Administrative Building North Entry & Atrium Replacement

From: Tacoma(City)
PS24-0094F

Basic Details

started - 10 Apr, 2024 (25 days ago)

Start Date

10 Apr, 2024 (25 days ago)
due - 14 May, 2024 (in 8 days)

Due Date

14 May, 2024 (in 8 days)
Bid Notification

Type

Bid Notification
PS24-0094F

Identifier

PS24-0094F
City of Tacoma

Customer / Agency

City of Tacoma
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 TACOMA PUBLIC UTILITIES REQUEST FOR QUALIFICATIONS ADMINISTRATIVE BUILDING NORTH ENTRY & ATRIUM REPLACEMENT SPECIFICATION NO. PS24-0094F Form No. SPEC-040C Revised: 12/19/2023 City of Tacoma TACOMA POWER | POWER SHARED SERVICES REQUEST FOR QUALIFICATIONS PS24-0094F ADMINISTRATIVE BUILDING NORTH ENTRY & ATRIUM REPLACEMENT Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, May 14, 2024 Submittals must be received by the City’s Procurement and Payables Division prior to 11:00 a.m. Pacific Time. For electronic submittals, the City of Tacoma will designate the time of receipt recorded by our email, sendbid@cityoftacoma.org, as the official time of receipt. This clock will be used as the official time of receipt of all parts of electronic bid submittals. For in person submittals, the City of Tacoma will designate the time of receipt recorded
by the timestamp located at the lobby security desk, as the official time of receipt. Late submittals will be returned unopened and rejected as non-responsive. Submittal Delivery: Sealed submittals will be received as follows: By Email: sendbid@cityoftacoma.org Maximum file size: 35 MB. Multiple emails may be sent for each submittal In Person: Tacoma Public Utilities Administration Building North, Main Floor, Lobby Security Desk 3628 South 35th Street Tacoma, WA 98409 Monday – Friday 8:00 am to 4:30 pm Bid Opening: Submittals must be received by the City’s Procurement and Payables Division prior to 11:00 a.m. Pacific Time. Sealed submittals in response to a RFB will be opened Tuesday’s at 11:15 a.m. by a purchasing representative and read aloud during a public bid opening held at the Tacoma Public Utilities Administrative Building North, 3628 S. 35th Street, Tacoma, WA 98409, conference room M-1, located on the main floor. They will also be held virtually Tuesday’s at 11:15 a.m. Attend via this link or call 1 (253) 215 8782. Submittals in response to an RFP, RFQ or RFI will be recorded as received. As soon as possible, after 1:00 PM, on the day of submittal deadline, preliminary results will be posted to www.TacomaPurchasing.org. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. • Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. • Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-submittal meeting will not be held. Project Scope: Project scope will include the revisiting of preliminary study documents and developing the design and details associated with the entry to the TPU Administrative Building North. The selected firm or team will develop the drawings for the permit and bid for the atrium curtainwall replacement. Estimate: $100,000 Paid Sick Leave: The City of Tacoma requires all employers to provide paid sick leave in accordance with State of Washington law. Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can be made available in an alternate format by emailing the contact listed below in the Additional Information section. Title VI Information: “The City of Tacoma” in accordance with provisions of Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively mailto:sendbid@cityoftacoma.org mailto:sendbid@cityoftacoma.org https://us06web.zoom.us/j/88402680573?pwd=eThSaXZxNER0TWRhUGx6U0F2cURMZz09 https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=22848 http://www.tacomapurchasing.org/ http://www.ci.tacoma.wa.us/45bidsapps/PlanholderRegister.aspx http://www.ci.tacoma.wa.us/45bidsapps/PlanholderList.aspx Form No. SPEC-040C Revised: 12/19/2023 ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of award. Additional Information: Requests for information regarding the specifications may be obtained by contacting Brandon Snow, by email to bsnow@cityoftacoma.org. Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468. mailto:bsnow@cityoftacoma.org http://cms.cityoftacoma.org/Purchasing/CandA/ProtestPolicy052711.pdf http://www.tacomapurchasing.org/ Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS ........................................................................................... 2 TABLE OF CONTENTS ............................................................................................................. 4 SUBMITTAL CHECK LIST ......................................................................................................... 5 1. BACKGROUND .................................................................................................................. 5 2. SUMMARY OF SCOPE OF SERVICES AND DELIVERABLES .......................................... 6 3. ANTICIPATED CONTRACT TERM ..................................................................................... 6 4. CALENDAR OF EVENTS ................................................................................................... 6 5. INQUIRIES ......................................................................................................................... 7 6. DISCLAIMER ...................................................................................................................... 7 7. EVALUATION CRITERIA .................................................................................................... 7 8. SOQ SUBMITTAL AND GENERAL GUIDELINES .............................................................. 8 9. CONTENT TO BE SUBMITTED – This section represents 100% of the possible scoring criteria. ....................................................................................................................................... 8 10. INTERVIEWS / ORAL PRESENTATIONS .........................................................................12 11. RESPONSIVENESS ..........................................................................................................12 12. CONTRACT OBLIGATION ................................................................................................12 13. FORM OF CONTRACT ......................................................................................................13 14. STANDARD TERMS AND CONDITIONS ..........................................................................13 15. INSURANCE REQUIREMENTS ........................................................................................13 16. PARTNERSHIPS ...............................................................................................................13 17. COMMITMENT OF FIRM KEY PERSONNEL ....................................................................13 18. AWARD .............................................................................................................................13 19. SCOPE, BUDGET, AND SCHEDULE ................................................................................14 20. ENVIRONMENTALLY PREFERABLE PROCUREMENT ...................................................14 21. EQUITY IN CONTRACTING ..............................................................................................14 22. PROPRIETARY OR CONFIDENTIAL INFORMATION ......................................................15 23. ADDENDUMS ....................................................................................................................15 APPENDIX A ............................................................................................................................16 APPENDIX B ............................................................................................................................68 APPENDIX C ............................................................................................................................70 APPENDIX D ............................................................................................................................83 Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 SUBMITTAL CHECK LIST This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and not be considered for award. Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Qualifications page. The following items make up your complete electronic submittal package (include all the items below): Signature Page – Appendix A To be filled in and executed by a duly authorized officer or representative of the bidding entity. If the bidder is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. Statement of Qualifications – Section 9 After award, the following documents will be executed: City of Tacoma Contract - See sample in Appendix C Must be executed by the successful bidder. Certificate of Insurance and related endorsements – Appendix D Shall be submitted with all required endorsements Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 1. BACKGROUND In 2023, Tacoma Power worked with BCRA to assess the feasibility of a new entry system into our Tacoma Public Utilities administrative building and the replacement of the existing atrium curtainwall. Attached is the report that includes all the background information and provides several options for both the entry and atrium replacement. (Reference Appendix A: 2023 BCRA ABN Entry Study) To learn more about the City of Tacoma, visit www.cityoftacoma.org. The City anticipates awarding one A/E Professional Services contract. Qualifications submitted and/or the selected Consultant(s) may be used for projects of similar type and scope at the sole discretion of the City for up to one year. 2. SUMMARY OF SCOPE OF SERVICES AND DELIVERABLES It is the City’s intent to select a consultant based on the qualifications and abilities of the firm and key project individuals. The most qualified firm will be able to further develop the design, submit permit documents in accordance with current codes and requirements, and finalize the design with bid documents and specifications. The scope will include revisiting the preliminary study documents and developing the design and details associated with the entry to the TPU Administrative Building North. The following programs will be included, but not limited to in the design development: security, staff and public access, customer service, Public Utility Board access, and staff access are all to be considered. Additionally, as part of this scope, the selected team will develop the drawings for the permit and bid for the atrium curtainwall replacement. This work will need to comply with all current building and energy codes, as directed by the City of Tacoma Planning & Development Services team. This program will impact the work at the entry, as well as all, spaces, programs, departments, and teams adjacent to the current atrium. Both the entry and atrium scope shall be compiled in one bid set of drawings and specifications. 3. ANTICIPATED CONTRACT TERM The anticipated duration of the contract is for a three-year period with the City’s sole option to renew for additional periods as applicable. 