Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
8/3/2016 - STAFF REPORTS - 1.P.
.y _ti c V N x .S City Council Staff Report Date: August 3, 2016 CONSENT CALENDAR Subject: ACCEPTANCE OF FIRE STATION NO. 2 CHILLER REPLACEMENT, CITY PROJECT NO. 14-17 From: David H. Ready, City Manager Initiated by: Department of Engineering Services SUMMARY Formal City Council acceptance of Fire Station No. 2 Chiller Replacement, CP 14-17, is required to document the completion of the public works improvement, and to allow the City's filing of a Notice of Completion with the Riverside County Recorder in accordance with Section 9200 of the California Civil Code. RECOMMENDATION: 1) Accept the public works improvement identified as Fire Station No. 2 Chiller Replacement, CP 14-17, as completed in accordance with the plans and specifications; and 2) Authorize the City Engineer to execute and file for recordation with the Riverside County Recorder a Notice of Completion for Fire Station No. 2 Chiller Replacement, CP 14-17. STAFF ANALYSIS: On October 7, 2015, the City Council awarded a construction contract to CCS Contractors, Inc. in the amount of $157,500 for the Fire Station No. 2 Chiller Replacement, CP 14-17, (the "Project"). The scope of the Project included the demolition and construction of chiller footing/pad, replacement of existing chiller and related components, roof mounted exhaust fan, ductwork, hydronic piping with insulation and components, refrigerant leak detection system, replacement of existing conduit and conductors, and miscellaneous plywood/stucco patch work related to the chiller replacement for the roof and ceiling of the building. An aerial map of the site is identified below. ITEM NO. ` City Council Staff Report August 3, 2016— Page 2 Acceptance of City Project 14-17 I 110 E Location Map Throughout construction of the Project three contract change orders were approved as follows: • Construction Contract Change Order 1 (CCO1) in the amount of $21,334.30 was approved by City Manager on April 19, 2016, to accommodate installation of a temporary chiller during construction of the Project. • Construction Contract Change Order 2 (CCO2) in the amount of $25,259.92 was approved by the City Council on June 1 , 2016, to accommodate installation of new pump and associated equipment for the new chiller. • Construction Contract Change Order 3 (CCO3) for a credit in the amount of ($2,622.46) was approved by the City Engineer on July 14, 2016, to reflect final costs associated with the additional work approved via CCO2. The final cost of the Project was increased by $43,971.76 from the original awarded contract amount of $157,500 for a final contract amount of $201,471.76; copies of CCO1, CCO2 and CCO3 are included as Attachment 1. As determined by City staff, the Contractor satisfactorily completed the Project on June 17, 2016. Staff recommends that the City Council accept the Project as required by Section 9200 of the California Civil Code, and authorize the City Engineer to file and record a Notice of Completion within 15 days of the City Council's action. A copy of the Notice of Completion to be submitted to the County is included as Attachment 2. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions 02 City Council Staff Report August 3, 2016-Page 2 Acceptance of City Project 14-17 of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15302 'Replacement or Reconstruction," Class 2 projects consist of replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have a substantially the same purpose and capacity as the structure replaced; therefore, the Fire Station No. 2 Chiller Replacement is considered categorically exempt from CEQA, and a Notice of Exemption has been prepared and filed with the Riverside County Clerk. FISCAL IMPACT: The Project was funded through Measure J Fund No. 260-4500-59450 and Airport Fund No. 416-6501-56173. During construction additional work was approved via CCO1, CCO2 and CCO3 for a cumulative amount of $43,971.76 were approved. The final construction contract amount was $201,471.76. Table 1 below is a summary of the total costs incurred for the Project. FY 14/15 FY 15/16 Phase Expenditure Expenditure Final Cost Administration $327.10 $3,866.19 $4,193.29 Design $13,523.85 $5,976.15 $19,500.00 Construction Contract $157,500.00 $157,500.00 Contract Change Orders $43,971.76 $43,971.76 Total Cost $13,850.95 $211,314.10 $225,165.05 Table 1 The Project was funded through the following sources as shown in Table 2: Fund Name Account Actual Measure J 260-4500-59450 $193,077.00 Airport Fund 416-6501-56173 $34,152.81 Total Expenditures for Project $225,165.05 Project Budget $227,229.81 Remaining Balance $2,064.76 Table 2 03 City Council Staff Report August 3, 2016—Page 2 Acceptance of City Project 14-17 The City is holding retention of $10,073.59 for CCS Contractors, Inc., pending acceptance of the improvements and filing of the Notice of Completion with the County Recorder's office. Since this project is a maintenance effort, the Finance Department does not need to add the cost of this project to the City's fixed asset system, as