Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
1
REQUEST FOR PROPOSALS (“RFP”) FOR:
JANITORIAL SERVICES PROVIDER
This RFP is Being Issued by:
Advantage Arts Academy
6171 W. 11800 S. Herriman, UT 84096 Tel. (801) 878-8622
Date of RFP Issue: April 22, 2020
Deadline to Submit Proposals: May 20, 2020 by 5:00 p.m.
2
SECTION I – KEY DATES
Date of RFP Issue: April 22, 2020. No On-Site Walk Through: Due to issues and concerns stemming from the Coronavirus, Advantage Arts Academy will not be hosting a walk through of the building in connection with this RFP. Interested offerors should submit proposals on this project based on the information contained in this RFP. Questions: Questions about this RFP may be submitted until May 13, 2020 at 5:00 p.m. All questions should be submitted to Platte Nielson by email at [email protected]. Questions submitted after May 13, 2020 at 5:00 p.m. or by a method other than email may not be answered. Significant questions and answers will be posted to Advantage Arts Academy’s website (https://advantagearts.org/) by May 15, 2020. The names of offerors or potential offerors who submit questions will not be identified.
Deadline to Submit Proposals: May 20, 2020 at 5:00 p.m. Proposal Opening: May 20, 2020 at 5:00 p.m. at Academica West located at 290 N. Flint Street, Kaysville, Utah 84037. Review of Submitted Proposals: Approximately May 20, 2020 through June 1, 2020. Anticipated Contract Award Date: June 1, 2020. Anticipated Contract Term: Approximately July 1, 2020 through June 31, 2023. Commencement of Services: July 1, 2020.
SECTION II – GENERAL INFORMATION A. Background. Advantage Arts Academy (“AAA” or the “School”) is a Utah nonprofit
501(c)(3) corporation and public charter school located in Herriman, Utah. AAA’s is a brand new K-6 charter school that is beginning operations in 2020. AAA’s first school year will be the 2020-21 school year.
B. Campus Building. AAA’s campus building is a two-story building with approximately
41,909 square feet. The elementary building was completed in 2020. The building contains 21 classrooms and is equipped with spaces such as breakout rooms, restrooms, commons areas, a multi-purpose room/gymnasium, a library, a full-service kitchen, a number of offices and storage rooms, and a work room, break room, and health room. Attached to this RFP are the floor finish plans of the building showing not only the general floor plan of the building but also identifying the various types of flooring throughout the building.
C. Purpose. The purpose of this RFP is to solicit proposals from janitorial service providers
to provide AAA with comprehensive janitorial services as described in Section V(A)(3) of this RFP. The janitorial services provider will be expected to act as an independent contractor in the delivery of the described services to the School.
3
D. Term of Contract. In the interest of maintaining continued services and reducing administrative burdens in procuring, negotiating, or administering contracts, AAA intends to award a contract for a period of up to three (3) years. The written contract must contain termination and/or renewal provisions acceptable to AAA as well as include the provisions in Utah Code Ann. § 63G-6a-1204(3)-(5) applicable to the contract. In addition, the terms of the written contract must provide that the contract may be terminated by either party upon a 30-day notice.
E. Award of Contract. The contract will be awarded to the offeror whose proposal is
determined to be the most advantageous to AAA, taking into consideration all substantive evaluation criteria outlined in this RFP as well as cost. No other criteria will be used in the evaluation. Please note that the Utah Procurement Code requires that most cost information be evaluated independently from the substantive evaluation criteria. The final determination shall be in writing and shall be determined at the sole discretion of AAA’s Board of Directors. The contract file will contain the basis on which the award is made. However, to the extent permitted by law, AAA may reject any and all proposals and may waive any informality or technicality in any proposal received if AAA’s Board of Directors determines it would serve the best interests of the School.
F. Written Contract. If selected by the AAA’s Board of Directors, the successful offeror
must be prepared to enter into a written contract that is consistent with the acceptable services, terms, and conditions outlined in the successful proposal and the requirements set forth in this RFP.