4. CALENDAR OF EVENTS The following schedule has been established for the submission and, evaluation of the Statement of Qualifications (SOQ) and selection of the Consultant. These are tentative dates only and the City reserves the right to adjust these dates at its sole discretion. Contract may be issued after Public Utility Board and/or City Council approval, if required. The anticipated schedule of events concerning this Solicitation is as follows: http://www.cityoftacoma.org/ Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 Publish and issue Solicitation: 4/24/2024 Pre-Submittal Questions: 5/1/2024 Response to Questions: 5/3/2024 Submittal Due Date: 5/14/2024 Submittal Evaluated, on or about: 5/21/2024 Interviews/presentations, on or about: 5/28/2024 Award Recommendation, on or about: 5/31/2024 5. INQUIRIES 5.1 Questions should be submitted to Jeremy Woolley via email to bsnow@cityoftacoma.org. Subject line to read: PS24-0094 – TPU Administrative Building North Entry & Atrium Replacement RFQ – VENDOR NAME 5.2 Questions are due by 3 pm on the date included in the Calendar of Events section. 5.3 Questions marked confidential will not be answered or included. 5.4 The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. 5.5 The answers are not typically considered an addendum. 5.6 The City will not be responsible for unsuccessful submittal of questions. 5.7 Written answers to questions will be posted alongside the specifications at www.tacomapurchasing.org 6. DISCLAIMER The City is not liable for any costs incurred by the Respondent for the preparation of materials, or a submittal submitted in response to this Solicitation, for conducting any presentations to the City, or any other activities related to responding to this Solicitation or related to the contract negotiation process. 7. EVALUATION CRITERIA A Selection Advisory Committee (SAC) consisting of City staff and other stakeholders, as appropriate, shall independently evaluate the SOQs. The relative weight of each scoring criteria is indicated in the table below. mailto:bsnow@cityoftacoma.org http://www.tacomapurchasing.org/ Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 Criteria Max Points Qualifications/Experience of Respondent 35 Project Manager and Personnel Qualifications and Experience 25 Proposed Process, Team Availability and Anticipated Schedule 20 Client References 10 Sustainability 5 Equity in Contracting 5 Total 100 After the evaluation, the SAC may conduct interviews of the most qualified Respondents before final selection. 7.1 The SAC may select one or more respondent to provide the services required. 7.2 The City reserves the right to visit facilities of selected Respondents for the purpose of understanding the quality, and type of the proposed team’s work. 7.3 The SAC may use references to clarify information in the submittals and interviews, if conducted, which may affect the rating. The City reserves the right to contact references other than those included in the submittal. 7.4 Part 1 of the evaluation process shall consist of the evaluation of the written Statement of Qualifications (SOQ) package submitted by each Proposer and as a result, a short list of Proposers may be invited to interview with the SAC. 7.5 Part 2 of the evaluation process will evaluate the interviews, if conducted, to produce a final rating. The City reserves the right to select the Consultant team directly from the SOQs (Part 1 evaluation) without conducting an interview. 8. SOQ SUBMITTAL AND GENERAL GUIDELINES The SOQ should be submitted in PDF format. The City recommends that the Proposer’s SOQ submittals be limited to no more than 10 double-sided pages (not including City of Tacoma required forms). 9. CONTENT TO BE SUBMITTED – This section represents 100% of the possible scoring criteria. Proposals should be formatted as 8 1⁄2” x 11”. A “page” is defined as one single-side of a document that has written text or graphics. The font should be Times New Roman or Arial with font size no smaller than 11 and the margins shall be 0.75” or greater. Submittals should be limited to a maximum of 10 pages, double-sided, or 20 pages total, excluding any required forms or resumes. All pages that exceed the specified page limit will not be part of the evaluation. A full and complete response to each of the “CONTENT TO BE SUBMITTED” items is expected in a single location; do not cross reference to another section in your submittal. Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 Information that is confidential must be clearly marked and provide an index identifying the affected page number(s) and locations(s) of such identified materials. See Section 1 of the Standard Terms and Conditions – Solicitation 1.06 for Public Disclosure: Proprietary or Confidential Information. Respondents are to provide complete and detailed responses to all items below. Submittals that are incomplete or conditioned in any way that contain alternatives or items not called for in this RFQ, or not in conformity with law, may be rejected as being non-responsive. The City will not accept any submittal containing a substantial deviation from the requirements outlined in this RFQ. Submittals should present information in a straightforward and concise manner, while ensuring complete and detailed descriptions of the respondent’s/team’s abilities to meet the requirement of this RFQ. Emphasis will be on completeness of content. The written submittals should be prepared in the sequential order as outlined below. The City reserves the right to request clarification of any aspect of a firm’s submittal or request additional information that might be required to properly evaluate the submittal. A firm’s failure to respond to such a request may result in rejection of the firm’s submittal. Firms are required to provide responses to any request clarification within two (2) business days. Requests for clarification or additional information shall be made at the sole discretion of the City. The City’s retention of this right shall no way diminish a Proposer’s responsibility to submit a submittal that is current, clear, complete, and accurate. 9.1 Qualifications/Experience of Respondent – 35 points Please provide information on the Respondent’s structure, qualifications and experience including: • Names of lead persons with titles and general project responsibilities. • Names of all sub-consultant personnel and general responsibilities. • Corporate organizational structure showing the relationship to parent and/or subsidiary companies. If the Proposer is a subsidiary of a parent company, state when the subsidiary was formed and its place in the corporate structure of the parent company. • Summary of the background and experience of the firm relative to the project under consideration. o Include lists of specific projects of similar type, on which the firm and team members have had a major role together with the location, cost, and basic description of the project, start and completion dates, the names of the client, description of the firm’s responsibility on the project, and the specific roles of the individuals proposed for this project. o Describe experience in tenant improvements in operational spaces. o Describe experience with past and/or current projects with building envelope renovations. o Describe experience with past and/or current projects with energy code requirements similar to the scope of this project. o Describe experience in working with multiple public-facing services. Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 o Describe experience working with municipal or other public agencies. o Describe the firm’s experience/familiarity with the City of Tacoma permitting process, including building and tenant improvement permits. o Provide a description of any special projects, awards, or other items that make the firm especially qualified for this submittal. 9.2 Project Manager and Personnel Qualifications and Experience – 25 points Please provide the following information on the proposed project personnel and experience, which qualify them to perform the work for the project. • Qualifications of Project Manager o Identify the project manager who will have overall responsibility for the project. o Include professional biographical data and/or resume outlining specific project capabilities. • Qualifications of the Firm’s Personnel o List the lead personnel, with titles, who will be primarily responsible for and involved with daily work activities. o Identify the responsibilities and activities of each lead person. o Include professional biographical data and/or resume outlining specific project capabilities. 9.3 Proposed Process, Team Availability, and Anticipated Schedule – 20 points • Describe the firm’s process and/or approach to accomplishing the proposed scope of work. • Describe the firm’s process for Quality Assurance/Quality Control (QA/QC). • Confirm the availability of the firm and sufficient resources to perform the consulting services in view of the firm’s current and projected workload. • Provide level of effort and availability of the firm’s project manager and lead project personnel for this project. • Provide a conceptual project schedule for completing the consultant services. 9.4 Client References – 10 points References shall be used to verify the accuracy of the information provided by the Proposer, which may affect the rating of the Proposer. The City reserves the right to contact references other than those submitted by the Proposer. Please provide the following: • Firm References o Provide five (5) recent references who may be contacted concerning your firm’s performance regarding the qualifications listed in the SOQ. In listing the references, include the name of the client, mailing address, fax number, telephone number, email address, contact person, and specific work your firm provided for the client. • Project Manager References Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 o Provide three (3) recent references who may be contacted concerning the performance of your firm’s proposed project manager. Provide email address and telephone number for each reference. 9.5 Sustainability – 5 points Provide information on your company’s commitment to the environment. Include your sustainability statement and current practices. For more information, see our Respondents Guide. A. Does the Respondent have an organizational sustainability plan and/or policy? [ ] Yes [ ] No Provide additional information if checked "Yes," including whether it is made publicly available (provide link) and how it is communicated to employees. B. Does the Respondent have: • Greenhouse gas emission reduction targets? [ ] Yes [ ] No • Energy and water conservation targets? [ ] Yes [ ] No • Waste reduction targets? [ ] Yes [ ] No • Toxics use reduction targets? [ ] Yes [ ] No • Pollution reduction targets? [ ] Yes [ ] No • Measure progress regularly and publicly? [ ] Yes [ ] No C. How will the Respondent, through service delivery and/or their own operations during the contract period: • Minimize greenhouse gas emissions? • Minimize polluted stormwater runoff in Tacoma? • Minimize waste generation? • Minimize toxic use and/or generation? • Minimize air pollution in Tacoma? • Minimize resource extraction? D. Demonstrate industry leadership across these areas? Is the Respondent an EnviroStars recognized business? Provide any relevant certifications and/or verified results. 