no new assets have been created in compliance with Governmental Accounting Standard Board (GASB) 34 Standards for Financial Reporting of Infrastructure Assets. SUBMITTED Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Esq , D. Assistant City Manager/City Engineer City Manager Attachments: 1. Change Order Nos. 1-3 2. Notice of Completion 04 Attachment 1 05 t'ALM+i CITY OF PALM SPRINGS •�q<ISORM5., CONTRACT CHANGE ORDER To: CCS Contractors, Inc. Date: March 17, 2016 5225 Canyon Crest Drive Project No: 14-17 Suite 71-251 Project: Fire Station 2 Chiller Replacement Riverside, CA 92507-6301 Change Order No: 01 Purchase Order 16-0571 Attn: James S. Carter Account N um ber(s): 260-4500-59450 416-6501-56173 CHANGES IN WORKICOST: This Contract Change Order No.1 provides for the rental, delivery and installation of a trailer mounted, 60-Ton Chiller for temporary Air Conditioning of Fire Station No. 2 during the construction and installation of the new chiller. NEW ITEMS Item Description v Price Quantity Total A Chiller Rental 45 Calendar Days) $16 293.20 1 $16,293.20 B Furnish and Install Valves/Fittings $3,693.90 1 $3,693.90 C Delivey and Installation Supervision $826.85 1 $826.85 D Compensation for Bonds $520.35 1 $520.35 CHANGE ORDER TOTAL $21,334.30 CHANGES TO CONTRACT TIME: Work will commence prior to start of contract time, therefore no additional working days will be added. SOURCE OF FUNDS: The following accounts will be utilized: Item Descri tion Amount Account— Utilized----A thru D Measure J Capital Fund $9,818.95 260-4500-59450 f Palm Springs International Airport $11,515.35 416-6501-56173 DUPLICATE Bs ORIGINAI CP 14-17 Fire Station No. 2 Chiller Replacement Contract Change Order No, 1 March 17, 2016 Page 2 REASONS FOR CHANGES: General: City Project 14-17 allows for the purchase and installation of a new 60 Ton Chiller for Fire Station No.2 located at 300 N. El Cielo Road. In order to complete construction and installation of the new chiller it is necessary to take the old chiller out of service. This item will provide for the rental and installation of a portable, trailer-mounted chiller that will supply air conditioning to the facility during construction. Item A: This item provides for the (45) day rental of a 60 Ton (208V-230V-3-60, 320 amps) air cooled chiller trailer with 7.5 HP pump, 100 ft of 3" cam lock hose, and 100 ft of cam lock power cable with bared end tails. Cost is inclusive of pick-up and delivery, hook up assistance and certificates of insurance. Rental unit will be provided at the Lump Sum/Agreed Price of$16,293,20 as indicated on Exhibit A (attached). Item B: This item is for the services of a mechanical contractor to furnish and install all necessary valves and fittings required for the connection of the temporary chiller. This work will be completed at the Lump Sum/Agreed price of 3,693.90 as indicated on Exhibit B (attached). Item C: This item compensates the contractor for additional labor associated with the oversight and assistance with the delivery and installation of the temporary chiller. Estimate based on 10 hours @ $71.90/hr and includes an allowable 15% mark up. This item to be paid at the Lump Sum/Agreed Price indicated and no additional compensation will be allowed therefore. Item D: Special provisions allow for compensation to the Contractor due to the increase of bond premium caused by the additional work. Cost for this item was determined as 2.5% of the subtotal of items A thru C. 2.5% of$20,813.95 = $520.35 SUMMARY OF COSTS: Original Contract Amount: $157,500.00 Original Completion TBD This Change Order: $21,334.30 Days Added 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $178,834.30 Revised Completion TBD SIGNATURES ON NEXT PAGE 07 CP 14-17 Fire Station No. 2 Chiller Replacement Contract Change Order No. 1 March 17. 2016 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor CCS Contractors 3-2- f Signature Date Printed Name an it1 City of Palm Sprina Recommended By: Awk AAA. �G 6i-- Marcus Fuller Date Assistant City Manager/City Engineer Approved By: '�"t' b 4::�L—DavqXeady, City Manager Date Attest By: James Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed-File Copy: A AROVED BY MANAGER Contractor (1) Engineering Pay File (1) i i fi City Clerk (1) City Proiect File (1) Purchasing (1} Finance (1} 08 Inc. CtRTER CONMkCIORS DIV CCSContractors, c 5125 CANYON CKBI DIUVI[ MECHANICAL ENGINEERING GENERAL Sum. NO.7L.61 1 Serving Southern Ci H(ormo Since 1980 RIVERSIDE.,QV 925074WI TUE.NO.9518w.698 03/16/2016 Mr.Michael Lytar, P.E. Senior Public Works Inspector Department of Public Works and Engineering City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs,Ca.92262 SUBJECT: COR-Change Order Request for; Chiller Replacement Project No. 14-17. REFERENCE:Firestation No.2 located at 300 N.El Cielo Road, City of Palm Springs Dear Sir, Attached items are for your information; • Provisions for chiller rental,La Brea Air Inc. Factory styled equipment,exhibit REV. "A" $ 14,168 x 1.15 mu $ 16,293.20 • Benel Mechanical sub., exhibit "B" $3,518 x 1.05 mu $3,693.90 • CCS Contractors Inc. as stated Labor for electrical and temp. hose installation assistance. 