NOTICE FOR REQUEST FOR PROPOSAL (RFP) BOUNTIFUL CITY HALL JANITORIAL CLEANING SERVICES

Bountiful City Hall is currently under renovation with an anticipated occupancy date near the end of November or first part of December 2020. City Hall is located at 795 South Main Street, Bountiful, UT 84010. The City is now seeking proposals for the facility’s janitorial services. A copy of the RFP will be available Thursday, August 27, 2020 at www.BountifulUtah.gov, or can be emailed upon request by contacting Galen Rasmussen at [email protected]. All proposals are due to Bountiful City, 150 North Main, Suite 101, Bountiful, Utah 8410 (or by email to: [email protected]) by 5:00 pm on October 1, 2020.

There will be mandatory walkthroughs starting Monday, 14, 2020 and going through Wednesday, September 16, 2020 at the site of the remodeled City Hall. Walkthroughs must be scheduled in advance before 3:00 pm. Interested firms must contact Galen Rasmussen via email at [email protected] to schedule walkthroughs. Only two representatives of each proposing firm will be able to walk through the facility to help maintain appropriate physical distancing and wearing of masks is encouraged.

The term of this agreement shall be for five (5) years, with the City’s sole option to renew each year in perpetuity or until at least one of the parties agree to discontinue the contracted services. All questions must be submitted in writing before 12:00 Noon on September 24, 2020 to Galen Rasmussen – Assistant City Manager at [email protected]. REQUEST FOR PROPOSALS (RFP) Bountiful City Hall Janitorial Services

Deadline for submissions: 5:00 PM Thursday October 1, 2020 Galen D. Rasmussen Assistant City Manager City of Bountiful 150 North Main, Suite 101 Bountiful, UT 84010 (801) 298-6117 [email protected]

Page 1 of 41

The City of Bountiful

The City of Bountiful (the City) incorporated on December 14, 1892. The City of Bountiful is located in southern Davis County, along the I-15 corridor. With a population of approximately 44,098 residents, Bountiful encompasses nearly fourteen (14) square miles with 159 lane miles of roadway.

Bountiful is a full-service city with administrative, planning, engineering, parks and police services. The City also offers curbside recycling, storm water management, culinary water, electric power, landfill and sanitation, cemetery operations and 18-hole championship golf course. Fire and emergency medical services are provided by the South Davis Metro Fire Agency and Recreation opportunities are offered to residents by the South Davis Recreation District. In addition, Bountiful has many opportunities for future development as noted in the City’s General Plan with all of its components.

Page 2 of 41

1. INTRODUCTION

The City of Bountiful is seeking proposals from qualified firms to provide Janitorial Services. The required services and performance conditions are described in the Scope of Work (or Services).

2. ATTACHMENTS

The attachments below are included with this Request for Proposals (RFP) for your review and submittal (see asterisk):

Attachment A – Proposer’s Information Form* Attachment B – Scope of Work Attachment C – Supplemental General Conditions Attachment D – Cleaning Specifications Attachment E – Cost Proposal Bid Form Attachment F – Sample Agreement for Professional Services Attachment G – Sample Table, Qualifications of Firm Relative to City’s Needs Attachment H – Insurance Requirement Attachment I – Main Level Finish Plan Attachment J – Lower Level Finish Plan

The items identified with an asterisk (*) shall be filled out, signed by the appropriate representative of the company and returned with submittal.

3. INSTRUCTIONS TO PROPOSERS

3.1 Pre-proposal Conference

A pre-proposal meeting will be held Monday, September 21, 2020 at 3:00 p.m. at Bountiful City 150 North Main, Suite 103 Bountiful, UT 84010

All prospective Proposers are strongly encouraged to attend.

3.2 Examination of Proposal Documents

The submission of a proposal shall be deemed a representation and certification by the Proposer that they:

3.2.1 Have carefully read and fully understand the information that was provided by the City to serve as the basis for submission of this proposal. Page 3 of 41

3.2.2 Have the capability to successfully undertake and complete the responsibilities and obligations of the proposal being submitted. 3.2.3 Represent that all information contained in the proposal is true and correct. 3.2.4 Did not, in any way, collude; conspire to agree, directly or indirectly, with any person, firm, corporation or other Proposer in regard to the amount, terms or conditions of this proposal. 3.2.5 Acknowledge that the City has the right to make any inquiry it deems appropriate to substantiate or supplement information supplied by Proposer, and Proposer hereby grants the City permission to make these inquiries, and to provide any and all related documentation in a timely manner.

