HomeMy WebLinkAbout6/1/2016 - STAFF REPORTS - 2.U. 40� ?PLM Sp9
iy
V N
°°°oen.eo
C4<<FORN`� City Council Staff Report
DATE: June 1, 2016 CONSENT CALENDAR
SUBJECT: APPROVAL OF CONTRACT CHANGE ORDER NO. 2 IN THE AMOUNT
OF $25,259.92 WITH CCS CONTRACTORS, INC. FOR THE FIRE
STATION NO. 2 CHILLER REPLACEMENT, CITY PROJECT NO. 14-17
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY
Approval of Contract Change Order No. 2 in the amount of $25,259.92 with CCS
Contractors, Inc., is required to facilitate replacement of an existing water condenser
pump and associated equipment at Fire Station No. 2 to facilitate the operation of the
new chiller equipment.
RECOMMENDATION:
1. Approve Contract Change Order No. 2 in the amount of $25,259.92 to the
construction contract (Agreement No. A6769) with CCS Contractors, Inc. for a
revised total contract amount of $204,094.22 for the Fire Station No. 2 Chiller
Replacement, City Project No. 14-17; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
Utilizing the City's on-call architectural services agreement, staff entered into an
agreement with Urrutia Architects to provide architectural and engineering services for
the replacement of an HVAC chiller at Fire Station No. 2. The construction will consist
of 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 in Figure 1.
ITEM NO. y�
�01 CPLM SA4
iy
c
u n
A
0<iO4>iE �
A Cq��FORN�PA City Council Staff Report
DATE: June 1, 2016 CONSENT CALENDAR
SUBJECT: APPROVAL OF CONTRACT CHANGE ORDER NO. 2 IN THE AMOUNT
OF $25,259.92 WITH CCS CONTRACTORS, INC. FOR THE FIRE
STATION NO. 2 CHILLER REPLACEMENT, CITY PROJECT NO. 14-17
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY
Approval of Contract Change Order No. 2 in the amount of $25,259.92 with CCS
Contractors, Inc., is required to facilitate replacement of an existing water condenser
pump and associated equipment at Fire Station No. 2 to facilitate the operation of the
new chiller equipment.
RECOMMENDATION:
1. Approve Contract Change Order No. 2 in the amount of $25,259.92 to the
construction contract (Agreement No. A6769) with CCS Contractors, Inc. for a
revised total contract amount of $204,094.22 for the Fire Station No. 2 Chiller
Replacement, City Project No. 14-17; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
Utilizing the City's on-call architectural services agreement, staff entered into an
agreement with Urrutia Architects to provide architectural and engineering services for
the replacement of an HVAC chiller at Fire Station No. 2. The construction will consist
of 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 in Figure 1.
ITEM NO.U
City Council Staff Report
June 1, 2016- Page 2
Approve CCO#2 to CP 14-17
13i1
fl+
!�I
I!A
L+Li I
Figure 1 - Location Map
The construction drawings for the Fire Station No. 2 Chiller Replacement, City Project
No. 14-17, (the "Project"), were prepared by Urruita Architects and were reviewed and
approved by the City's Building Department. The construction drawings included the
replacement of the existing chiller equipment with an expectation that the chiller would
operate with the existing cooling tower and condenser water pump.
On October 7, 2015, the City Council awarded a construction contract to CCS
Contractors, Inc., a California corporation, in the amount of$157,500 for the Fire Station
No. 2 Chiller Replacement, City Project No. 14-17.
At the time the construction drawings were prepared, it was anticipated that
commissioning of the City's Municipal Co-Generation Plant would be completed, and
that the Co-Generation Plant would be available to provide uninterrupted cooling of Fire
Station No. 2, and a backup chiller would not be required while the existing chiller
equipment located at Fire Station No. 2 was being replaced. However, commissioning
of the Co-Generation Plant continues, and staff was not assured that cooling would be
uninterrupted during the process to replace the existing chiller equipment at Fire Station
No. 2, thus staff coordinated with CCS Contractors to provide a temporary chiller for
Fire Station No. 2 for 30 days during the installation and replacement of the existing
chiller equipment. The cost for the work associated with a temporary chiller was
$21,334.30, and was approved pursuant to Contract Change Order No. 1 approved
April 6, 2016.