1Ohrs @71.90 $ 719 x 1.15mu $826.85 • Subtotal $20,813.95 • Bonds for subtotal is 2.5% $520.35 DESIGN I BUILD I VENTILATION I NVAC I LICENSE#:387813,C20,C43,C38,B 09 CARTER CONTRACTORS UIV C CCSContractors, Inc. 5225 CANYON CRIST❑RIVE ,,IECHANICAL ENi,INEERING I GENERAL SUITE NO.71261 Serving Southern Cuiirornlp Since 1950 RIVERSIDE,CA 925026UN i'LLE NO.951-"1"69R Page 2,cont. All totals for COR is ............................................................... $21,334.30 Notation: Prices above are predicated on normal working hours Monday thru Friday. And do not include any overtime_ 1. initial down time to "safe-off'old chiller shall be 1-day duration included in initial base contract. 2. And the time for preparing for new valves, tees and fittings for connections of EL temp, chiller(Benel Mech.)shall be 2 days duration. 3. Mobilization for temp.chiller rental and electrical/hose piping hook ups with start up is 2.5 day duration.Overlapping with item no.2. 4. Initial down time with no air conditioning serving the Fire station No. 2 in preparation of hooking in the exterior rental chiller is approx.3.5 days. I hope the above is satisfactory. Any questions,please do not hesitate to call. Best Regards, James S. Carter, President DESIGN I BUILD I VENTILATION I HVAC I LICENSE 8:387513,C24,C43,C38,B 10 RENTAL AGREEMENT AIRINC. 5601 W. Slausan Ave , Suite 252 • Culver City, CA 90230.659B (310) 258-9100 • (800)452-2732 • Fax (310) 258.9110 CUSTOMER NUMBER: 6595 QUOTATION JOB NiRffiER: RENTEE: CCS CONSTRUCTION IV �C-Vi DATE: 03-02-16 BILLING ADDRESS: DELLIVERY ADDRESS: 5225 Canyon Crest Dr. ste 71-261 300 E1 Cielo Rd. Riverside, CA 92507 Palm Springs, CA 92262 CONTACT: Jim Carter CONTACT: same TELEPHONE: 951-836-0698 TELEPHONE: FAX: PURCHASE ORDER NO: TERMS: net on invoice DELIVERY INSTRUCTIONS: Deliver to Fire Station TBD QTY DESCRIPTION: ONE-(1) NOMINAL 60-TON (208V-23OV-3-60, 320 AMPS) AIR-COOLED CHILLER TRLR, 7.5 HP PUMP WITH 10OFT OF 3" CAMLOCK HOSE, 100 FT OF CAM LOCK POWER CABLE WITH BARED END TAILS. I MINIMUM ONE (1) MONTH RENTAL AT 6,000.00 FOR THE FIRST MONTB --a y�S @ $3_ 00.00 PER DAY UP TO A MAXIMUM OF $6,000,00 PER MONTH f09 �-o(f-PICKUP AND DELIVERY - $250.00 FOR EACH WAY A�2)(�£.�(rZ�� e HOOK-UP ASSISTANCE AVAILABLE AND ESTIMATFU A: 2 MEN i DAYS 1 $84.0[ .o PER HOUR: $2,688.00 (STRAIGHT-TIME ONLY) "N_dAL 10, W_'_ 1*'MISC _T'em d CERTIFICATE OF INSURANCE (ONE TIME FEE) : $480.00 NOTES: I.ALL PERMITS, LICENSES AND APPROVALS BY OTHERS. 2.ELECTRICAL SUPPLY AND CONNECTION BY OTHERS. 3.SECURITY OF EQUIPMENT BY OTHERS. 4. Points of connection by others. 9 `PRICES ARE NOT SUBJECT TO SALES TAX L Installation is not part of this agreement Rentee understands that the efficiency and performance of air conditioning equipment is dependent upon numerous variables Unless otherwise expressly provided herein, Rentor makes no warrantees, and Rentor shall not by virtue of having rented the equipment covered by this agreement be deemed to have made any representation or warranty as to the merchantability, fitness, design, or condition of the equipment or as to the suitability of equipment for Rentee's use Rentor shall not be liable to Rentee for. and Rentee shall indemnify and hold Rentor harmless from any liability, claim. loss. damage or expense of any kind or nature caused directly or indirectly by (a) the inadequacy of any equipment for any purpose: (b) any deficiency or defect in any equipment, (c) the use or performance of any equipment; (d) any interruption or loss of service, use or performance of any equipment, or(a)any loss of business or other consequential damage whether or not resulting from any of the foregoing Sign below after carefully reading the continuation of this agreement. Signature _Date _ _ _ _ _ __Submitted by: /fame '6gpya7 Printed name Title Sales-Engineer it LA BREA AIR, INC. TO ATTEN110N: PAGE'. OF 5601 W. SLAUSON AVENUE SUITE 262. CULVER CITY, CA 90230 FAX : PH: PHONE(310)258-91If0'0 FAX :(310)258-9110 www.lobrocwtals.co FROM: DATE: I A G _ � � o0 ® ® B RIGHT SIDE VIEW REAR VIEW I 0 Imo— E —«I a I 1 PANEL MM�E PUMP (]1111RU1. P41EL F p PIIYP LEFT SIDE VIEW FRONT VIEW UNIT/CAPACITY DIMENSIONS AMPERAGE NOTES: tomb �bov ELECTRICAL CONNECTIONS ARE CAMLOCK. ACC-60T A B C D E F APPRO%' PIPING CONNECTIONS ARE 3" CAMLOCK HOSE WEIGHT 3 PH. 7.5 H.P, PUMP INSTALLED INTERNALLY 300 AMP FUSED DISCONNECT MOUNTED. MFG.: CARRIER 10'-3' IO'-0' 7'-2' 19'-8' 7'-10' 2'-8' 7200 320 2 5/16" BALL HITCH 12 s�nc$IT Benel Mechanical, Inc. California Contractors License #479123 25003 E. 5"'Strcer Pitonc 909 888 6620 San llernantino,CA 92410 1:tx 909-889.2573 Alarch 02,2v16 CCS Cuntrictnrs,rote. 2493\Lnrshn Court Riverside,Ca.92506 Rr. City of Rilm Springs Piro Station 42 Chiller Replacement The following is our propmd to furnish and insmll the nccessar valves and firnngs required for die connection of a temponn,duller as discussed.Additional insulation mill also be required for the added%-Ayes and finings NNrend "?"B,dl Valve I rr S I890 ni. SI&W 3"Buttcrfiv Valve 4 rt 5133.IH)ea. SS32.00 3"Weld PLnges 6(1 