9.6 Equity in Contracting – 5 points Is your firm, or the firm you are partnering with, certified with Washington State for any of the below categories. Confirmation of any of the below certifications will result in all points for this category. ☐ Combination Business Enterprise (CBE) ☐ Disadvantaged Business Enterprise (DBE) ☐ Minority Business Enterprise (MBE) https://www.cityoftacoma.org/UserFiles/Servers/Server_6/file/cms/sustainability/Respondent%20Guide%20-KL%20June%2013,%202022.pdf https://www.cityoftacoma.org/UserFiles/Servers/Server_6/file/cms/sustainability/Respondent%20Guide%20-KL%20June%2013,%202022.pdf Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 ☐ Minority/Women Business Enterprise (MWBE) ☐ Small Business Enterprise (SBE) ☐ Socially and Economically Disadvantaged Business Enterprise (SEDBE) ☐ Women Business Enterprise (WBE) 10. INTERVIEWS / ORAL PRESENTATIONS An invitation to interview may be extended to Respondents based on SAC review of the written submittals. The SAC reserves the right to adjust scoring based on additional information and/or clarifications provided during interviews. The SAC may determine additional scoring criteria for the interviews following evaluation of written submittals. The City reserves all rights to begin contract negotiations without conducting interviews. Respondents must be available to interview within three business days notice. If interviews are conducted, the SAC will schedule the interviews using the email address for communications provided on the signature page. Additional interview information will be provided at the time of invitation. At this time, it is anticipated that the main objective of the interview will be for the SAC to meet the project manager and key personnel that will have direct involvement with the project and hear about their relevant experience and expertise. The City does not intend to meet with firm officials unless they are to be directly involved with the project. Following interviews, submittals will be rescored using the same criteria as in the Evaluation Criteria Section. 11. RESPONSIVENESS 11.1 Respondents agree their submittal is valid until a contract(s) has been executed. 11.2 All submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this Solicitation. The Respondent is specifically notified that failure to comply with any part of this Solicitation may result in rejection of the submittal as non-responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed immaterial. 11.3 The final selection, if any, will be that submittal which, after review of submissions and potential interviews, in the sole judgement of the City, best meets the requirements set forth in this Solicitation. 12. CONTRACT OBLIGATION The selected Respondent(s) will be expected to execute a Contract with the City. At a minimum, any contract will incorporate the contents of this specification, including all stated services or deliverables and other requirements and the City of Tacoma Standard Terms and Conditions, together with the contents of Respondent’s submittal. The submittal contents of the successful Respondent will become contractual obligations Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 13. FORM OF CONTRACT In event the City’s Services Contract or other City Contract template is attached to this RFQ as a sample form of Contract, the City expects to utilize the Terms and Conditions contained in the sample form of Contract. Post award negotiation may occur at the discretion of the City. Respondents should clearly state exceptions to City’s Standard Terms and Conditions as well as to the Terms and Conditions contained in any attached sample form of Contract and to any other portions of this RFP, including the stated Insurance Requirements. Respondents may also propose to utilize their own form of Contract and in such instances. Respondent must provide its form of Contract as part of its submittal. City, at its sole option, will decide whether to engage in negation on any or all proposed exceptions. City reserves sole discretion in determining the final form of Contract that will be used. 14. STANDARD TERMS AND CONDITIONS City of Tacoma Standard Terms and Conditions apply. 15. INSURANCE REQUIREMENTS The successful proposer will provide proof of and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements contained in this solicitation (Reference Appendix D.) 16. PARTNERSHIPS The City will allow Respondents to partner in order to respond to this Solicitation. Respondents may team under a Prime Respondent’s submittal in order to provide responses to all sections in a single submission; however, each Respondent’s participation must be clearly delineated by section. The Prime Respondent will be considered the responding vendor and the responsible party at contract award. Any contract negotiations will be conducted only with the Prime Respondent. All contract payments will be made only to the Prime Respondent. Any agreements between the Prime Respondent and other companies will not be a part of the agreement between the City and the Prime Respondent. The City reserves the right to select more than one Prime Respondent. 17. COMMITMENT OF FIRM KEY PERSONNEL The Respondent agrees that key personnel identified in its submittal or during contract negotiations as committed to this project will, in fact, be the key personnel to perform during the life of this contract. Should key personnel become unavailable for any reason, the selected Respondent shall provide suitable replacement personnel, subject to the approval of the City. Substantial organizational or personnel changes within the agency are expected to be communicated immediately. Failure to do so could result in cancellation of the Contract. 18. AWARD Awardee shall be required to comply with 2 CFR part 25, and obtain a unique entity identifier and/or be registered in the federal System for Award Management as appropriate. https://cms.cityoftacoma.org/purchasing/StandardTermsandConditions.pdf Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 After the Respondent(s) is selected by the SAC and prior to award, all other Respondents will be notified via email by the Purchasing Division. Once a finalist (or finalists) has been selected by the Selection Advisory Committee, contract negotiations with that finalist will begin, and if a contract is successfully negotiated, it will, if required, be submitted for final approval by the Public Utility Board and/or City Council. 19. SCOPE, BUDGET, AND SCHEDULE The selected Proposer will meet with the City to review the project scope and timeline. Based on the meeting, the selected Proposer shall submit a draft scope, budget, and project schedule to the City within five (5) business days or as directed by the City’s Project Manager. The scope and budget shall include an itemized list of tasks and include estimated hours for the proposed work. The budget shall be supported by a list of hourly rates for personnel to be utilized under this contract. 20. ENVIRONMENTALLY PREFERABLE PROCUREMENT In accordance with the City’s Sustainable Procurement Policy and Climate Action Plan, it is the policy of the City of Tacoma to encourage the use of products or services that help to minimize the environmental and human health impacts of City Operations. Respondents are encouraged to incorporate environmentally preferable products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, products, manufacturing, packaging, distribution reuse, operation, maintenance, or disposal of the product or service. The City of Tacoma encourages the use of sustainability practices and desires any awarded contractor(s) to assist in efforts to address such factors when feasible for: • Durability, reusability, or refillable; • Pollutant releases, especially persistent bioaccumulative toxins (PBTs), low volatile organic compounds (VOCs), and air quality and stormwater impacts; • Toxicity of products used; • Greenhouse gas emissions, including transportation of products and services, and embodied carbon • Recycled content; • Energy and water resource efficiency; 21. EQUITY IN CONTRACTING This project has no EIC requirements, however, the City of Tacoma is committed to encouraging firms certified through the Washington State Office of Minority and Women’s Business Enterprise to participate in City contracting opportunities. See TMC 1.07 Equity in Contracting Policy at the City’s Equity in Contracting Program website. http://cms.cityoftacoma.org/sustainability/resolution38248-PurchasingPolicy.pdf https://www.cityoftacoma.org/UserFiles/Servers/Server_6/File/cms/enviro/Sustain/CAP%20Final/Tacoma%20CAP.pdf https://omwbe.diversitycompliance.com/ https://omwbe.diversitycompliance.com/ https://cityoftacoma.org/government/city_departments/community_and_economic_development/equity_in_contracting Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 22. PROPRIETARY OR CONFIDENTIAL INFORMATION The Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. Documents submitted under this RFP shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public. Information that is confidential or proprietary must be clearly marked. Further, an index must be provided indicating the affected page number(s) and location(s) of all such identified material. Information not included in said index will not be reviewed for confidentiality or as proprietary before release. 23. ADDENDUMS In the event it becomes necessary to revise any part of this RFP, an addendum will be posted alongside specifications at www.tacomapurchasing.org. Failure to acknowledge addendum(s) on the required Signature Page may result in a submittal being deemed non-responsive by the City. https://apps.leg.wa.gov/RCW/default.aspx?cite=42.56 http://www.tacomapurchasing.org/ Request for Qualifications Specification No. PS24-0094F Template Revised: 5/11/2023 APPENDIX A 2023 BCRA ABN Entry Study ABN Building Entry Study Tacoma Public Utilities ABN Building 3625 S 35th Street Tacoma, WA 98409 December 15, 2023 ABN BUILDING ENTRY STUDY PROJECT: ABN Building Entry Study CLIENT: Tacoma Public Utilities (TPU) DATE: December 15, 2023 ___________________________________________________________________________________ INTRODUCTION: The focus of the study was the main entry vestibule and the atrium in the Tacoma Public Utilities (TPU) ABN office building at the TPU Administrative Complex, located at 3628 S 35th Street in Tacoma, Washington. BCRA architects with FSI Engineers and PCS structural engineers were hired to provide an analysis of these two spaces and review the challenges TPU were having with the existing conditions. The scope included a site visit and for the team to provide solutions so TPU could understand design options and cost impact. This was so that TPU could make a decision on preferred direction to move forward with a solution. We were tasked to look at the entry vestibule with regards to the amount of air entering the front lobby during cold and hot months of the year. We were to provide an analysis for solutions to mitigate air transfer through mechanical and architectural design methods. OPTIONS 1-4 reflect our analysis and include a report and study from FSI engineers. We took a look at the atrium with existing curtain wall of curved glass. Some of the panels were damaged or cracked. We were to provide an analysis of architectural and structural options to replace the existing damaged glass. Options A-D reflected our analysis. LOCATION: 3625 SE S 35th Street, Tacoma, WA 98409 2 of 3 ALTERNATIVES ANALYSIS :  For the Entry, The team provided Option 1-3 o Option 1- Revolving door, double door (Qty. 1), Air curtain (Qty. 1) PREFERRED This option helps in keeping the air from entering the foyer or lobby space. User will be encouraged to use the revolving door to keep the cold/hot air from entering. In addition, the air curtain will provide compensation for any air that may enter the space through the double doors (exit only). o Option 2- Double Doors (qty. 4), with Air curtains (Qty. 2) This option provided two separated paths: the entrance path and an exit path to open in sequence to limit the air transmission. Air curtains were provided per exterior door. o Option 3- Double Doors (qty. 2), with Air curtains (Qty. 2) This option provides two sets of double doors for entry and exit. They would open in sequence and the exterior door has an air curtain so to limit air transmission.  