No request for modification of the proposal shall be considered after its submission on grounds that Proposer was not fully informed to any fact or condition.

3.3 Addenda/Clarifications

Should discrepancies or omissions be found in this RFP or should there be a need to clarify this RFP, questions or comments regarding this RFP must be put in writing and received by the City no later than 2:00 p.m., September 24, 2020. Correspondence shall be addressed to Galen Rasmussen, [email protected]. Responses from the City will be communicated in writing via email to all recipients of this RFP. Inquiries received after the date and time stated will not be accepted and will be returned to senders without response. All addenda shall become a part of this RFP and shall be acknowledged on the Proposer’s Form.

The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives.

3.4 Submission of Proposals

All proposals may be submitted by email to Galen Rasmussen, Assistant City Manager at: [email protected] or printed copies delivered to:

Galen Rasmussen, Assistant City Manager Bountiful City 150 North Main, Suite 101 Bountiful, UT 84010

Page 4 of 41

Proposals must be delivered no later than 5:00 p.m. on Thursday, October 1, 2020. All proposals received after that time will be not be opened or considered.

The Proposer shall submit 3 copies of its proposal in a sealed envelope (if in printed form) or submitted by email, addressed as noted above, bearing the Proposer’s name and address clearly marked, “RFP for Bountiful City Hall Janitorial Services”.

3.5 Withdrawal of Proposals

A Proposer may withdraw its proposal at any time before the expiration of the time for submission of proposals as provided in the RFP by delivering a written request for withdrawal signed by, or on behalf of, the Proposer.

3.6 Rights of the City of Bountiful

This RFP does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of proposals or in anticipation of a contract. The City reserves the right to:

 Make the selection based on its sole discretion;  Reject any and all proposals;  Issue subsequent Requests for Proposals;  Postpone opening for its own convenience;  Remedy technical errors in the Request for Proposals process;  Negotiate with any, all or none of the Proposers;  Accept other than the lowest offer;  Waive informalities and irregularities in the Proposals and/or  Enter into an agreement with another Proposer in the event the originally selected Proposer defaults or fails to execute an agreement with the City.

An agreement shall not be binding or valid with the City unless and until it is executed by authorized representatives of the City and of the Proposer.

4. PROPOSED TENTATIVE TIMELINE The tentative RFP timeline is as follows: RFP Issued August 27, 2020 Pre-Proposal Meeting September 21, 2020, 3:00 PM Deadline for questions, clarifications September 24, 2020, 12:00 PM Proposals Due October 1, 2020 5:00 PM Proposals Reviewed October 7, 2020 Contract awarded October 27, 2020 Work commences (estimate) November 30, 2020

Page 5 of 41

5. INFORMATION TO BE SUBMITTED (to be submitted in this order only)

These instructions outline the guidelines governing the format and content of the proposal and the approach to be used in its development and presentation. The intent of the RFP is to encourage responses that clearly communicate the Proposer’s understanding of the City’s requirements and its approach to successfully provide the products and/or services on time and within budget. Only that information which is essential to an understanding and evaluation of the proposal should be submitted. Items not specifically and explicitly related to the RFP and proposal, e.g. brochures, marketing material, etc. will not be considered in the evaluation (limit of 5 pages).

All proposals shall address the following items in the order listed below and shall be numbered 1 through 8 in the proposal document.

5.1 Chapter 1 – Proposal Summary

This Chapter shall discuss the highlights, key features and distinguishing points of the Proposal. A separate sheet shall include a list of individuals and contacts for this Proposal and how to communicate with them. Limit this Chapter to a total of three (3) pages.