517.02 e.i. $102.12 3"Blind Range 2 Q 514.63 m. S29 26 3"Tlimaded Flange 2 rt 524.67 ri. S49.34 3"Weld'1'ces 2 Uii:522.48 tn. 544.96 3/."Tlvead-oler I Qn 56.00 ca. 56.00 3"Nut, Bolt&Gasket Set 6 a 510.00 ea. SWAN) Insulation Materials 1 @1 S50.011 Lot S5 IAN) \list Coruiections 1 (n SSR00 Lot S56,00 Tend\Literial 5941.68 6Luerial S 941.68 Sides Tax S 78.16 Pipefiner labor 24 hrs. n 585.00 Per hr. 5i�0 W) 53,059.84 130/4 Overhead&Profit S 438.16 Tord'11ris Proposal 53,518.00 lav E. Benjamin,Presidenr BBNEL NIECI IANICah INC. 13 3-3 EXTRA WORK. 3-3.1 General. ADD the following: The City reserves the right to direct the Contractor to solicit competitive Bids for Extra Work. If required by the City, the Contractor shall obtain competitive Bids from Subcontractors acceptable to Contractor and shall deliver such Bids to the City who will then determine which Bids will be accepted. Any request by the Contractor to change the Contract Price to include the price of Extra Work shall be by written notice to the City and shall include itemized estimates. The Contractor's itemized estimates shall detail all applicable elements of price e.g., labor and payroll casts, quantities, crew composition, production rates, material casts, Subcontractor and Supplier costs, equipment casts, and supplemental costs. If the Contractor's request to change the Contract Price arises from changes in the Schedule affecting all or part of the Project, or if the Contractor seeks a change in the Contract Time, the Contractor's request shall include the analysis required by 6-1, "CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK! 3-3.2.2 Basis for Establishing Costs. a)Labor. ADD the following: The Engineer reserves the right to request certified payrolls to substantiate the actual cost of labor. The Contractor shall produce payroll certified by a Califomia licensed Certified Public Accountant. The certified payroll shall list the labor rates of the Contractor personnel, consultants and Subcontractors that are working on or are associated with this Project and shall be provided at the request of the Engineer. If the Contractor's proposal for Extra Work is based upon services and work to be performed outside normal working hours, the labor charges associated with such Extra Work shall consist of straight time wages and burden plus the appropriate overtime or shift premium with no additional burden (i.e.,fringe benefits) on the premium portion. In no case shall the Contractor be required to pay more than state and or federal wage rates, whichever governs the Work or any portions thereof. c) Tool and Equipment Rental: DELETE second paragraph in its entirety, and SUBSTITUTE the following: 1� Regardless of ownership, the rates to be used in determining equipment rental costs shall not exceed those listed in the latest edition of the Caltrans publication entitled V �� "Labor Surcharge and Equipment Rental Rates" receding the date the Work is accomplished. Where the Contractor can sub tia that the rental rates prevailing locally exceed the published rates by more tha 15%. t e Contractor will be entitled to a rental rate adjustment. For equipment not listed ' sa publication, rental rates shall not FIRE STATION NO.2 CHILLER REPLACEMENT CITY PROJECT NO. 14.17 CHANGES IN WORK JULY 2015 SPECIAL PROVISIONS-SECTION 3-PAGE J 14 exceed listed rates prevailing locally at equipment rental agencies or distributors, at the time the Work is performed. Whenever possible, Extra Work shall be accomplished using equipment available on Site or owned by the Contractor. If a specific piece of equipment must be rented to be used exclusively for the Extra Work, the rental rate will be the invoiced rate. 3-3.2.3 Markup. DELETE in its entirety and SUBSTITUTE the following. For Change Orders, whether additive or deductive• and for work classified as Extra Work, the allowance for overhead and profit shall include full compensation for superintendence, insurance premiums, taxes, field office expense;'extended overhead, home office overhead, and any other items of expense e.g., Change Order estimating and preparation cost, claims preparation cost, schedule analysis, project management, and field engineering. Extended overhead shall be any and all costs incurred either in the field or Co s office resulting from Extra Work excluding djact costs related t direct CG � hourly labor equipment, or materials necessary to complete the Extra Work. Jo a) The allowance for overhead and profit shall not exceed the values in Table 3- 101 J �q(k• 2.2.3(A) unless specified otherwise in the Special Provisions. Table 3-2.2.3(A) Component Overhead Profit Labor 10% 10% Material 10% 5% Equipment 10% 5% b) To the sum of the costs and markups provided for in this subsection, actual increase in the Contractor's bond premium caused by the Extra Work shall be added as compensation for Bonds. GJ yy c) Work paid under Allowance Bid items is not subject to the mark-up limitations specified in Table 3-2.2.3(A) unless specified otherwise in the Special Provisions. d) When all or any part of the Extra Work is performed byWSubcontract the allowance specified herein shall be applied to the labor, matent costs of the Subcontractor, to which the Contractor m the Subcontractor's total cost for the Extra Work. FIRE STATION NO.2 CHILLER REPLACEMENT CITY PROJECT NO,14.17 CHANGES IN WORK JULY 2015 SPECIAL PROVISIONS-SECTION 3-PAGE 5 15 O TAM TA � 4�y CITY OF PALM SPRINGS K CONTRACT CHANGE ORDER C,!li07lN�T To: CCS Contractors, Inc. Date: June 1, 2016 5225 Canyon Crest Drive Project No'. 