Loading...
HomeMy WebLinkAbout2024-07-30; City Council; ; Agreement with Romtec, Inc. for Design Services and Pre-Engineered Building Material Kits for the Veterans Memorial Park ProjectCA Review __AF__ Meeting Date: July 30, 2024 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: Todd Reese, Parks Services Manager todd.reese@carlsbadca.gov, 442-339-2151 Subject: Agreement with Romtec, Inc. for Design Services and Pre-Engineered Building Material Kits for the Veterans Memorial Park Project District: 2 Recommended Action Adopt a resolution awarding a professional services agreement to Romtec, Inc. to provide design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, Capital Improvement Program Project No. 4609, in an amount not-to- exceed $1,650,995. Executive Summary The Veterans Memorial Park Project is a 91.5-acre park development project located southeast of the Agua Hedionda Lagoon. This new park will be the city’s largest community park. The intent of its design is a park designed for families, offering a mix of activities and amenities for people of all ages and abilities, with both active and passive recreational features (Exhibit 2). Staff have worked with Romtec, Inc. on the design development drawings for three buildings, two restroom buildings and one service building, for the park. Romtec is a manufacturer of pre- engineered public recreation structures. The city has used Romtec buildings on previous Capital Improvement Program projects, and have found Romtec’s structures to be reliable, durable and a good value. This agreement relies on pricing arranged through cooperative purchasing, as detailed below. By using this pricing, the city will receive a 7% total discount off the standard cost. The City Council’s approval is required for the agreement under Carlsbad Municipal Code Section 3.28.070(D) because the agreement will cost the city more than $100,000 per agreement year. July 30, 2024 Item #11 Page 1 of 42 Explanation & Analysis Veterans Memorial Park timeline • The City Council approved the final Veterans Memorial Park Master Plan on July 26, 2022. This plan was based on public input gathered throughout the planning process. • Staff anticipate returning to the City Council for approval of the park’s plans, specifications and contract documents, and authorization to advertise the project for bidding in late fall 2024. • The park is expected to be completed in late fall 2026. Restroom buildings The planned use and the geography of the park requires two restroom buildings, one on each end of the park, and one service building on the north end of the park. The two northern buildings will be located at the north plaza, adjacent to the entry and parking lot. The northern restroom building contains a concession room, a small office, an information technology room, seven single-user restrooms and a storage room. The service building has a maintenance room, a storage room, an electrical room and an alcove for vending machines. The two buildings are visually connected with a large overhead shade structure that matches the architecture. The southern restroom building is located at the south plaza. It includes six single-user restrooms, an electrical room and a storage room. It is similar in design, materials, and color palette as the two northern buildings. Each structure has been carefully designed and coordinated with the surrounding landscape and site design features. Organic forms and natural materials have been selected to further integrate the buildings into the site. The buildings consist of natural stone walls with wood and metal accents, and a palette of natural earth tones. Proposed agreement Romtec is a manufacturer of pre-engineered public recreation structures that offers a range of modular buildings that are manufactured in a controlled factory environment and delivered to the site as complete units. As noted above, the city has used Romtec buildings on previous capital improvement program projects, including the restrooms at the Poinsettia Community Park Dog Park, and the restroom at the Lake Calavera Preserve, and they have been dependable, long-lasting, and cost-effective. The proposed professional services agreement includes the design services to complete the building construction documents to a 100% level, as a “full sealed plan set,” and the fabrication and delivery of pre-engineered building material kits for three buildings for the Veterans July 30, 2024 Item #11 Page 2 of 42 Agua Medionda Lagoon Memorial Park Project. The agreement includes an $80,000 cancellation fee to cover the cost of the design services, should the city choose not to proceed with fabrication and delivery of the building material kits. If the city chooses to exercise the cancellation provision, the full sealed plan set would become the property of the city. However, Sourcewell pricing and associated discounts for the materials would not be extended to private contractors, and the expected end cost to the city would be at least 10% higher. Romtec has provided the city with draft building plans, (Exhibit 4), which are not sufficient for securing building permits. Under the terms of the agreement, Romtec must complete a full sealed plan set of construction documents and provide them to the city for the permitting process. Staff will then apply for the building permits. After the building permits are issued, and contingent upon the award of a construction contract for the Veterans Memorial Park Project by the City Council, staff will issue a notice for Romtec to proceed with the fabrication of the building material kits. Romtec will later deliver the building material kits to the park site for installation by the city’s selected general contractor. Cooperative purchasing agreement The price of Romtec’s design services and building kits was established through a cooperative purchasing agreement. Cooperative purchasing is when a government agency uses an existing procurement contract from another agency to purchase the same or similar items or services directly from the vendor. Government agencies often use such cooperatives to reduce their procurement costs. Romtec has an agreement with Sourcewell (Contract No. 081721-RMT) to provide design services and pre-engineered building kits. The Purchasing Officer has determined that it is in the city’s best interest to procure these design services and building kits using the Sourcewell pricing (Exhibit 3). This will provide the city with a 7% discount off Romtec’s standard price. This total discount includes a 5% discount available only to Sourcewell members, like the City of Carlsbad, and a multiple buildings discount of 1% for each additional building after the first one, with these three buildings resulting in an additional 2% discount. The city participates in several corporative purchasing plans or programs. Carlsbad Municipal Code Section 3.28.100 allows for the Purchasing Officer to join with other public or quasi-public agencies in cooperative purchasing plans or programs for purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the Purchasing Officer to be in the city’s best interest. The officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. July 30, 2024 Item #11 Page 3 of 42 Fiscal Analysis Sufficient funding is available in the Veterans Memorial Park Project, Capital Improvement Program Project No. 4609, budget to address this agreement. The proposed amount of the professional services agreement with Romtec is $1,630,995, detailed as follows: Description Costs Northern restroom building $813,334.15 Northern service building $243,985.87 Southern restroom building $466,129.15 Sourcewell 5% discount -$76,172.26 Sourcewell 2% multiple buildings discount -$30,468.98 Romtec, Inc. supply subtotal $1,416,807.72 Estimated tax, based on rate of 7.75% $109,802.60 Estimated packaging and freight costs $29,103.00 Subtotal $1,555,713.31 Contingency $95,281.69 Total $1,650,995.00 Next Steps Romtec will complete the building construction documents and staff will apply for building permits. Environmental Evaluation The City Planner has determined that the Planning Commission adopted Resolution No. 7453 on June 15, 2022, approving a mitigated negative declaration and mitigation monitoring and reporting program, and adopted Resolution No. 7454, approving Conditional Use Permit CUP 2021-0014, Coastal Development Permit CDP 2021-0052, Hillside Development Permit HDP 2021-0006, and Habitat Management Plan Permit HMP 2021-0006 for Veterans Memorial Park. Exhibits 1.City Council resolution 2.Veterans Memorial Park illustrative plan 3.Memorandum of approval to participate in cooperative purchasing agreement 4.Veterans Memorial Park draft building plans July 30, 2024 Item #11 Page 4 of 42 RESOLUTION NO. 2024-199 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING A PROFESSIONAL SERVICES AGREEMENT TO ROMTEC, INC. TO PROVIDE DESIGN SERVICES AND PRE-ENGINEERED BULDING MATERIAL KITS FOR THREE BUILDINGS FOR THE VETERANS MEMORIAL PARK PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO.4609, IN AN AMOUNT NOT-TO-EXCEED $1,650,995 WHEREAS, the City Council of the City of Carlsbad has determined that it is beneficial to enter into cooperative purchasing plans or programs, and has authorized the city's participation in several such plans and programs; and WHEREAS, Carlsbad Municipal Code Section 3.28.100 allows for the city's Purchasing Officer to join with other public or quasi-public agencies in cooperative purchasing plans or programs for purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the Purchasing Officer to be in the city's best interest; and WHEREAS, the Purchasing Officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner; and WHEREAS, the Veterans Memorial Park Project is a 91.5-acre park development project located southeast of the Agua Hedionda Lagoon; and WHEREAS, the design intent is for a family-oriented park with a variety of multi-generational and inclusive amenities incorporated into active and passive recreational elements; and WHEREAS, the City Council approved the Final Veterans Memorial Park Master Plan on July 26, 2022. Staff anticipate returning to the City Council for approval of the park's plans, specifications and contract documents, and authorization to bid the project in fall 2024; and WHEREAS, due to the planned use and the geography of the park, a need was established for two restroom buildings -one on each end of the park, and one service building on the north end of the park; and WHEREAS, each structure has been carefully designed and coordinated with the surrounding landscape and site design features; and WHEREAS, Romtec is a manufacturer of pre-engineered public recreation structures which offers a range of modular buildings that are pre-engineered and manufactured in a controlled factory environment; and delivered to the site as complete units.; and Exhibit 1 July 30, 2024 Item #11 Page 5 of 42 WHEREAS, the city has used Romtec buildings on previous Capital Improvement Program projects and staff has found them to be reliable, durable and a good value; and WHEREAS, staff has been working with Romtec on the design development drawings for these three buildings; and WHEREAS, by procuring these design services and building material kits utilizing Sourcewell pricing the city will receivi:ta 7% total discount off the standard pricing from Romtec; and WHEREAS, the proposed professional services agreement includes the design services to complete the building construction documents to a 100% level, as a "full sealed plan set," and the fabrication and delivery of pre-engineered building material kits for three buildings for the Veterans Memorial Park Project; and WHEREAS, the agreement includes an $80,000 cancellation fee for the cost of design services, should the city choose not to proceed with fabrication and delivery of the building material kits; and WHEREAS, Romtec has provided the city with draft building plans, which are not sufficient for securing building permits; and WHEREAS, to proceed with permitting, Romtec must complete the construction documents to a 100% level, as a "full sealed plan set," and produce them as a deliverable of the professional services agreement; and WHEREAS, staff will then apply for building permits and after the building permits are issued, and contingent upon the award of a construction contract for the Veterans Memorial Park Project by the City Council, staff will issue a notice for Romtec to proceed with the fabrication and delivery of the building material kits; and WHEREAS, the Purchasing Officer has determined that it is in the city's best interest to procure these design services and building kits using the Sourcewell pricing; and WHEREAS, sufficient funding is available in the Veterans Memorial Park Project budget to address this agreement, in an amount not to exceed $1,650,995; and WHEREAS, the City Planner has determined that on June 15, 2022, the Planning Commission adopted Resolution No. 7453, approving a mitigated negative declaration and mitigation monitoring and reporting program, and adopted Resolution No. 7454, approving Conditional Use Permit CUP 2021- 0014, Coastal Development Permit CDP 2021-0052, Hillside Development Permit HDP 2021-0006, and Habitat Management Plan Permit HMP 2021-0006 for Veterans Memorial Park. July 30, 2024 Item #11 Page 6 of 42 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.The above recitations are true and correct. 