Installation of the new chiller equipment has been completed, and start-up of the new
chiller occurred, however, at that time the manufacturer determined that the City's
existing condenser water pump was under-sized for the new chiller equipment (rated at
111 gallons per minute [gpm]), and the new chiller equipment requires a larger capacity
pump rated at 156 gpm. Unless and until the condenser water pump is replaced, the
new chiller equipment cannot be operated.
02
City Council Staff Report
June 1, 2016- Page 3
Approve CCO#2 to CP 14-17
This work was not anticipated as part of the original scope of the project, and the City's
consultant, Urrutia Architects and its mechanical engineer, were not aware at the time of
the under-rated capacity of the City's existing condenser water pump. Time is of the
essence to complete this work, and staff has obtained a cost proposal from CCS
Constructors to perform the additional work involved with replacing the existing
condenser water pump with the higher rated capacity pump required to operate the new
chiller equipment.
The cost for the additional work is $25,259.92, and has been identified on Contract
Change Order No. 2 included as Attachment 1.
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
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 will be filed with the
Riverside County Clerk.
FISCAL IMPACT:
Sufficient funding is budgeted and available in the Airport Capital Fund, in Account No.
416-6501-56173.
SUBMITTED:
Marcus L. Fuller, MPA, P.E., .L.S. David H. Ready, EsgWP .
Assistant City Manager/City Engineer City Manager
Attachments:
1. Contract Change Order No. 2
03
ATTACHMENT 1
04
� epPLM Sp*�Z
CITY OF PALM SPRINGS
C'Q[/F00.N�P
CONTRACT CHANGE ORDER
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 WORK/COST:
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 Price Quantity Total
E New 156 GPM Condenser Water Pump $25,259.92 LS $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.
05
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: 15
Revised Contract Amount: $204,094.22 Revised Completion TBD
I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor
CCS Contractors
Signature Date
Printed Name and Title
City of Palm Springs
Recommended By:
Marcus Fuller Date
Assistant City Manager/City Engineer
Approved By:
David H. Ready, City Manager Date
Attest By:
James Thompson, City Clerk Date
Distribution:
Original Conformed Copy: Conformed- File Coov:
Contractor (1) Engineering Pay File (1)
Citv Clerk (1) City Project File (1)
Purchasinq (1)
Finance (1)
06
ATTACHMENT 1
nil
CARTER CONTRACTORS DIV.
CCS Contractors, Inc. 5225 CANYON CRFS I DRIVE
MECHANICAL , ENGINEERING GENERAL SMITE NO.71261
Serving Southern California Since 1980 RIVERSIDE,CA_92507b501
I BLE.NO.95 1R)6,008
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 1.15mu. $ 248.05
• Misc. electrical whip/wire, $ 52.00x 1.09tax , x 1.16 mu. $65.18
• Remove and replace existing cooling tower spray nozzles (12),
per Exhibit 'B' at$ 100.00x 1.09tax,x 1.15 mu. $ 125.35
DESIGN I BUILD I VENTILATION I HVAC I LICENSE#:387513,C20,C43,C38,B
08
GARTER CONIRAC'I'ORS DIV.
CCS Contractors, Inc 5225CANYONCRFSTDRIVE
MECHHANICAAL ;i ENGINEERING GENERAL SnITE NO,71-261
Serving Southern California Since 1980 RIVERSIDE,Ch 925076301
TEI F.NO.951.8360698
Page 2, cont.
• Labor for above installation of nozzles, 2 hrs@$ 71.90
equals$ 143.80 x 1.IS mu. $ 165.37
• Perform start up procedures for existing cooling tower,
1 hr @$ 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 1.15 mu. $ 258.75
• Porta-Potty 1-week expense pro-rated at$ 66.99 x 1.IS 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: 05/17, 1st start up attempt, found tower pump not performing.
"Unapplied"time to call out electrician to re-establish power and
phasing to initiate temp chiller use again.
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...
Change over manual valves, bleed lines, check nozzles, verify 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 %...................................................... $ 616.09
• All total request............................................................. $ 25,259.92
Thank you,
James S. Carter, President
DESIGN i BUILD I VENTILATION + HVAC I LICENSE#:387513,C20,C43,C38,B
09
Benel Mechanical, Inc.