14-17 Suite 71-261 Project Fire Station 2 Chiller Replacement Riverside, CA 92507-6301 Change Order No: 02 Purchase Order 16-0571 Attn: James S. Carter Account 416-6501-56173 CHANGES IN WORKICOST: This Contract Change Order No. 2 provides for the installation of a new condenser water pump and appurtenances to facilitate the new chiller installation at Fire Station No. 2. The existing condenser water pump is rated at 111 gallons per minute (gpm), and a larger capacity condenser water pump of 156 gpm is required to facilitate the new chiller equipment that has been installed. All work to be provided in accordance with Change Order Request No. 2 dated May 23, 2016, included as Attachment 1. NEW ITEMS Item Description I Price I Quantity Total E New 156 GPM Condenser Water Pump $25.259.92 LS 1 $25,259.92 CHANGE ORDER TOTAL. $25,259.92 CHANGES TO CONTRACT TIME: Twenty (20)working days are being added to the contract. SOURCE OF FUNDS: Airport Capital Fund 416-6501-56173. REASONS FOR CHANGES: The design of the new chiller equipment for Fire Station No. 2 anticipated utilizing the existing cooling tower and associated equipment. However, after installation of the new chiller, it was discovered that the existing condenser water pump originally installed with Fire Station No. 2 is a lower capacity rated pump, at 111 gpm: a higher rated pump of 156 gpm is required to facilitate the new higher efficiency rated chiller that has been installed at Fire Station No. 2. This was an unforeseen equipment replacement not originally identified as part of the scope of the project. 16 CP 14-17 Fire Station No. 2 Chiller Replacement Contract Change Order No. 2 June 1, 2016 Page 2 SUMMARY OF COSTS: Original Contract Amount: $157,500.00 Original Completion TBD This Change Order: $25,259,92 Days Added 20 Previous Change Order(s): $21,334.30 Previous Days Added: -46- b Revised Contract Amount: $204,094.22 Revised Completion TBD I have received a copy of this Change Order and the above AGREEED, PRICES are acceptable to Contractor 7 CCS Contractors KJ✓Y'�a A o 6-')—/�0 Signature Date Printed Name and Title City of Palm Springs Recommended By: Marcus Fuller Date Assistant City ManagedCity Engineer Approved By: David H. Ready, City Manager Date Attest By: James Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed-File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasing (1) Finance (1) ATTACHMENT 1 18 �.I- cC �. _._... i CCS Contractors, Inc, MEC:HANLCAL ENGINLERING GENERA- s,,Y ^ SnvNten, Ca?i/or 1'v IIC,, 1960. 05/23/2016 Mr. Mike Lytar,P.E. Senior Public Works Inspector Department of Public Works and Engineering City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, Ca. 92262 SUBJECT: COR-Change order Request No. 2 Chiller Replacement Project No.14-17. REFERENCE:Fire Station No.2 located at 300 N. El Cielo Road, City of Palm Springs CLARIFICATION:Provide new condenser water pump and appurtenances per contents of letter of 05/18/2016 referencing start up report results and response from Mechanical Engineer's directive. Dear Sir; Attached description and items are for your information as follows; • Benel Mechanical sub., Exhibit 'A' $ 10,944.00 x 1.05 mu. $ 11,491.20 • CCS Contractors Inc. In house for remove and replace with electrical extension for new 5 hp pump motor installation, 3 hrs @$ 71.90 = 215.70x 1.1 Smu. $248.06 • Misc. electrical whip/wire, $ 52.00x 1.09tax ,x 1.15 mu. $65.18 • Remove and replace existing cooling tower spray nozzles (12), per Exhibit 'Tat$ 100.00x 1.09tax, x 1.15 mu. $ 125.35 DESIGN I BUILD I VENTILATION I HVAC I LICENSE R:387513,C20,C43,C38,B 19 CCS Contractors, Inc. MECHANICAL ENGINEERING 1 Serving Soorhern California Since I i"M Page 2, cont. • Labor for above installation of nozzles, 2 hrs@$71.90 equals$ 143.80 x 1.15 mu. $ 165,37 • Perform start up procedures for existing cooling tower, I hi @$ 71.90x 1.15 mu. $71.90 • Supervision for Benel Mechanical subcontractor is for(5) days at 40 hrs x$ 71.90 equals $ 2,876.00 x 1.15 mu. $3,307.40 • Truck expense @ (5) five days at$45/day equals $ 225.00 x 1.1 S mu, $258.75 • Porta-Potty 1-week expense pro-rated at$ 66.99 x 1,15 mu, per Exhibit 'C', $77.03 • Extended chiller rental per your email comments,prior date began as date of May 21" to forecasted date of June 13, Approx.24 days@$300,00/day me$7,200.00 x 1.15mu. $8,280.00 (need to verify exact amount of days for cor deduct or as applicable.) • Re- OS/17, 1 st start up attempt, found tower pump not performing. "Unapplied" time to call out electrician to ire-establish power and phasing to initiate temp chiller use agam. From Hemet, 3hrs.