2.The City Council does hereby authorize and direct the Mayor to execute a professional services agreement {Attachment A) with Romtec, Inc. to provide design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, in an amount not-to-exceed $1,650,995. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 30th day of�, 2024, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, LUNA. NONE. NONE. NONE. SHERRY FREISINGER, City Clerk (SEAL) July 30, 2024 Item #11 Page 7 of 42 Docusign Envelope ID: 2A 1 B0649-A41E-49BC-BBD1-85B12420CE06 Attachment A PR-PSA-24001P AGREEMENT FOR VETERANS MEMORIAL PARK BUILDINGS DESIGN AND MATERIAL SUPPLY SERVICES ROMTEC, INC. THIS AGREEMENT is made and entered into as of the ,3\ c::;;\-day of � \A. l j . 20� by and between the City of Carlsbad, California, a municipal corpora10n ("City") and Romtec, Inc., an Oregon corporation, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in the design and manufacturing of pre-engineered parks buildings. B.Contractor has the necessary experience in providing professional services and advice related to designing, manufacturing, supplying and constructing buildings and structures for parks buildings. C.Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERM The initial term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed one million six hundred fifty thousand nine hundred ninety-five dollars ($1,650,995). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one million six hundred fifty thousand nine hundred ninety-five dollars ($1,650,995) for all work and/or Services specified Page 1 City Attorney Approved Version 5/22/2024 July 30, 2024 Item #11 Page 8 of 42 PR-PSA-24001P Page 2 City Attorney Approved Version 5/22/2024 in Exhibit "A". The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A." The City’s acceptance is defined as the City’s acceptance of delivered packages, which is subject to the City’s right to inspect the goods at the time and place of delivery, and within fifteen (15) business days after delivery. Any items not specifically rejected after fifteen (15) business days will be deemed accepted. Any rejected items will be returned and redelivered by Contractor to the City within seven (7) business days, with no additional cost to the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 6.PUBLIC WORKS 6.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7.CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 9 of 42 PR-PSA-24001P Page 3 City Attorney Approved Version 5/22/2024 Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 8. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 9. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 10. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission of the Contractor, any Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 10 of 42 PR-PSA-24001P Page 4 City Attorney Approved Version 5/22/2024 subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 12. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 12.1 Coverage and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 12.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 12.1.2 Automobile Liability. (If the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 11 of 42 PR-PSA-24001P Page 5 City Attorney Approved Version 5/22/2024 12.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 12.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City.” 12.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 12.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 13. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 12 of 42 PR-PSA-24001P Page 6 City Attorney Approved Version 5/22/2024 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 17. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Nick Stupin Name Travis Olson Title Parks Planning Manager Title Project Manager Dept Parks & Recreation Address 18240 N. Bank Road CITY OF CARLSBAD Roseburg, OR 97470 Address 3096 Harding St. Phone 541-496-3541 Carlsbad, CA 92008 Email travis.olson@romtec.com Phone 442-339-2527 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 18. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 13 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 7 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 22. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 14 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 8 product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 24. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 25. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 26. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 15 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 9 28. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. 29. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. {signatures on following page} Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 16 of 42 Docusign Envelope ID: 2A 180649-M 1E-49BC-BBD1-85812420CE06 30.AUTHORITY PR-PSA-24001P The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this-=2=2n=d=----day of _J_u_ly.__ _______ �• 20.l,L. CONTRACTOR Romtec, Inc., a California corporation By: (sign here) Ben Cooper, President (print name/title) By: (sign here) Dayna Lewis, CFO (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: ATTEST: SHERRY FREISINGER, City Clerk Deputy City Cler If required by City, proper notarial acknowledgment of execution by contractor must be attached. !f..]_ corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, orVice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: Alli-:,:& WV: Senior Assistant City Attorney City Attorney Approved Version 5/22/2024 Page 10 July 30, 2024 Item #11 Page 17 of 42 f;uA, ~ - _By: ______._._.,a~ PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 11 EXHIBIT A SCOPE OF SERVICES AND FEE In this document, (“City”) refers to City of Carlsbad, California, a municipal corporation. (“Contractor”) refers to Romtec, Inc. (“Installer”) is a separate subcontractor of the General Contractor and/or City who will assemble and construct the buildings “A”, “B” and “South” based on Contractor’s Design Submittal Package by using materials provided by Contractor. (“General Contractor”) refers to the person or company responsible for overseeing the whole Veterans Memorial Park Construction Project. 1. TASK 1 – DESIGN, PRODUCING SERVICES. Below is an outline of Contractor’s process for designing, producing, and delivering the building kit(s) for buildings A, B and South. No production will begin prior to issuance of final building permit(s), and issuance of Notice to Proceed on Production (NTP) forms by the city. a. Contractor Provides a Quote/Proposal i. Contractor’s Quote/Proposal will include a Project Information form and proposed payment schedule. ii. The city will provide Contractor a signed Professional Service Agreement, Project Information Form, and Payment Schedule. b. Contractor provides Design Submittal package with Full Sealed Plan Set. i. Design Submittal Package should include 100% completed construction documents, including but not limited to: 1. Sealed plan set in 24”x36” size. Preferred scale is 1/4” =1’-0” or 1/8” =1’- 0”. a. Title sheet. b. General notes. c. Design criteria and code summary. d. Floor plans. e. Elevation and sections. f. ADA clearances and fixture details. g. Details. h. Finish schedules. i. Door and window schedules. j. Foundation plans and details. k. Structural plans and details l. Roof framing plans, roof plans and roof details. m. Plumbing schedules and plans. n. Mechanical plans. o. Electrical schedule and plans. 2. Structural calculations. 3. Product data and cutsheets. 4. Specifications. 5. Warranties. ii. Contractor provides the Design Submittal package in Contractor’s standard electronic submittal format. iii. The Design Submittal package supersedes the preliminary scope letter. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 18 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 12 iv. The Full Sealed Plan Set will include all relevant calculations, and all architectural, mechanical, structural, electrical, and plumbing plan sheets stamped by an architect or engineer licensed in the state where the project is located. c. City reviews and comments on the Design Submittal package. i. At this time, the Design Submittal package should be provided for review and comment by any other relevant entities, such as an end owner, etc. ii. The city will have 15 days to review and provide comments on the Design Submittal package. iii. Contractor will have 15 days to revise Design Submittal package per city’s review comments. d. The Building Department reviews and comments on the Contractor plans. i. The Design Submittal package includes final sealed plans intended for review by the local Building Department (or other permitting authority) at this time. ii. Contractor will provide up to five (5) sets of Design Submittal package hardcopy along with an electronic copy. iii. Contractor will respond to City’s request to fill out application forms and provide documents required by the permitting authority (the city will be responsible for paying all Building Permit fees). iv. Contractor will revise and resubmit the Full Sealed Plan Set per comments from the City, relevant entities and permitting authority. v. Contractor includes three revisions of the Full Sealed Plan Set in response to the City’s comments. vi. It is estimated that the building department will take 4 weeks for each review. Contractor will take 2-3 weeks for each review revision. e. The Building Department approves the revised Contractor plans. i. Contractor will provide up to five (5) sets of the final, approved for Design Submittal package hardcopy along with an electronic copy. f. The City will notify Contractor when production may commence. Commencement subjects to approval of the following: i. City Council’s Approval of the Veterans Memorial Park project’s public bidding and construction. ii. The city issuance of Notice to Proceed on Production (NTP) forms. Contractor cannot begin production without a signed NTP form. iii. Contractor will complete production/manufacturing of the building package per the final approved plans. g. With the City’s permission, Contractor delivers the completed building package. i. Contractor will coordinate with the city to decide when to palletize and ship the completed building package, and then coordinate with the city to deliver the package to the jobsite for construction by the Installer. The delivery schedule shall be established on or about the time that the City provides Notice to Proceed on Production, which shall be provided no later than June 2025. The delivery time is no later than January 2026. ii. Contractor’s warranty period will begin in October 2026. h. During bidding and construction phase of the project, Contractor will respond to RFI (Request for information) and will review Submittals from Installer or General Contractor with no additional cost. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 19 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 13 2. TASK 2 – MATERIALS SUPPLY Contractor will include all materials as outlined below in a packaged building kit in staged pallets based on when the materials are needed based on the order of construction. Scope shall include all materials in the building kits as listed in the Final Sealed Plan Set and/or any subsequent revisions and requirements associated with the Building Permit Approval Process. The quantity of supplied materials will be based on the final sealed Contractor plan set approved for construction by the Building Department. 1. For Building A: a. Structure The following components will be provided by the Contractor: i. Concrete Masonry Units - CMU 1. Exterior and interior walls will be constructed of smooth-face, mortar joint, concrete masonry units (concrete blocks). 2. Block color will be gray. ii. Exterior accent sidings shall be “Princeton” thin stone veneer, or other type of thin stone veneer approved by the City. And Hardie Artisan shiplap siding panels per drawings. iii. Furring strips. iv. Glasliner RFP. v. Interior office and IT room ceiling to have EcoTouch Batt insulation. vi. EnergyShield continuous wall insulation for interior office and IT room. vii. Doors, frames, and hardware. 1. Steelcraft F16 Gauge frames are powder coated black with undercoating. 2. Steelcraft SL18 double door located on the storage room are powder coated black with undercoating. 3. Hager stainless steel, ball bearing hinges. 4. LCN extra heavy-duty door closers. 5. Schlage ND Series Grade 1 lever lock with latch guard. 6. Schlage Grade 1 lock for restrooms. 7. Restroom doors shall have interconnected lock with occupancy indicator and one-way deadbolt lock. Note: Schlage Grade Level 1 lock sets and 6-pin hardware. Keying to be done by city contracted locksmith. 8. Restroom doors to have louvered door vents. 9. NGP Neoprene Door sweep for all doors. 10. Hager magnet locks. 11. Hager exit switch. 