California Contractors License #479123
250031?. 5"' Street Phone 909-888-6626
San Bernardino, CA 92410 Fax 909-889-2573
May 23, 2016
CCS Contractors, Inc.
2493 Marsha Court
Riverside,Ca. 92506
Re: City of Palm Springs Fire Station HVAC Chiller Replacement
The following is our proposal to remove the existing Condenser Water Pump and replace it
with a new Bell &Gossett 2.5 AC Series e-1531Close Coupled Centrifugal Pump with 5
II-P.,
208-230/460 Volt,3 Phase, 60 Cycle, 1800 RPM Baldor TFFC Nema Premium Efficient
Motor capable of 156 GPM @ 46' 7'DH per the response to the RFI dated Mav 18,2016.
Also included is a Suction Diffuser as required by the response to the RFI and new Butterfly
Valves, Silent Check Valve and Flexible Connectors. Please note that the Suction Diffuser
has a removable strainer basket therefore no new Wye Strainer is required.
Material (see attached list) $4,402.40
Sales Tax $ 352.19
Pipefitter Labor 56 hrs. @ $85.00 per hr. (see attached list) 4$ •760.00
,$9,514.59
15% Overhead&Profit 1$ ,426.41
Total This Change $10,944.00
Sincerely,
Jay E. Benjamin, President
BENEL MECIIANICAL, INC.
Page 1 of 2
10
Page 2 of 2
Material List
Bell& Gossett 2.5 AC Series e-1531 Pump 1 @ $2,280.00 ea. $2,580.00
Bell & Gossett DD3%Suction Diffuser 1 @ $422.00 ea. $422-00
3" Metra Ilex Pump Flex Connectors 2 @ $115.00 ea. $230 00
3" Silent Check Valve 1 @ $388.00 ea. $388.00
3" Butterfly Valve 2 @ $133.00 ca. $266-00
'/," Ball Valve 1 @ $18.00 ea. $18.00
3" Black Sch. 40 Steel Pipe T@ $4.65 ft. $32.55
3" Standard Weight Weld 90 3 @ 510.33 ea. $30.99
3" Standard Weight Weld 45 2 @ $12.17 ca. $24.34
3 x 2 ''/z" Standard Weight Weld Reducer 1 @ $22.43 ea. $22.43
3" 150#Weld Neck Flange 7 @ $17.02 ea. $119.14
21/2" 150# Weld Neck Flange 1 @ $15.96 ea. $15.96
Thread-o-let 3 @ $6.00 ea. $18.00
/z" x ''A" Hex Bushing 2 @ $.87 ea. $1.74
3" Nut,Bolt &Gasket Set 10 @ $10.00 ea. $100.00
2 '/2" Nut Bolt&Gasket Set 1 @ $10.00 ea. $10.00
/." Hose Adapter&Cap 1 @ $3.75 ea. $3.75
'/d' x 2" Black Nipple 1 @ $.96 ca. $.96
'A" x 4" Black Nipple 2 @ $.77 ea. $1.54
Pipe Supports 2 @ $15.00 ea. $30.00
Pump Anchors 4 @ $3.00 ca. $12.00
Pump Pad Materials I @ $25.00 ea. $25.00
Gas& Rod 1 @ $50.0() S50.00
Total Material $4402.40
Labor
Demo Existing Pump& Piping 1 @ 3 hrs. ea. 3 Ins.
Set Pump& ins-tall Pump Pad 1 @ 4 hrs. ca. 4 hrs.
Suction Diffuser 1 @ 1.68 hrs ea. 1.68 hrs.
3" Flex Connectors 2 @ 1.08 hrs. ea. 116 hrs.
3" Silent Check Valve 1 @ 1.44 hrs. ea. 1.44 hrs.
3" Butterfly Valve 2 @ 1.13 hrs-. ca. 226 hrs.
'/4" Ball Valve 1 @ .55 hrs. ea. .55 hrs.
3" Sch. 40 Steel Pipe T @ 26 hrs. ea. 1.82 hrs.
3" Weld 90 3 @ 2.88 hrs. ca. 8.64 hrs.
3" Weld 45 2 @ 2.85 hrs. ea. 5.70 hrs.
3 x 21/2"Weld Reducer 1 @ 2.52 hrs. ea. 2.52 hrs.