@ $97.00/hrs. equals$291.00 x 1.05mu. $305.55 (Includes travel expense.) • Re:05/17, " Unapplied" time for coordination to... Changeover manual valves,bleed lines, check nozzles, verily flow, and amperage and utilize phasing meter changes. CCS service tech, 3 hrs@$ 71.90 equals$ 215.70 x 1.15 mu. $248.05 • Subtotal for above......................................................... $24,643.83 • Bonds for subtotal is 2.5 '"n................... ..................... ............ $ 616.09 • All total request.............. ..................... .................... $ 25,259.92 Thank you, James S.Carter, President DESIGN I BUILD I VENTILATION I HVAC I LICENSE#:387513,C20,C43, C38,B 20 ti Senel Mechanical, Inc. Cahforma Contractors Uccnsc #479123 25CK13 P:. 51'Street Phone 909-988-6626 ian Bernardino,CA 92410 Fax 909-889-2573 Mav 23, 2016 CCS Contactors, Inc. 2493 !Marsha Court Rivcrsidc_Ca. 92506 Re: City of Palm Springs Fire Station HVAC Cruller Replacernent The follouing is our proposal to remove the existing Condenser Water Pump and replace it with a new [lei] & Gossett 2 5 AC Series c-1531CIose Coupicd Centrifiigra l Pump with 5 H.P., 208 230/460 Molt,3 Phase, 60 Cycle, 1800 RPM Baldor TGFC Ncma Premium Efficient Motor capable of 156 GPM© 16'TDFI per the response to the I11-I dated May 18. 2016 Also included is of Suction Diffuser as required by the response to the RFI and new 13utterflt Valves,Silent Check Valve and Flexible Connectors. Please note that the Suction Diffuser has a removable strainer basket therefore no new %Vve Stainer is required. 'Viateual :sec attached list, $4,402.40 Sales'FIX S 352.19 Pipefitter Iabor 56 hrs. Ga $85.00 per lir. �sec attached kst', 54 700.00 S9,514 59 50 o Overhead& Profit 1 d26 III ora1771is Change $10,944.00 Sincerch, Jay F,. Benjamin, President B6NEL MECi IANICAl ,INC. Page 1 of 2 21 page 2 of 2 Material Irst Bell &Gossett 2.5 AC Se its c-1531 Purnn I (a) $2,280.00 ca. 52,580.00 Dell & Gossett DD3t Suction Diffuser 1 (a7 $42?AM ca. $422.0.) 3" Merra Flex Pump Flex Connectors 2 !ii) $115.00 ea. $230,00 Silent Check V'alvc $388.00 ca. $388.00 3" Rutrerfly Valve 2 4; $133.00 elt S266.00 Y." Ball Valve 1 i'ri) $18.00 ca- $18.00 3" Black Sch. 40 Steel Pipe ?'(ql $4.65 ft. S32.55 3" Standard Wmghr Weld 90 3 (ay $1o.33 ca. $30.99 3" Sundard Weight Weld 45 2 r"11 $12.17 c:i. S24.34 3 x 'r '/z" S[aadard VVrail fit Weld Reducer ia $22A3 ca. S22,43 3" 150 VVc1d Neck flange $17.02 ca $119.14 3 '/z" 150#Weld Neck Flange r�1 $15.96 ca. $15m, 1 fircacl-o-Ict 3 qj $6.00 ca. $1 H.t)i) '/." X i/" Flex Buslung 2 !-y $.87 ca. $1.74 3" Nut-bolt&Gasket Set I i} @[;; 5 10 00 ca 5100.{Jo "/z" Nut I3olt &Gasket Scr 1 (6e $1Q.00 ca. $tf).00 Yi" Flow Adapter& Cap 1 $3.7 5 ea. $3.I 'h"x 2" Black Nipple i $.90 ca S.96 'A" x 4" Black Nipple 2 i@j' $.77 cat. S154 Pipe Supports 2 @ $1,9 00 ea. $30.(YI PwupAnchors, 4 (1} $3.00caI S12(N) Pump Pad Materials I Ct? 525.00 ea. S25,00 Gas & Rod l iaJ $50.00 50.W Total Material S4402.40 i.ahor tDenio Existing Pmnp & Piping l ([zl 3 firs. ca. 3 firs. Set Pump& ins-tall Pump Pad t (d1 4 firs_ca. 4 hrs. Suction Diffuser 1 (¢ 1.68 his ca. 1.68 firs. 3" Flex Connectors ? C.r 1.08 firs. ca. 2.16 firs 3'° Silent Check Valve l in2 IA4 firs, ea. 1.44 firs 3" Buttertly Valve 2 (d- 1.13 his, ea, 2.26 Im 3/." Ball Valve 1 e 55 his. ca. 55 hrs. 3" Sch- 40 Steel Pipe 7' nJ .26 firs. ca. 1-82 hrs. 3"Weld 90 3 � 2.88 hrs. ea. 8.64 firs. 3" Weld 45 = ,Q"r 2.85 hrs. ca. 5.70 fin. 3 x 2 /'Weld Reducer t @f 2.52 hrs. ea. 152 hrs. 31' 1509 Weld flange 7 2.09 hrs. cn, 14.63 firs. 2 '/2" 150# Weld flange I ci) 1.97 hrs. ca L!)7 hrs. Thread-o-let 31, 1.21 firs. ca. 3.63 firs.. Pipe Supports 2 P[), 1.0 firs. ca. 2.0 hrs Total bSan hour., 56 firs. 22 r MAIR TREAT M ENT PROPOSAL CORPORATION To: CCS CONTRACTORS Date: May 23,2016 Attention: JIM CARTER Quotation# Q160405484 Model#: VTO.052J Serial#: U025523701 We are pleased to offer the following Baltimore Aftoll Compam replacement parts quotation for your consideration: PRICING . . _.__ Extended .r ... ITEM QTY I PART N Item Description Unit Price Prate lead Time _ ��. .. . __ ,.._ _ A 1 1 t Rx0147 Spray Nozzles(Ind.Gmmn nets,PK of 12EA Unit takes 12EA) 100.00 100,00 STOCx,BREA ' Please Note: • Freight is FOB Factory(Bestway, Freight Included) • Taxes are NOT included in this proposal. • Price is valid 30 days from date on proposal. • See attached page for remainder of quotation terms and conditions. • We accept VISA, MasterCard,American Express,Discover,PayPal,&E-Check. Please make your Purchase Orders out to our Corporate Address at: Alr Treatment Corporation 640 N.Puente Street Brea,CA 92821 Thank you for the opportunity to offer the replacement part items listed above. We look forward to working with you on this order. If you should require additional information,please contact us. Best Regards, partspairtreatmeatcom Phone:(714)477.6002 Air Treatment Corporation—640 N.Puente SL Brea,CA 92821 Fax: (714)257.9984 Contractor's Ucense#793078 Page 1 of 2 23 HEADQUARTERS I"1 1)(-11 1 c E )-I' IL 7.50.742- 7191 7 s), 71g4 N T 4 054) om P-ow, r �,rviLe Inc,C it)(51.6990fi34 I ANIC)UNI OF BILL TO: CCS CONIIZACTOR INC. CHFCK 5225 CAN'fC?4 CREST DR SCE 