HomeMy WebLinkAboutCD 2018-0006; CARLSBAD SAFETY CENTER IMPROVEMENTS; Consistency Determination (CD)CITY OF CARLSBAD APPLICATION FORM FOR CONSISTENCY DETERMINATION APPLICATION
CITY USE ONLY e,u_,p 01 -oz.. Development Number: f V ,., ~v'l 9.:' -ot>\~
Original Project Number: Consistency Determination Number: CD 2c I ~ -CCOb
PROJECT NAME: c./,-IZ.L..t,. BA-0 Wet°)': C-L"'-f..f'rr!:fl. I t'v1 eR 1:1 V' EML,'C.tJT ~
Assessor's Parcel Number(s): -Z..0:2 • o s-o , 2.Co 00
Description of proposal (add attachment if necessary): (/,J Tf It.I O/t.. f< ~,./()VA-( er,,./$ TD Int PAOV~
~A-c£ ~N CJ(/ o,JA-L-t TY .hJ (2 ~~ct1fl..1 rv. Q47Gfl._1Q(t ~ovA,,no#J -ro Aol>
bffAA+J~ CANO\>)" hi()_ DVTt <-oc.-1<~(,.. ~ Mt'~ ijGt;:, $c.sf€ 8F u..cAA .
Would you like to orally present your proposal to your assigned staff planner/engineer? ~o No
0
Please list the staff members you have previously spoken to regarding this project. If none, please so state.
fJ\-1vl. Dta.6,../ ; ?I ~c..rofl t ~A-L~A t;;,e;,
OWNER NAME (Print): C-f-C I'.'. Df c..A,e.L.S~AD APPLICANT NAME (Print): '2"(~ ~~
MAILING ADDRESS: lk2:¼ ~tf.AOA'Y MAILING ADDRESS: (0]5 ~Ay
CITY, STATE, ZIP: cA-itL-SBl'lf>, CA '12.o0"b CITY, STATE, ZIP: CMU..SBAO I cA ~ z.oi, i
TELEPHONE: (1fo61~0-z..•75t/~ TELEPHONE: (7'10) G:,o -z.. · 7 ~'l-3
EMAIL ADDRESS: EMAIL ADDRESS: 9we~. ?lewM'@CM'l&'oAJ ~ -~
•owner's signature indicates pennission to conduct a preliminary
review for a development proposal.
IN THE PROCESS OF REVIEWING THIS APPLICATION IT MAY BE I CERTIFY THAT I AM THE LEGAL REPRESENTATIVE OF THE
NECESSARY FOR MEMBERS OF CITY STAFF TO INSPECT AND OWNER AND THAT ALL THE ABOVE INFORMATION IS TRUE
ENTER THE PROPERTY THAT IS THE SUBJECT OF THIS AND CORRECT TO THE BEST OF MY KNOWLEDGE.
APPLICATION. I/WE CONSENT TO ENTRY FOR THIS PURPOSE. I
CERTIFY THAT I AM THE LEGAL OWNER AND THAT ALL THE ABOVE
INFORMATION IS TRUE AND CORRECT TO THE BEST OF MY
(~ KNOWLEDGE. A{ikLI~
SIGNATURE DATE SIGNATURE DATE
APPLICANT'S REPRESENTATIVE (Print):
MAILING ADDRESS:
CITY. STATE, ZIP:
TELEPHONE:
EMAIL ADDRESS:
I CERTIFY THAT I AM THE LEGAL REPRESENTATIVE OF THE APPLICANT AND THAT ALL THE ABOVE INFORMATION IS TRUE AND
CORRECT TO THE BEST OF MY KNOWLEDGE.
,, ·',:: -~ SIGNATURE DATE i~ i,' -~ ., ... ,
FEE REQUIRED/DATE FEE PAID: & -APR 2 6 2018
RECEIVED BY: G,'l/ (" _\l)
' '\.I .. '
P-16 Page2of2 Revised 07/17
•
CIP 4715 -Safety Center Refurbishment, 2560 Orion Way, Carlsbad
April 25, 2018
Scope of Work:
A. Space improvements -Interior renovations to include space and office reconfigurations to
accommodate new offices/work stations with interior windows, new walls, doors, new ceiling in
select areas, repainted ceiling in other others, interior painting/wallpapering and carpeting;
Dispatch Center console upgrade and reconfiguration, second floor elevator lobby floor infill; lab
relocation and consolidation from 1st to 2"' floor, expansion of Women's Locker Room for
Officers; Property Return Window for Records Staff.