12. Hager PIR egress sensor. 13. Hager locking devices. 14. Other door installation accessories, include but not limited to door clip, jamb, astragal, etc. viii. Rolling Counter Door System Series 651 stainless steel roll-up concession window. QuikServ Custom SCT model self-closing window with sliding glass and mesh screens. Stainless steel counter. ix. Counter located in the concession room. x. Planter wall with water proofing, drain and cedar bench per Contractor drawings. xi. Roofing materials Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 20 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 14 1. Glulam beams. 2. 2x6 tongue and groove decking. 3. Hardie Shiplap soffit finish. 4. Velux Skylight. 5. Extension shall be steel I columns with glulam beams. 6. All exposed steel components are powder coated black with undercoating. 7. Roofing will be Fabral Stand ‘n Seam, roof panels with exposed fasteners, color to be Charcoal. 8. Fabral high-temperature underlayment peel & stick. 9. Dektite Pipe flashings. 10. Gable fascia, extension purlins, rim board, rafter, eave blocking, soffit blocking. b. Plumbing Fixtures The following components will be provided by the Contractor: i. Penal-Ware 1675 Wall mount stainless steel toilets. ii. ProFlo Commercial Toilet Seat. iii. Sloan 111-1.28 high efficiency manual lever flush valves. iv. Dura-Ware wall mount stainless steel ADA Compliant sinks. v. Chicago Faucets deck mounted single, push button faucets. vi. Moen Wall mount, stainless steel hand wash sink and Moen single-handle lavatory faucet located in the concession room and mechanical room. vii. Regency table with adjustable flanged foot, stainless steel 3-bay utility sink, pre- rinse faucet, T&S 061x Swing Nozzle, pre-rinse add-on faucet and Insinkerator garbage disposal. viii. Mustee mop sink with faucet, hose, hose holder, wall guard, Mop faucet mounting bracket located in the mechanical room. ix. Woodford Model B67 wall hydrant and Model 24 wall Faucet. x. Proflo PF200 Series trap covers. c. Electrical Fixtures The following components will be provided by the Contractor: i. Lithonia WF6 LED. ii. Lithonia CVST vapor tight LED strip light. iii. Acuity Controls WVR PDT 16 wide view sensors. iv. NLight Nio pc Kit Outdoor Photocell, nPODMA switches, Npp16 EFP Power/Relay Pack and nDTC touch screen. v. Sensor Switch WSXA wall switch sensor. vi. Intermatic digital in-wall timers. vii. AO Smith ProMax ENT-50 water heater. viii. Panasonic roof mounted, mini-split system to serve Office rooms only. ix. Mechanical exhaust package with S&P inline fans. x. Thru-wall, FastAire hand dryers. xi. Global Industrial Air Curtain. xii. Main breaker panel sized for the building components. 1. Siemens, 200 amp, three-phase, indoor. 2. NEMA 4x d. Accessories The following components will be provided by the Contractor: Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 21 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 15 i. Bradley heavy-duty stainless-steel grab bars with concealed mounting in restrooms. ii. Bradley stainless-steel baby changing station. iii. Restroom signage per California code requirements. iv. Bradley Surface mount, 18” x 36” mirrors with stainless steel frame. 2. For Building B: a. Structure The following components will be provided by the Contractor: i. Concrete Masonry Units - CMU 1. Exterior and interior walls will be constructed of smooth-face, mortar joint, concrete masonry units (concrete blocks). 2. Block color will be gray. ii. Exterior accent sidings shall be “Princeton” thin stone veneer, and Hardie Artisan shiplap siding panels per drawings. iii. Furring strips. iv. Wire weave vents for natural ventilation. 1. Vents are powder coated black with undercoating. v. Doors, frames, and hardware. 1. Steelcraft F16 Gauge frames are powder coated black with undercoating. 2. Steelcraft SL18 double door located on the storage room are powder coated black with undercoating. 3. Hager stainless steel, ball bearing hinges. 4. LCN extra heavy-duty door closers. 5. IVES manual flush bolts. 6. Schlage ND Series Grade 1 lever lock with latch guard. Note: Schlage Grade Level 1 lock sets and 6-pin hardware. Keying to be done by city contracted locksmith. 7. NGP Neoprene Door sweep for all doors. 8. Hager latch protection plate. 9. Overhead door 620 roll-up utility door located on golf cart and equipment storage room. 10. Overhead upward-coiling security grilles. 11. Other door installation accessories, include but not limited to door clip, jamb, astragal, etc. vi. Wing wall with steel I-beam and stone per drawings. vii. Roofing materials 1. Glulam beams 2. 2x6 tongue and groove decking. 3. Hardie shiplap soffit finish. 4. Roofing will be Fabral Stand ‘n Seam, roof panels with exposed fasteners, color to be Charcoal. 5. Fabral high-temperature underlayment peel & stick. 6. Gable fascia, extension purlins, rim board, rafter, eave blocking, soffit blocking. b. Plumbing Fixtures and Accessories The following components will be provided by the Contractor: i. Woodford Model B67 wall hydrant and Model 24 wall Faucet. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 22 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 16 c. Electrical Fixtures The following components will be provided by the Contractor: i. Lithonia WF6 LED. ii. Lithonia CVST vapor tight LED strip light. iii. Acuity Controls WVR PDT 16 wide view sensors. iv. NLight Nio pc Kit Outdoor Photocell, nPODMA switches, Npp16 EFP Power/Relay Pack and nDTC touch screen. v. Sensor Switch WSXA wall switch sensor. vi. Intermatic digital in-wall timers. vii. Main breaker panel sized for the building components. 1. Siemens, 200 amp, three-phase, indoor. 2. NEMA 4x 3. For Building South: a. Structure The following components will be provided by the Contractor: i. Concrete Masonry Units - CMU 1. Exterior and interior walls will be constructed of smooth-face, mortar joint, concrete masonry units (concrete blocks). 2. Block color will be gray. ii. Exterior accent sidings shall be “Princeton” thin stone veneer, and Hardie Artisan shiplap siding panels per drawings. iii. Doors, frames, and hardware. 1. Steelcraft F16 Gauge frames are powder coated black with undercoating. 2. Steelcraft SL18 double door located on the storage room are powder coated black with undercoating. 3. Hager stainless steel, ball bearing hinges. 4. LCN extra heavy-duty door closers. 5. IVES manual flush bolts. 6. Schlage ND Series Grade 1 lever lock with latch guard. 7. Schlage Grade 1 lock for restrooms. 8. Restroom doors shall have interconnected lock with occupancy indicator and one-way deadbolt lock. Note: Schlage Grade Level 1 lock sets and 6-pin hardware. Keying to be done by city contracted locksmith. 9. Restroom doors to have louvered door vents. 10. NGP Neoprene Door sweep for all doors. 11. Hager magnet locks. 12. Hager exit switch. 13. Hager PIR egress sensor. 14. Hager locking devices. 15. Other door installation accessories, include but not limited to door clip, jamb, astragal, etc. 16. Overhead upward-coiling security grilles. iv. Roofing materials 1. Glulam beams. 2. 2x6 tongue and groove decking. 3. Hardie Shiplap soffit finish. 4. Velux Skylight. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 23 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 17 5. All exposed steel components are powder coated black with undercoating. 6. Roofing will be Fabral Stand ‘n Seam, roof panels with exposed fasteners, color to be Charcoal. 7. Fabral high-temperature underlayment peel & stick. 8. Dektite Pipe flashings. 9. Gable fascia, extension purlins, rim board, rafter, eave blocking, soffit blocking. b. Plumbing Fixtures and Accessories The following components will be provided by the Contractor: i. Penal-Ware 1675 Wall mount stainless steel toilets. ii. ProFlo Commercial Toilet Seat. iii. Sloan 111-1.28 high efficiency manual lever flush valves. iv. Dura-Ware wall mount stainless steel ADA Compliant sinks. v. Chicago Faucets deck mounted single, push button faucets. vi. Mustee mop sink with faucet, hose, hose holder, wall guard, Mop faucet mounting bracket located in the mechanical room. vii. Woodford Model B67 wall hydrant and Model 24 wall Faucet. viii. Proflo PF200 Series trap covers. c. Electrical Fixtures The following components will be provided by the Contractor: i. Lithonia WF6 LED. ii. Lithonia CVST vapor tight LED strip light. iii. Acuity Controls WVR PDT 16 wide view sensors. iv. NLight Nio pc Kit Outdoor Photocell, nPODMA switches, Npp16 EFP Power/Relay Pack and nDTC touch screen. v. Sensor Switch WSXA wall switch sensor. vi. Intermatic digital in-wall timers. vii. AO Smith ProMax ENT 50 water heater. viii. Mechanical exhaust package with S&P inline fans. ix. Thru-wall, FastAire hand dryers. x. Main breaker panel sized for the building components. 1. Siemens, 200 amp, three-phase, indoor. 2. NEMA 4x d. Accessories The following components will be provided by the Contractor: i. Bradley heavy-duty stainless-steel grab bars with concealed mounting in restrooms. ii. Bradley stainless-steel baby changing station. iii. Restroom signage per California code requirements. iv. Bradley Surface mount, 18” x 36” mirrors with stainless steel frame. 3. TASK 3 – DELIVERY, STORAGE AND HANDLING a. Delivery Vehicle Size i. Contractor’s delivery vehicles are vans or trucks with 53’ trailers, or the largest trailer up to 53’ that is legally allowed to access the job site. Overall dimensions of the delivery vehicles are: 1. 70’ overall length Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 24 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 18 2. 102” wide 3. 168” high b. Number of Deliveries i. Prior to deliveries, freight schedule should be coordinated between Contractor and City. Contractor bases its freight quote on the optimal minimum number of deliveries. ii. Regardless of the number of deliveries, the city is responsible for all offloading and related costs. c. Delivery inspection i. Contractor allows for five (15) business days for the City to inspect and accept the delivered building package. ii. Any items not specifically rejected after fifteen business days are considered accepted. iii. For items not accepted by the City, Contractor should have the items returned and redelivered within (7) days with no additional cost to City. d. Warranty i. Contractor warranty is attached as Exhibit 1. ii. Other products’ warranties will be included in Design Submittal Package by Contractor. e. Disclaimers i. Stone and mineral products such as tile, stone veneer, and concrete will all show surface cracks over time due to multiple factors, including building settling, wall movement, environmental conditions, and maintenance/upkeep (or lack thereof). Contractor cannot guarantee that stone products in the building will not eventually crack. Repairing of cracks in stone products is a maintenance issue, not a warranty issue. In other words, stone products in the building may eventually crack, and repair of these cracks is not covered under the Contractor warranty. ii. Contractor passes along the manufacturer’s warranty for metal roofing. Most metal roofing manufacturers intend for their roofing to be installed immediately upon delivery from the factory; otherwise, most have special storage requirements to validate their warranty. All project circumstances are different, and because Contractor cannot guarantee that metal roofing is installed within the timeframe allowed from the manufacturer or that the metal roofing will be stored at the jobsite according to the manufacturer’s requirements, Contractor does not include metal roofing in the overall Contractor building warranty. iii. Smooth face CMU block can have a significant variation in color and texture and should never be used as an architectural finish. Smooth face CMU block should always be either painted or have siding covering it. Contractor does not guarantee uniform color or texture of block, nor claim that any aspect of block color or texture will remain stable over time. iv. Most HVAC equipment manufacturers (heat pumps, air conditioners, heaters, etc.) require installation by a factory certified technician to engage their warranty. The Installer will need to demonstrate installation was completed per manufacturer requirements to make a valid warranty claim for HVAC equipment. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 25 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 19 EXCLUSIONS 4. SCOPE OF SUPPLY AND SERVICES BY OTHERS a. Overview The following section includes an overview of items to be provided by others that are required to complete the installation of the Contractor building package. i. Items in this section are typically provided by the Installer, or, for projects where the Installer is separate subcontractor of the general contractor and/or City, some items are typically provided the General Contractor. ii. The items below are separated into Installer items and General Contractor items. If the Installer and General Contractor are the same entity, then that entity is responsible for all items in this section. b. Installer Scope The Installer’s scope will generally consist of foundation/pad construction and building package assembly/construction. i. Structural The following structural components will be provided by the Installer: 1. All materials, equipment and labor for footings and interior slabs. 