71-216 ------------- ; '-' ?01� RIVERSIDF. (A 91`307 632' VIS A � 'D CINFCI,0Nf3AC-K401 PAY ATORET ON i PAYMEW PYABLETORETJNPBE74VI � A : DIAMONDAONMEWAL5EFI 9,X,q EL CIELO RO I PALM 5PRINCS,CA 922" SFRVICE AM)RESS: �1�111-U CIE InY nq@¢^MiLI 1!h D 11 W CY1 QNTY DESCRATTION RENTAL TAX _7FP01VI T� UP EXTENDED PR'CE sita mi,FuRiESTATION 01 No 5 El.CIELO Fit) PRFMIPR R.17 100M OLEKLY I E6 0,19 in,16 tUNT,11INMENT PAP, -'86 D21 0 1118 0 C12 I 17 5,16 I 1 DILLIYERY i REf PDVAL zi-ro, 3.btl '13 ff DELIVERY DAY PRORATION � I s ALMONO FENCE:Temporary Wand 8'Panels and Chainlink I We WALK JOBS TO CONFIRM YOUR REQUEST ION',SER'ACEYIELAVING LABOR PR ED AT TH_OF! ON IX [Hr,t FS5i I For bIlfing qucsflons p1m,,,crnnll us at INVOICE # 1 Belt M6510N-'JADrnm CURRENT 5AN YARCOS C 92011) $66,99 TFL :60,7.1 7 1" 1 FRNIS:Net 10 day5 0000667369 1 I AX t6r,-74 4,7 1 R4 1 383',La'to cl),)Ijc-due nn nalan e � INVOICE IL ou'standfrici more than 30 Fl days Fr;DD, TOTAL rr date of statemert,U 84F,Pel A'w)uml 24 �* S'•� CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: CGS Contractors, Inc. Date: July 6, 2016 5225 Canyon Crest Drive Project No: 14-17 Suite 71-261 Project: Fire Station 2 Chiller Replacement Riverside, CA 92507-6301 Change Order No. 03 Purchase Order 16-0571 Attn: James S. Carter Account 416-6501-56173 CHANGES IN WORKICOST: This Contract Change Order No. 3 is a balancing change order that has been itemized and deducted from the total lump sum amount on CCO No. 2. The attached "Exhibit A" shows the breakdown of the items below. Item Exhibit 8-1 is a new item that was discussed in the pre-construction meeting. NEW ITEMS Item _ Description Price Quantity I Total ----------- — 0O2-1 Supervision for Sub Contractor $71.90 Per Hr. w! -16 �— ($1,322.96) allowable 15% MU_ CO2-2 — ' Truck Expense $45.00 Per Day -' -2T ($103.50) I w/allowable 15% MU _ CO2-3 Extended Chiller Rental $300.00 Per Day -8 ($2,760.00) Wafbwabfe 15% MU i New Item F Extra Transporting of Chiller Agreed Lump sum 1 $1,564.00 Change Order Amount_ _v ($2,622.46. CHANGE ORDER TOTAL ($2,622.46) CHANGES TO CONTRACT TIME: No time will be added to the Contract per this Change Order. 25 CP 14.17 Fire Station No.2 ChR er Replacement Contract Change Order No.3 July 06.2016 Page 2 SOURCE OF FUNDS: A Credit of$2,622.46 will be issued to the Airport Capital Fund Account *416-6501-56173. REASONS FOR CHANGES: Change Order No. 2 represented additional components, materials, equipment and man-hours outside the scope of the original project that were needed to complete the chiller installation. The deductions are shown in Exhibit A (attached). Item CO2-1 is a deduction in supervision hours, a total of 40 hours were estimated, only 24 hours were needed to complete the work leaving a 16-hour credit. Item CO2-2 is a deduction in the daily use of the utility truck, which was scheduled for 5 days, however only used for 3. Item CO2-3 is the deduction in days for the extended use of the rental chiller. The estimated time of use was 24 days of which 16 were used. Item "F', (Exhibit 8 Attached). Initially when the new chiller was delivered, it was to be dropped off at PSFD Station it for prompt placement. However, due to unforeseen issues with the main Muni-Chiller Plant removing the old chiller from Station II was not recommended. The chiller was delivered to a location on the Airport and would have to be moved a second time when the work could proceed. The amount of $1,564,00 compensates the contractor for the additional equipment and hours used to move the chiller to Station 11. SUMMARY OF COSTS: Original Contract Amount: $157,500.00 Original Completion 05/19/16 This Change Order. ($2,622.46) Days Added 0 Previous Change Order(s): $46.594.22 Previous Days Added: 20 Revised Contract Amount: $201,471.76 Revised Completion 06/17/16 26 CP 14-17 Fire SuUon No.2 Chiller Replacement Conlract Change Order No.3 July 06,2016 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor CCS Contractors L" �\ , - i4_/ ignature Printed Name and Title City of Palm Springs Approved By: Marcus Fuller Date Assistant City ManagerlCity Engineer Attest By: _._ �- _,__._ _ n City _..._a.__._. James Thompso Cterk Date Distribution: Olioinal Conformed Copy: Conformed-File Cow Contractor (1) Engineering Pay File (1) City Clerk (1) City Protect File (1) Purchasinq (1) Finance (11 27 1 GARTER COWMACTDRS DIV CCSContractors, Inc. 5211 GWTON CREST DRIVE MECHANICAL I ENGINEERING I GENERAL SUITE NO.7R.76R Serving Southern Calirornia Since ]980 ' I RIVERSIDE,CA,925074301 `, 9 A41 $l T �/� Ar TULNO.95143606% 05/23/2016 Mr.Mike Lytar,P.E. Senior Public Works Inspector Department of Public Works and Engineering City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, Ca.92262 SUBJECT:COR-Change order Request No.2 Chiller Replacement Project No.14-17. REFERENCE:Fire Station No.2 located at 300 N.E1 Cielo Road, City of Palm Springs CLUMCA7I0N:Provide new condenser water pump and appurtenances per contents of letter of 05/18/20IS referencing start up report results and response from Mechanical Engineer's directive. Dear Sir; Attached description and items