G. Reduction in Scope of Work. AAA reserves the right to reduce the scope of janitorial
work described herein if the winning offeror’s price proposal is beyond what AAA can afford or if the Board determines that a reduction in the scope of the work is in the best interest of ELA.
SECTION III – PROPOSAL INFORMATION
A. Proposals must be submitted in compliance with Section IV below.
B. The content of a proposal must address the specifications described in Section V below.
Only one proposal may be submitted and considered per offeror. C. Submission of a proposal will be construed to mean that the offeror understands the
requirements contained herein and that the offeror anticipates being able to supply the described services for the pricing proposal contained in their submitted proposal.
D. As stated above, proposals will be opened publicly at Academica West (AAA’s
management company) located at 290 N. Flint Street, Kaysville, Utah 84037’s on May 20, 2020 at 5:00 p.m. Proposals will be opened so as to avoid disclosure of contents to competing offerors during the process of negotiation. Only the names of offerors who submitted proposals will be identified at the opening of proposals. However, a register of proposals will be prepared and shall be open for public inspection after the contract for this project is awarded and AAA has entered into a written contract with the winning offeror. AAA will cooperate with all potential offerors, to the extent reasonably possible, in their attempt to obtain information.
4
E. AAA’s evaluation committee may, for the purpose of assuring full understanding of and responsiveness to the RFP’s requirements, enter into discussions or conduct interviews with, or attend presentations by, offerors who submit proposals.
F. It is understood that AAA’s issuance of this RFP does not obligate AAA to accept any of
the proposals submitted in response to this RFP, nor does it guarantee that AAA will in fact accept any of the said proposals. To the extent permitted by law, AAA’s Board of Directors reserves the right to accept or reject any or all proposals and/or to waive any or all formalities in any proposal or in the proposal process deemed to be in the best interest of AAA. No agreement exists on the part of AAA and any offeror until a written janitorial services contract is approved and executed by AAA’s Board of Directors and the offeror.
G. This RFP does not obligate AAA to pay for any costs of any kind whatsoever that may be
incurred by an offeror/respondent or any third parties in connection with a proposal. All submitted proposals, responses, and supporting documentation shall become property of AAA. Further, AAA shall not be liable to any offeror, person, or entity for any losses, expenses, costs, claims or damages of any kind arising out of, by reason of, or attributable to, the offeror responding to the RFP.
H. At any time during the evaluation process, AAA’s evaluation committee may, with
appropriate approval, request best and final offers, as provided for in Utah Code § 63G-6a-707.5, from responsible offerors who submit responsive proposals that meet any minimum qualifications, evaluation criteria, or score thresholds identified in this RFP.
SECTION IV – PROPOSAL REQUIREMENTS
Potential offerors are hereby invited to submit a proposal for janitorial services to AAA. The scope of the janitorial services requested by AAA are described below in Section V(A)(3). A. Each proposal must contain a cover letter which includes the following:
1. The legal company name of the offeror; 2. The complete company address; 3. The company contact person’s name, phone number, and email address; 4. The company’s website address, if applicable; and 5. The signature of an authorized representative of the company.
B. Proposals must address the Proposal Specifications set forth below in Section V. C. Proposals must be submitted by email to Platte Nielson at
[email protected] in PDF format as described in this paragraph. Proposals must be submitted by 5:00 p.m. on May 20, 2020. Proposals must be separated by cost and non-cost related information. All non-cost related information of a proposal (the information provided by an offeror in response to Section V(A)(1)-(3)) must be contained in one PDF file titled with a phrase similar to “Janitorial Proposal: Non-Cost Related Information.” All cost-related information of a proposal (the information provided by an offeror in response to Section V(A)(4)) must be contained in a different PDF file titled with a phrase similar to “Janitorial Proposal: Cost-Related Information.” No cost information may be submitted in the PDF that includes non-cost information. All cost and non-cost proposal information must be separate.