2. Backer board. 3. Hold down, if needed. 4. Interior wall finish to be latex epoxy paint by Sherwin Williams, semi- gloss, Patience SE 7555 color supplied by Installer. 5. Hardie Artisan shiplap paint. 6. Interior Gypsum board ceiling and wall finish in office and IT rooms only supplied by Installer. 7. Caulking. 8. Epoxy floor finish to be Dex-O-Tex Décor-Flor as manufactured by Crossfield Products Corp with cove base integral with floor supplied Installer. 9. Masonry (concrete) grout and rebar. 10. Cement and mortar. 11. The Installer may be required to notch CMU block for bond beams, cut full blocks to create half blocks and grind blocks for fixture mounting purposes. The Installer is responsible for any CMU block modification work. 12. The Installer may be required to cut stone veneer to achieve the required shapes necessary for installation. The Installer is responsible for any additional stone veneer work required. 13. Sealant for all exposed wood. 14. Clear coat for ceiling deck. 15. Typical fasteners such as nails, staples, and screws, and any other fasteners not included in product packaging. 16. Exterior and interior anti-graffiti coating. 17. Recessed shelves/cabinets to be supplied by Installer. 18. Block for stem wall if adopt CMU stem wall option. 19. Floor vapor control, vapor barrier. 20. Building paper. 21. Silicon at the edges of the lock box. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 26 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 20 22. Self-leveling polyurethane sealant fill. ii. Plumbing The following plumbing components will be provided by the Installer. 1. Plumbing rough-in, installation and trim within 10’ of the building footprint will be by the Installer. 2. All water and sewer piping and floor drains within the building footprint are provided by the Installer. 3. Wall hanger for toilets. 4. Cleanouts. 5. Trap priming valve & piping to all floor drains. iii. Electrical The following electrical components will be provided by the Installer. 1. Electrical rough-in, installation and trim within 10’ of the building footprint will be by the Installer. 2. All switches and outlets that are not included with electrical products are provided by the Installer. 3. Electrical conduits to be surface mount galvanized ridged by Installer. 4. All electrical outlets are supplied by Installer. 5. Grounding and bonding. iv. Other materials, equipment, and services The following materials, equipment, and services are provided by the Installer. 1. Building package installation 2. All other items within the building footprint indicated on final plans or required by building codes to complete installation of the building package which are not specifically stated as supplied by General Contractor or by others. 3. Exterior park signs on the building wall. 4. Specialty tools including rivets guns and/or bending tools for metal roofing. 5. Installer to install restroom dispensers. c. General Contractor Scope The General Contractor’s scope will generally consist of site preparation and grading, excavation for structures, backfill and/or structural backfill, and any site work or utility work outside the building package footprint. i. Structural The following items relative to the structural components will be supplied by the General Contractor: 1. All materials, equipment and labor for exterior slabs and sidewalks. 2. Design and supply of gutters and downspouts is by the General Contractor or others. Contractor can show basic gutters and downspouts on the plans. ii. Plumbing The following plumbing components will be provided by the General Contractor. 1. Incoming plumbing utilities to within 10’ of the building exterior will be by the General Contractor. 2. All water and sewer piping, drains, and valves external of the building footprint are provided by the General Contractor. iii. Electrical Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 27 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 21 The following electrical components will be provided by the General Contractor. 1. Incoming electrical utilities to with 10’ of the building exterior are provided by the General Contractor. 2. Electrical meter base and meter are provided by the General Contractor. iv. Other materials, equipment, and services The following materials, equipment, and services are provided by the General Contractor. 1. Site grading and/or asphalt paving 2. Masonry pavers 3. Branch circuit breakers 4. Fire alarm & fire suppression equipment 5. Gutters and downspouts 6. Lighting equipment not attached to the building 7. Backflow check valves & drain valves 8. Freeze protection 9. Landscaping and irrigation 10. Special inspection services 11. Permits and fees 12. Site plans 13. Geotechnical reports d. Delivery, Storage, and Handling i. The Installer and/or General Contractor will be responsible for all equipment and labor required for off-loading of the delivered building package onsite. This includes providing appropriate equipment, including but not limited to a forklift with minimum 8,000 lb. capacity and 6 ft. fork extension. ii. Installer or General Contractor shall comply with all handling instructions and recommendations provided by Contractor. iii. The Installer and/or General Contractor will assume responsibility for adequate protection of delivered materials from weather, damage, and pilferage or all warranties, expressed or implied may be voided. iv. Do not throw away the Operations & Maintenance manuals that are provided by some manufacturers in their product packaging. It is the responsibility of the Installer and/or General Contractor to collect and maintain these manuals until delivered to the city. e. Contractor - General Exceptions/Exclusions The following are items that Contractor does not provide as part of its standard products and services. i. Site visits by Contractor staff are not included in the proposal. Note: If site visits are required, Contractor will issue a change order. ii. Unless otherwise stated, Contractor is not proposing to meet any Buy America standard for materials. iii. Contractor’s proposed building design is based on the following standard design loads. These standard design loads are typical for many locations. Local design loads specific to this project may require changes to the building design, which may result in a price increase due to increased material costs. 1. Roof Snow Load: 0 psf 2. IBC Seismic Design Category: D 3. Design Wind Speed: 96 mph 4. Allowable Soil Bearing: 1500 psf Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 28 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 22 5. Occupancy Type: “U” for Building B and Building South, “Mixed use” for Building A. 6. Type: VB iv. Any site utility sizing shown on the Contractor plans is based on design criteria provided by others. Site utility sizing must be confirmed by the city. Contractor is not responsible for determining or confirming site utility sizing. v. To ensure timely delivery of the building package amid ongoing and industry-wide disruptions to shipping, parts/materials availability, and lead times, Contractor reserves the right make equivalent or better substitutions at any time for any components that are not specifically required to match an exact brand/model. Equivalent or better substitutions requires City’s written approval. vi. Contractor does not provide LEED/Green submittals as a standard service. Contractor can assist in providing documentation for products that may meet LEED/Green standards, but Contractor does not provide or fill out LEED credit forms. Unless specifically included in Contractor’s proposal and quote, Contractor does not supply materials with the intent of meeting LEED standards. Any changes due to LEED or Green building requirements will result in a change order and increased lead times. vii. Any CMU block plan(s) provided by Contractor are only accurate if Contractor supplies the CMU block. Contractor to provide CMU manufacture and block model information in the Design Submittal package. viii. All steel fabrication work is performed by qualified fabricators in conformance with engineered drawings. Contractor does not offer third party certification or inspection of steel fabrication work. Note: scope of work is based on Contractor’s acceptance of the Terms and Conditions of the City of Carlsbad Professional Service Agreement. Terms and Conditions of the City of Carlsbad Professional Services Agreement supersede other Terms and Conditions provided by the Contractor. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 29 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 23 FEE SCHEDULE Building Description Extended Price North Building A – “Design & Supply ONLY” per City of Carlsbad Signed Submittal Approval received 3/31/2024 and changes received 4/30/2024 $813,334.15 North Building B – “Design & Supply ONLY” per City of Carlsbad Signed Submittal Approval received 3/31/2024 $243,985.87 South Building – “Design & Supply ONLY” per City of Carlsbad Signed Submittal Approval received 3/31/2024 and changes received 4/30/2024 $466,129.15 Sourcewell Discount 5.00%: Available only to members of Sourcewell $(76,172.26) Sourcewell “Multiple Buildings” Discount 2.00%: Additional 1% discount for each additional building (i.e. 3 buildings = Additional 2% discount) $(30,468.98) Romtec Inc. Supply Subtotal $1,416,807.72 Estimated Tax Based on Rate of: 7.75% $109,802.60 Estimated Freight/Packaging to: Carlsbad, CA $29,103.00 Subtotal $1,555,713.31 Contingency $95,281.69 Romtec Inc. Purchase Order Total: $1,650,995.00 *Sourcewell Contract No. 081721-RMT Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 30 of 42 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 24 PAYMENT SCHEDULE • Contractor cannot start the first invoice before commencing of building material production. • The city will notify Contractor when production may commence. Commencement subject to approval of the following:  City Council’s Approval of the Veterans Memorial Park project’s public bidding and construction.  The city issuance of Notice to Proceed on Production (NTP) forms. Contractor cannot begin production without a signed NTP form.  Contractor will complete production/manufacturing of the building package per the final approved plans.  The City shall provide Notice to Proceed on Production no later than June 2025. • Contractor will invoice monthly for work completed related to all payment milestones above. • All payments are due net 30 days upon receipt of invoice. • Contractor reserves the right to require receipt of payment for the current milestone before proceeding with the next milestone. • Payment obligations are not contingent upon customer receipt of payment from any external entity nor per the terms of any external agreement. • The City reserves the right to withhold a ten percent (10%) retention until City’s acceptance. • City shall accept delivery of the completed building packages as per the mutually agreed delivery schedule that is established on or about the same time that the City provides Notice to Proceed on Production. In the event that the City delays delivery for any reason, Romtec shall store the completed building packages for up to thirty (30) days after the agreed date at no charge. After thirty (30) days of storage, Romtec shall be allowed to charge for storage of the completed building packages at a maximum rate of $600 per month for up to sixty (60) additional days. Upon Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 31 of 42 A B C D E G H ITEM I DESCRIPTION OF WORK SCHEDULED WORK COMPLETED TOTAL % BALANCE NO. VALUE FROM PREVIOUS THIS PERIOD COMPLETED (G/C) TO Supply • North Building A 002 Production and Delivery of Building Authorized $ 163,000.00 $ 0% $ 163,000.00 003 Manufacturing at Romtec facilities (monthly progress) $ 570,000.00 $ 0% $ 570,000.00 004 Delivered $ 80,334.15 $ 0% $ 80,334.15 005 Sourcewell Discount $ (40,666.71) $ 0% $ (40,666.71) 006 Multiple Buildings Discount $ (16,266.68) $ 0% $ (16,266.68) 007 Freight $ 15,000.00 $ 0% $ 15,000.00 008 Sales Tax $ 58,621.05 $ 0% $ 58,621.05 Supl)ly • North Building B 010 Production and Delivery of Building Authorized $ 50,000.00 $ 0% $ 50,000.00 011 Manufacturing at Romtec facilities (monthly progress) $ 170,000.00 $ 0% $ 170,000.00 012 Delivered $ 23,985.87 $ 0% $ 23,985.87 013 Sourcewell Discount $ (12,199.30) $ 0% $ (12,199.30) 014 Multiple Buildings Discount $ (4,879.72) $ 0% $ (4,879.72) 015 Freight $ 4,103.00 $ 0% $ 4,103.00 016 Sales Tax $ 17,585.28 $ 0% $ 17,585.28 Supply • South Building 018 Production and Delivery of Building Authorized $ 95,000.00 $ 0% $ 95,000.00 019 Manufacturing at Romtec facilities (monthly progress) $ 325,000.00 $ 0% $ 325,000.00 020 Delivered $ 46,129.15 $ 0% $ 46,129.15 021 Sourcewell Discount $ (23,306.46) $ 0% $ (23,306.46) 022 Multiple Buildings Discount $ {9,322.58) $ 0% $ {9,322.58) 023 Freight $ 10,000.00 $ 0% $ 10,000.00 024 Sales Tax $ 33,596.26 $ 0% $ 33,596.26 Change Orders GRAND TOTALS $ 1 555 713.31 s -5 -5 -00/o 5 1 555 