B. Security improvements -New Bullet Proof ADA Compliant front counter, new security wiring
and camera's.
C. Infrastructure improvements:
1. HVAC -new chiller and boiler for mechanical cooling and heating system, exhaust fan and
Assembly Room package unit replacements, refurbishment of Narcotics Storage, Drying
Room and laboratory ventilation systems;
2. Electrical -Interior lighting upgrade to LED, lighting controls for new lighting, relocated fire
alarm panel;
3. Plumbing-new water heater for domestic water system,
4. Fire Protection -New fire suppression system for IT equipment room
5. Conveyance -Elevator machine room equipment upgrade and cab ADA upgrade; Roof;
refurbishment including replacement of skylights and roof hatch and installation of OSHA
compliant railings at sky lights and at roof hatch.
D. Site improvements -Duty Storage lockers at back of rear parking lot (approximately 900 square
feet in area) and shade canopy at front entrance for relocated entry (approximately 525 square
feet in area).
Development Area Size Existing Developed Area Percent Change
Duty Lockers 900 square feet 121,429 sf paved area 0.7%
Entrance Canopy 525 square feet 21,713 sf building floor plate 2.4%
Safety Center Renovation Bridging Documents
SCOPE OF WORK and SPECIFICATIONS
for the
City of Carlsbad
March 30, 2018
PACIFIC ARCHITECTURE AND ENGINEERING, INC.
TABLE OF CONTENTS
TABLE OF CONTENTS ....................................................................................................................................... 2
SECTION 1.0 SCOPE OF WORK ........................................................................................................................ 1
1.1 INTRODUCTION -DESIGN/BUILD CONTRACT WITH GUARANTEED MAXIMUM PRICE .................. 1
1.2 THE PROGRAM, SCOPE OF WORK AND DESIGN INTENT ................................................................ 2
1.3 INTRODUCTION TO THE EXISTING FACILITY ................................................................................... 3
1.4 SCOPEOFWORKSUMMARY .......................................................................................................... 3
1.5 SITE FEATURES ............................................................................................................................... 4
1.6 INFORMATION AVAILABLE ............................................................................................................. 4
1.7 MISCELLANEOUS ............................................................................................................................ 4
1. 7.1. Site investigation .................................................................................................................. 4
1. 7.2 Alternates ............................................................................................................................. 5
1. 7.3 Project Managers ................................................................................................................. 5
1.8 REQUIRED INFORMATION IN PROPOSAL ....................................................................................... 5
1.8.1 Key Personnel ....................................................................................................................... 5
1.8.2 Key Personnel Experience .................................................................................................... 6
1.8.3 DBC Experience .................................................................................................................... 7
1.8.4 References ............................................................................................................................ 7
1.8.5 Schedule ............................................................................................................................... 7
1.8.6 Cost ....................................................................................................................................... 8
1.9 DBC'S OBLIGATIONS ....................................................................................................................... 8
1.9.1 A/E's Responsibilities ............................................................................................................ 8
1.9.2 DBC Services during the Preconstruction/Design Phase ...................................................... 9
1.9.3 Project Schedule ................................................................................................................... 9
1.9.4 Construction Cost Estimate ................................................................................................ 10
1.9.5 Coordination ....................................................................................................................... 10
1.9.6 Bidding ................................................................................................................................ 10
1.9.7 A/E Services during the Construction and Post Construction Phase .................................. 10
1.9.8 Design/Build Contractor Services during the Construction and Post Construction Phases 11
1.9.9 Meetings, RFI, Submittals ................................................................................................... 12
1.9.10 Substitutions .................................................................................................................... 12
1.9.11 Quality Assurance/Inspection .......................................................................................... 12
1.9.12 Conformity with Bridging Documents .............................................................................. 13
SECTION 2.0 DESIGN CRITERIA ...................................................................................................................... 13
2.1 ARCHITECTURAL ........................................................................................................................... 13
2.1.1 GENERAL. ............................................................................................................................ 13
2.1.2 ARCHITECTURAL DESIGN CRITERIA ..................................................................................... 13
2.1.3 MODIFICATIONS ................................................................................................................. 13
2.2 MECHANICAL SYSTEM .................................................................................................................... 19
2.2.1 GENERAL. ............................................................................................................................ 19
2.2.2 MECHANICAL DESIGN CRITERIA ......................................................................................... 19
2.2.3 HEATING VENTILATING AND AIR CONDITIONING SYSTEM ................................................ 23
2.2.4 MISCELLANEOUS ................................................................................................................ 24
2.3 PLUMBING SYSTEMS .................................................................................................................... 24
2.3.1 GENERAL. ............................................................................................................................ 24
2.3.2 PLUMBING UTILITY CONNECTIONS .................................................................................... 24
2.3.3 PLUMBING DESIGN CRITERIA ............................................................................................. 24
2.3.4 PLUMBING SYSTEM ............................................................................................................ 25
2.4 ELECTRICAL SYSTEMS ..................................................................................................................... 29
2.4.1 ELECTRICAL LIGHTING SYSTEMS ......................................................................................... 29
2.5 STRUCTURAL ................................................................................................................................ 33
2.5.1 STRUCTURAL MODIFICATIONS ........................................................................................... 33
3.0 TECHNICAL SPECIFICATION SECTIONS ................................................................................................. 34
SECTION 1.0 SCOPE OF WORK
1.1 INTRODUCTION · DESIGN/BUILD CONTRACT WITH GUARANTEED MAXIMUM PRICE
The City of Carlsbad (herein referred to as the City) desires to contract with an experienced Design/Build
Contractor(DBC) to provide professional design, management and construction services for modification
and improvement to the City of Carlsbad Safety Center. The Scope of Work document, Specifications, and
Drawings have been prepared to define the design intent for the work. The project will be designed and
built under a guaranteed maximum price.