5
D. Submission of Protected Information. Protection of disclosure of information
submitted by an offeror in response to this RFP is governed by Utah’s Government Records Access and Management Act in Utah Code Ann. § 63G-2-101 et seq. and Utah Administrative Code Rules R33-7-105 and R33-7-106. An offeror that desires to request protected status of any information it submits to AAA in response to this RFP must specifically identify the information that it desires to protect and the reasons that the information should be afforded protected status under the law. In making this request, the offeror shall comply with the requirements in Utah Code Ann. § 63G-2-305, Utah Code Ann. § 63G-2-309, and Utah Administrative Code Rule R33-7-105. In turn, AAA will comply with Utah Code Ann. § 63G-2-309 and Utah Administrative Code Rule R33-7-106 with respect to disclosing such information. Submission of protected information in response to this RFP shall be deemed an acknowledgment and consent by the offeror that the offeror agrees with this paragraph and will indemnify, defend, and hold harmless AAA, its members, directors, officers, staff, and agents from any and all liability relating to the proper disclosure of information provided by the offeror in response to this RFP, even if the offeror requested protected or other confidential status for the information.
E. Submission of Proposals with Protected Business Confidential Information. In
accordance with Utah Administrative Code Rule R33-7-107, if an offeror submits a proposal that contains information claimed to be business confidential or protected information, the offeror must submit two separate proposals in accordance with Subsection (C) above as follows:
1. One redacted version for public release, with all protected business confidential
information either blacked-out or removed, clearly marked as “Redacted Version;” and 2. One non-redacted version for evaluation purposes clearly marked as “Protected
Business Confidential.” Please note that pricing may not be classified as business confidential and will be considered public information. In addition, an entire proposal may not be designated as “protected,” “confidential,” or “proprietary” and shall be considered non-responsive unless the offeror removes the designation.
SECTION V – PROPOSAL SPECIFICATIONS A. Content of Proposals. Offerors must address the following in their proposals:
1. Experience, Qualifications, and Track Record. Each offeror must provide the following information: a. A brief outline of the company and services offered, including number of
years in business, number of years offeror has provided janitorial services to schools, and number of people currently employed by offeror;
b. Information demonstrating experience in and a track record of providing janitorial services to schools; if offeror does not have experience in providing janitorial services to schools, the offeror must provide evidence demonstrating its ability to provide comprehensive janitorial services to AAA. Preference may be given to offerors who demonstrate a successful operating history providing janitorial services to schools;
6
c. Provide information on current clients, including total number of clients and a list of clients that are public charter or district schools in Utah; and
d. Provide evidence of the offeror’s valid business license.
2. References. Each offeror must provide a list of references that AAA may contact to discuss the offeror’s past performance and evaluate offeror’s ability to perform the janitorial services required by the School. At minimum, each offeror must provide the name and contact information of the reference and the name of the entity for whom the reference works (or worked).