713.31 PR-PSA-24001P City Attorney Approved Version 5/22/2024 Page 25 Romtec storing the completed building packages for ninety (90) days after the agreed delivery date, the City shall be required to accept delivery and find its own means of storage if the City is still not ready to install the building packages. CANCELLATION The City at its sole discretion may elect to cancel this agreement in accordance with paragraph 23. If City elects to cancel this agreement after the signed Professional Services Agreement is executed and the Design Submittal Package with Full Sealed Plan Set is in progress or is fully completed, the city will pay the $80,000 cancellation fee. The partially or fully completed Design Submittal Package with Full Sealed Plan Set will then become the property of the City of Carlsbad and cannot be used by Contractor or others. If City elects to cancel this agreement after Notice to Proceed on Production: Contractor will stop production immediately. The city will pay the invoices for work completed before the Cancellation Request, minus any surplus/salvage value Contractor is willing to offer the City of Carlsbad whereby those materials can be utilized on another Contractor’s project. Freight/Packaging charges will not be applied to materials not shipped. Design Submittal Package with Full Sealed Plan Set will then become the property of the City of Carlsbad and cannot be used by Contractor or others. Docusign Envelope ID: 2A1B0649-A41E-49BC-BBD1-85B12420CE06 July 30, 2024 Item #11 Page 32 of 42 Exhibit 2 July 30, 2024 Item #11 Page 33 of 42 WH I T M A N ( Ci t y of Ca r l s b a d Pa r k s & Re c r e a t i o n De p a r t m e n t " ~ R - - - •• MDE S I G N GR O U P 31 5 9 1 Ca m i n o Ca p i s tr a no Sa n Ju a n Ca p i s tra n o , CA 92 6 7 5 ww w . R J M d es ig n g r o u p . c o m [9 49 ] 49 3 - 2 6 9 0 fa x [9 49 ] 49 3 - 2 6 0 0 ph o n e - -- - () ~ PA R K AR E A S LE G E N D - -- -- - - - - - - - -- -- - - - - - - - -- 0 VE T E R A N S ME M O R I A L PL A Z A 0 CO M M U N I T Y GA T H E R I N G AR E A (0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 IN T E R P R E T I V E GA R D E N RE S T R O O M (l , 2 0 0 s r ) FA M I L Y - O R I E N T E D BI K E PA R K 10 Jo • HA B I T A T MA N A G E M E N T PL A N PR E S E R V E AR E A --. . . . . . . . . . . . () ~ ' - - - - - - - - ... . + -- - · :! : () 0 0 ·- - - - - - = ( 0 I / ·I 1 ~ ... . . . . . . ... 0 -" - . 7- 0 ' ~ \ ' \ ' \ \': . - ~ '6 _ ( HA B ITA T JA N A G E M E N I PL A N PR E S E R V E AR E A I I l j ~ HAB I T A T MA NAG E MEN T PL A N PR E S E R V E AR E A '- - " .,~ ~ ~ •· ~ ~ - - . \ - ( \ ~ I _ _ _ ' \ ' R ~ f - - - f , # \ I~ \ \ \ I - - 7 I I I I ' I ' I I I I ' I I I I ' I I I I L HA B ITA T MA N A G E M E N T PL A N PR E S E R V E AR E A ~ - 0 \ ~., , 1 7 \ El i . J I L D I N G (2 , 0 0 0 s r ) Hi t h PA V I L I O N , \: : : , , I RE S T R O O M , 4 CA T E R I N G SU P P O R T RO O M 0 PL A Y AR E A S @ IN C L U S I V E PL A Y G R O U N D § RU S T I C . , NA T U R E - I N S P I R E D PL A Y G R O U N D @ YO U N G KI D S PL A Y G R O U N D 0 YO G A 4 PA S S I V E RE L A X A T I O N AR E A 0 NA T I V E GA R D E N S 0 PI C N I C . AR E A S 0 AD A PA T H J t , I A Y ( " ; \ NO R T H PA R K I N G AR E A \: : . J (1 2 TO T A L ST A L L S , 12 AD A ) 0 HA T E R QU A L I T Y TR E A T M E N T AR E A S 0 PU B L I C . AR T HAB ITA T MA N A G E M E N T PL A N PR E S E R V E AR E A MU L Tl - G E N E R A T I O N A L OU T D O O R FI T N E S S AR E A OU T D O O R ED U C A T I O N AR E A SO U T H PA R K I N G AR E A (: 3 1 TO T A L ST A L L S , 2 AD A ) FI T N E S S C. L I M 6 FI T N E S S RU N EN T R Y PL A Z A TO BI K E PA R K DE S A L RE C E I V E R PI T EX I S T I N G BU S ST O P HI T H NE H LA N D I N G PA D 4 BE N C H MA I N T E N A N C E AR E A OV E R L O O K AR E A BI K E PA R K SP E C . T A T O R AR E A FA R A D A Y AV E N U E UN D E R C R O S S I N G CO N S T R U C T I O N LE G E N D 0 0 0 0 0 0 0 0 0 @ 0 @ © e CO N S T R U C T , IN T E R N A L PA T H J t , I A Y (P E R M E A B L E ) CO N C R E T E SI D E J t , I A L K (V E H I C U L A R RA T E D ) FI T N E S S RU N (8 ' HI D E , PE R M E A B L E ) DE C O R A T I V E CO N C R E T E DE C O R A T I V E PA V I N G RE S I L I E N T SU R F A C I N G (P E R M E A B L E ) VE H I C U L A R AS P H A L T DR I V E AI S L E S VE H I C U L A R PA R K I N G ST A L L S (A S P H A L T PA V I N G ) BI K E PA R K SU R F A C E (D I R T TR A C K MI X ) RE T A I N I N G HA L L S PR O P O S E D MO N U M E N T SI G N (B Y SE P A R A T E PE R M I T ) CO N T R O L L E D PA R K AC . C . E S S PO I N T S (D E C O R A T I V E PA V I N G v, 1 / C. O N C . . BA N D ) MU L Tl - U S E PE R I M E T E R TR A I L CO N C R E T E SI D E J t , I A L K (N O N - V E H I C U L A R ) BO U N D A R Y LE G E N D - - - - - - - - 20 ' HA B I T A T BU F F E R ?- 0 ' .. . . - - ~ - / i / / , , , / / / / / / / / , , / , / / , , / / / / / / / / / - - - - - - HA B I T A T MA N A G E M E N T PL A N BO U N D A R Y EX H I B I T A - SI T E PL A N O ' 5 0 ' 10 0 ' 2 0 0 ' - - - , . . J. . . - VE T E R A N S ME M O R I A L PA R K MA S T E R PL A N -- - - - - - - AU G U S T 9, 20 2 2 Exhibit 3 Parks & Recreation Department 799 Pine Avenue, Suite 200 Carlsbad, CA 92008 442-339-2826 t Memorandum May 30, 2024 To:Roxanne Muhlmeister, Assistant Finance Director/Purchasing Officer From:Kyle Lancaster, Parks & Recreation Director Re:Request to Participate in a Cooperative Purchasing Agreement for a Professional Services Agreement with Romtec, Inc. for Design Services and Pre-Engineered Building Material Kits for the Veterans Memorial Park Project This memorandum is to request authorization from the Finance Department to participate in a cooperative purchasing agreement, by utilizing the city’s professional services agreement,for the procurement of design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, Capital Improvement Program Project No. 4609. Rationale Carlsbad Municipal Code Section 3.28.100 allows for the city’s purchasing officer to join with other public or quasi-public agencies in cooperative purchasing plans or programs for the purchase of goods and/or services by contract, arrangement or agreement as allowed by law and as determined by the purchasing officer to be in the city’s best interest. The buildings’ design services and material kits are available for purchase through cooperative purchase agreements that were competitively sourced through the service cooperative known as Sourcewell. Romtec, Inc. currently has an agreement with Sourcewell (Contract No. 081721-RMT) to provide design services and pre-engineered building kits. Romtec provided a quote in the amount of $1,555,714, based on the Sourcewell pricing in Attachment A. By procuring the building material directly, the city would receive a 7% discount off the standard pricing. The procurement would occur via a professional services agreement between the city and Romtec. Next Steps With Finance Department authorization,staff will recommend the City Council adopt a resolution authorizing execution of a professional services agreement with Romtec to provide design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, in an amount not-to-exceed $1,630,995 at the July 23, 2024 City Council Meeting. July 30, 2024 Item #11 Page 34 of 42 {'city of Carlsbad Professional Services Agreement with Romtec, Inc. for Veterans Memorial Park Project May 30, 2024 Page 2 Approval to participate in cooperative purchasing agreement ________________________________________ ________________ Roxanne Muhlmeister Date Assistant Finance Director/Purchasing Officer Attachment: A. Draft professional services agreement between the city and Romtec, Inc. CC: Eleida Felix Yackel, Senior Contract Administrator Shea Sainz, Senior Contract Administrator 6/20/2024 July 30, 2024 Item #11 Page 35 of 42 12 / 0 8 / 2 0 2 2 VM P 0 1 CR JO B C R E A T E D : 1 / 1 2 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 2 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 2 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A - N o r t h - A - C U - 2 4 0 1 1 2 . d w g FLOOR PLAN NO T F O R CO N S T R U C T I O N NO T F O R CO N S T R U C T I O N 1 FL O O R P L A N - B L D G . A SC A L E : 1 / 4 " = 1 ' - 0 " A B C D A1 . 1 FLOOR PLAN WA L L T Y P E S C H E D U L E 8" R E I N F O R C E D C O N C R E T E MA S O N R Y B L O C K W A L L W I T H MO R T A R J O I N T S , G R O U T E D S O L I D AL L C E L L S R U N N I N G B O N D P A T T E R N . 8" W O O D F R A M E D W A L L HB - 1 HB - 1 HB - 1 HB - 1 HB - 1 HB - 1 HB - 1 BA B Y CH A N G I N G TA B L E RE C E S S E D TP / T S C D / N D HB - 2 HB - 1 S- 1 I. T . R O O M S- 3 FS ME C H ST O R A G E WC - 1 AL L G E N D E R AL L GE N D E R AD A AL L G E N D E R WC - 1 LV - 1 HD AL L G E N D E R WC - 1 CO N C E S S I O N STAINLESS STEEL COUNTER GB42 GB 1 8 GB 3 6 AC - 2 FRIDGEFREEZER MIC R O W A V E SD 8 13 1 2 3 4 11 10 5 6 7 12 9 3" V T R FD - 1 FD - 1 FD - 2 GB42GB 1 8 GB 3 6 LV - 1 HD SD FD - 2 FD - 2 LV - 1 HD SD LV - 2 SD 3" V T R LV-2 FD - 2 FD - 2 LV - 1 HDFD - 2 WC - 1 3" V T R BP WC - 1 LV - 1 HD SD SD WC - 1 GB42 GB 1 8 GB 3 6 LV - 1 HD SD FD - 2 WC - 1 GB42 GB 1 8 GB 3 6 LV - 1 HD SD FD - 2 PL A N T E R FD - 2 3" V T R 3" V T R 3" VTR DIS P O S A L RE C E S S E D TP / T S C D / N D AD A AL L G E N D E R FA M I L Y RE S T R O O M RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D BA B Y CH A N G I N G TA B L E BA B Y CH A N G I N G TA B L E AD A AL L G E N D E R F A M I L Y RE S T R O O M AD A AL L G E N D E R F A M I L Y RE S T R O O M RE C E S S E D TP / T S C D / N D OF F I C E RE C E S S E D TP / T S C D / N D 9'- 1 1 5 / 8 " 20'-8" 11 ' - 4 " 11 ' - 4 " 9' - 4 " 30 ' - 0 " 56 ' - 0 " 25 ' - 8 " 14'-8 3/8" D B2 b 6'-8" 27'-4" 6' - 8 3 / 8 " 7' - 4 " 10'-0"6'-8" M.O. B A2 a A A2 a C A2 a 1 A3 . 1 3' - 4 " M. O . 6' - 0 " 4'- 8 " 6' - 8 " M. O . 4'- 8 " 3' - 4 " M. O . 5' - 4 " 3' - 4 " M. O . 6' - 0 " 3' - 4 " M. O . 3' - 4 " 3' - 4 " M. O . 2' - 8 " 3' - 4 " M. O . 4'- 8 " 3' - 4 " 3' - 4 " M. O . 4'- 8 " 3' - 4 " M. O . 2' - 8 " 3'-4" M.O. 8'-8"8'-8" 1' - 3 5 / 8 " 3' - 4 " M. O . 4'- 8 " 3' - 4 " M. O . 12 ' - 8 " 4'-8"6'-0" 6' - 0 " PEAK EAVE 1 NO T E : MO U N T I N G H E I G H T S & L O C A T I O N S F O R AD A F I X T U R E S / A C C E S S O R I E S A R E DI M E N S I O N E D O N A 1 . 2 , A 1 . 3 & A 1 . 4 S H E E T S 74 " 22 3/8" ST E E L I - B E A M W 1 0 X 4 5 C O L U M N , T Y P . ( 2 ) CE D A R B E N C H , T Y P . ST E E L I - B E A M W 1 0 X 4 5 C O L U M N , T Y P . ( 2 ) CU R V E D G L U L A M E X T E N S I O N BE A M , T Y P . ( 2 ) 6'- 8 " X 4 ' - 0 " S S R O L L - U P D O O R WI T H S S C O U N T E R & S E L F - C L O S I N G SC R E E N C O N C E S S I O N W I N D O W AI R - 1 16'-0 3/8" 10 ' - 8 3 / 8 " 9'-4 3/4" 10 ' - 8 3 / 8 " 26'-0 3/4" R 6 ' - 0 " 7'- 4 3 / 8 " 13'-4 3/4" 4'-8" 32 ' - 0 3 / 4 " 8' - 8 3 / 8 " 6'-8 3/4" 6' - 0 3 / 4 " 8' - 0 3 / 8 " 6'- 8 3 / 8 " 6' - 0 3 / 4 " 8' - 8 3 / 8 " 8' - 8 3 / 8 " 6'-8 3/4" Exhibit 4 July 30, 2024 Item #11 Page 36 of 42 )> ----3,. m ~ 0 m z 0 • , ~ ~ SHEET TITLE: 0 ~ ' i > m z z • • m " ii ~ ~ I I II II II II II JI II II II II 11 ,,- 0 ,,- 11 IQ ' ... ~ )', ~c I -------- 1liX .,. I ~ I I I L m E9 r I I I ,,,,--r / I Q I ' 11 I V -------- ,-- GJ " - E9 v= , ~ I I L __ -- ' □iJJD_ ~ 0 p'0;\'0YL'\)JI I I ~1~\\~\;LYL~\\YL~\\YL\;L~\;L'\:::,,, 1~ ~r ,,,,,, § r I I a@ - II II II II II JI II ' ' oil\ ' II " I ,1 I I I I ,, f-<,~ I I \ 011 \ ~ ,'l,_,_,"'\"',"',"',"',c.\c.,c.\c.,c.,=,;;c,;;c\;;c,;;c,"'"',;;;;\=, ~1-,,11,".~,~"'~s~,~,~\'.~s;~,~\~,~,~,~:::,~s~,~,~~~;:ss;s-,~ w J ~ ' i ' [ ~CJ) <>I :_[ --,, / I I 0 ~ I J_ _it ., ''le''''"'''~,~" ~ -' E9 I ,.J -:::::, 11~) "--- 11 l' •-Ill\ \ I . ~,o '1,----fil''~'''' ' i ,,- / I I ' 0 -' -' ,,- / E9 I ~'' ' ( I.- 1 ''~" E9 E9 ~--' II,. 0 ? --f;. \ O_JL_J " I/ L--,,__ LJ II ''"'''''' 0 r::11 \ tf)EB " / -l:r;:==,1- o o I n L EB- • - €jl I I ~ ~ ~ Nj -, oil\ -' 0 II II ~, II -,11 ' \ ~ -'I<- -'I<- I I I -' ~ -'I<- , tBv , I~ I ~ ;,- C ' I I 0 \ ·• ,~' 0 : }·@~/"'I =-I" ... I E9 ~ \ ~u : I ->I_---~\¢~~~~'-q~ &~~b.....:J~ I =I\ 0 I -- --P' Ii" ' --\ ✓ I -'I--I ~ ->I,- cD <t} ,.. "». © 20.24 ROMTEG, INC.. ALL RIGHTS RESERVED. THESE PLANS AND DRAVIIINGS MAY NOT BE REPRODUGEV, ADAPTED OR FURTHER DISTRIBUTED. AND NO BUILDINGS MAY BE CONSTRUCTED FROM THESE PLANS, f'IITHOJT THE Y"I.RITTEN PERMISSION OF ROMTEC, INC. PROJECT: VETERANS MEMORIAL PARK NORTH BLDG "A" C,ARL5BAD, C,ALIFORNIA e-------------1 PAGE TITLE: @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND t.7RAl'IIIN~ MAY NOT EIE 1-i:EPRQDUC,EV, ADAF'TW OR FURTHl=R. DISTRIBLJ'TW, AND NO BUIL.DIN6S MAY Bl= C.ONSTRLIC.TW FROM THl=Sf;: P~. lflllTHOLIT THI= Y"iRl~N P~MISSION OF ROM~. INC.. R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 (541 )-496-3541 FAX (541 )-496-0803 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Off,oo ;:.,·...-250 Main Klan-..th Fallo. Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-010 info@slruclu1111.com - ¢ ~ ~ ~ ~ ~ ~ REV DATE BY I DESCRIPTION 1 I 0211S120:..a c.Ft l5TIWC.TU~ « l=L-15::-TRIC.AI.. Rl=VIS'i 9 8 1 2 3 4 12 / 0 8 / 2 0 2 2 VM P 0 1 CR JO B C R E A T E D : 1 / 1 2 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 2 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 2 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A - N o r t h - A - C U - 2 4 0 1 1 2 . d w g EXTERIOR ELEVATIONS NO T F O R CO N S T R U C T I O N NO T F O R CO N S T R U C T I O N A2 . 