are for your information as follows; • Benel Mechanical sub.,Exhibit'A' $ 10,944.00 x 1.05 mu. $ 11,491.20 • CCS Contractors Inc. In house for remove and replace with electrical extension for new 5 hp pump motor installation,3 hrs @$71.90=218.70x 1.15mu. $248.05 • Misc.electricalwhlp/wire,$82.00x 1.09tax,x 1.16 mu. $65.18 • Remove and replace existing cooling tower spray nozzles(12), per F-yb it B'at$ 100.O0x 1.09tax,x 1.18 mu. $ I25.35 DESIGN ( BUILD I VENTUVON I NYAC I LICENSE/:387S1J.C20,C43,CJB,S 28 , ✓ CARTER CONTRACTORS ON. CCSContractors, Inc. 52L5 CANYON`UST°wVE MECHANICAL I ENGINEERING I GENERAL surrE Na71.281 Serving Southern California Since r980 WEP510F CA.9256rbX; TELL NO.95r4560698 Page 2,Cont. • labor for above installation of nozzles,2 hrs@$71.90 - equals$ 143.80 x 1.1 S mu. $ 185.37 • Perform start up procedures for existing cooling tower, 1 hr @ S 71.90x 1.15 mu. $71.90 • Supervision for Banal Mechanical subcontractor is for(8) days at 40 hra x$71.90 equals $2,876.00 x y B y 44 cry-3 1.16mu. /f9VI{4 .4 Z v • Truck expense @(6) five days at$45/day equals 1S,S4 CCD-3 $228.00Y 1.15mu. 8,LG411� i3sp7 t(/des {557.5 -8.,'taTB,s�6& • Porta-Potty 1-week expense pro-rated at$66.99 x 1.15 mu. per Exhibit'C', $77.03 Extended chiller rental per your email comments,prior date began as date of May 2101 to forecasted date of Juna4 05 a DAys sszri/_ Approx.24 days@$300.00/day ntop,Z00.00 x 1.18mu. X SAC X 1•t5 -"'flee.ee- (need to verify exact amount of days for cot deduct or as applicable.) • Re:05/17, tat start up attempt,found tower pump notPeffnrming• 11EP-3 7pr7t7.1— "Unapplied"time to call out electrician to re-establish power and -4p phasing to initiate temp chiller use again, From Hemet,3hra.@$97.00/hrs. equals$291.00 x 1.05mu. $306.86 (Includes travel expense.) • Re:05/17, "Unapplied"time for coordination to... Change over manual valves,blood lines,check nozzles,verify flow, and amperage and utiliim phasing meter changes. CCS service tech,3 hrs@$71.90 equals S 215.70 x 1.16 mu. $24801 • Subtotal for above......................................................... +B+648-.W 00,1V57,47 • Bonds for subtotal is 2.e%...................................................... $838 99 SII.S�3 • Ali total request............................................................. -+0"59-. a20,9L&.BO Thankyou, James S.Carter,President DES113N I BUILD I VENTHATION I HVAC I LICENSE a:3"6'13,C20,C43,C38,8 29 Attachment 2 30 Recording Requested By: City of Palm Springs When Recorded Mail To: Name James Thompson,City Clerk Street Address 3200 E.Tahquitz Canyon Way City a State Palm Springs,CA 92262 SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code§§8180-8190,8100-8118,9200-9208) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of which interest or estate is: Fee (e.g.fee,leasehold,joint tenancy,etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-owners are: Name Street and No. City State City of Palm Springs 3200 E,Tahquitz Canyon Way Palm Springs CA 3. The name and address of the direct contractor for the work of improvement as a whole is: CCS Contractors Inc.,5225 Canyon Crest Drive,Suite 71-261,Riverside,CA 92507-6301 4. This notice is given for(check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement(per CA Civ,Code§8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement(as provided in CA Civ.Code § 8186),the name and address of the direct contractor under that contract is: Not Applicable. 6. The name and address of the construction lender,if any,is: Not Applicable. 7. On the 17th day of June 20 16 there was completed upon the herein described property a work of improvement as a whole(or a particular portion of the work of improvement as provided in CA Civ.Code §8186)a general description of the work provided: Chiller Replacement at Palm Springs Fire Department Station No.2,City Project No.14-17 8. The real property herein referred to is situated in the City of Palm Springs County of Riverside State of California,and is described as follows: APN: 677-270-025 9. The street address of said property is: 300 N.El Cielo,City of Palm Springs,CA 92262 10, If this Notice of Completion is signed by the owner's successor in interest,the name and address of the successor's transferor is: Not applicable I certify(or declare)under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Date: By: Signature of Owner or Owner's Authorized Agent-Assistant City Manager/City Engineer for City of Palm Springs Marcus Fuller ©Porter Law Group,Inc.2013 Print Name Page 1 of 2 31 VERIFICATION I, Marcus Fuller state: I am the Assistant City Manager/City Engineer ('Owner","President", "Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion.I have read said Notice of Completion and know the contents thereof.the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on (date),at Palm Springs (city), CA (state). Signature of Owner or Owner's Authorized Agent 11 A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF CALIFORNIA COUNTY OF On (date), before me, Notary Public(name and title of officer)personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 Signature 32