For the Atrium, The team Options A-D o OPTION A.1 PREFERRED-Structural curtain wall replacement from curved curtain to not curved, angled to follow curve. This option provided new curtain wall with glazing sizes adjusted from existing large sizes to help in cost and future replacement (if needed). The structural support would be included with in the mullions of the curtain wall to keep the trades to one source. o OPTION A.2- Storefront with structural framing to replaced curved curtain wall with angle configuration. Similar to option A.1 this would be a replacement from curved to non curved, angled to follow curve. This would include storefront glass but would have a separate trade for the structural framing. This actually resulted in more associated costs. o OPTION B- Framed-Openings with windows (Storefront/Commercial grade materials- windows) An option was provided to remove the existing curved curtain wall and replace with a new exterior wall with storefront windows. o OPTION C- Remove existing curved storefront and treat office wall as exterior with exterior grade fixed windows An option was provided to remove the existing curved and treat the office wall as the exterior wall and the atrium area with exterior assemblies. 3 of 3 o OPTION D-Review replacing existing curved glass and price all replaced as curved glass. Lastly, An option was provided to replace the existing curved glass with new curved glass. BCRA reviewed with a local glass distributor, and they had explained that there is one location that provides curved glass in California. This is fairly cost prohibitive and replacement for the future would be very expensive even in small portions due to shipping costs. RECOMMENDATIONS We presented and provided documentation to TPU and the preferred options were for the Entry- Option 1 and For the Atrium- Option A. The team provided recommendations to replace the existing automatic sliders with a revolving door and provide air curtain to balance the temperature of the vestibule. For the atrium the team provided a recommendation to replace the existing curved glass with curtain wall panes that will allow for easier replacement if damaged and to follow the angle of the existing glass. These solutions for the entry vestibule and atrium will provide benefit for users of building for the present and future useability of the building. APPENDICES: Appendix A: Drawings (Preferred Options 1, Option A), dated 12.04.2023 Appendix B: Cost Estimate (Preferred Options 1, Option A), dated 9.25.2023 Appendix C: MEP/F backup (TPU ABN Entry Improvements Study and Report), dated 09.08.2023 Appendix D: Alternative drawings (Options 1-4, Options A-D), dated 09.26.2023 Appendix E: Alternative estimates, dated 9.25.2023 Appendix A SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 8 P M G-101 12.04.2023 2004.00.07 COVER CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N TPU ABN ENTRY 3628 S 35th St, Tacoma, WA 98409 CONCEPTUAL DESIGN - 12.04.2023 EXISTING VIEW DN G J 7 7 8 8 9 9 10 10 H F I E E K SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 8 P M A-120 12.04.2023 2004.00.07 FIRST FLOOR PLAN-EXISTING CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N Author 1/4" = 1'-0"1 FIRST FLOOR PLAN- EXISTING DN G J 7 7 8 8 9 9 10 10 H F I E K 1 3 2 4 5 6 6 2 4'-10" 1'-8"12'-9 3/4"6'-3"1'-9 1/4" +/- 1'-7"4'-10" AC-1 1. REFER TO A-621 – A-62x FOR WALL ASSEMBLY TYPES. 2. REFER TO ROOM FINISH SCHEDULE AND INTERIOR ELEVATIONS FOR WALL FINISHES. 3. REFER TO G-301 – G-30x AND FLOOR PLANS FOR LOCATIONS OF FIRE-RATED WALL CONSTRUCTION. 4. REFER TO A-201 – A-20x FOR EXTERIOR WINDOW CALLOUTS. 5. REFER TO MECHANICAL DRAWINGS FOR SIZING AND CONFIGURATION OF ALL DUCTS AND PIPES PENETRATING FLOOR ASSEMBLIES. 6. PROVIDE FIRESTOPPING AT ALL ELECTRICAL AND MECHANICAL (CONDUIT, PIPING AND DUCT) PENETRATIONS THROUGH FIRE-RATED FLOOR/CEILING/ROOF ASSEMBLIES. 7. REFER TO ENLARGED FLOOR PLANS FOR ADDITIONAL INFORMATION. RECESSED WALK OFF MAT DOOR FIRE EXTINGUISHER IN CABINET FEC FIRE EXTINGUISHER WITH BRACKET FEB DOWNSPOUT - PVC PIPEDS NOTE: NOT ALL LEGEND ITEMS MAY BE PRESENT ON THIS SHEET WALL ASSEMBLY; REFER TO SHEETS A-621 AND A-622 EXTERIOR MASONRY WALL - REFER ALSO TO STRUCTURAL INTERIOR MASONRY WALL - REFER ALSO TO STRUCTURAL EXTERIOR FRAMED WALL - REFER ALSO TO STRUCTURAL INTERIOR FRAMED WALL - STOP WALL AT 6" ABOVE HIGHEST CEILING UNLESS NOTED OTHERWISE - BRACE TO STRUCTURE ABOVE AS SHOWN ON A-521. WALL-MOUNTED ITEM - REFER TO INTERIOR ELEVATIONS STRUCTURE ABOVE / EDGE OF ROOF ABOVE FLOOR DRAIN PER MECHANICAL; DEPRESS DRAIN BODY 1/4"; WARP ADJACENT SLAB 6" FROM DRAIN BODY FLOOR DRAIN PER MECHANICAL DRAWINGS; DEPRESS DRAIN BODY; SLOPE SHOWER FLOOR TO DRAIN INTERACTIVE PROJECTOR (OFCI) CORNER GUARD ACOUSTIC INTERIOR WALL - CONTINUE TO STRUCTURE ABOVE CONTINUE INTERIOR WALL TO STRUCTURE ABOVE 1 HOUR CONSTRUCTION - CONTINUE TO RATED ASSEMBLY ABOVE 2 HOUR CONSTRUCTION - CONTINUE TO RATED ASSEMBLY ABOVE 4' TB 4' WB WHITEBOARD - WIDTH AS INDICATED BY 4'-0" HIGH TACK BOARD - WIDTH AS INDICATED BY 4'-0" HIGH CG FD FD EXISTING WALL TO REMAIN EXISTING DOOR TO REMAIN EXISTING RELITE / WINDOW TO REMAIN RELITE / WINDOW 6W# SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 8 P M A-121 12.04.2023 2004.00.07 FIRST FLOOR PLAN-OPT 1 CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N AT 1/4" = 1'-0"1 FIRST FLOOR PLAN OPT 1 FLOOR PLAN GENERAL NOTES FLOOR PLAN SHEET NOTES FLOOR PLAN LEGEND 1 NEW REVOLVING DOOR (8'-0" HT. WITH 2'-0" HT. TRANSOM ABOVE) 2 ENTRY ADA BUTTON ON 4X4 STEEL POST AT 4'-0" HT. WITH ELEC WIRING WITH STEEL BASE PLATE 3 AIR CURTAIN PER MECH 4 STOREFRONT DOORS (8'-0" HT. W/ 2'-0" HT. TRANSOM) 5 STOREFRONT (8'-0" HT. W/ 2'-0" HT. TRANSOM) 6 REMOVE EXISTING STOREFRONT AND DOORS SCALE: 0 4 8 16 1/8" = 1'-0" PLAN NORTH PREFERRED G J 7 7 8 8 9 9 10 H F I E E K 1 A-311 1. CENTER SUSPENDED CEILING GRIDS WITHIN OVERALL DIMENSION OF ROOM/AREA PER GRAPHIC REPRESENTATION AND PROVIDE EQUAL DIMENSIONS AT EDGE OF PERIMETER WALLS AND/OR SOFFITS, UNLESS NOTED OTHERWISE. 2. DIMENSIONS ARE TO FACE OF FINISH AND CENTERLINE OF FIXTURES, UNLESS NOTED OTHERWISE. 3. AT SUSPENDED ACOUSTICAL CEILINGS, CENTER LIGHT FIXTURES, DIFFUSERS, SPEAKERS, FIRE SPRINKLER HEADS, ALARMS, DETECTORS ETC. WITHIN TILES, UNLESS NOTED OTHERWISE. 4. PROVIDE ARMSTRONG BERC2 CLIP (OR APPROVED EQUIVALENT) IN LIEU OF 2" PERIMETER ANGLE PER ICC 3SR-1308 FOR CONNECTING GRID MEMBERS TO PERIMETER WALL. 5. REFER TO SHEET A-551 FOR TYPICAL SUSPENDED CEILING SEISMIC REQUIREMENTS. 6. PER ASCE 7-02 SECTION 9.6.2.6.2.2 ITEM C: PROVIDE LATERAL FORCE BRACING (VERTICAL STRUTS AND SPLAY WIRES) FOR CEILINGS WITH AN AREA OF 1,000 SQUARE FEET OR MORE. 7. DESIGN AND PROVIDE ALL CEILING SECONDARY SUPPORT SYSTEMS SUSPENDED FROM PRIMARY STRUCTURE ABOVE. REFER TO #/A-551 FOR MINIMUM CEILING PERFORMANCE REQUIREMENTS. 8. REFER ALSO TO STRUCTURAL FOR LOCATIONS OF WALL FRAMING THAT EXTENDS TO STRUCTURE ABOVE. 9. ALIGN FLOOR FRAMING AND ROOF FRAMING WITH SUSPENDED T-BAR GRID LAYOUT TO ACCOMODATE THE CEILING, LIGHTING AND HVAC SYSTEMS. 10. REFER TO TELECOM DRAWINGS FOR CEILING MOUNTED SPEAKER LAYOUT. 11. COORDINATE LOCATION OF WORK/DEVICES SHOWN ON MECHANICAL, ELECTRICAL, TELECOM AND FIRE PROTECTION DRAWINGS AND NOT SHOWN ON REFLECTED CEILING PLANS. ACT-1 ACOUSTIC CEILING TILE (2'x2') (1) LAYER 5/8" GYPSUM BOARD CONTRACTOR'S OPTION: - ON SUSPENDED GWB CEILING SYSTEM - ON WOOD FRAMING - ON METAL FRAMING REFER TO 1/A-551 FOR CEILING PERFORMANCE REQUIREMENTS 1 HOUR HORIZONTAL ASSEMBLY REFER TO A-631 FOR ASSEMBLY REQUIREMENTS CEILING HEIGHT ACT-2 ACOUSTIC CEILING TILE (2'x2') ACT-3 ACOUSTIC CEILING TILE (2'x4') ACT-4 ACOUSTIC CEILING TILE (2'x4') (1) LAYER 5/8" WATER RESISTANT GYPSUM BOARD CONTRACTOR'S OPTION: - ON SUSPENDED GWB CEILING SYSTEM - ON WOOD FRAMING - ON METAL FRAMING REFER TO 1/A-551 FOR CEILING PERFORMANCE REQUIREMENTS FIBER CEMENT SOFFIT SOFFIT VENT PANEL JOINT SHEET METAL SOFFIT - MP-# PANEL JOINT CEILING DIFFUSER (SIZE AND TYPE VARIES) -REFER ALSO TO MECHANICAL LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LAY-IN LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LAYOUT LINE, WHERE OCCURS, CENTER FIXTURE WITHIN CEILING, BOTH DIRECTIONS. DOOR AS SCHEDULED / OPENING, PER PLAN EXISTING WALL TO REMAIN EXISTING DOOR/OPENING TO REMAIN EXISTING RELITE / WINDOW TO REMAIN RELITE / WINDOW / STOREFRONT AS SCHEDULED WALL PER PLAN PENDANT LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL LIGHT FIXTURE (SIZE AND TYPE VARIES) -REFER ALSO TO ELECTRICAL 8' - 0" SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 9 P M A-151 12.04.2023 2004.00.07 FIRST FLOOR REFLECTED CEILING PLAN CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N 1/4" = 1'-0"1 FIRST FLOOR REFLECTED CEILING PLAN REFLECTED CEILING PLAN GENERAL NOTES REFLECTED CEILING PLAN SHEET NOTES REFLECTED CEILING PLAN LEGEND SCALE: 0 4 8 16 1/8" = 1'-0" PLAN NORTH G J 7 7 8 8 9 9 10 10 H F I E E K 1 A-311 EXISTING CURVED GLASS TO BE REPLACED SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 9 P M A-125 12.04.2023 2004.00.07 SECOND FLOOR PLAN CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N Author 1/4" = 1'-0"1 SECOND FLOOR PLAN 1 G1 0" L2 15' - 2" TO ROOF FRAMING 52' - 9 95/256" TO PARAPET 57' - 3 95/256" L3 27' - 7 95/256" L4 40' - 1 95/256" 78910 P01 -3' - 6" 1 A-311 10 X 10 STEEL COLUMNS 2x4 flat steel beam 2x4 flat steel beam 2x4 flat steel beam REPLACE EXISTING WITH OPTION A.1- CURTAIN WALL WITH STEEL REINFORCING IN MULLIONS E Q E Q E Q E Q 43'-0" +/- 3 7 -6 "+ /- SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :2 9 P M A-201 12.04.2023 2004.00.07 EXTERIOR ELEVATIONS-ATRIUM OPT A CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N EXTERIOR ELEVATION GENERAL NOTES EXTERIOR ELEVATION LEGEND KEY PLAN 0 2 4 8 1/4" = 1'-0" SCALE: 1/4" = 1'-0"1 Elevation - North- OPT A OPTION A.1 STRUCTURAL CURTAIN WALL REPLACEMENT- NON CURVED, ANGLED GLAZING (4'x8' max size)/ PREFERRED SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :3 0 P M A-201a 12.04.2023 2004.00.07 3D VIEW CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N PREFERRED SHOWS OPTION A- ATRIUM SHOWS OPTION 1-VESTIBULE PREFERRED OPTIONS G1 0" L2 15' - 2" TO ROOF FRAMING 52' - 9 95/256" TO PARAPET 57' - 3 95/256" L3 27' - 7 95/256" L4 40' - 1 95/256" GJ H F P01 -3' - 6" IK EXISTING CURVED WALL LOCATION OPTION 1- NEW GLAZING -ATRIUM- -VESTIBULE- EXISTING LOCATION OF STOREFRONT AND DOORS AIR CURTAIN LOCATIONS PER OPTIONS 1 0 '- 0 " + /- V .I .F . -EXTERIOR- -INTERIOR- REMOVE EXISTING AND REPLACE WITH REVOLVING DOOR AND EXIT DOORS REMOVE EXISTING STOREFRONT AND DOORS SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 1 2 /1 /2 0 2 3 3 :5 8 :3 0 P M A-311 12.04.2023 2004.00.07 WALL SECTIONS CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N 1/4" = 1'-0"1 WALL SECTION AT VESTIBULE AND ATRIUM Appendix B Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 1 of 7 GENERAL SCOPE: INCLUDED: EXCLUDED: Three Options to renovate the main entrance at the ABN facility headquarters. Site improvements beyond traffic control in any of the Option--not applicable. Five Options to replace glazing over the main entrance of the ABN facility. New curved glazing, except in Option C; otherwise straight and segmented. Minor premiums for Entry & Glazing Options to be under separate contracts. Maintaining full public access at the main entry area in Options--detoured. ADA door opening hardware and air curtains at Main Enty Options. Interior or exterior improvements beyond immediate areas of new work. New walk-off matt flooring at Main Entry Option areas. New finished ceilings beyond cuts & patches. Restoration of existing exterior and interior faces disturbed by new work. Any significant structural modifications or upgrades in existing building. Temporary protective construction walls and access logistics premiums. Hazardous material abatement--assumed to be not applicable. Fabricated steel reinforcement in Options A1 and B. Fireproofing of new structural steel & decking. Air balance at Main Entry Option areas. Air balance in Glazing Option work, except for Option C. Premiums for working in occupied spaces, and traffic control for glazing work. Premiums for overtime or non-business working hours. Contractor's general requirements, overhead & profit. Sales tax, permits, third party testing, and design fees. Contractor's bond & insurance, and B & O tax. Owner administration, or special noise control provisions. About an 11% compounded design contingency. A project change order contingency, or cost escalation premiums. BUDGETARY COST ESTIMATE Quantity Unit Estimate With G.C. REMARKS Cost Mark-Ups ESTIMATE SUMMARY: (Includes Contractor G.R, OH&P, B&I, B&O Tax & Contingency Mark-Ups, No Sales Tax.) MAIN ENTRY OPTIONS: 1) Revolving Door, Air Curtain, No Vestibule. 1.35 LS $231,240 $312,174 See Page 2 for an Estimate Summary Breakdown. 2) Two Entry Vestibules & Air Curtains. 1.35 LS $244,980 $330,723 " " " " " " " " " " " " " 3) One Entry Vestibule & Air Curtain. 1.35 LS $195,380 $263,763 " " " " " " " " " " " " " UPPER GLAZING OPTIONS: A) Segmented Curtain Wall Replacement. 1.35 LS $431,750 $582,863 See Page 2 for an Estimate Summary Breakdown. A1) With Reinforced Storefront Glazing. 1.35 LS $473,320 $638,982 " " " " " " " " " " " " " B) Framed Wall Openings With Windows. 1.35 LS $448,990 $606,137 " " " " " " " " " " " " " C) New Glazing In Deleted Atrium Space. 1.35 LS $543,390 $733,577 " " " " " " " " " " " " " D) Replaced Curved Glazing With New. 1.35 LS $500,150 $675,203 " " " " " " " " " " " " " SUPPLEMENTARY OPTIONS: Premium to Maintain Access at Main Entry. 1.35 LS $60,000 $81,000 The above Options assume the main entry will be closed. Premium to Air Balance the Entire Facility. 1.35 LS $210,000 $283,500 A net premium allowance to the above Options, averaged. ESTIMATE COSTS ARE IN CURRENT 2023 DOLLARS This is a cost estimate to provide different Option scenarios at the main entrance area of the ABN Tacoma Public Utilities Headquarters Building. The Options are broken out between Main Entry and Upper Glazing scenarios, with each for now figured to be under its own separate contract, presumably being done on an either/or basis at different times. The ABN Building and entry is figured to be closed to the public when construction work takes place, with access being detoured to existing secondary entrances. A supplemental allowance is listed below for a premium to keep the main entrance open during construction, which would present some logistical challenges. Premiums for working non-business hour or overtime shifts are not included in the estimate, but provisions for temporary protection of the facility and maintaining ongoing facility operations beyond the main entrance area are. The owner should be aware that construction work will generate noise when it takes place. A new air balance of immediate improvement areas is included in all three Main Entry Options and the Upper Glazing Option D. Not included in either Options 1 - 3 or Options A - D is a supplemental allowance listed below to provide a new air balance for the entire ABN Building facility. The estimate covers construction full costs. A 35% estimate composite mark-up is figured, with 24% intended for general contractor's general requirements, overhead & profit, bond & insurance, and B & O tax, and the remaining 11% for a compounded design contingency. Costs are in current dollars as a tentative anticipated bid opening dates have not yet been addressed. Projected construction cost escalation should be factored into a final budget, along with taking into account possible long lead times for specialty glazing and doors. Sales tax and other soft costs are not included. The current scope information and costs are preliminary and such be treated as such. For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 2 of 7 BUDGETARY COST ESTIMATE PROJECT COMPONENT Quantity Unit Estimate With G.C. REMARKS Cost Mark-Ups ESTIMATE SUMMARY BREAKDOWN: (Includes Contractor G.R, OH&P, B&I, B&O Tax & Contingency Mark-Ups, No Sales Tax.) OPTION 1, REVOLVING DOOR, AIR CURTAIN, NO VESTIBULES: $312,174 1.1) Main Entry Demolition & Prep. 1.35 LS $37,340 $50,409 See Page 3 for estimate details. 1.2) New Entry Construction. 1.35 LS $111,800 $150,930 " " " " " " " " 1.3) Mechanical & Electrical Revamping. 1.35 LS $68,500 $92,475 " " " " " " " " 1.4) Final Restoration & Clean-Up. 1.35 LS $13,600 $18,360 " " " " " " " " OPTION 2, TWO ENTRY VESTIBULES & AIR CURTAINS: $330,723 2.1) Main Entry Demolition & Prep. 1.35 LS $33,280 $44,928 See Page 3 for estimate details. 2.2) New Entry Construction. 1.35 LS $124,200 $167,670 " " " " " " " " 2.3) Mechanical & Electrical Revamping. 1.35 LS $73,900 $99,765 " " " " " " " " 2.4) Final Restoration & Clean-Up. 1.35 LS $13,600 $18,360 " " " " " " " " OPTION 3, ONE ENTRY VESTIBULE & AIR CURTAIN: $263,763 3.1) Main Entry Demolition & Prep. 1.35 LS $33,280 $44,928 See Page 4 for estimate details. 3.2) New Entry Construction. 1.35 LS $81,600 $110,160 " " " " " " " " 3.3) Mechanical & Electrical Revamping. 1.35 LS $66,900 $90,315 " " " " " " " " 3.4) Final Restoration & Clean-Up. 1.35 LS $13,600 $18,360 " " " " " " " " OPTION A, SEGMENTED CURTAIN WALL REPLACEMENT: $582,863 A.1) Glazing Demolition & Prep. 1.35 LS $131,950 $178,133 See Page 4 for estimate details. A.2) New Glazing Assembly Construction. 1.35 LS $263,200 $355,320 " " " " " " " " A.3) Mechanical & Electrical Revamping. 1.35 LS NA NA Not applicable to Option A scope. A.4) Final Restoration & Clean-Up. 1.35 LS $36,600 $49,410 See Page 4 for estimate details. OPTION A1, WITH REINFORCED STOREFRONT GLAZING: $638,982 A1.1) Glazing Demolition & Prep. 1.35 LS $131,950 $178,133 See Page 5 for estimate details. A1.2) New Glazing Assembly Construction. 1.35 LS $300,850 $406,148 " " " " " " " " A1.3) Mechanical & Electrical Revamping. 1.35 LS NA NA Not applicable to Option A1 scope. A1.4) Final Restoration & Clean-Up. 1.35 LS $40,520 $54,702 See Page 5 for estimate details. OPTION B, FRAMED WALL OPENINGS WITH WINDOWS: $606,137 B.1) Glazing Demolition & Prep. 1.35 LS $131,950 $178,133 See Page 5 for estimate details. B.2) New Glazing Assembly Construction. 1.35 LS $269,640 $364,014 " " " " " " " " B.3) Mechanical & Electrical Revamping. 1.35 LS NA NA Not applicable to Option B scope. B.4) Final Restoration & Clean-Up. 1.35 LS $47,400 $63,990 See Page 5 for estimate details. OPTION C, NEW GLAZING IN DELETED ATRIUM SPACE: $733,577 C.1) Glazing Demolition & Prep. 1.35 LS $143,150 $193,253 See Page 6 for estimate details. C.2) New Glazing Assembly Construction. 1.35 LS $298,340 $402,759 " " " " " " " " C.3) Mechanical & Electrical Revamping. 1.35 LS $52,900 $71,415 " " " " " " " " C.4) Final Restoration & Clean-Up. 1.35 LS $49,000 $66,150 " " " " " " " " OPTION D, REPLACED CURVED GLAZING WITH NEW: $675,203 D.1) Glazing Demolition & Prep. 1.35 LS $131,950 $178,133 See Page 6 for estimate details. D.2) New Glazing Assembly Construction. 1.35 LS $331,600 $447,660 " " " " " " " " D.3) Mechanical & Electrical Revamping. 1.35 LS NA NA Not applicable to Option B scope. D.4) Final Restoration & Clean-Up. 1.35 LS $36,600 $49,410 See Page 6 for estimate details. MARK-UP NOTES: The above costs include a 35% estimate composite mark-up, with 24% intended for general contractor's general requirements, overhead & profit, bond & insurance, and B & O tax, and the remaining 11% for a compounded design contingency. Costs are in current dollars as a tentative anticipated bid opening date has not yet been addressed. Projected construction cost escalation should be factored into a final budget, along with taking into account potential long lead items. Sales tax and other soft costs, such as permitting, design fees, third party inspections, and owner's administration costs are not included. For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 3 of 7 Quantity Unit $$$ Est. Cost 1) REVOLVING DOOR, AIR CURTAIN, NO VESTIBULE: Mobilization & staging. 1.00 LS $12,000.00 $12,000.00 Allowance for the project, including minor traffic control. Detouring main entry public access. 1.00 LS $5,000.00 $5,000.00 Main entry temporary closed, directed to secondary entries. Temporary interior construction walls. 400.00 SF $12.00 $4,800.00 Inside main entrance to protect and barricade, 40 LF x 10'. Removal of existing storefront & doors. 650.00 SF $8.00 $5,200.00 Per #6/A121, 65 LF x 10', balance remains. Removal of existing finish flooring & prep 400.00 SF $5.00 $2,000.00 At main entry area, roughly 40' x 10'. Possible floor slab cuts & patches. 3.00 MD $1,500.00 $4,500.00 To accommodate new revolving door and ADA push buttons. Main entry cuts, clean-up & pick-up. 4.00 MD $960.00 $3,840.00 Allowance, including working in an occupied space premium. 1.1) Main Entry Demolition & Prep: $37,340.00 Miscellaneous backing, nailers & supports. 2.00 MD $1,000.00 $2,000.00 Allowance at modified entrance. New aluminum storefront glazing. 