1 EXERTIOR ELEVATIONS FG A EL E V A T I O N V I E W - B L D G . A SC A L E : 1 / 4 " = 1 ' - 0 " B EL E V A T I O N V I E W - B L D G . A SC A L E : 1 / 4 " = 1 ' - 0 " 0" 20 ' - 8 " 56 ' - 0 " 25 ' - 8 " ~17'-0 15/16" AC - 1 ALL G E N D E R RES T R O O M 60" 10 " GE N D E R N E U T R A L P I C T O R I A L A D A SI G N P E R C B C 2 0 1 9 1 1 B - 7 0 3 . 7 . 2 . 6 GE N D E R N E U T R A L I S A W I T H B R A I L L E SI G N P E R A D A & C B C 2 0 1 9 1 1 B - 7 0 3 ALL G E N D E R RES T R O O M ALL G E N D E R RES T R O O M ALL G E N D E R RES T R O O M 6' - 8 " 19" 13 8" FG FG 19" ~10'-11 15/16" FG ST A N D N ' S E A M M E T A L R O O F I N G ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N HA R D I E A R C H I T E C T U R A L P A N E L O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K W A L L FU L L Y R E I N F O R C E D R U N N I N G B O N D PA T T E R N 24 " O . H . ST E E L I - B E A M W 1 0 X 4 5 C O L U M N , T Y P . ( 2 ) CU R V E D G L U L A M E X T E N S I O N BE A M , T Y P . ( 2 ) LF - 1 LF - 1 EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 2 7 ) LF - 1 LF - 1 LF - 1 LF - 1 LF - 1 LF - 1 24 " X 2 4 " S K Y L I G H T , T Y P . ( 8 ) LF - 1 LF - 1 LF - 1 FG SL O P E 2 % SL O P E 2 % ~15'-9 3/4" ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N HA R D I E A R C H I T E C T U R A L P A N E L O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K W A L L FU L L Y R E I N F O R C E D R U N N I N G B O N D PA T T E R N HB - 1 July 30, 2024 Item #11 Page 37 of 42 )> t,.J m ~ 0 m ~ • , ~ ~ SHEET TITI..E: 0 ~ i ' > z m z • • " ~ /4:< <\ I ><:;;<¼I • i'--__J, .,. ~- ~~~ -' ~ ~~===:;rs;::s; ..... I A. ~ ----..i I \_1"' ~ ' ~ f'... •~ -.,V l "'-7'--~~ .\.. ~, ~ l-.,,. b,,L_,,, __ _J .,f -1, • ;r J\ ""'1/\. \ -V "-rv '"II rv· -,t -,I ~ -" ~ • Y----'. :tJ \;-~'II -~l~t ~ A LF.{.?,~ ~ -B: c b b b 'rcIT Fl~ '" 11 / 1---= /" ' .. --/ - ·,Qy/ / ' 'C·--;. 4 ~ ¼ ,;' ~.,; C->. ,tvv; _, -= VlrY~ I~ J~J !>--t'T~~.!_ ,. V = J...,1._...., ll v--~ ),. 7'\ A '\ ~ IT 11--':'-J. ~ V lA ' ' • • NI~ ~ r'V'' "11"' ".L "' K , ; 11,-~u' < E ~),._~ ~t;--~ · 1.. ' ' -~bb.J )\ ~7\.-b<,.,-< -' k- \ © 20.24 ROMTEG, INC.. ALL RIGHTS RESERVED. THESE PLANS AND DRAV'IIINGS MAY NOT BE REPRODUGEV, ADAPTED OR FURTHER DISTRIBUTED. AND NO BUILDINGS MAY BE CONSTRUC.TED FROM THESE PLANS, flllTHOJT THE Y"I.RITTEN PERMISSION OF ROMTEG, INC.. PROJECT: @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND P'RAl'IIING,':1 MAY NOT EIE Rl=PRODUCEV, ADAF'TW OR FURTHl=R. DISTRIEILJ'TW, AND NO EIUIL.DIN6S MAY B~ C.ONSTRUC,TI;D FROM THl=Sf;: F~. lflllTHOLIT TH~ lfllRl~N F~MISSION OF ROM~. INC,. VETERANS MEMORIAL PARK NORTH BLDG "A" C,ARL5BAD, C,ALIFORNIA e-------------1 PAGE TITLE: R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 (541 )-496-3541 FAX (541 )-496-0803 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Off,oo ;:.,·...-250 Main Klan-..th Fallo, Oregon 97603 .&£ Phon&: (541) B50.6300 'Fax: (541) B50-a233 R04TEC 11223-010 info@slruclu1111.com ~L§ >>;$ '(" ;;; ~ ,,~ ' ~ y V ',y• "0 v ~ r-, ~ If', I 11\iil\ 1,1,1,11 1111111, \111\1\.1 1lr.J.<\~~~~ jp(O· " ~ rfW~ j riii(6"~ ~ '/ ' Jh 0 / I I I I 00 I r.-(o/. l~J ~/ / Jl.i O " LtJ -6~ .. ..A..o '"..._ ~ h f3 -/ I- I- ~ ~ I- I I I I I I I ~ I / . / / ' '· i '· ,/ "-, .. _A_ ~II I I I 3 / '/./ □ ~11,11 lil• l / 'fllJ1IJI 1, 111111111 \11111111 111111111 111111111 l\1\11111 l\1\1\1111 \1\1\\1\1 11 \l\1\11111 1\1\\1\I\ l\\\1\1\1 '½1 11111111 ,I I I REV I L 1 DATE 1 I 0211S120:..a BY I DESCRIPTION Qt l5TIWC.TU~ « l=L-15::-TRIC,AJ.. Rl=VIS'i ALL G E N D E R RES T R O O M 7 5 6 10 12 / 0 8 / 2 0 2 2 VM P 0 1 CR JO B C R E A T E D : 1 / 1 2 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 2 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 2 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 1 - V e t e r a n s M e m o r i a l P a r k , C A - N o r t h - A - C U - 2 4 0 1 1 2 . d w g EXTERIOR ELEVATIONS NO T F O R CO N S T R U C T I O N NO T F O R CO N S T R U C T I O N A2 . 2 EXTERIOR ELEVATIONS C EL E V A T I O N V I E W - B L D G . A SC A L E : 1 / 4 " = 1 ' - 0 " D EL E V A T I O N V I E W - B L D G . A SC A L E : 1 / 4 " = 1 ' - 0 " 27 ' - 4 " 14 ' - 8 3 / 8 " 56 ' - 0 " 25 ' - 8 " 42 ' - 0 " 16 ' - 8 " ~17'-0 15/16" 19" ALL G E N D E R RES T R O O M ~10'-11 15/16" VE R T I C A L H A R D I E S H I P L A P ( 9 ' E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N ST O N E S I D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K F R E E S T A N D I N G / R E T A I N I N G W A L L F U L L Y RE I N F O R C E D R U N N I N G B O N D P A T T E R N , W I T H CE D A R B E N C H ; O W N E R T O V E R I F Y D I M E N S I O N S HA R D I E A R C H I T E C T U R A L P A N E L O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K W A L L FU L L Y R E I N F O R C E D R U N N I N G B O N D PA T T E R N ST O N E S I D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N FG FG 32" 24 " O . H . FG 13'-5 1/16" VE R T I C A L H A R D I E S H I P L A P S O F F I T F I N I S H , EX T E R I O R O N L Y ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K W A L L F U L L Y RE I N F O R C E D R U N N I N G B O N D P A T T E R N HA R D I E A R C H I T E C T U R A L P A N E L O V E R 8 " X 16 " C M U C O N C R E T E B L O C K W A L L F U L L Y RE I N F O R C E D R U N N I N G B O N D P A T T E R N ST E E L I - B E A M W 1 0 X 4 5 C O L U M N , T Y P . ( 2 ) CU R V E D G L U L A M E X T E N S I O N BE A M , T Y P . ( 2 ) ST E E L I - B E A M W 1 0 X 4 5 C O L U M N , T Y P . ( 2 ) 6'- 8 " X 4 ' - 0 " S S R O L L - U P D O O R WI T H S S C O U N T E R & S E L F - C L O S I N G CO N C E S S I O N W I N D O W LF - 1 LF - 1 EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 2 7 ) LF - 1 LF - 1 LF - 1 11 LF - 1 LF - 1 ALL G E N D E R RES T R O O M ALL G E N D E R RES T R O O M FG SL O P E 2 % ~15'-9 3/4" AC - 1 LF - 1 LF - 1 LF - 1 PH O T O C E L L U N D E R RO O F O V E R H A N G 26 ' - 8 " G L U L A M 19" July 30, 2024 Item #11 Page 38 of 42 )> 1'J cr- ~ 0 m ~ • , ~ ~ SHEET TITLE: 0 ~ i ' > z m z • • " ~ ' ~ >\;1 1//'; )'0 ~ ,/fl 'V"< ,-,'-;;. - ~<'< ·' ~ ·~ ;f0 ~ '>; I""--'""- VU,__J,YV,..,J I " --'I<-~,----- J ~ ~ 1'/U..._ r\ '\ [\ -----/ ' f- f- f- f- ~ f- t-- t-- f- ~ ~I f- © 20.24 ROMTEG, INC.. ALL RIGHTS RESERVED. THESE PLANS AND DRAVIIINGS MAY NOT BE REPRODUCEV, ADAPTED OR FURTHER DISTRIBUTED. AND NO BUILDING5 MAY BE CONSTRUCTED FROM THESE PLAN5, f'IITHOJT THE Y"l,RITTEN PERMl5510N OF ROMTEc.. INC.. PROJECT: @ .20.24 ROM'l"EC. INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND P'RAl'IIING,':1 MAY NOT EIE Fo:l=PRODUCEV, ADAF'TW OR FURTHl=R. DISTRIEILJ'TW, AND NO EIUIL.DIN6S MAY El~ C.ONSTRLIC.TW FROM THl=Sf;: F~. lflllTHOLIT TH~ Y"iRl~N F~MISSION OF ROM'l"EC, INC.. VETERANS MEMORIAL PARK NORTH BLDG "A" C,ARL5BAD, C,ALIFORNIA t--------------/ PAGE TITLE: R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 (541 )-496-3541 FAX (541 )-496-0803 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Office ;:.,·...-250 Main Klan-..th Fallo, Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-010 info@slruclu1111.com ~, ~'-..] ~ L %'1-1 ~~ 1W 1 rf======~==== II ~ ~ t I 1.-!>ir-. ,_, "--'~' ,,, 111 I I I 111/1/1/1 /1111111 1111111/ii 1, /1/1/i/l/ 111111111 11111/1/1 1/1/1/I/I 111111111 111111111 /1/1/1/I/ 1iJJl Jlilll I I l~¾"'lJ..~--Y''l':Ll>-'f""'\J"'!_U~r-,n_,._,,-,- 1 "· 'II' ' "· ' / "'~// ~ ~ ~ rn ~ o / / 0~ )/ L n 'I cs; rt,:) ,< n .'II' 0 // PaiiW/7 .,, ~ ~ IJIJIJl/1 l1l11//1/ /1/1/1/I/ /IJI/IJI/ 111111111 111/1/1/I 1/1/1/1// 111111111 1111/1/1/ 1,1111111 111111111 /11/1/1/1 1/1/1/I// l////1I// 1///1'1'1 /1/1/I/// //1l////1 111///1/1 1/1///1// l/////11I /1/1/1/I/ /l/1/1/1/ 1l1l/l/l1 '1/1/1/1/I ~ 11111 1l1I I. 1/1/ "" ~ f- f- ) ~ ~ l,.------------j/1/1/I/I/ 111111111 111/1/1/1 1/1/1/I/I 1/1/1///1 1111l1l1I ~ -if: ~ ~ Rf H n;:;:i 1,1,1,111 ~ 111111111 111111111 • o / ~---,1/1/1/1/I I 1//////// " ~-~1/i/1/1/1 ~ l1/1/1/1/ ~ 1,1l1l11/ / /1/1/1/1/ /" /l//1/1/1 ~~=======-l--./,'/1///1/I 1/1/1///1 111//1/1/ ,,_ _________ _,1,1,11111 .... ~--J/1/1/1/1/ ' /1/1//1/1 1/1/1/1/I /1/1 0 0 /1/ I 1/// /1/1/ /1/1///I 11,1,1,1I '1111111 ,._, _,J 'I REV J DATE 1 I 0211S120:..a BY I DESCRIPTION c.Ft l5TIWc.TU~ « l=L.f5::.TRIC.A!.. Rl=VIS'i 12 / 0 6 / 2 0 2 2 VM P 0 2 CR JO B C R E A T E D : 1 / 1 1 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 1 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 1 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 2 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 2 - V e t e r a n s M e m o r i a l P a r k , C A - N o r t h - B - C U - 2 4 0 1 1 0 . d w g FLOOR PLAN NO T F O R CO N S T R U C T I O N NO T F O R CO N S T R U C T I O N 15'-4" 25 ' - 4 " 11 ' - 4 " 14 ' - 0 " 12 ' - 0 " 13 ' - 4 " 9'-4"6'-0" R6'- 0 " LOCKABLE STORAGE CABINET, BY OTHERS 1 FL O O R P L A N - B L D G . B SC A L E : 1 / 4 " = 1 ' - 0 " A B C D A A2 . 1 C A2 . 3 B A2 . 2 1'-4" 6' - 0 " 5' - 4 " ~5 ' - 6 " O P E N I N G D A2 . 4 A1 . 1 FLOOR PLAN 6' - 0 " C M U O P E N I N G 13 ' - 4 " WA L L T Y P E S C H E D U L E 8" R E I N F O R C E D C O N C R E T E MA S O N R Y B L O C K W A L L W I T H MO R T A R J O I N T S , G R O U T E D S O L I D AL L C E L L S R U N N I N G B O N D P A T T E R N . 1 6'-8" M.O. HB - 1 HB - 1 BP 1'-4"12'-8" M.O. 1'-4" EV AL P I N E C O M B I 3 0 0 0 VE N D I N G M A C H I N E (B Y O T H E R S ) 72 " H X 2 9 . 5 " W X 3 8 " D MV P 1 0 C P VE N D I N G M A C H I N E (B Y O T H E R S ) 76 " H X 4 6 . 5 " W X 3 4 . 7 5 " D MV P 1 0 C P VE N D I N G M A C H I N E (B Y O T H E R S ) 76 " H X 4 6 . 5 " W X 3 4 . 7 5 " D 1 EL E C . ST O R A G E GO L F C A R T & EQ U I P . S T O R A G E LOCKABLE STORAGE CABINET, BY OTHERS HB - 1 HB - 1 BP 1 2 CH A I N HO I S T 3 PU S H U P 4 1 A3 . 1 3' - 4 " M. O . PEAK EAVE 10 ' - 0 3 / 4 " 8'-8 3/8"4'-8 3/4" 12 ' - 0 5 / 1 6 " 11 ' - 4 3 / 8 " 8'-8 3/8" 14'-0 3/4" 1'-4" July 30, 2024 Item #11 Page 39 of 42 ~ 0 ~ 0 i m m z z 0 • " )> ----3' ' > z • m ii PROJECT: VETERANS MEMORIAL PARK NORTH BLDG "B" C,ARL5BAD, C,ALIFORNIA ,____ ___ ____, PAGE TITLE: ~ • ffi z 0 SHEET TITLE: ¢> II II II II 'IIQ ' ' II II '-- w ~ h/'i:1:1' .fl f= I =-=-~ I I =-= ,~,,,,,,,,,~,,,,,>~,,,,,Fl I 11 I I II I •, ,I ' ~ I, ~ ., ,,,,,,,, ~~ ~ ""- \ ' .. I ' ' ., : I 6 .. I ,, '' ' ' e ' I ~ II II II II rn ~I ~ 'A II ", .+r"","","",-:-,-:-,-:-,,,'';;'''':-::,:-::,:-::\::-:r'.7,'.7,0 ~ ~ I I "° "' I I .......... ~~ ~ t I 0 I\ I \ 0 <>cl ,, ' II II = /==o==-e==I====" / '-l7i:IL--- ~-0} ' ¢ ' © 2024 ROMTEC, INC. AJ..L RIGHTS RESER.YEP. THESE PLANS AND t:>f.W"{IN65 MAY NOT BE REPRODLJCEP, ADAPTEP OR FURTHER '---A,, I DISTRIBLJ"lc:D, AND NO BUILDIN65 MAY BE CONSTRUGTE:V FROH THesf: PLANS, YIIITHOUT THE ViRITTeN ~MISSION OF ROMl'EC, INC. .) @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND t.7RAl'IIIN~ MAY NOT EIE 1-i:EPRQDUC,EV, ADAF'TW OR FURTHl=R. DISTRIBLJ'TW, AND NO BUIL.DIN6S MAY Bl= C.ONSTRLIC.TW FROM THl=Sf;: P~. lflllTHOLIT THI= Y"iRl~N P~MISSION OF ROM~. INC.. R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Offtoo ;:.,·,,• 250 Main Klan-..th Fallo, Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-00:! info@slruclu1111.com REV DATE BY I DESCRIPTION \..._ I I I I I (541)-496-3541 FAX(541)-496-0803 I I I I I I I I 12 / 0 6 / 2 0 2 2 VM P 0 2 CR JO B C R E A T E D : 1 / 1 1 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 1 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 1 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 2 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 2 - V e t e r a n s M e m o r i a l P a r k , C A - N o r t h - B - C U - 2 4 0 1 1 0 . d w g EXTERIOR ELEVATIONS NO T F O R CO N S T R U C T I O N NO T F O R CO N S T R U C T I O N A2 . 1 EXERTIOR ELEVATIONS A2 . 2 EXTERIOR ELEVATIONS 25 ' - 4 " 25 ' - 4 " VE T E R A N S ME M O R I A L PA R K 15 ' - 4 " C EL E V A T I O N V I E W - B L D G . B SC A L E : 1 / 4 " = 1 ' - 0 " 15 ' - 4 " A EL E V A T I O N V I E W - B L D G . B SC A L E : 1 / 4 " = 1 ' - 0 " B EL E V A T I O N V I E W - B L D G . B SC A L E : 1 / 4 " = 1 ' - 0 " ~14'-4 7/8" ~10'-11 15/16" 8'-8" CMU ~5 ' - 6 " O P E N I N G ~7'-7 7/8" OPENING FG FG 15 ' - 4 " D EL E V A T I O N V I E W - B L D G . B SC A L E : 1 / 4 " = 1 ' - 0 " A2 . 3 EXERTIOR ELEVATIONS A2 . 4 EXTERIOR ELEVATIONS 2 HB - 1 6'-8" M.O. 12 ' - 8 " M. O . 4 8" 17 ' - 4 " HB - 1 8" FG FG FG 8'-6" FG FG 24 " O . H . 2" 24 " O . H . 8'-11" 8'-8" 1 SH I P L A P ( 9 " E X P O S U R E ) S O F F I T F I N I S H , E X T E R I O R O N L Y ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N ST A N D N ' S E A M M E T A L R O O F I N G 12 ' - 8 " X 6 ' - 8 " R O L L - U P G A T E ST E E L W 1 0 4 5 I - B E A M VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N ST E E L W 1 0 4 5 I - B E A M SI G N , B Y O T H E R S 13'-0 1/4" LF - 1 LF - 1 EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 6 ) EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 4 ) 24 " O . H . 1 5/ 4 X 6 S M O O T H F I B E R C E M E N T T R I M 11'-11 5/8" 12 1 12 1 6'-8" M.O. 10 ' - 0 " M. O . 