3. Scope of Work, Specifications, and Requirements. Each offeror must confirm
(and provide at least some narrative or other information supporting the confirmation) that it has the expertise and ability to satisfy the following specifications and provide the following services to AAA:
Classrooms, Hallways, Offices, Lobby, and Common Areas During School Year: a. Provide day porter for five (5) hours per day for lunch set up and take down,
cafeteria cleaning (including floors), special cleaning as needed (such as biohazards like throw up, blood, urine, etc), and other daily cleaning duties
b. Clean entrance doors daily and internal classroom glass partitions weekly c. Clean and sanitize drinking fountains daily d. Empty all waste receptacles daily e. Replace waste receptacle liners as needed f. Disinfect light switches, light switch plate covers and door handles weekly g. Dust horizontal surfaces in offices weekly (including shelves and file tops) h. Spot clean horizontal surfaces weekly i Disinfect all phone receivers and dust phone base weekly j. High dusting of air vents, tops of doors, door frames, ceiling corners monthly k. Low dusting of front sides of desks, legs of chairs, tables and chair bases
monthly l. Vacuum fabric and wipe down other surfaces to remove dust and lint monthly m. Polish drinking fountains monthly n. Clean and disinfect health office daily o. Clean stair railing weekly Floor Care During School Year: a. Vacuum, sweep or dust mop all hard surface floors daily b. Vacuum all carpeted traffic areas and walk-off mats daily c. Remove spots and small spills from carpet and walk-off mats as needed d. Thoroughly mop or auto scrub VCT floors, VCP floors (including gym floor),
and tile floors daily e. Remove shoe marks from gym floor daily f. Vacuum carpet edges and corners along walls and partitions monthly g. Dust all baseboards monthly
Restrooms During School Year: a. Clean and disinfect all dispensers, fixtures and mirrors daily b. Empty trash receptacles daily c. Empty and disinfect sanitary napkin receptacles daily
7
d. Spot clean partitions and tile walls daily e. Restock hand soap and paper products daily (must be on top of ordering such
items and making sure MMA has it stocked) f. Disinfect partition handles, door handles and light switches daily g. Clean and sanitize outsides of dispensers and trash receptacles daily h. Polish all dispensers, fixtures and mirrors daily i. Sweep and thoroughly mop floor with germicidal solution daily j. High dust tops of partitions, air vents, mirror frames and tops of doors
monthly k. Clean and disinfect restroom partitions and walls around toilets and urinals
weekly l. Clean and disinfect countertops, wash basins, toilets, toilet seats and urinals
daily Winter Break Cleaning: a. Full Strip and wax of all tile b. Thorough cleaning of gym floor c. All internal windows cleaned d. All horizontal surfaces cleaned Deep Summer Cleaning: a. Steam extraction carpet cleaning for all carpeted and walk-off mat areas b. Tile cleaning all restrooms and kitchen areas c. Full strip and cleaning of VCT floors d. Multiple coats of wax on all VCT and tile surfaces e. Thorough cleaning of gym floor f. All interior and exterior windows cleaned g. Clean all walls, horizontal surfaces, vents, and storage areas
4. Pricing. Each offeror must provide the following:
a. The total anticipated annual price the offeror would charge the School to provide the services set forth in Subsection (A)(3) immediately above. Offerors may itemize out the anticipated annual price as they deem appropriate. For purposes of the pricing proposal, offerors should use the following square footages for flooring: 28,067 sq. ft of carpet; 1,290 sq. ft. of walk-off mat; 2,789 sq. ft. of tile; 2,361 sq. ft. of VCT; and 4,763 sq. ft. of VCP. (After the RFP process is over and a winning offeror is selected, the winning offeror should determine actual square footage of flooring and use those figures in final contract pricing negotiations.)
b. The prices the offeror would charge for individual paper and supply products, such as 2-ply toilet paper, roll towels, multifold towels, liquid hand soap, 24x33 16 gal. liners and 40x48 45 gal. liners. The prices of these supplies and products should not be included in the total anticipated annual price the offeror would charge in Subsection (A)(4)(a) above. AAA reserves the right to purchase such products from the winning offeror and/or from another vendor and is seeking such prices from offerors for information purposes only.
B. Selection and Scoring. Selection of a janitorial services provider will be based on
offerors’ responses to these proposal specifications in relation to the Evaluation Criteria
8
set forth in Section VI. The successful proposal will address each of the required specifications and clearly demonstrate how the offeror will meet or exceed AAA’s needs. The Evaluation Criteria set forth in Section VI contains a numerical score for each of the proposal specifications and proposals will be ranked based on their score. The Evaluation Criteria Unrelated to Cost will be subjectively scored by AAA’s Evaluation Committee based on offerors’ responses to the specifications contained in Section V(A)(1)-(3). The Evaluation Criteria Related to Cost will not be scored by AAA’s Evaluation Committee but will be scored independently by AAA’s Cost Evaluator using the following formula: Total Cost Points Possible x [2 – (Proposal Price Being Evaluated / Lowest Proposed Price)]. The offeror with the lowest proposed price (which proposed price is provided by offerors in response to the specification in Section V(A)(4)(a)) meeting the requirements of the RFP will receive 100% of the cost points (30) and all other offerors will receive a portion of the cost points based on the formula above.