300.00 SF $110.00 $33,000.00 A121, in small quantities, with tie-ins, 30 LF x 10'. Add for automatic fully glazed doors, 8' high. 2.00 Ea $10,400.00 $20,800.00 A121, each a single leaf with push-button door openers. Add for motorized revolving door. 1.00 LS $40,000.00 $40,000.00 A121, nearly 10' round, power actuated. Field painting & touch-up. 4.00 MD $1,000.00 $4,000.00 Allowance within modified area. New finish flooring & base. 600.00 SF $20.00 $12,000.00 A121, allowance at both immediate interior & exterior areas. 1.2) New Entry Construction: $111,800.00 Minor fire sprinkler protection revamping. 2.00 MD $1,600.00 $3,200.00 A121, adjusting to modified floor plan layout. Minor HVAC revamping. 2.00 MD $1,600.00 $3,200.00 " " " " " " " " " " " Add for an air curtain. 1.00 LS $7,000.00 $7,000.00 In front of new entry double doors. Add for a new air balance. 1.00 LS $35,000.00 $35,000.00 Allowance, based on mechanical consultant's budget. Minor electrical revamping. 6.00 MD $1,600.00 $9,600.00 Minor revamping, equipment connections and misc. M&E submittals, pick-up & closeout. 3.00 LS $3,500.00 $10,500.00 Allowance, including working in an occupied space premium. 1.3) Mechanical & Electrical Revamping: $68,500.00 Final cuts, patches & restoration. 4.00 MD $1,000.00 $4,000.00 A121, allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 10.00 MD $960.00 $9,600.00 Allowance, including working in an occupied space premium. 1.4) Final Restoration & Clean-Up: $13,600.00 $231,240 1) REVOLVING DOOR, AIR CURTAIN, NO VESTIBULE: $231,240 35% G.C. & Contingency Mark-Up: $312,174 Quantity Unit $$$ Est. Cost 2) TWO ENTRY VESTIBULES & AIR CURTAINS: Mobilization & staging. 1.00 LS $12,000.00 $12,000.00 Allowance for the project, including minor traffic control. Detouring main entry public access. 1.00 LS $5,000.00 $5,000.00 Main entry temporary closed, directed to secondary entries. Temporary interior construction walls. 400.00 SF $12.00 $4,800.00 Inside main entrance to protect and barricade, 40 LF x 10'. Removal of existing storefront & doors. 300.00 SF $12.00 $3,600.00 Per #6/A122, 30 LF x 10', balance remains. Removal of existing finish flooring & prep 400.00 SF $5.00 $2,000.00 At main entry area, roughly 40' x 10'. Possible floor slab cuts & patches. 2.00 MD $1,500.00 $3,000.00 To accommodate new ADA push buttons. Main entry cuts, clean-up & pick-up. 3.00 MD $960.00 $2,880.00 Allowance, including working in an occupied space premium. 2.1) Main Entry Demolition & Prep: $33,280.00 Miscellaneous backing, nailers & supports. 1.00 MD $1,000.00 $1,000.00 Allowance at modified entrance. New aluminum storefront glazing. 400.00 SF $110.00 $44,000.00 A122, in small quantities, with tie-ins, 40 LF x 10'. Add for 8' high fully glazed doors. 8.00 Ea $5,400.00 $43,200.00 A122, 4' x 8' doors at modified entry. Add for automatic door opening hardware. 4.00 Ea $5,000.00 $20,000.00 A122, half of door leafs with push-button door openers. Field painting & touch-up. 4.00 MD $1,000.00 $4,000.00 Allowance within modified area. New finish flooring & base. 600.00 SF $20.00 $12,000.00 A122, allowance at both immediate interior & exterior areas. 2.2) New Entry Construction: $124,200.00 Minor fire sprinkler protection revamping. 2.00 MD $1,600.00 $3,200.00 A122, adjusting to modified floor plan layout. Minor HVAC revamping. 2.00 MD $1,600.00 $3,200.00 " " " " " " " " " " " Add for air curtains. 2.00 LS $7,000.00 $14,000.00 In front of new entry double doors. Add for a new air balance. 1.00 LS $35,000.00 $35,000.00 Allowance, based on mechanical consultant's budget. Minor electrical revamping. 5.00 MD $1,600.00 $8,000.00 Minor revamping, connections and misc. M&E submittals, pick-up & closeout. 3.00 LS $3,500.00 $10,500.00 Allowance, including working in an occupied space premium. 2.3) Mechanical & Electrical Revamping: $73,900.00 Final cuts, patches & restoration. 4.00 MD $1,000.00 $4,000.00 A122, allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 10.00 MD $960.00 $9,600.00 Allowance, including working in an occupied space premium. 2.4) Final Restoration & Clean-Up: $13,600.00 $244,980 For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 4 of 7 2) TWO ENTRY VESTIBULES & AIR CURTAINS: $244,980 35% G.C. & Contingency Mark-Up: $330,723 Quantity Unit $$$ Est. Cost 3) ONE ENTRY VESTIBULE & AIR CURTAIN: Mobilization & staging. 1.00 LS $12,000.00 $12,000.00 Allowance for the project, including minor traffic control. Detouring main entry public access. 1.00 LS $5,000.00 $5,000.00 Main entry temporary closed, directed to secondary entries. Temporary interior construction walls. 400.00 SF $12.00 $4,800.00 Inside main entrance to protect and barricade, 40 LF x 10'. Removal of existing storefront & doors. 300.00 SF $12.00 $3,600.00 Per #6/A123, 30 LF x 10', balance remains. Removal of existing finish flooring & prep 400.00 SF $5.00 $2,000.00 At main entry area, roughly 40' x 10'. Possible floor slab cuts & patches. 2.00 MD $1,500.00 $3,000.00 To accommodate new ADA push buttons. Main entry cuts, clean-up & pick-up. 3.00 MD $960.00 $2,880.00 Allowance, including working in an occupied space premium. 3.1) Main Entry Demolition & Prep: $33,280.00 Miscellaneous backing, nailers & supports. 1.00 MD $1,000.00 $1,000.00 Allowance at modified entrance. New aluminum storefront glazing. 300.00 SF $110.00 $33,000.00 A123, in small quantities, with tie-ins, 30 LF x 10'. Add for 8' high fully glazed doors. 4.00 Ea $5,400.00 $21,600.00 A123, 4' x 8' doors at modified entry. Add for automatic door opening hardware. 2.00 Ea $5,000.00 $10,000.00 A123, half of door leafs with push-button door openers. Field painting & touch-up. 4.00 MD $1,000.00 $4,000.00 Allowance within modified area. New finish flooring & base. 600.00 SF $20.00 $12,000.00 A122, allowance at both immediate interior & exterior areas. 3.2) New Entry Construction: $81,600.00 Minor fire sprinkler protection revamping. 2.00 MD $1,600.00 $3,200.00 A123, adjusting to modified floor plan layout. Minor HVAC revamping. 2.00 MD $1,600.00 $3,200.00 " " " " " " " " " " " Add for air curtain. 1.00 LS $7,000.00 $7,000.00 In front of new entry double doors. Add for a new air balance. 1.00 LS $35,000.00 $35,000.00 Allowance, based on mechanical consultant's budget. Minor electrical revamping. 5.00 MD $1,600.00 $8,000.00 Minor revamping, connections and misc. M&E submittals, pick-up & closeout. 3.00 LS $3,500.00 $10,500.00 Allowance, including working in an occupied space premium. 2.3) Mechanical & Electrical Revamping: $66,900.00 Final cuts, patches & restoration. 4.00 MD $1,000.00 $4,000.00 A123, allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 10.00 MD $960.00 $9,600.00 Allowance, including working in an occupied space premium. 2.4) Final Restoration & Clean-Up: $13,600.00 $195,380 3) ONE ENTRY VESTIBULE & AIR CURTAIN: $195,380 35% G.C. & Contingency Mark-Up: $263,763 Quantity Unit $$$ Est. Cost A) SEGMENTED CURTAIN WALL REPLACEMENT: Mobilization & staging. 1.00 LS $10,000.00 $10,000.00 Allowance for the entire project. Add for traffic control and coordination. 1.00 LS $20,000.00 $20,000.00 Main entry is close to a semi-busy South 35th St. Temporary interior construction walls. 1,800.00 SF $12.00 $21,600.00 In the Atrium to protect from weather & intrusion, 45 LF x 40'. Install temporary exterior scaffolding. 3,250.00 SF $14.00 $45,500.00 Outside of glazing to be replaced, 50 LF x 65'. Remove existing glazed curtain wall. 1,710.00 SF $15.00 $25,650.00 Curved, roughly 45 LF x 38' at high elevations. Exterior wall demo coordination & pick-up. 10.00 MD $920.00 $9,200.00 Allowance, including an occupied space premium. A.1) Glazing Demolition & Prep: $131,950.00 Miscellaneous backing, nailers & supports. 4.00 MD $950.00 $3,800.00 Allowance in preparation of new curtain wall glazing. New curtain wall glazing, segmented. 1,710.00 SF $140.00 $239,400.00 Matching 1/A201 configuration, segmented, 45 LF x 38'. Add for hoisting & equipment. 1.00 LS $20,000.00 $20,000.00 Allowance for crane time and mobilization. A.2) New Glazing Assembly Construction: $263,200.00 Restore existing exterior & interior walls. 170.00 LF $100.00 $17,000.00 Allowance for minor damage around glazing perimeter. Removal of temporary scaffolding. 1.00 LS $6,000.00 $6,000.00 Allowance near the end of project completion. Final interior cuts, patches & restoration. 4.00 MD $1,000.00 $4,000.00 Allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 10.00 MD $960.00 $9,600.00 Allowance, including working in an occupied space premium. A.4) Final Restoration & Clean-Up: $36,600.00 $431,750 A) SEGMENTED CURTAIN WALL REPLACEMENT: $431,750 35% G.C. & Contingency Mark-Up: $582,863 For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 5 of 7 Quantity Unit $$$ Est. Cost A1) WITH REINFORCED STOREFRONT GLAZING: Mobilization & staging. 1.00 LS $10,000.00 $10,000.00 Allowance for the entire project. Add for traffic control and coordination. 1.00 LS $20,000.00 $20,000.00 Main entry is close to a semi-busy South 35th St. Temporary interior construction walls. 1,800.00 SF $12.00 $21,600.00 In the Atrium to protect from weather & intrusion, 45 LF x 40'. Install temporary exterior scaffolding. 3,250.00 SF $14.00 $45,500.00 Outside of glazing to be replaced, 50 LF x 65'. Remove existing glazed curtain wall. 1,710.00 SF $15.00 $25,650.00 Curved, roughly 45 LF x 38' at high elevations. Exterior wall demo coordination & pick-up. 10.00 MD $920.00 $9,200.00 Allowance, including an occupied space premium. A1.1) Glazing Demolition & Prep: $131,950.00 Primary vertical 10" x 10" tube steel columns. 120.00 LF $200.00 $24,000.00 1/A201, at each vertical segment for lateral support, 3/40'. Secondary vertical tube steel columns. 240.00 LF $90.00 $21,600.00 Behind the balance of vertical glazed breaks, 6/40'. Add for tube steel horizontal mullions. 405.00 LF $80.00 $32,400.00 Matching the glazed breaks in 1/A201, 9 @ 45 LF. Add for nailers, tie-ins and prep. 12.00 MD $1,000.00 $12,000.00 Allowance at 1/A201 glazed panel edges & misc. New aluminum storefront glazing, segmented. 1,710.00 SF $90.00 $153,900.00 Matching 1/A201 configuration, segmented, 45 LF x 38'. Add for storefront flashings and trim. 765.00 LF $30.00 $22,950.00 Allowance at 1/A201 glazed panel perimeter edges. Add for hoisting & equipment. 1.00 LS $25,000.00 $25,000.00 Allowance for crane time and mobilization. Add for repairs & restoration at top of glazing. 45.00 LF $200.00 $9,000.00 1/A311, allowance at top of new vertical column tie-ins. A1.2) New Glazing Assembly Construction: $300,850.00 Restore existing exterior & interior walls. 170.00 LF $100.00 $17,000.00 Allowance for minor damage around glazing perimeter. Removal of temporary scaffolding. 1.00 LS $6,000.00 $6,000.00 Allowance near the end of project completion. Final interior cuts, patches & restoration. 6.00 MD $1,000.00 $6,000.00 Allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 12.00 MD $960.00 $11,520.00 Allowance, including working in an occupied space premium. A1.4) Final Restoration & Clean-Up: $40,520.00 $473,320 A1) WITH REINFORCED STOREFRONT GLAZING: $473,320 35% G.C. & Contingency Mark-Up: $638,982 Quantity Unit $$$ Est. Cost B) A SEGMENTED FRAMED WALL WITH WINDOWS: Mobilization & staging. 1.00 LS $10,000.00 $10,000.00 Allowance for the entire project. Add for traffic control and coordination. 1.00 LS $20,000.00 $20,000.00 Main entry is close to a semi-busy South 35th St. Temporary interior construction walls. 