3" 150#Weld Flange 7 @ 2.09 hrs. ea. 14.63 hrs.
21h" 150#Weld Flange 1 @ 197 hrs. ca. 1.97 hrs.
Thread-o-let 3 (a@ 1.21 hrs. ea. 3.63 hrs.
Pipe Supports 2 @ 1.0 hrs. ea. 2.0 hrs.
Total Man I lours 56 hrs.
11
®m® AIR TREATSAENT PROPOSAL
®®® CORPORATION
To: CCS CONTRACTORS Date: May 23,2016
Attention: JIM CARTER Quotation# 0160405484
Model#: VT0-052J
Serial#: U025523701
We are pleased to offer the following Baidmore Aircoil Company replacement parts quotation for your consideration:
PRICING
ITEM QTY PART# Item Description Unit Price Extended Lead Time
Price
At 1 RK0147 Spray Noales(Ind Grommets PK of IZEA,Unit takes 12EA) 100.00 r 100�.00 500 STOCK,BREA
_. .. __. _.__ _ - I __I _._.. L__
Please Note: �Y
• Freight is FOB Factory(Bestway, Freight Included)
• Taxes are NOT included in this proposal.
• Price is valid 30 days from data 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:
Air 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,
%�"`Y� 6"ei"
parts(&,,ai rtreatment.com
Phone: (714)4T7.6002 Air Treatment Corporation-640 N. Puente St. Brea,CA 92821 Fax: (714)257.9984
Contractors License#793078
Page 1 of 2 12
HEADQUARTERS INVOICE# 0000667369
807 E.MISSION ROAD_-1-'-'
SAN MARCOS,CA 92069 INV DATE 4/512016
TEL:760.744.7191 C rT
FAX 760.744.7184 ACCOUNT# 054272 _
Diamond www.diamondprovide5.COm DUE DATE 4/15J2016
Environmental Services LP
Solid Waste Services Inc.
Power Services Inc.C-10 CSLBA908341 AMOUNT OF
REMITTANCE
BILL TO:
CCS CONTRACTOR INC. CHECK#:
5225 CANYON CREST DR STE 71-216
RIVERSIDE, CA 92507-6321 l C/C INFO.ON BACK
PAY ONLINE AT www.diamondpmmtlescotn/Pay.htm
RETURN TOP PORTION WITH PAYMENT PAYABLETO:
DIAMOND ENVIRONMENTAL SERVICES LP
900S EL CIELO RD I PALM SPRINGS,CA 92264 Customer agrees to pay Diamond Environmental Services'egai fees,
SERVICE A��RESS: attorneys fees,costs(including expert witness costs)and expenses
01 litigation,in the event there le any litigation tiled to enforce the terms
or condiro"of this agreement,including any litigation as a result of
Customers nonpayment under any agreement with Diamond.
FROM TO ONTY. DESCRIPTION i` LABOR/ RENTAL AGENCY/ TAX TOTAL
SERVICE ENERGY EXTENDED PRICE
Site 0001-FIRESTATION#2
900 S ELCIELO RD
I
5/16 4/10116 1 PREMIER RESTROOM-WEEKLY 18.21 2.14 1.68 0.19 22,22
5/16 4/10/16 1 CONTAINMENT PAN 0.86 0.21 0.06 0,02 1.17
5/16 1 DELIVERY/REMOVAL 40.00 3.60 43.60
DELIVERY+ DAY PRORATION
DIAMOND FENCE:Temporary Vand 8'Panels and
Chainlink
WE WALK 308S TO CONFIRM YOUR REQUEST
PORTABLE RESTROOM SERVICE/PUMPING LABOR PROVIDED ATTHE OPTION OF THE LESSEE
807 E MISSION ROAD For billing questions please email us at INVOICE #
billpay&tdiamondprovides.com �66.99
SAN MARCOS,CA 92069 CURRENT
TEL.760-744.7191 TERMS:Net 10dayS 0000667369 INVOICE
I FAX 760-744-7184 138oO Late charge due onbalances
Restrwwww.d amennc,pg.Dumi)om outstanding more than 30 days from TOTAL 1 3
flestrooms renting Dum Pa,ers Pcvcr
date of statement(18%Per Annwn;