SECTION VI – EVALUATION CRITERIA
Note: Proposals that are not compliant with Section V may not be considered. The Evaluation Criteria is set forth below: Evaluation Criteria Unrelated to Cost A. Offeror’s Experience, Qualifications, and Track Record (30 points possible). This
criterion is based on the information provided in response to the specifications contained in Section V(A)(1).
B. Quality of Offeror’s Service Based on References (15 points possible). This criterion is based on the information provided in response to the specifications contained in Section V(A)(2).
C. Offeror’s Expertise and Ability to Satisfy Scope of Work, Specifications, and Requirements (25 points possible). This criterion is based on the information provided in response to the specifications contained in Section V(A)(3).
Evaluation Criteria Related to Cost*
D. Offeror’s Pricing Proposal (30 points): This criterion is based on the pricing proposal
provided in response to the specifications in Section V(A)(4)(a).
Total points possible based on Evaluation Criteria: 100 points * NOTE: Cost will be scored independently from the substantive evaluation factors.
2015 IBC CODE ANALYSISELECTRICAL ENGINEERCIVIL ENGINEER
ARCHITECT MECHANICAL ENGINEER
CONTRACTORSTRUCTURAL ENGINEER
INDEX TO DRAWINGS
LOCATION:
DEFERRED SUBMITTALS & SPECIAL INSPECTIONSCURRENT CODE EDITIONS
SILVERPEAK ENGINEERING
ATTN: JOSH JENSEN
177 EAST ANTELOPE DRIVE, SUITE B
LAYTON, UT 84041
PHONE: (801) 499-5054
PVE ENGINEERING
ATTN: TODD HAIGHT
1040 NORTH 2200 WEST
SALT LAKE CITY, UT 84116
PHONE: (801) 359-3158
CUNNING & ASSOCIATES
MECHANICAL CONSULTING ENGINEERS
ATTN: NORM CUNNING
4685 WEST 11600 NORTH
TREMONTON, UT 84337
PHONE: (801) 726-5047
SILVERPEAK ENGINEERING
ATTN: JARED FORSYTH
177 EAST ANTELOPE DRIVE, SUITE B
LAYTON, UT 84041
PHONE: (801) 499-5054
SILVERPEAK ENGINEERING
ATTN: JOSH JENSEN
177 EAST ANTELOPE DRIVE, SUITE B
LAYTON, UT 84041
PHONE: (801) 499-5054
ONE WEST CONSTRUCTION
ATTN: TED LEWIS
290 NORTH FLINT STREET, SUITE A
KAYSVILLE, UT 84037
PHONE: (801) 860-0523
2015 IBC
2015 IFC
2015 IECC
2015 IPC
2015 IFGC
2015 IMC
NEC 2011
2003 UPC
ICC/ANSI A117.1-2009
NEW CONSTRUCTION:
177 EAST ANTELOPE DRIVE, SUITE B
LAYTON, UT 84041
PHONE: (801) 499-5054
DA
TE
:
DR
AW
N B
Y:
PR
OJE
CT
:
CH
EC
KE
D:
RE
VIS
ION
S:
1. FIRE SPRINKLER DRAWINGS WILL BE PROVIDED PRIOR TO INSTALLATION.
2. SPECIAL INSPECTIONS REQUIRED FOR CONCRETE, MASONRY, EPOXY, SOILS &
STRUCTURAL STEEL. SEE STRUCTURAL DRAWINGS FOR SPECIAL INSPECTION
QUALIFICATION TABLES.
3. SPECIAL INSPECTIONS WILL BE PROVIDED BY INTERMOUNTAIN TESTING
SERVICES. THEY CAN BE REACHED AT 801-776-5355.