1,800.00 SF $12.00 $21,600.00 In the Atrium to protect from weather & intrusion, 45 LF x 40'. Install temporary exterior scaffolding. 3,250.00 SF $14.00 $45,500.00 Outside of glazing to be replaced, 50 LF x 65'. Remove existing glazed curtain wall. 1,710.00 SF $15.00 $25,650.00 Curved, roughly 45 LF x 38' at high elevations. Exterior wall demo coordination & pick-up. 10.00 MD $920.00 $9,200.00 Allowance, including an occupied space premium. B.1) Glazing Demolition & Prep: $131,950.00 Primary vertical 10" x 10" tube steel columns. 120.00 LF $200.00 $24,000.00 1/A202, at each vertical segment for lateral support, 3/40'. Exterior wall framed assembly. 1,710.00 SF $24.00 $41,040.00 Gage framing, furring, sheathing & batts, 45 LF x 38'. Add for nailers, tie-ins and prep. 5.00 MD $1,000.00 $5,000.00 Allowance with new tube steel and perimeter tie-ins. New commercial aluminum windows. 720.00 SF $85.00 $61,200.00 1/A202, 12 @ 10' x 6'. Exterior composite wall panels & trim. 1,500.00 SF $60.00 $90,000.00 1/A202, with a rainscreen system, less some window area. Interior wall finishes. 1,800.00 SF $8.00 $14,400.00 Painted GWB and nominal trim, 45 LF x 40'. Add for hoisting & equipment. 1.00 LS $25,000.00 $25,000.00 Allowance for crane time and mobilization. Add for repairs & restoration at top of glazing. 45.00 LF $200.00 $9,000.00 1/A311, allowance at top of new vertical column tie-ins. B.2) New Glazing Assembly Construction: $269,640.00 Restore existing exterior & interior walls. 170.00 LF $100.00 $17,000.00 Allowance for minor damage around glazing perimeter. Removal of temporary scaffolding. 1.00 LS $6,000.00 $6,000.00 Allowance near the end of project completion. Final interior cuts, patches & restoration. 10.00 MD $1,000.00 $10,000.00 Allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 15.00 MD $960.00 $14,400.00 Allowance, including working in an occupied space premium. B.4) Final Restoration & Clean-Up: $47,400.00 $448,990 B) A SEGMENTED FRAMED WALL WITH WINDOWS: $448,990 35% G.C. & Contingency Mark-Up: $606,137 For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 6 of 7 Quantity Unit $$$ Est. Cost C) NEW GLAZING IN DELETED ATRIUM SPACE: Mobilization & staging. 1.00 LS $10,000.00 $10,000.00 Allowance for the entire project. Add for traffic control and coordination. 1.00 LS $20,000.00 $20,000.00 Main entry is close to a semi-busy South 35th St. Temporary interior construction walls. 2,100.00 SF $12.00 $25,200.00 1/A311, inside the Atrium, 50 LF x 14' x 3 floor levels. Install temporary exterior scaffolding. 3,250.00 SF $14.00 $45,500.00 Outside of glazing to be replaced, 50 LF x 65'. Remove existing glazed curtain wall. 1,710.00 SF $15.00 $25,650.00 Curved, roughly 45 LF x 38' at high elevations. Demo prep for new sloped framed roof. 60.00 LF $50.00 $3,000.00 Allowance to prepare for new A125 & 1/A311 sloped roof. Exterior wall demo coordination & pick-up. 15.00 MD $920.00 $13,800.00 Allowance, including an occupied space premium. C.1) Glazing Demolition & Prep: $143,150.00 New sloped framed roof structure, complete. 780.00 SF $30.00 $23,400.00 A125, 1/A311, gage framing, decking & tie-ins, 65' x 12'. Metal roof assembly, compete. 780.00 SF $45.00 $35,100.00 A125, 1/A311, with rigid insulation, flashings & drainage. Exterior wall framed assembly. 1,890.00 SF $20.00 $37,800.00 1/A311, gage framing, sheathing & batts, 45 LF x 14' x 3. New commercial aluminum windows. 720.00 SF $85.00 $61,200.00 1/A203, 12 @ 10' x 6'. Exterior composite wall panels & trim. 1,600.00 SF $60.00 $96,000.00 1/A203, with a rainscreen system, less some window area. Interior wall finishes. 1,890.00 SF $6.00 $11,340.00 Painted GWB and nominal trim, 45 LF x 14' x 3 floor levels. Add for hoisting & equipment. 1.00 LS $15,000.00 $15,000.00 Allowance for crane time and mobilization. Add for repairs & restoration at top of glazing. 45.00 LF $200.00 $9,000.00 1/A311, allowance at top of new vertical column tie-ins. New glazing pick-up & closeout. 10.00 MD $950.00 $9,500.00 Allowance, including working in an occupied space premium. C.2) New Glazing Assembly Construction: $298,340.00 Minor fire sprinkler protection revamping. 4.00 MD $1,600.00 $6,400.00 1/A311 adjusting to modified reconfiguration. Minor HVAC revamping. 4.00 MD $1,600.00 $6,400.00 " " " " " " " " " " " Add for a new air balance. 1.00 LS $20,000.00 $20,000.00 Allowance, with the Atrium space deleted. Minor electrical revamping. 6.00 MD $1,600.00 $9,600.00 1/A311 adjusting to modified reconfiguration. M&E submittals, pick-up & closeout. 3.00 LS $3,500.00 $10,500.00 Allowance, including working in an occupied space premium. C.3) Mechanical & Electrical Revamping: $52,900.00 Restore existing exterior & interior walls. 170.00 LF $80.00 $13,600.00 Allowance around the demo'd glazing perimeter. Removal of temporary scaffolding. 1.00 LS $6,000.00 $6,000.00 Allowance near the end of project completion. Final interior cuts, patches & restoration. 15.00 MD $1,000.00 $15,000.00 Allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 15.00 MD $960.00 $14,400.00 Allowance, including working in an occupied space premium. C.4) Final Restoration & Clean-Up: $49,000.00 $543,390 C) NEW GLAZING IN DELETED ATRIUM SPACE: $543,390 35% G.C. & Contingency Mark-Up: $733,577 Quantity Unit $$$ Est. Cost D) REPLACED CURVED GLAZING WITH NEW: Mobilization & staging. 1.00 LS $10,000.00 $10,000.00 Allowance for the entire project. Add for traffic control and coordination. 1.00 LS $20,000.00 $20,000.00 Main entry is close to a semi-busy South 35th St. Temporary interior construction walls. 1,800.00 SF $12.00 $21,600.00 In the Atrium to protect from weather & intrusion, 45 LF x 40'. Install temporary exterior scaffolding. 3,250.00 SF $14.00 $45,500.00 Outside of glazing to be replaced, 50 LF x 65'. Remove existing glazed curtain wall. 1,710.00 SF $15.00 $25,650.00 Curved, roughly 45 LF x 38' at high elevations. Exterior wall demo coordination & pick-up. 10.00 MD $920.00 $9,200.00 Allowance, including an occupied space premium. D.1) Glazing Demolition & Prep: $131,950.00 Miscellaneous backing, nailers & supports. 4.00 MD $950.00 $3,800.00 Allowance in preparation of new curtain wall glazing. New curtain wall glazing, curved. 1,710.00 SF $180.00 $307,800.00 Matching 1/A201 configuration, segmented, 45 LF x 38'. Add for hoisting & equipment. 1.00 LS $20,000.00 $20,000.00 Allowance for crane time and mobilization. D.2) New Glazing Assembly Construction: $331,600.00 Restore existing exterior & interior walls. 170.00 LF $100.00 $17,000.00 Allowance for minor damage around glazing perimeter. Removal of temporary scaffolding. 1.00 LS $6,000.00 $6,000.00 Allowance near the end of project completion. Final interior cuts, patches & restoration. 4.00 MD $1,000.00 $4,000.00 Allowance at ceilings, walls and misc. Demobilize, final clean & punch list. 10.00 MD $960.00 $9,600.00 Allowance, including working in an occupied space premium. D.4) Final Restoration & Clean-Up: $36,600.00 For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Completed: 9/25/23 ABN BUILDING MAIN ENTRY AND GLAZING OPTIONS FOR TACOMA PUBLIC UTILITIES Page 7 of 7 $500,150 D) REPLACED CURVED GLAZING WITH NEW: $500,150 35% G.C. & Contingency Mark-Up: $675,203 For: BCRA PRE-DESIGN ESTIMATE OPTIONS From: Bill Acker Consulting Services Appendix C FSi Engineers Seattle // Spokane // Baltimore Tacoma Public Utilities TPU ABN Entry Improvements Project No. CW2234888 Study and Report September 8, 2023 FSi Project #23061.01 Seattle 1001 Alaskan Way Suite 200 Seattle, Washington 98104 206.622.3321 Baltimore 4709 Harford Road Baltimore, Maryland 21214 410.929.6894 Spokane 505 West Riverside Avenue Suite 440 Spokane, Washington 99201 509.215.1500 TPU ABN Entry Improvements Study and Report // i Contents Purpose............................................................................................................................. 1 Executive Summary ............................................................................................................ 1 Codes and Standards .................................................................................................... 1 Observations, Findings, and Evaluation ................................................................................ 1 Recommendations .............................................................................................................. 2 Negative Pressurization ................................................................................................. 2 Balancing the Whole Building .............................................................................. 2 Balancing at the Mains ....................................................................................... 2 Door Replacement ........................................................................................................ 2 Hinged Doors .................................................................................................... 3 Revolving Door .................................................................................................. 3 Preferred Solution ......................................................................................................... 3 Construction Cost Estimates ................................................................................................ 4 TPU ABN Entry Improvements Study and Report // 1 Purpose The main entry vestibule in the Tacoma Public Utilities (TPU) ABN office building at the TPU Administrative Complex, located at 3628 S 35th Street in Tacoma, Washington, allows too much air transfer to take place whenever the doors open. As a result, during the summer a rush of hot air will enter when the doors open, and during the winter there will be a similar rush of cold air. As a subconsultant to BCRA Architecture, FSi Engineers (“FSi”) was hired to investigate the causes of this issue and propose a solution to remedy this in the future. Our scope of work includes a field investigation and evaluation of existing mechanical plans. Executive Summary Our team concluded that there are issues both with negative pressurization in the building and with the layout and operation of the automatic sliding doors in the main entry vestibule. We recommend replacing the automatic sliding doors, as well as testing, adjusting, and balancing (TAB) the mechanical equipment. TAB will be the primary expense in this solution. The cost of TAB will vary depending on the level of detail of the process. We estimate the most basic, inexpensive, and imprecise TAB will cost $35,000. For very precise TAB, providing detailed information on energy savings, we estimate a cost of $235,000. The benefits and challenges of each option are explored in more detail in this report. Codes and Standards We used the following codes and standards as references in developing this report: • ASHRAE • International Existing Building Code (IEBC) • The Americans with Disabilities Act (ADA) • Washington State Energy Code (WSEC) Observations, Findings, and Evaluation FSi examined multiple possible causes of the issue in the TPU building including evaluating existing mechanical plans and