemed non-responsive.
1Z
LL1SaN�..b,�
1968 Essex Court, Redlands, CA 92373-8008 2(909) 478-5633 •FAX(909) 478-5637
FURNISH (2) NEW COOLING TOWERS
IFB 14-07
DEVIATION FROM SPECIFICATIONS
1) Furnish BAC Model PT2-0412A-1G1/S in lieu of specified Model PT2-D412A-
161.
2) Furnish BAC Model VTO-075-K in lieu of specified Model VNT-90D.
3) Model VTO-075-K shall be forced in lieu of induced draft.
12
LL1S0>Ve ♦
1968 .0o4, ,A A YAQIIF�' ZA Nd�
Essex Couri& Redlands, CA 923 73-8 0 08 W09)479-5633 •FAX(909)478-5637
Item#1) BALTIMORE AD2COIL(BAC). Quantity ill:
Model: PT2-0412A-1G1/S COOLING TOWER
Certified Capacity: 218.00 USGPM of water from 95.00°F to 85.00°F at 80.00°F entering air wet bulb and 4.66
PSIG of total(static lift+spray)pump head from the unit base.
Equipment Summary
• Induced Draft,Counterflow Cooling Tower
• Quality Assurance-ISO 9001 Certified
• Unit Energy Efficiency per ASHRAE Standard 90.1-2010
• CTI Certified Thermal Performance
• EVERTOUGH(TM)Construction-Steel Panels and Structural Members are Constructed of Galvanized
Steel Furnished with the BALT RONDO Corrosion Protection System.Cold Water Basin shall have
Triarmor corrosion protection. .
• Standard Fan driven by the BAC Drive System
• Galvanized Stcel Fan Guard
• PVC Film Wet Deck Material&Drift Eliminators
• Upgraded Structure Designed in accordance with the 2009 IBC
• Standard End or Side Inlet
• End Outlet Pump Suction Connection -
• Type 304 Stainless Steel Strainer
• External Float Valve Assembly—Shipped loose for field installation by others
• Mechanical Vibration Cutout Switch
Clarifications to PT2-0412A:
• Specifications call for Model PT2-D412A-161;Proposed unit is Model PT2-0412A-1G1
Item#2) BALTIMORE ADICOH,BACI Quantity ill•
Model: VTO-075-COOLING TOWER
Certified Capacity: 180.00 USGPM of water from 95.00°F to 85.00°F at 80.00°F entering air wet bulb and 4.63 PSIG
Of total(static lift+spray)pump head from the unit base.
Equipment Summary
• Forced Draft,Counterflow Cooling Tower
• Quality Assurance-ISO 9001 Certified
• Unit Energy Efficiency per ASHRAE Standard 90.1-2010
• CTI Certified Thermal Performance
• Steel Panels and Structural Members are Constructed of Galvanized Steel Furnished with the
BALTBIONDV Corrosion Protection System.(Triarmor not available in basin area,only Baltibond).
• Non-Coroding PVC Film Fill Material with a Flame Spread Rating of 5
• Polyvinyl Chloride(PVC)Drift Eliminators
• Upgraded Unit Anchorage
• End Outlet Pump Suction Connection
• External Float Valve Assembly—Shipped loose for field installation by others
• Mechanical Vibration Cutout Switch
Clarifications to VTO-75-K:
• Specifications call for Model VNT-90D,which is an obsolete model#that is no longer available.
• The recommended replacement unit is the VTO-75-K(proposed here).
• See attached dimensional drawing for details. Listed below are some(but not all)of the differences:
o Weight:VNT-90D was 2,470lbs;VTO-75-K is 2,590 lbs
o Height:VNT-90D was 8';VTO.75-k is 9' 13
o HP:VNT-90D was 15 bp;VTO-75-k is 10 hp
o Connection locations may vary.
101SOBdtlmwa Nrmi .M &ww6 Oeta YwMon 1./e
OYG Vxpm 1.15
s•hwtFn x O I M I I M z'ww aun
IIL
Lq I
FACE A FACE D
Notes
1)Draxings are not lo scale.Al dimensions are In feel and Indies.Weights are
in pounds and include options and accessories.
2)Unless otherwise Indicatad,connections 3'and smeller are NPT. O O
Connections 4'and larger are groousd to suit a mechanical coupling and
beveled fa welding.
3)For weight loadings and support requirements,refer to the suggested sled
support draMng.
4)The area above to fan discharge must be unobstructed.
5)Piping must not be supported byte lower Inlet ormiter connections.
6)M=Motor location. r r 1/'(WrE w
n Fiald piping should be fabdcaled at time of installation.Pre-labricdpn of pipe
"pM @oUgliclad.
Right Hand Unit
Model Shipping Operating Heaviest
Num6a Weight Weighs Section srro'� fi
PT2-0412A•1G11S 1 3155 1 5W 2270 v r 81
FACE C —
PT2 Single Cell Unit Print
ORDER No: 014028870102 BALTIMORE DATE: 1/8/2014 x AIRCOIL COMPAN Direct Drive
Y xwx x Dr
UP-414028870102
14
COPfRIGNf 1991, BALTIMORE AIRCOIL COMPANY BAC-9105 A
3'-4 3/4"
20 3/8" 4" 8'-11 3/4" � 2 1/4"
.
` m Taw
M
°p 4 WATER UII1
I n p
2 pAN
2 1/4" �I I 1 3/4-1— 8'-17 3/4"____�
4 1/8"
H � 17 1/4
NOTES
2 ALL DIMENSIONS ARE FEED AND INCHES. WEIGHTS ARE IN POUNDS.
2. UNLESS OTHERWISE INDICATED
CATED ALL CONNECTIONS 3 INCHES AND SWI ARE MPT
AND CONNECTIONS 4 INCHES AND LARGER ARE BEVELLED FOR WELDINGNG AND GROOVED
FOR ViCTAULICCONNECTION.
3. FOR SUPPORT REQUIREMENTS,HIS, REFER TO THE SUGGESTED STEEL SUPPORT DRAWING.
4. PRE-FABRICATION PI FINAL FROM
COOLING
PIOWER. IS NOT RECOMMENDED.
5. DO NOT SUPPORT PIPING FROM COOLING TOWER. ALL NECESSARY PIPE SUPPORTS ARE
TO BE SUPPLIED BY OTHERS.
MODEL APPROX. APPROX. NEW SECT. A H
NO. SHPG. WEIGHT OPER. WEIGHT (PAN)
Vf0-65-J 2000 2580 1070 8'-1 7/8" 9'-0 1/8"
Vf0-75-K 2010 2590 1080 8'-1 7/8" 9'-0 1/8"
Vf0-78-K 2130 2710 1080 9'-7 7/8" 10'-6 1/8"
Vf0-88-L 2190 2770 1140 9'-7 7/8" 10'-6 1/8"
B.A.C.
ORDER NO: BALTIMORE AIRCOIL COOLING TOWER
COMPANY 14B
DATE: • BAC-9105 A
15