The Bridging Document consists of:
1. Scope of Work Document
2. Product Data, Finishes and References
3. 20% Drawing Set
4. Bid Set From Original Building
The Design/Build (D/B) with Guaranteed Maximum Price (GMP) contract centers on utilization of a DBC,
who assembles and leads the Design Build Team (DBT). The DBT will consist of the DBC, the
Architect/Engineer (A/El of record, other consultants required included but not limited to Engineers of
Record (Civil, Mechanical, Electrical, Plumbing, Landscape, Life Safety), Specialty Consultants, construction
services (all under the DBC contract) as well as City Representatives including the City Project Manager
(CPM), and the City Bridging Design Team. Specialty Consultants include a Security Consultant, Safety
Consultant, Communications Consultant, and Waterproofing Consultant.
During the Pre-Construction/Design Phase, the DBC will manage the production of required design
documents by the A/E under contract to the DBC and will utilize his skills and knowledge of construction
to manage the design process and provide pre-construction services (i.e., develop schedules, phasing
documents, prepare construction cost models/estimates, bid trade packages, etc.).
During the Construction Phase, the DBC will manage the A/E in his provision of services as well as provide
construction services and manage the project {inclusive of the award and management of all trade
contracts) throughout the construction phase.
All meetings shall be available for the CPM to attend. A schedule of coordination meetings shall be
provided to the CPM two weeks in advance of meetings. The CPM shall also have access to all DBC records
including those contracted to the DBC for the CPM to assess progress. This includes cost estimates, CAD
1
City of Carlsbad
Safety Center Renovation, Project No. 4715
Bridging Documents: Scope of Work and Specifications
and Revit drawing files, Excel spreadsheets, meeting minutes and photographs. Any and all cost savings
during the pre-construction phase shall revert to the City. Any cost saving design changes shall be
approved by the CPM.
The City will pay the DBC for:
1. Fixed fees, inclusive of A/E fees for preconstruction, design and construction services;
2. Approved and applicable reimbursable costs; and
3. Construction trade work inclusive of approved change orders without DBC markup.
The DBC will be responsible for all necessary services and deliverables which include:
1. Develop a complete project Design and all required A/E Services including obtaining approval from
all agencies having jurisdiction and obtaining a permit from the City. City Permit fees shall be
waived.
2. The Construction Documents, which shall be delivered through a California licensed A/E design
firm approved by the City.
3. Oversee and manage the completion of the design and construction process.
4. Develop phasing and maintain schedules approved by the City.
5. Coordinate, communicate, and update the DBT on progress and milestones.
6. Construct the project under the D/B contract method inclusive of all design and construction
services. Provide an overall schedule with your bid.
7. All substitutions must be approved by theCPM.
8. Provide permitting services, obtain City Permit and approval from all Agencies having jurisdiction.
9. Provide As-Built Drawings in CAD and pdf and provide native files. The City shall reserve the right
to use these CAD files in any renovation or maintenance of the project.
10. All substitutions must be approved by the CPM.
11. All new specifications shall be approved by CPM.
1.2 THE PROGRAM, SCOPE OF WORK AND DESIGN INTENT
The Scope of Work, Specifications and Drawings provide the specific programmatic requirements and
design criteria as complete and accurate as possible at this point in the development of the project. It will
be the responsibility of the A/E, through the DBC, to consult with the City to verify or to make refinements
to these requirements and criteria through the design process. This process will be coordinated through
the CPM at submittal of specific phases of the work. Should the meaning or intent of the program and the
need of the using organization result in conflicting requirements, the CPM will be responsible for obtaining
resolution and for direction of the DBT.