researching prevailing winds in the area, geographic conditions, and buildings built or torn down in the immediate surrounding area. FSi visited the site on TPU ABN Entry Improvements Study and Report // 2 August 3, 2023, to investigate facility and the vestibule. Vestibules act as a buffer between outside climate and indoor conditioned air, to improve energy efficiency. After evaluating the site, along with mechanical record drawings by Tacoma Public Utilities, FSi determined negative pressurization was the likely cause of air rushing into the building when the doors are open. When the doors on either side of the vestibule open, they do so at the same time, allowing a direct path for air to flow into the building. This defeats the purpose of the vestibule as a buffer zone. Recommendations Negative Pressurization To resolve the negative pressurization issue, FSi strongly recommends performing a TAB procedure for the HVAC equipment in the building. There are two separate approaches to this process: balancing the whole building and balancing at the mains. Balancing the Whole Building Balancing the whole building is the ideal scenario, as it involves the most precise measurement and balancing in every corner of the system. This process would reveal defective or broken equipment and any inefficiencies present, and thereby save the most energy in the future. Since this building was built in 2005, this is especially valuable, as some mechanical components are reaching the end of their lifespan. Unfortunately, this process is also very expensive due to its extensive evaluation and balancing process. Balancing at the Mains Balancing at the mains is an option that is less precise but is more affordable than balancing the whole building. This process simply involves measuring the supply and return conditions at the air handler and ensuring that the return airflow is not outpacing the supply airflow. This process will not reveal failed components or save energy, but it will resolve any major pressurization issues and cost a fraction of the process of balancing the whole building. Door Replacement To target the issue specifically at the vestibule, FSi recommends using one of two modifications to the current door configuration: changing the doors to manually-opened hinged doors or installing a revolving door. For both of these replacement options, FSi recommends also performing a TAB in one of the two ways mentioned above. TPU ABN Entry Improvements Study and Report // 3 Hinged Doors Simply installing two sets of hinged doors in place of the current sliding doors would be an efficient solution that would enable the vestibule to act as an airlock. Typically, only one set of doors would open at a time whenever someone entered or exited, meaning that air from outside would not have an easy, direct path into the building. An air curtain would be a valuable addition alongside the installation of hinged doors. Air curtains can be triggered by a motion sensor when the doors open, and work very well against buoyancy-driven air intrusion by creating a sort of air barrier. These excel during the winter, keeping warm air from leaking out and cold air from leaking in, and heating the small amount of cold air that manages to make it inside. Particularly if no TAB is done, FSi strongly recommends an air curtain. Revolving Door Installing a revolving door would also be an excellent option to prevent air infiltration. Revolving doors allow very minimal air exchange between the inside and outside, meaning that there would be even less chance of outside air having a direct path inside, and eliminating the need for an air curtain. Revolving doors eliminate the need for a vestibule entirely in high-rise buildings due to their lack of air exchange causing temperature problems and their ability to self-regulate pressure differences by rotating to allow minimal air in or out of the building. An ADA-compliant hinged door would likely also be necessary to install alongside the revolving door for code compliance. Preferred Solution FSi recommends using a combination of the hinged doors with an air curtain and one of the TAB methods. Due to budgetary limitations, balancing at the mains would likely be the least expensive but the complete building balancing will contribute to the buildings ability to meet the Washington Clean Building Act energy savings measures and may be a significant consideration for TPU and this large building. TPU ABN Entry Improvements Study and Report // 4 Construction Cost Estimates FSi is providing an opinion of rough construction and maintenance costs as part of this report. We have developed this opinion mainly through the use of vendor interviews and examination of mean construction cost estimating guides, along with our understanding of the current construction climate. This cost is intended to include the following: • Cost of the new equipment • Cost of the new electrical work • Contractor’s supervision, overhead, profit, mobilization, bond, insurance, etc. • General contractor’s markup on subcontractor work Estimated costs are not intended to cover: • Cost of any architectural or structural work (none anticipated) • Hazardous material abatement • Washington State sales tax This opinion of construction cost carries a contingency to represent some of the miscellaneous costs not yet fully developed at this preliminary phase of the project. These contingencies are not intended to cover the contractor’s change order costs due to changed or unforeseen conditions, etc. FSi’s opinion of rough construction cost for the system upgrades is summarized as follows: Perform TAB at the mains (option 1) $35,000 Perform TAB of the whole mechanical system (option 2) $235,000 Air curtain and labor to install (Materials and labor each) $7,000 ADA door actuator (materials each and labor) $4,000 Labor to demo old door electrical and install new electrical equipment (labor) $4,000 Refer to cost estimators complete estimate for the project door configuration options. Appendix D SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 9 /2 7 /2 0 2 3 3 :3 5 :2 6 P M G-101 09.26.2023 2004.00.07 COVER CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N TPU ABN ENTRY 3628 S 35th St, Tacoma, WA 98409 CONCEPTUAL DESIGN - 09.11.2023 Cost Estimate Set09.26.2023 DN G J 7 7 8 8 9 9 10 10 H F I E E K SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 9 /2 7 /2 0 2 3 3 :3 5 :2 6 P M A-120 09.26.2023 2004.00.07 FIRST FLOOR PLAN-EXISTING CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N Author 1/4" = 1'-0"1 FIRST FLOOR PLAN- EXISTING DN G J 7 7 8 8 9 9 10 10 H F I E K 1 3 2 4 5 6 6 2 4'-10" 1'-8"12'-9 3/4"6'-3"1'-9 1/4" +/- 1'-7"4'-10" AC-1 1. REFER TO A-621 – A-62x FOR WALL ASSEMBLY TYPES. 2. REFER TO ROOM FINISH SCHEDULE AND INTERIOR ELEVATIONS FOR WALL FINISHES. 3. REFER TO G-301 – G-30x AND FLOOR PLANS FOR LOCATIONS OF FIRE-RATED WALL CONSTRUCTION. 4. REFER TO A-201 – A-20x FOR EXTERIOR WINDOW CALLOUTS. 5. REFER TO MECHANICAL DRAWINGS FOR SIZING AND CONFIGURATION OF ALL DUCTS AND PIPES PENETRATING FLOOR ASSEMBLIES. 6. PROVIDE FIRESTOPPING AT ALL ELECTRICAL AND MECHANICAL (CONDUIT, PIPING AND DUCT) PENETRATIONS THROUGH FIRE-RATED FLOOR/CEILING/ROOF ASSEMBLIES. 7. REFER TO ENLARGED FLOOR PLANS FOR ADDITIONAL INFORMATION. RECESSED WALK OFF MAT DOOR FIRE EXTINGUISHER IN CABINET FEC FIRE EXTINGUISHER WITH BRACKET FEB DOWNSPOUT - PVC PIPEDS NOTE: NOT ALL LEGEND ITEMS MAY BE PRESENT ON THIS SHEET WALL ASSEMBLY; REFER TO SHEETS A-621 AND A-622 EXTERIOR MASONRY WALL - REFER ALSO TO STRUCTURAL INTERIOR MASONRY WALL - REFER ALSO TO STRUCTURAL EXTERIOR FRAMED WALL - REFER ALSO TO STRUCTURAL INTERIOR FRAMED WALL - STOP WALL AT 6" ABOVE HIGHEST CEILING UNLESS NOTED OTHERWISE - BRACE TO STRUCTURE ABOVE AS SHOWN ON A-521. WALL-MOUNTED ITEM - REFER TO INTERIOR ELEVATIONS STRUCTURE ABOVE / EDGE OF ROOF ABOVE FLOOR DRAIN PER MECHANICAL; DEPRESS DRAIN BODY 1/4"; WARP ADJACENT SLAB 6" FROM DRAIN BODY FLOOR DRAIN PER MECHANICAL DRAWINGS; DEPRESS DRAIN BODY; SLOPE SHOWER FLOOR TO DRAIN INTERACTIVE PROJECTOR (OFCI) CORNER GUARD ACOUSTIC INTERIOR WALL - CONTINUE TO STRUCTURE ABOVE CONTINUE INTERIOR WALL TO STRUCTURE ABOVE 1 HOUR CONSTRUCTION - CONTINUE TO RATED ASSEMBLY ABOVE 2 HOUR CONSTRUCTION - CONTINUE TO RATED ASSEMBLY ABOVE 4' TB 4' WB WHITEBOARD - WIDTH AS INDICATED BY 4'-0" HIGH TACK BOARD - WIDTH AS INDICATED BY 4'-0" HIGH CG FD FD EXISTING WALL TO REMAIN EXISTING DOOR TO REMAIN EXISTING RELITE / WINDOW TO REMAIN RELITE / WINDOW 6W# SHEET P R O J E C T BCRA NO. DATE REVISIONS SHEET TITLE © COPYRIGHT 2023 - BCRA, INC. ALL RIGHTS RESERVED SEAL T 2 53 .6 27 .4 36 7 F 2 53 .6 27 .4 39 5 W W W .B C R A D E S IG N .C O M 21 06 P A C IF IC A V E N U E , S U IT E 3 00 , T A C O M A , W A 9 84 02 2 4 x3 6 DRAWN BY: REVIEWED BY: IF SHEET MEASURES LESS THAN 24"X36", IT IS A REDUCED PRINT. REDUCE SCALE ACCORDINGLY 9 /2 7 /2 0 2 3 3 :3 5 :2 7 P M A-121 09.26.2023 2004.00.07 FIRST FLOOR PLAN-OPT 1 CONCEPTUAL DESIGN T P U A B N E N T R Y 3 6 2 8 S 3 5 th S t T a c o m a , W A 9 8 4 0 9 P R O J E C T D E S C R IP T IO N AT 1/4" = 1'-0"1 FIRST FLOOR PLAN OPT 1 FLOOR PLAN GENERAL NOTES FLOOR PLAN SHEET NOTES FLOOR PLAN LEGEND 1 NEW REVOLVING DOOR (8'-0" HT. WITH 2'-0" HT. TRANSOM ABOVE) 2 ENTRY ADA BUTTON ON 4X4 STEEL POST AT 4'-0" HT. WITH ELEC WIRING WITH STEEL BASE PLATE 3 AIR CURTAIN PER MECH 4 STOREFRONT DOORS (8'-0" HT. W/ 2'-0" HT. TRANSOM) 5 STOREFRONT (8'-0" HT. W/ 2'-0" HT. TRANSOM) 6 REMOVE EXISTING STOREFRONT AND DOORS SCALE: 0 4 8 16 1/8" = 1'-0" PLAN NORTH OPTION 1= REVOLVING DOOR 1 DOUBLE DOOR AC-1 $312,174 +supplementary option ADD ONE OF THESE BALANCING OPTIONS FOR EACH VESTIBULE OPTION DN G J 7 7 8 8 9 9 10 10 H F I E K ENTRANCE EXIT 3 2 4 AC-1 AC-22 5 6 6 2 13'-3" +/- 13'-3" +/- 4 1. REFER TO A-621 – A-62x FOR WALL ASSEMBLY TYPES. 2. REFER TO ROOM FINISH SCHEDULE AND INTERIOR ELEVATIONS FOR WALL FINISHES. 3. REFER TO G-301 – G-30x AND FLOOR PLANS FOR LOCATIONS OF FIRE-RATED WALL CONSTRUCTION. 4. REFER TO A-201 – A-20x FOR EXTERIOR WINDOW CALLOUTS. 5. REFER TO MECHANICAL DRAWINGS FOR SIZING AND CONFIGURATION OF ALL DUCTS AND PIPES PENETRATING FLOOR ASSEMBLIES. 6. PROVIDE FIRESTOPPING AT ALL ELECTRICAL AND MECHANICAL (CONDUIT, PIPING AND DUCT) PENETRATIONS THROUGH FIRE-RATED FLOOR/CEILING/ROOF ASSEMBLIES. 7. REFER TO ENLARGED FLOOR PLANS FOR ADDITIONAL INFORMATION. RECESSED WALK OFF MAT DOOR FIRE EXTINGUISHER IN CABINET FEC FIRE EXTINGUISHER WITH BRACKET FEB DOWNSPOUT - PVC PIPEDS NOTE: NOT ALL LEGEND ITEMS MAY BE PRESENT ON THIS SHEET WALL ASSEMBLY; REFER TO SHEETS A-621 AND A-622 EXTERIOR MASONRY WALL - REFER ALSO TO STRUCTURAL INTERIOR MASONRY WALL - REFER ALSO TO STRUCTU

747 Market St, Tacoma, WA 98402, USALocation

Address: 747 Market St, Tacoma, WA 98402, USA

Country : United StatesState : Washington

You may also like

Boiler Replacement at Administration Building

Due: 06 Jun, 2024 (in 1 month)Agency: Purchasing Services Unit #820

Administrative Building North Entry & Atrium Replacement

Due: 14 May, 2024 (in 9 days)Agency: City of Tacoma

Pembina Land Port of Entry Concrete Replacement Project

Due: 14 May, 2024 (in 9 days)Agency: GENERAL SERVICES ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.