CVR COVER SHEET / DRAWING INDEX
OCCUPANCY GROUP
CONSTRUCTION TYPE
FIRE SPRINKLERS PROVIDED?
TOTAL NUMBER OF STORIES
TOTAL ALLOWABLE AREA (506.2.3)
Aa = [ At + (NS x If )] x Sa
Aa = [43,500 + (14,500 x 0.22)] x2= 93,380
FRONTAGE INCREASE (506.3.2 & 506.3.3)
If = [F/P-0.25] *W/30 = [(625/1320)-0.25]*29/30 =0.22
W = (L1 x W1 + L2 x W2 ...) / F
W = [( 607 x 30 ) + ( 151 x 0 )] /625 = 29
ACTUAL MAIN FLOOR AREA
ACTUAL UPPER FLOOR AREA
TOTAL BUILDING AREA ( BOTH FLOORS )
OCCUPANT LOAD ( TABLE 1004.1.2 )
CLASSROOMS - MAIN ( 20 NET )
CLASSROOMS - UPPER FIN. ( 20 NET )
CLASSROOMS - UPPER UNFIN. ( 20 NET )
LIBRARY ( 50 NET )
KITCHEN ( 200 NET )
OFFICE AREAS - MAIN ( 100 GROSS)
MULTI- PURPOSE / GYM/ STAGE ( 15 NET )
STORAGE - MAIN ( 300 GROSS )
STORAGE - UPPER ( 300 GROSS )
MAIN FLOOR OCCUPANT LOAD BASED ON SQ. FT.
UPPER FLOOR OCCUPANT LOAD BASED ON SQ. FT.
TOTAL FLOOR OCCUPANT LOAD BASED ON SQ. FT.
STUDENTS ALLOWED PER CHARTER
TOTAL STAFF
TOTAL OCCUPANT LOAD BASED ON EXCEPTION 1004.1.2
EXITS REQUIRED
EXITS PROVIDED
MAX. ALLOWABLE TRAVEL DISTANCE ( 1017.2 )
ACTUAL MAX. TRAVEL DISTANCE
CORRIDOR RATING ( TABLE 1020.1 )
DRINKING FOUNTAINS REQUIRED ( 1 PER 100 )
DRINKING FOUNTAINS PROVIDED
WATER CLOSETS REQUIRED ( 1 PER 50 )
WATER CLOSETS PROVIDED
LAVATORIES REQUIRED ( 1 PER 50 )
LAVATORIES PROVIDED
E
II - B
YES
2
93,380 SQ. FT.
26,801 SQ. FT.
15,108 SQ. FT.
41,909 SQ. FT.
10,603 SQ. FT. / 20 = 531
6,745 SQ. FT. / 20 = 338
7,242 SQ. FT. / 20 = 363
944 SQ. FT. / 50 = 19
913 SQ. FT. / 200 = 5
1,589 SQ. FT. / 100 = 16
8,686 SQ. FT. / 15 = 579
2,968 SQ.FT. / 300 = 10
886 SQ.FT. / 300 = 3
1160
704
1,864
500
50
550
4
7
250'
201'
0
550/100=6
9
550/50=11
23
550/50=11
23
9/1
8/2
01
9
AW
-05
1
JTR
ADVANTAGE
ARTS ACADEMY
6171 WEST 11800 SOUTH
HERRIMAN, UT 84096
61
71
WE
ST
11
80
0 S
OU
TH
HE
RR
IMA
N, U
T 8
40
96
AD
VA
NT
AG
E A
RT
S A
CA
DE
MY
P-401 PLUMBING DIAGRAM & DETAILS
A101 OVERALL MAIN FLOOR PLAN
A111 MAIN FLOOR PLAN
A112 UPPER FLOOR PLAN
A121 ROOF PLAN
A131 REFLECTED CEILING PLAN
A132 REFLECTED CEILING DETAILS
A141 FLOOR FINISH PLAN
A151 EXIT DIAGRAM
A201 EXTERIOR ELEVATIONS
A202 EXTERIOR ELEVATIONS
A301 BUILDING SECTIONS
A302 GYM BULIDING SECTION AND DETAILS
A401 ENLARGED FLOOR PLAN- AREA 'A'
A402 ENLARGED FLOOR PLAN- AREA 'B'