10 ' - 0 " X 6 ' - 8 " R O L L - U P D O O R LF - 1 LF - 1 EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 6 ) PH O T O C E L L U N D E R RO O F O V E R H A N G LF - 1 LF - 1 ST E E L F R A M E D W I R E W E A V E ME S H V E N T VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SID I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N July 30, 2024 Item #11 Page 40 of 42 • " m m -< z 0 SHEET TITI..E: 0 ~ ~ /'j, ~ ~~ ~::;:;~ «« /:'<. ;:;~---~ ~ 1 l [JMEC nl ~- I I I _I CTI - ]], ll I DJ I ~ ~ffl.n IJ---11111IIU w-11r'n I JI ll ll-J .-------,- =-11L1 7 '=J I I -~ ~~ .l~D r-c I~ h--"rl..LL 1- n 1 ~G7 j rr1 '.~htf_l_Ln-' h-'rl , , - I 11 I ll I u ~ ~ I ~--~ I //0"-J / ·-= /// ,II, --.__,,- rr J:U I I -r- n.Jl irlJ{-\l\ l~I I Hll-'n't f'n'IIII™ ---is-~ © ::20::24 ROMTEC, INC.. AJ...L Rl6HT5 RESERVED. THESE PLANS AND DRAl"IINGS MAY NOT BE RE.PRODUCEP, ADAPTED OR FURTHER .., • " m m -< z 0 SHEET TITLE: '--J\., I DIS1RIBUTED, AND NO BUILDIN6S MAY BE CONSTRUCTED FROM THESE PLANS, Y-IITHOJT THE Y-1.RITTEN PERMISSION OF ROMTEC, INC.. ) r I I I I I I I I I T + 11-7:-r r ~ r I SHEET TITI..E: ~ 0 ~ ' 0 i > m m z z z • 0 • m " ii )> ~ SHEET TITLE: © .20::24 ROMTEC, INC.. AJ...L RIGHTS RESERVED. THESE PLANS AND DRAV'IIINGS MAY NOT BE REPRODUGEV, ADAPTED OR FURTHER DISTRIBUTED, AND NO BUILDINGS MAY BE CONSTRUC.TED FROM THESE PLANS, flllTHOJT THE Y"I.RITTEN PERMISSION OF ROMTEC, INC. PROJECT: VETERANS MEMORIAL PARK NORTH BLDG "B" C,ARL5BAD, C,ALIFORNIA ,______ ___ ____, PAGE TITLE: @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:::iE FLAN':1 AND D'RAl'IIIN!S-':I MAY NOT EIE 1-i:EPRODUCEV, ADAF'T'W OR FURTHl=R. DISTRIBLJ'TW, AND NO BUIL.DIN6S MAY B~ C.ONSTRLIC.TW FROM THl=Sf;: F~. lflllTHOLIT TH~ Y"iRl~N F~MISSION OF ROMTEC, INC. R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 (541 )-496-3541 FAX (541 )-496-0803 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Off,oo ;:.,·...-250 Main Klan-..th Fallo. Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-00:! info@slruclu1111.com ,{« >,,\> « ;:::1 <~ ~ >¼~ '\,"',.~ J<---------------+----,~ IEI 0 .~11111~ ¥n:lliJ ~ ~ ---+ © .20::24 ROMTEC, INC. AJ..L Rl6HTS RESERVED. THESE PLANS AND DRAY'{IN6S MAY NOT BE REPRODUCED, ADAPTED OR FURTHER DISTRIBLJ"l'c:D, AND NO BUILDIN6S MAY BE CONSTRUCTED FROM THESE PLANS, YIIITHOUT THE ViRITTeN ~MISSION OF ROMTEC, INC,. /0 ~ ~. ;/ i0 «< V'~"1 , :::: :«« ~ % /» ~-':] %~ '>~ 111 11. 11 I I 1 I I I F ~ Jell~ ~ ~ -1 I ~ J ilHI ™ "/ / " // ------- -----_l\._ ~ // / ---- ---, // -""./ r{----1:c-·'J~ ~)'- - IHII__J ~ \ _\. I '(.:::::_7'"'0Af7_----r-,--/,:bse- \ \ © ::20.24 ROMTEC, INC. ALL RIGHTS RESERVED. THESE PLANS AND DRAY'{INGS MAY NOT BE REPRODUCED, ADAPTED OR FURTHER DISTRIBIJTED, AND NO BUILDINGS MAY BE CONSTRUCTED FROM THESE PLANS, Y"I.ITHOUT THE V"tRITTEN PERMISSION OF ROMTEC, INC,. REV DATE BY DESCRIPTION ~ 12 / 0 6 / 2 0 2 2 VM P 0 3 CR JO B C R E A T E D : 1 / 1 2 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 2 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 2 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 3 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 3 - V e t e r a n s M e m o r i a l P a r k , C A - S o u t h - C U - 2 4 0 1 1 1 . d w g FLOOR PLAN EX P I R E S : 02 / 0 8 / 2 0 2 1 01 / 0 1 / 2 0 2 4 NO T E : MO U N T I N G H E I G H T S & L O C A T I O N S F O R AD A F I X T U R E S / A C C E S S O R I E S A R E DI M E N S I O N E D O N A 1 . 2 , A 1 . 3 & A 1 . 4 S H E E T S 1 FL O O R P L A N - S O U T H B L D G . SC A L E : 1 / 4 " = 1 ' - 0 " A B C D B A2 . 2 A1 . 1 FLOOR PLAN 8' - 0 " 8' - 0 " 9' - 4 " 7' - 4 " 32 ' - 8 " 6' - 3 7 / 8 " AL P I N E C O M B I 3 0 0 0 VE N D I N G M A C H I N E (B Y O T H E R S ) 72 " H X 2 9 . 5 " W X 3 8 " D MV P 1 0 C P VE N D I N G M A C H I N E (B Y O T H E R S ) 76 " H X 4 6 . 5 " W X 3 4 . 7 5 " D MV P 1 0 C P VE N D I N G M A C H I N E (B Y O T H E R S ) 76 " H X 4 6 . 5 " W X 3 4 . 7 5 " D 10 WH - 2 HB - 1 HB - 1 HB - 1 HB - 1 HB - 1 AD A AL L G E N D E R ST O R A G E EL E C T R I C A L RO O M ME C H BP AD A AL L G E N D E R 3 LV - 1 HD FD - 2 WC - 1 GB42GB 1 8 GB 3 6 3" V T R SD 2 1 9 4 5 6 7 8 S- 1 FD - 1 FD - 1 LV - 1 HD WC - 1 GB42GB 1 8 GB 3 6 SD HB - 2 AL L G E N D E R WC - 1 LV - 1 HD SD FD - 2 AL L G E N D E R WC - 1 LV - 1 HD SD GB42GB 1 8 GB 3 6 FD - 2 WC - 1 LV - 1 HD SD GB42GB 1 8 GB 3 6 FD - 2 FD - 2 3" V T R 3" V T R 3" V T R AD A AL L G E N D E R FA M I L Y RE S T R O O M RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D RE C E S S E D TP / T S C D / N D WH - 2 HB - 1 WC - 1 LV - 1 HD SD FD - 2 RE C E S S E D TP / T S C D / N D AD A AL L G E N D E R FA M I L Y RE S T R O O M BA B Y CH A N G I N G TA B L E BA B Y CH A N G I N G TA B L E 4'-8" 8'-8"3'-4" M.O. 8'-8" C A2 . 3 WA L L T Y P E S C H E D U L E 8" R E I N F O R C E D C O N C R E T E MA S O N R Y B L O C K W A L L W I T H MO R T A R J O I N T S , G R O U T E D S O L I D AL L C E L L S R U N N I N G B O N D P A T T E R N . A A2 . 1 PEAK EAVE 1 A3 . 1 2' - 0 " 3' - 4 " M. O . 3' - 4 " 6' - 8 " M. O . 2' - 8 " 3' - 4 " M. O . 4' - 8 " 3' - 4 " M. O . 3' - 4 " 2' - 0 " 3' - 4 " M. O . 6' - 0 " 3' - 4 " M. O . 6' - 0 " 3' - 4 " M. O . 3' - 4 " 3' - 4 " M. O . 2' - 0 " D A2 . 4 20'-8" EAVE 5' - 4 " 12'-8" M.O. 6'-8 3/4" 6' - 0 3 / 4 " 8' - 8 3 / 8 " 7'- 4 3 / 8 " 7'- 4 3 / 8 " 6'- 0 3 / 8 " 6'- 0 3 / 8 " 8' - 8 3 / 8 " 8' - 8 3 / 8 " 31 ' - 4 3 / 4 " July 30, 2024 Item #11 Page 41 of 42 ~ 0 ~ 0 i m m z z 0 • " )> ----3' ' > z • m ii PROJECT: VETERANS MEMORIAL PARK 50UTH BLDG C,ARL5BAD, C,ALIFORNIA ,____ ___ ____, PAGE TITLE: 0 ~ • ffi z 0 ~ SHEET TITLE: -=r= .l _l_ ~ 4'=t I I w ·""" "" '" ,,,,,,~ l. l -- w ,,,,~,, \lo (, -'~ Ho _ _____t: ' Ill / [::: ~ e= w ,, """ "" "'""""' ~ww ~ OIi; I / / ~-Jl 'I---'~ -,l ~ I lr==-4 · ~ss~~~,..,..,.l" II II II II ll...0==51: E9 \-,-----,· _,,,-----. , ,10 \ Q / --~o ' I '--\ I I ' Ill I/ _,"" """ ,~," ~" / 1-C::: '- 1/ ' I o"\ ' II ' ----'I<- II II ~ ~ i ~ ~-w ::ll_--,,----7 . , II ~~--r II ,o \ ' '---I--- II II ' " ,o \ -- ' [:: ~ '---I--- [::: ,,,,, ' ' 0 ~ +-- -•~' ~ I e-1 I~ E9 :,, ,,,,, -I~ E9 I m •-118: ~ ~,1 J ''' """ ~,,, ,~,\...11¾, I ~ 0 / ~-, I I -0) \ ,; ;~+-r ~\,_ / ---• ' ®/ ~ f-- I /_ \ " --- " [::: II I 011/ -/ / __,I______., • © 2024 ROMTEC, INC. AJ..L RIGHTS RESER.YEP. THESE PLANS AND t:>f.W"{IN65 MAY NOT BE REPRODLJCEP, ADAPTEP OR FURTHER '---A,, I DISTRIBLJ"lc:D, AND NO BUILDIN65 MAY BE CONSTRUGTE:V FROH THesf: PLANS, YIIITHOUT THE ViRITTeN ~MISSION OF ROMl'EC, INC. .) @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND t.7RAl'IIIN~ MAY NOT EIE 1-i:EPRQDUC,EV, ADAF'TW OR FURTHl=R. DISTRIBLJ'TW, AND NO BUIL.DIN6S MAY Bl= C.ONSTRLIC.TW FROM THl=Sf;: P~. lflllTHOLIT THI= Y"iRl~N P~MISSION OF ROM~. INC.. R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Offtoo ;:.,·,,• 250 Main Klan-..th Fallo, Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-007 info@slruclur,,1.com REV DATE BY I DESCRIPTION 1 I 021oi1202a GR l5TIWC.TU~ e: l=Ll=GTRICAL ReVIS'i \..._ I I I I I (541)496·3541 FAX(541)496·0803 I l ,A I I I I I 8 1 2 3 6 5 4 7 12 / 0 6 / 2 0 2 2 VM P 0 3 CR JO B C R E A T E D : 1 / 1 2 / 2 0 2 4 - L A S T S A V E D B Y : C r u p o r t O N 1 / 1 2 / 2 0 2 4 - L A S T P R I N T E D : 1 / 1 2 / 2 0 2 4 - L O C A T I O N : O : \ E n g i n e e r i n g R I \ P l a n S e t s \ V M P 0 3 - V e t e r a n s M e m o r i a l P a r k , C A \ V M P 0 3 - V e t e r a n s M e m o r i a l P a r k , C A - S o u t h - C U - 2 4 0 1 1 1 . d w g EXTERIOR ELEVATIONS EX P I R E S : 02 / 0 8 / 2 0 2 1 01 / 0 1 / 2 0 2 4 A2 . 1 EXERTIOR ELEVATIONS A2 . 2 EXTERIOR ELEVATIONS C EL E V A T I O N V I E W - S O U T H B L D G . SC A L E : 1 / 4 " = 1 ' - 0 " A EL E V A T I O N V I E W - S O U T H B L D G . SC A L E : 1 / 4 " = 1 ' - 0 " B EL E V A T I O N V I E W - S O U T H B L D G . SC A L E : 1 / 4 " = 1 ' - 0 " D EL E V A T I O N V I E W - S O U T H B L D G . SC A L E : 1 / 4 " = 1 ' - 0 " A2 . 3 EXERTIOR ELEVATIONS A2 . 4 EXTERIOR ELEVATIONS ALL G E N D E R REST R O O M 60" 10 " GE N D E R N E U T R A L P I C T O R I A L A D A SI G N P E R C B C 2 0 1 9 1 1 B - 7 0 3 . 7 . 2 . 6 GE N D E R N E U T R A L I S A W I T H B R A I L L E SIG N P E R A D A & C B C 2 0 1 9 1 1 B - 7 0 3 ~10'-11 15/16" ALL G E N D E R REST R O O M 32 ' - 8 " 20 ' - 8 " FG 8'-8" FG FG ALL G E N D E R RES T R O O M 60" 10 " GE N D E R N E U T R A L P I C T O R I A L A D A SI G N P E R C B C 2 0 1 9 1 1 B - 7 0 3 . 7 . 2 . 6 GE N D E R N E U T R A L I S A W I T H B R A I L L E SI G N P E R A D A & C B C 2 0 1 9 1 1 B - 7 0 3 ~10'-11 15/16" ALL G E N D E R RES T R O O M 32 ' - 8 " 6' - 3 7 / 8 " 20 ' - 8 " FG 8'-8" 8'-8" FG FG ALL G E N D E R RES T R O O M ALL G E N D E R RES T R O O M 9 24 " X 2 4 " S K Y L I G H T , T Y P . ( 6 ) ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N ST O N E V E N E E R S I D I N G OV E R C A S T I N P L A C E CO N C R E T E W A L L S ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N ST O N E V E N E E R S I D I N G OV E R C A S T I N P L A C E CO N C R E T E W A L L S 24 " X 2 4 " S K Y L I G H T , T Y P . ( 6 ) VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N ST O N E V E N E E R S I D I N G O V E R 8" X 1 6 " C M U C O N C R E T E B L O C K WA L L F U L L Y R E I N F O R C E D RU N N I N G B O N D P A T T E R N ST A N D N ' S E A M M E T A L R O O F I N G 24 " X 2 4 " S K Y L I G H T , T Y P . ( 6 ) 3" V T R P I P E B O O T , T Y P . ( 6 ) LF - 1 EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 1 1 ) LF - 1 LF - 1 LF - 1 LF - 1 LF - 1 VE R T I C A L H A R D I E S H I P L A P S O F F I T F I N I S H , EX T E R I O R O N L Y WA L L E X H A U S T LO U V E R @ S O F F I T , T Y P . VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N ST O N E V E N E E R S I D I N G O V E R C A S T - I N PL A C E C O N C R E T E W A L L S VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 1 1 ) PH O T O C E L L U N D E R RO O F O V E R H A N G LF - 1 LF - 1 LF - 1 LF - 1 VE R T I C A L H A R D I E S H I P L A P ( 9 " E X P O S U R E ) SI D I N G O V E R 8 " X 1 6 " C M U C O N C R E T E BL O C K W A L L F U L L Y R E I N F O R C E D R U N N I N G BO N D P A T T E R N EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 1 1 ) 12 1 12 1 24 " O . H . 24 " O . H . 24 " O . H . 24 " O . H . 12 ' - 8 " M. O . 5' - 4 " ~10'-11 7/8" ~9'-7 3/16" EX T E R I O R D O W N L I G H T S MO U N T E D I N S O F F I T , T Y P . ( 1 1 ) LF - 1 10 6' - 3 7 / 8 " 8'-8" 5' - 4 " ~10'-11 7/8" ~9'-7 3/16" ~14'-6 11/16" 24 " O . H . ~14'-6 11/16" 24 " O . H . 12 ' - 8 " X 6 ' - 8 " R O L L - U P G A T E 6'-8" M.O. July 30, 2024 Item #11 Page 42 of 42 )> ~ ~ 0 m z 0 • ffi z 0 • , ~ ~ SHEET TITI..E: SHEET TITI..E: 0 ~ ' i > m z z • • m " ii ' --' ~ ' -- uL I II ~ L 11 i-.-Ul',\\J ~ -fiill --+ r-----::: I lHI 111-11 ntll UII 1 l'I iWl r -0~ 1£ ~ ' ', -~ 0 ';'JI~ $aj IIILJII I i-4\rL .. : I I in:Jli ~> -15\t ~ l'I 1l II LI~~-7 ,.,,., I I .tn1..1J-1..1ftr1rl-Ul:l...rtrln!JJ:L..I r-(d"'· /~-~ rfii 0 "", ... .... ~ Ll f'n't I I iii j l1l "' mi -q tl!f ll JI nn ~111- J tniLI-HU tniLI-HU lro1 I lffil i ntll ffl -':,,, )if6/~. 0 ..... - ~ 1-1- ,..., f- j J/ -·I~"',, .... ... ~I «<, ii;; ,t #: ~ .... I Ll ~ ~ <Hf ?c ll It I I 'I J © 20:24 ROMTEC,, INC.. AJ...L Rl6HT5 RESERVED. THESE PLANS AND ORAl"IINGS MAY NOT BE RE.PRODUGEP, ADAPTED OR FURTHER DISTRIBUTED, AND NO BUILDIN65 MAY BE GONSTRUC.TED FROM THESE:: PLANS, Y-IITHOJT THE Y-1.RITT'f:N Pf:RMl5510N OF ROMTEC, INC.. /<· 1/• 1/c ~ ~ C----- ll5ffl] " -di J J LJ c 1--, ~ ' " "T.Ji-□ ~ ' T " ~ - -" ,,_,~ ' _,__ I.. " II " ,_ le:-, c-I-- L ,_ E I-- ~ I--a a ~ ' I--t I-- I-~ ,__ / I-,__ ~ ~ - L " I-- II ~ ~ IHI I-- ,~ ~ ,__ ~ 1-- L ' L I--,_ ~ f-f;) ,__ II ,- L ~ ,__ J - Jin ~ 1--- I I -J h I p.,. 1J ,__ I t ,__ L i,,.,.. , . i I C----- ..:~· '<; -« ,~ " 1/, ~ / ~ © 20.24 ROMTEG, INC.. ALL RIGHTS RESERVED. THESE PLANS AND DRAV'IIINGS MAY NOT BE REPRODUGEV, ADAPTED OR FURTHER DISTRIBUTED. AND NO BUILDINGS MAY BE CONSTRUC.TED FROM THESE PLANS, flllTHOJT THE Y"I.RITTEN PERMISSION OF ROMTEG, INC.. • ffi z 0 • , ~ ~ SHEET TITLE: SHEET TITLE: PROJECT: @ .20.24 ROM'TEC, INC. ALL RIGoHT5 R~VEV. THE!:iE FLAN':1 AND t.7RAl'IIIN~ MAY NOT EIE 1-i:EPRQDUC,EV, ADAF'TW OR FURTHl=R. DISTRIBLJ'TW, AND NO BUIL.DIN6S MAY Bl= C.ONSTRLIC.TW FROM THl=Sf;: P~. lflllTHOLIT THI= Y"iRl~N P~MISSION OF ROM~. INC.. VETERANS MEMORIAL PARK 50UTH BLDG C,ARL5BAD, C,ALIFORNIA ,_____ ___ ____, PAGE TITLE: R8MTEC 18240 NORTH BANK ROAD ROSEBURG, OR 97470 (541 )-496-3541 FAX (541 )-496-0803 PSE Consulting Engineer~ Inc. www.B1ructu1111.com -~ t Klamath Falls Offtoo ;:.,·,,• 250 Main Klan-..th Fallo, Oregon 97603 .&£ Phon&: (541) B50-6300 'Fax: (541) B50-a233 R04TEC 11223-007 info@slruclu1111.com /' ~ ~ ,,;' «-...'< ~~' h"- i'" ~ -'I-- -1---L= I, ::1 M ... 1---c h ■o/ "/ t---~ 1-- IJ ~r ~ t'.ni1J ~ 1-/ 'II' 0 / l',[il ~ ■o/ " - ----/ r Ir! MI JI (li(~ • /// ---- ~/ ,... f-'- t'.1111 RIM I' 'II' / "W v/ ~Q / Ir! Mr w / t-- flIM r>TUJ l,l l!Jr =rn~ / ,I"'- + L._<· , © 2024 ROMTEC, INC. AJ..L RIGHTS RESERVED. THESE PLANS AND t:>f.W"{IN65 MAY NOT BE REPRODUCEP, ADAPTEP OR FURTHER DISTRIBLJ"lc:D, AND NO BUILDIN65 MAY BE CONSTRUGTE:V FROH THesf: PLANS, YIIITHOUT THE ViRITTeN ~MISSION OF ROMTEC, INC. /<· c > ;:, ~ --' Is- " I J U I JI.II LJ - I l I l II a...JII bt1UI HI U-11 L t= -r 1-r -t= I I I -~ t:J\H -_,_ gm ~ ~ ---i --0 / ', r-- // JI .......... -~ -fU[" L ~ I-~ ~ U I.J. H I f'nll I.J. I-L - ' -~ I-- I D11Lil ~ "-" I "TT \-It= •• ~ --~ , ) , h ~ !ill II I D11Ul D11Ul ~ L u u . 