2
City of Carlsbad
Safety Center Renovation, Project No. 4715
Bridging Documents: Scope of Work and Specifications
1.3 INTRODUCTION TO THE EXISTING FACILITY
The existing Safety Center is located at 2560 Orion Way in the City of Carlsbad, California. The Safety
Center houses the City's Police and Fire Department's Headquarters. Please see Bid Set from Existing
Building.
1.4 SCOPE OF WORK SUMMARY
Note: Not all work required is reflected in the Bridging Document, as they are considered 20%. The DBC
to coordinate the requirements in this document to complete the Construction Documents and obtain
permit.
The Scope of Work includes the completion of design and construction by the DBC for the renovation of
the Safety Center. Renovation includes but is not limited to the following (Please see drawings and the
bridging documents package for more detailed information):
1. Demolition.
2. New rooms and modified rooms as shown on plans, including relocated crime lab, drying room,
and all new evidence analysis equipment.
3. Adjust or provide new mechanical, electrical, lighting, data, and plumbing systems, as shown,
coordinate fire alarms, security alarm and sprinkler system accordingly.
4. Coordinate owner furnished, owner installed furniture items; furniture and furniture at
dispatch.
5. Retrofit and/or replacement of lighting and control systems.
6. Replacement of selected HVACunits.
7. Refurbish roof membrane, new membrane over existing membrane.
8. Install new outdoor duty lockers and shade structure at rear parking lot.
9. Phase work for police and fire department to be fullyoperational.
10. Provide of trailers for staff to work during construction, each with standard electrical
connectivity and LAN lines for phone and fax. Provide (10) ten CAT 6 Ports.
11. Coordinate installation of all new cameras as shown and integration into current system.
12. Key all new doors, lockers, and cubbies based on City requirements. Coordinate with CPM.
13. Elevator Upgrade-replacement of all equipment in elevator machine room, including ADA
improvements.
14. Provide (3) three CAT 6 data outlets at each workstation.
15. Replacement or retrofit of all lighting fixtures as shown on electrical drawings. Retrofit if fixture
does not move.
16. Provide OSHA-compliant railing and appurtenances for skylights and roof hatch.
17. Repaint exterior doors unless factoryfinished.
18. Replacement of all glass block with windows, with frit.
19. Repaint interior walls and acoustic ceiling panels and ceilings. Entire room must be painted or
replaced. All previously painted surfaces shall be painted unless factory finished. Replace ceiling
tile as shown.
3
City of Carlsbad
Safety Center Renovation, Project No. 4715
Bridging Documents: Scope of Work and Specifications
20. Removal and replacement of wall paper with vinyl cover at corridors.
21. Replacement of all carpet with broadloom carpet. Carpet tile not acceptable, with ½ inch carpet
pad.
22. Replacement of domestic water heater.
23. Replacement of hot water boiler.
24. Clean duct work after construction activity.
25. Replacement of Green heck exhaust fan units.
26. Replacement of carrier package unit.
27. Test and balance all HVAC systems at completion of construction. Perform work after hours and
provide clear and concise report acceptable to City.
28. Replacement of switchboard EPB.
29. Replacement of panel board EPB.
30. Replacement of switches at roof top package units for HVAC on roof as noted on E-401.
31. Replacement of fire panel at dispatch to accommodate new layout.
32. Provide photometrics and Title 24 calculations for the building.
33. Adhere to Title 24 required measures.
1.5 SITE FEATURES
There is no survey available, Contractor to perform survey and confirm dimensions of drawings of site,
building exterior, building interior and all utilities. Contractor to also provide Geotechnical report if
necessary.
1.6 INFORMATION AVAILABLE
a. Existing Bid Set, contractor to verify dimensions
1.7 MISCELLANEOUS
1.7.1. Site investigation
By Submitting a proposal, the Proposer acknowledges that he has investigated and satisfied himself as to
the conditions affecting the work, including but not restricted to those bearing on transportation, disposal,
handling and storage of materials, availability of labor, water, and electric power. Any failure by the
Proposer to acquaint himself with the available information will neo relieve him from responsibility for
estimating properly the cost of successfully performing the work.
4
City of Carlsbad
Safety Center Renovation, Project No. 4715
Bridging Documents: Scope of Work and Specifications