A403 ENLARGED FLOOR PLAN 'C'
A411 ENLARGED RESTROOMS
A412 ENLARGED STAIRS
A413 ENLARGED BASKETBALL COURT
A501 ADA DETAILS
A502 DOOR & WINDOW DETAILS
A601 FINISH SCHEDULE
A602 DOOR SCHEDULE
A603 WINDOW SCHEDULE
A701 CABINET ELEVATIONS
A801 WALL SECTIONS
A802 WALL SECTIONS
A803 WALL SECTIONS
S001 STRUCTURAL NOTES
S002 SPECIAL INSPECTIONS
S100 OVERALL FTG/FND PLAN
S101 ENLARGED FTG/FDN PLAN
S102 MASONRY WALL REINFORCEMENT PLAN
S111 FLOOR FRAMING PLAN
S121 ROOF FRAMING PLAN
S122 FRAMING SPACING & JOIST BEARING PLAN
S201 STEEL FRAMING ELEVATIONS
S501 FOOTING / FOUNDATION DETAILS
S502 FOOTING / FOUNDATION DETAILS
S511 FLOOR FRAMING DETAILS
S512 FLOOR FRAMING DETAILS
S521 ROOF FRAMING DETAILS
S522 ROOF FRAMING DETAILS
E001 ELECTRICAL SYMBOLS
E101 ELECTRICAL SITE PLAN
E200 FIRST FLOOR POWER PLAN OVERALL
E201A FIRST FLOOR POWER PLAN AREA A
E201B FIRST FLOOR POWER PLAN AREA B
E202 SECOND FLOOR POWER PLAN
E203 ROOF POWER PLAN
E300 FIRST FLOOR LIGHTING PLAN OVERALL
E301A FIRST FLOOR LIGHTING PLAN AREA A
E301B FIRST FLOOR LIGHTING PLAN AREA B
E302 SECOND FLOOR LIGHTING PLAN
E401 ELECTRICAL ONE LINE DRAWING
E501 ELECTRICAL SCHEDULE
E502 ELECTRICAL SCHEDULE
E503 ELECTRICAL SCHEDULE
E601 ELECTRICAL DETAILS
M-000 MECHANICAL SCHEDULES AND SYMBOL LEGEND
M-001 MECHANICAL SCHEDULES & DETAILS
M-100 MAIN FLOOR HVAC PLAN (AREA A)
M-101 MAIN FLOOR HVAC (AREA B)
M-102 SECOND FLOOR HVAC PLAN
M-300 MECHANICAL SECTIONS
M-500 MECHANICAL DETAILS
M-501 MECHANICAL DETAILS
M-700 MECHANICAL CONTROLS
HP-100 HVAC/ PLUMBING ROOF PLAN
P-000 PLUMBING SCHEDULES & DETAILS
P-100 MAIN FLOOR PLUMBING PLAN (AREA A)
P-101 MAIN FLOOR PLUMBING PLAN (AREA B)
P-102 SECOND FLOOR PLUMBING PLAN
P-400 LARGE SCALE PLUMBING PLANS & ISOMETRICS
AND DETAILS
C500 STORM WATER POLLUTION PREVENTION PLAN
C501 STORM WATER POLUUTION PREVENTION PLAN
C502 STORM WATER POLLUTION PREVENTION NOTES
PLAT SUBDIVISION PLAT
C001 CIVIL COVER SHEET
C100 GENERAL NOTES
C110 EXISTING CONDITIONS
C200 SITE PLAN
C201 SITE DETAILS
C202 APWA DETAILS
C210 11800 SOUTH STRIPING PLAN
C300 GRADING PLAN
C301 GRADING DETAILS
C400 UTILITY PLAN
C401 UTILITY DETAILS
C402 PLAN & PROFILE
C403 STORM DRAIN OUTFALL
C404 11800 SOUTH LANDSCAPE & LANDING PLAN
09/18/2019
FLOOR FINISH TABULATION
HATCH FLOOR FINISHMAIN LEVEL (SQ.