7 i,0 ''S1: ?, « >» « ·0 © 20.24 ROMTEC, INC. ALL RIGHTS RESERVED. THESE PLANS AND DRAY'{ING5 MAY NOT BE REPRODUCED, ADAPTED OR FURTHER DISTRIBIJ'l"ED. AND NO BUILDIN,S,5 MAY BE CONSTRUCTEl? FROM THESE PLANS. Jf\llTHOUT THE V'iRITTEN PERMISSION OF ROMTEG, INC.. REV I DATE BY DESCRIPTION 02/0"1/2029 GR l5TIWC.TU~ e: l=Ll=GTRICAL ReVIS'i Agreement with Romtec to Provide Design Services and Building Kits for Veterans Memorial Park Project Kyle Lancaster, Parks & Recreation Director Todd Reese, Parks Services Manager July 30, 2024 1 { City of Carlsbad TODAY’S PRESENTATION •Park background and timeline •Park buildings •Agreement with Romtec •Cooperative Purchasing Agreement •Fiscal analysis and next steps 2 ITEM 11: VETERANS MEMORIAL PARK { City of Carlsbad RECOMMENDED ACTION 3 Adopt a resolution authorizing execution of a professional services agreement with Romtec, Inc. to provide design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, Capital Improvement Program Project No. 4609, in an amount not-to-exceed $1,650,995 ITEM 11: VETERANS MEMORIAL PARK 44 Park Background and Timeline PARK BACKGROUND 5 ITEM 11: VETERANS MEMORIAL PARK •93.7-acre park development project located southeast of the Agua Hedionda Lagoon It will be the city’s largest community park It will offer activities and amenities for people of all ages and abilities; active and passive features PARK BACKGROUND 6 ITEM 11: VETERANS MEMORIAL PARK Agua Hedionda Lagoon ~~ ~o ~'9cy Agua Hedionda Lagoon Foundation Discovery Center Veterans Memorial Park The Crossings Golf Course Faraday Administration Center PARK TIMELINE 7 ITEM 11: VETERANS MEMORIAL PARK •The City Council approved the final Veterans Memorial Park Master Plan in late July 2022 •Staff anticipate returning to City Council for approval of plans/specifications, and authorization to advertise the project for bids in late fall 2024 •Park is expected to be completed in late fall 2026 8 {'Cityof Carlsbad Parks & Recreation Department HA61TAT MANAGEMENT PLAN PRESERVE AREA ---------------7 I I r, t I t I I I I I I I I I I I I I '-- I-IA~ITAT MA~NT PLAN PRe,eRVI!! AR?A PARK AREAS LEGEND 0 VETERANS MEMORIAL PLAZA © C,OMMJNITY GATHER.ING AREA © ~;~~~i~:t~t~~f ROOM 0 PLAY AREAS e INC,UJSIVE PLAYGROUND e Rl.15TIC., NATI..IRE-IN5PIRED PLAYGROUND @ 'T'OVNc5 KIDS PLA'T'<5ROUND © YOGA , PASSIVE RELAXATION AREA 0 NATIVE GARDENS 0 PICNIC, AREAS 0 ADA PATHWAY 0 ~~/~f~L~t ADA) 0 l'-IATER GlUALIT'r' TREAn-1ENT AREAS 0 PIJ3L.IGART 1-!ABITAT MANAe,EMCNT PLAN PRESERVE AREA (0 e 0 © 0 © 0 0 0 0 0 0 0 0 0 INTERPRETIVE GARDEN RESTROOM (l,20~f) FAMIL Y-oRIENTED BIKE PARK 1'1.JL Tl-6ENERA.TIONAL OUTDOOR FITNESS AREA OUTDOOR EDUC,ATION AREA 50UTH PARKING AREA (31 TOTAL STALLS, 2 ADA) FITNE55 C.LIMe FITNE55 RUN ENTRY PLAZA TO BIKE PARK DE5AL RECEIVER PIT EXISTING BUS STOP HITH NEH LANDIN5 PAD , BENCH MAINTENANC-E AREA OVERLOOK AREA FARADAY AVENI.IE 1./NDERGROSSING CONSTRUCTION LEGEND 0 © 0 0 0 0 0 0 0 © 0 @ 0 e CONSTRL,IC.T, INTERNAL PATHWAY (PERMEABLE) C.ONC~T?! ~IDt!HALK NeHICIJLAR RAT?!D) FITNESS RUN (tJ' HIDE, PERMEABLE) DEGOR.,6,TIVE CONCRETE OEC,OR,6,.TIVE PAVIN6 RESILIENT 51.JRFAC,IN6 (PERMEABLE) VEHIC,1.11..AR ASPHAL. T DRIVE AISLES VEHIC,ULAR PARKINS STALLS (A5PHAL. T PAVING-) BIKE PARK SURFAC,E (DIRT TR,A,.GK MIX) RETAININ6 ~5 PROPOSED MON.JMENT SIGN (el' SEPARATE PERMIT) C,ONTROLLED PARK ACGESS POINTS (DECORATIVE PAVIN6 W CONC. BAND) MJLTI-USe PERIMETER TRAIL C,ONCRETE SIDEHALK (NON-VEHIC.ULAR) BOUNDARY LEGEND ------20' HABITAT BUFFER -- - - - -HABITAT MANAISEMENT PLAN 60UNDARl' w ~OO' EXHIBIT A -SITE PLAN ____ ~VETERANS MEM_?u~~ {~If! MASTER PLAN 9 1010 Park Buildings PARK BUILDINGS 11 ITEM 11: VETERANS MEMORIAL PARK •Geography of the park requires two restroom buildings, one on each end of the park, and one service building on the north end of the park The two northern buildings will be located at the north plaza, adjacent to the entry and parking lot The southern building is located at south plaza 12 Northern Building B Northern Building A Southern Building ('Cityof Carlsbad Parks & Recreation Department -------7 I I I I I I I I I I I I '-- I-IA~ITAT MA~NT P'LAN PReeie:Rv?! AR?A PARK AREAS LEGEND VETERANS MEMORIAL PLAZA INTERPRETIVE GARDEN RESTROOM (l,20~f) FAMIL Y-oRIENTED BIKE PARK t-11JL Tl-6ENERA.TIONAL OUTDOOR FITNESS AREA OUTDOOR EDUC,ATION AREA , NATI..IRE-IN5PIRED PLAY'7ROUND © e 0 © 0 © 0 0 0 0 0 0 0 0 0 50UTH PARKING AREA (51 TOTAL STALLS, 2 ADA) PICNIC, AREAS ADA PATHHAY NORTH PARKING AREA ("12 TOTAL STALLS, 12 ADA) IAIATER GlUALIT'r' TREATMENT AREAS PIJeL.IG ART 1-!ABITAT MAN.A6EMCNT PLAN PRESERVE AREA FITNE55 C.LIMe FITNE55 RUN ENTRY PLAZA TO BIKE PARK DE5AL RECEIVER PIT EXISTING BUS STOP WITH NEH LANDING PAD , BENC,H MAINTENANC-E AREA OVERLOOK AREA FARADAY AVENI.IE I.INDERGROSSIN6 CONSTRUCTION LEGEND 0 © 0 0 0 0 0 0 0 e 0 @ 0 e CONSTRLJC.T, INTERNAL PATHHAY (PERMEABLE) C.ONG~T?! 51Dt!HALK NeHIC.ULAR RAT?!D) FITNESS RUN (tJ' HIDE, PERMEABLE) DEGOR.,4,TIVE CONCRETE OEC,OR.A,.TIVE PAVIN6 RESILIENT 51.JRFAC,ING (PERMEABLE) VEHIC,ULAR ASPHALT DRIVE Al5LE5 VEHIC.ULAR PARKINS 5TALL5 (A5PHAL T PAVING) BIKE PARK SURFACE (DIRT T'R,.4.GK MIX) RETAININe KA.I.LS PROPOSED MON.JMENT SIGN (BY SEPARA.TE PERMIT) CONTROLLED PARK Ac.GESS POINTS (OECORATIVE PAVIN6 W CONC. BAND) MJLTI-U5e PERIMETER TRAIL CONCRETE SIDEWALK (NON-VEHIC.ULAR) BOUNDARY LEGEND ------20' HABITAT BUFFER - - - - - -HABITAT MANAISEMENT PLAN 60UNDAR"f w ~OO' EXHIBIT A -SITE PLAN ____ ~VETERANS MEM_?u~~ {~If! MASTER PLAN PARK BUILDINGS 13 ITEM 11: VETERANS MEMORIAL PARK •Northern Building A Concession room Small office Information technology room Seven single-user restrooms Storage room 14 Northern Building A 15 16 17 I STOl'le' V?:NUR ~ O,.,VO. &· X 16" O<l.J ~ SUX.,:. l'W.J..FLll..l.."1"~1Nl'Ol<.CEP ~NIN69GINDl""TTI'RN Lc.u!tVEPG-L.111...No<~SIC'I< 6E>,M_TY'!".(-i) ..-o,e~rTU,TUV-LPN<El.o,vl. e·x10· c;.....,~BL.OGl<l'W...I.. P'IIU. "1" "-!;INFOl'aP IIU.INNN6 f!,ONp --= © ELEVATION VI~-BLDG>. A Pl-¼OTOCEI-Ll>ID!:R ROOF OV'ER!ii'N6 ELEVATION VI~-BLDG>. A R 1,__ BOND PATTERN / ,--------------------STONE SIDING OYER I:>'' X lb" C.t BLOCK V'IALL FULLY REINFORc.!: ® ELEVATION VI~-BLDG>. A PARK BUILDINGS 18 ITEM 11: VETERANS MEMORIAL PARK •Northern Building B Maintenance room Storage room Electrical room Alcove for vending machines 19 Northern Building B 20 / / ; I" / 21 22 f<S STEEL FRAMED l"!IRE l"E,l,.VE Mt3H VENT VERTJC,AL HARDIE SHIPLAP {Cf' EXPOSURE) 5IDJNG OYER e• X lb" C.M\J c.oNC.RETE BLOCK V'IAl.L FULLY RfJNFORC.ED RUNNING --=--c,:::=iJ~;;~;;:t::::~=12~1'.._ ____ ~1----:BON:D~P:A:TTER:N EXTERIOR DOY'INLIGHTS ROOF OVERHANG MOJNTED IN SOFFIT, TYP.{0) I PHOTOC.ELL UND~ \ l ~ STEEL >'<1045 I-BEAM\ I . I I 11 111 ~m 111 n/" I - \ ,-.,-, z z / "~ 0 ~" .,,.;, r ;!. ' ,_.,, ~5'-b" OPENIN!;, .. , F<S ~<W-I "I 15'-4" 25'--4" ., 516N, BT' OTHER.5 ____/ ., 11'-4" l 12 ri / = '\ ©1--:-~-E-~-:-.~--~--_N_V_I_E_V'I_-_B_L_D_G_._B_ ; ~ = 5TONE VENEER SIDING OYER e• X 10" C.MIJ C.ONGRETE BLQG.K )'(ALL FULL 'I' REINFORC.ED RUNNING BOND PATTERN F<S ® J I 24"0.H. ' VERTIC.AL HAAD!E SHIP LAP ('I" EXPOSUI CONCRETE ORC.ED RUN~ SIDING 0/ER e· X lb" C.MU BLQG.K Jl"(,l,,LL FULLY Rf.INF BOND PATTERN STONE VENEER 5IDING OY ER LOGK e· X 16" C.MU CONC.R.ETE B Y'IA.l.L FULL 'I' REINFORC.ED R.UNNING BOND PATTERN F<S i, EXTERIOR DO)"';NLIGHTS MOJNTED IN SOFFIT, T'l'P.(4) 15'-4" / SHIPLAP ('I" EXPOSURE) SOFFIT FINISH, EXTERIOR ONLY 5/4 X b 5MOOTH FIBER C.EMENT TRIM .J.-ttlf''J=~--VER.TIGAL HARDIE SHIPLAP (<I" EXPOSURE) SIDING OVER. 8" X 10" C.MU c.oNC.RETE BLOC.I< Y'IA.l.L FULL T' REINFORC.ED RUNNING BOND PATTERN F<S ELEVATION V IEJ,"',j-BLDG. B SC.ALE: 1/4" = 1'-0" 4 M.0. 15'-4" 1 L l ,r-------------.1 1 lltf1tt---ExTERIOR DOl"INLIGHTS MOJNTED IN SOFFIT, TYP.(b) VERTIC,AL HARDIE SHIPLAP ("l" EXPOSURE) 5!DING OYER 8" X 1b" C.MU c.oNC.RETE BLOC.I< Y'IA.l.L FULL T' REINFORC..ED FWNNING BOND PATTERN STONE VENEER SIDING OVER e• X lb" C.MU c.oNC.RETE Sl.OGI< Jl"(,l,,LL FULL T' REINFORC.ED RUNNING BOND PATTERN 12'-8" X o·-e· ROLL-UP GATE f<S PARK BUILDINGS 23 ITEM 11: VETERANS MEMORIAL PARK •Southern Building Electrical room Six single-user restrooms Storage room 24 Southern Building 25 26 GENDER NE!JTR,t,,L PIC-TORIAL ....OA SIGN PER c.ec. 201q 116-103,1.2.b STONE VENEER SIDING OVER t>" X 1b" CMU ~CRETE BLOCK ~ FULLY Rf.tNFORCED RUNNING BOND l"A~ STONE VENEER SIDING OVER C-AST IN PL.A,C.E GONc.RETENALLS @ e--:-:,-E-.~-~--.T_1_..,_10 __ N_Y_IE_V'I_-_S_O_IJT_H_B_L_D_G_. PHOTOCELL UNDER ROOF OVERHANG 24" X24" SICYLl6+-IT, TYP. (b) ©r--:-:,-E--~-:--_T_1~-C:-N_Y_IEV'I __ -_S_O_IJT_H_B_L_D_G_._ STONE VENEER SIDlt, OVERCAST IN Pu.c.l ~C.FJ:TE~S VERTICAL HARDIE SHIPL.AP (q-EXPOSURE) SIDING OVER e,· X 16" C.MU CONCRETE BLOCK~ FULLY REIN FORGED RUNNING 60ND PATTERN ,,-------EXTERIOR DOY+.!U6HTS MOVNTED IN SOFFIT, TYP.(11) GENDER NELITRAL PICT~ ....OA SIGN PER C.SC 201q 116-103.1.2.b GENDER N6.ITRAL IS.A r.rTH BR,0.iU 51<:>N PER ADA t CBC 201q 116-10. F6 3" VTR PIP!: 600T, TYP. (b) -----STAND N' SEAM MET,t,,L ROOFING 24"0.H L -.-,rr---,T7--r,---r,-,-rr"T"r.i::::;:::;...,--,-,---r,-,-rr-:,:=,--....J-----ra~1!~~~i~~~ 20·-e,• ®t---:-:,-E-;-/~--.-~-~--_N_Y_IEV'I __ -_S_O_IJ_T_H_B_L_D_G_. _ 24"0.H. L 1 M.O. 20·-e,· ELEY A TION YIEV'I-SOUTH BLDG. ;GALE: 1/4" z 1'-0" BON.D PATTERN STONE VENEER SIDING OVER O" X 1b" CMV C',ONCRETE BLQG.K rv,.u. FULLY REINFORCED RUNNING 60ND PA~ F6 VERTIC,,I.L HARDIE SHIPLAP (q-EXPOSURE) SID:NG OVER t>" X \b" c.Ml) GONGRf:Te BLOC.K l"I.AL.L FULLY REINFORCED RUNNING 60N.D PATTERN STONE VENEER SIDING OVER C.Af>T•IN PL.A,C.E CONCRETE l'\,O,LLS F6 2727 Agreement with Romtec and Cooperative Purchasing Agreement AGREEMENT WITH ROMTEC 28 ITEM 11: VETERANS MEMORIAL PARK •Romtec is a manufacturer of pre-engineered public recreation buildings, which are: Factory manufactured and delivered to site as kits In use at Poinsettia Dog Park and Lake Calavera Known to be dependable, lasting & cost-effective AGREEMENT WITH ROMTEC 29 ITEM 11: VETERANS MEMORIAL PARK •Agreement is for completing the building plans, and the fabrication and delivery of building kits Includes $80,000 cancellation fee to cover the cost of the design services, should the city choose not to proceed with fabrication and delivery of kits If city cancels, the building plans become property of the city, but Sourcewell pricing is not extended AGREEMENT WITH ROMTEC 30 ITEM 11: VETERANS MEMORIAL PARK •Romtec has provided city with draft building plans, which are insufficient for securing building permits Romtec will next complete a full set of building plans and provide them to the city for permitting AGREEMENT WITH ROMTEC 31 ITEM 11: VETERANS MEMORIAL PARK •After building permits are issued, and contingent on award of a construction contract for the park, staff will issue a notice to proceed with fabrication Romtec will later deliver the building kits to park site for installation by city’s general contractor CO-OP PURCHASING AGREEMENT 32 ITEM 11: VETERANS MEMORIAL PARK •Price of design services/building kits established through a cooperative purchasing agreement Romtec has a co-op agreement with Sourcewell Purchasing Officer determined it is in city’s interest to procure services/kits with Sourcewell pricing It will provide a 7% discount off standard pricing 3333 Fiscal Analysis and Next Steps 34 FISCAL ANALYSIS •Veterans Memorial Park (Capital Improvement Program Project No 4609) Identified as a 2023-2027 Strategic Plan Project in FY 2024-25 CIP Budget Funding appropriated to date is from Community Facilities District No. 1 •Projects identified for CFD No. 1 funds are not subject to Proposition H City may expend > $1 million of CFD No. 1 funds without a Prop H vote Agreement with Romtec for $1.65 million may be executed by the Mayor 35 FISCAL ANALYSIS Description Costs Northern restroom building $813,334.15 Northern service building $243,985.87 Southern restroom building $466,129.15 Sourcewell 5% discount -$76,172.26 Sourcewell 2% multiple buildings discount -$30,468.98 Romtec, Inc. supply subtotal $1,416,807.72 Estimated tax, based on rate of 7.75%$109,802.60 Estimated packaging and freight costs $29,103.00 Subtotal $1,555,713.31 Contingency $95,281.69 Total $1,650,995.00 •Current balance in Veterans Memorial Park Project Budget: ~$53 million Sufficient funds are available to address this agreement with Romtec 36 NEXT STEPS July 30, 2024 Consider agreement with Romtec Advance building design services Summer 2024 Romtec completes building design Staff applies for building permits 36 Late Fall 2026 Complete construction Open park Spring 2025 Consider approval of a construction contract Build park WE Are HERE Late Fall 2024 Consider approval of const. plans Consider authorization to bid Consider funding for construction ) RECOMMENDED ACTION 37 Adopt a resolution authorizing execution of a professional services agreement with Romtec, Inc. to provide design services and pre-engineered building material kits for three buildings for the Veterans Memorial Park Project, Capital Improvement Program Project No. 4609, in an amount not-to-exceed $1,650,995 ITEM 11: VETERANS MEMORIAL PARK