FT.)
UPPER
LEVEL (SQ.
FT.)TOTAL AREA
VCT
VCP
TILE
CARPET
SEALED CONCRETE
WALK- OFF MAT
1653
4763
2146
14796
217
1245
708
0
643
13271
0
0
2361
4763
2789
28067
217
1290
NOTE: NUMBERS ARE APPROXIMATE, SUPPLIER TO FIELD VERIFY1ST GRADE CLASSROOM
118ART NOOK
116
CORRIDOR
101
KINDER CLASSROOM
120
KINDER ENTRY
120B
KINDER CLASSROOM
122
LIBRARY
137
1ST GRADE CLASSROOM
128
SPEC. ED. CLASSROOM
119 OFFICE
119A
JAN.
121
CORRIDOR
101
ELECT
130
DATA
132
BOYS
123
GIRLS
124
BREAKOUT
127
BREAKOUT
136
2ND GRADE CLASSROOM
135
2ND GRADE CLASSROOM
1332ND GRADE CLASSROOM
1311ST GRADE CLASSROOM
129
MULTI-PURPOSE ROOM
138
STORAGE
143
BREAK ROOM
110
WORK ROOM
111
OFFICE
109
OFFICE
108
OFFICE
107
RECEPTION
106
SICK
114
LOBBY
100
TY
P.
5' -
0"
TYP.
7' - 9"
BOYS
208
GIRLS
209
STORAGE
201A
STORAGE
204A
3RD GRADE CLASSROOM
206
ELECTRICAL
211A
6TH GRADE CLASSROOM
2126TH GRADE CLASSROOM
213
R.R.
216
6TH GRADE CLASSROOM
215
3RD GRADE CLASSROOM
205
4TH GRADE CLASSROOM
2024TH GRADE CLASSROOM
204
5TH GRADE CLASSROOM
210
4TH GRADE CLASSROOM
201
3RD GRADE CLASSROOM
207
5TH GRADE CLASSROOM
211
5TH GRADE CLASSROOM
203
CORRIDOR
200
ELEV.
138
JAN.
214
TY
P.
5' -
0"
TYP.
7' - 9"
SHEET NUMBER:
DATE:
DRAWN BY:
PROJECT:
REVISIONS:
SEAL:
17
7 E
. A
NT
EL
OP
E D
R. S
TE
. B
LA
YT
ON
, U
T 8
40
41
PH
ON
E: (8
01
) 4
99
-50
54
S
TR
UC
TU
RA
L C
IVIL
S
UR
VE
Y W
WW
.SIL
VE
RP
EA
KE
NG
.CO
M
PRIOR TO STARTING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING SURE THAT ALL REQUIRED PERMITS AND APPROVALS HAVE BEEN OBTAINED. NO CONSTRUCTION OR FABRICATION SHALL BEGIN UNTIL THE CONTRACTOR HAS RECEIVED AND THOROUGHLY REVIEWED ALL PLANS AND OTHER DOCUMENTS APPROVED BY ALL OF THE PERMITTING AUTHORITIES.
09/18/2019
A141
AW-051
JTR
AD
VA
NT
AG
E A
RT
S A
CA
DE
MY
61
71
WE
ST
11
80
0 S
OU
TH
HE
RR
IMA
N,
UT
84
09
6
FLOOR FINISH
PLAN
NOTE: ALL THRESHOLDS TO BE A
MAXIMUM OF 1/2"
SEE DETAILS 1 & 2 ON SHEET A502
SCALE: 1/16" = 1'-0"A141
1MAIN FLOOR FINISH PLAN
SCALE: 1/16" = 1'-0"A141
2UPPER FLOOR FINISH PLAN
9/18/2019