5.2 Chapter 2 – Profile on the Proposing Firm(s)

This Chapter shall include a brief description of the Prime Proposer’s firm size as well as the proposed local organization structure. Include a discussion of the Prime Proposer firm’s financial stability, capacity and resources. Include all other firms participating in the Proposal, including similar information about the firms.

Additionally, this section shall include a listing of any lawsuit or litigation and the result of that action resulting form (a) any public project undertaken by the Proposer or by its subcontractors where litigation is still pending or has occurred within the last five years or (b) any type of project where claims or settlements were paid by the consultant or its insurers within the last five years.

5.3 Chapter 3 – Work Plan or Sched ule

This Chapter shall present a well-conceived service plan. Include a full description of major tasks and subtasks. This section of the proposal shall establish that the Proposer understands the City’s objectives and work requirements and Proposer’s ability to satisfy those objectives and requirements. Succinctly describe the proposed approach for addressing the Page 6 of 41

required services and the firm’s ability to meet the City’s schedule, outlining the approach that would be undertaken in providing the requested services.

5.4 Chapter 4 – Proposed Innovations

The Proposer may also suggest technical or procedural innovations that have been used successfully on other engagements and which may provide the City with better service delivery. In this Chapter discuss any ideas, innovative approaches, or specific new concepts included in the Proposal that would provide benefit to the City.

5.5 Chapter 5 – Project Staffing

This Chapter shall discuss how the Proposer would propose to staff this project. Key project team members shall be identified by name, title and specific responsibilities on the project.

5.6 Chapter 6 – Proposal Exceptions

This Chapter shall discuss any exceptions or requested changes that Proposer has to the City’s RFP conditions, requirements and sample contract. If there are no exceptions noted, it is assumed the Proposer will accept all conditions and requirements identified in the Attachment C – “Sample Agreement for Services.” Items not excepted will not be open to later negotiation.

5.7 Chapter 7 – Cost Proposal Bid Form

The fee information is relevant to a determination of whether the fee is fair and reasonable in light of the services to be provided. Provision of this information assists the City in determining the firm’s understanding of the project, and provides staff with tools to negotiate the cost, provide in a table (See Table, Attachment E). This Chapter shall include the proposed costs to provide the services desired. Include any other cost and price information that would be contained in a potential agreement with the City.

PLEASE NOTE: The City of Bountiful does not pay for services before it receives them. Therefore, do not propose contract terms that call for upfront payments or deposits.

6. CONTRACT TYPE AND METHOD OF PAYMENT

Page 7 of 41

It is anticipated that the agreement resulting from this solicitation, if awarded, will be a fixed fee form of contract. A Sample Agreement of Services is provided as Attachment C. The method of payment to the successful Proposer shall be on a fixed fee basis with a maximum “not to exceed” fee as set by the Proposer in the proposal or as negotiated between the Proposer and the City as being the maximum cost to perform all work. This figure shall include direct costs and overhead, such as, but limited to, transportation, communications, subsistence and materials. Payments will be based on Monthly Invoices.

Proposers shall be prepared to accept the terms and conditions of the Agreement, including Insurance Requirements in Attachment F. If a Proposer desires to take exception to the Agreement, Proposer shall provide the following information in Chapter 7 of their submittal package. Please include the following:

 Proposer shall clearly identify each proposed change to the Agreement, including all relevant Attachments.  Proposer shall furnish the reasons for, as well as specific recommendations, for alternative language.

The above factors will be taken into account in evaluating proposals. Proposals that take substantial exceptions to the proposed Agreement may be determined by the City, at its sole discretion, to be unacceptable and no longer considered for award.

Insurance Requirements

The selected Proposer(s), at Proposer’s sole cost and expense and for the full term of the Agreement or any extension thereof, shall obtain and maintain, at a minimum, all of the insurance requirements outlined in Attachment F.

All policies, endorsements, certificates and/or binders shall be subject to the approval of the Risk Manager of the City of Bountiful as to form and content. These requirements are subject to amendment or waiver if so approved in writing by the Risk Manager. The selected Proposer agrees to provide the City with a copy of said policies, certificates and/or endorsement upon award of contract.

7. REVIEW AND SELECTION PROCESS

City staff will evaluate the proposals provided based on the following criteria:

7.1 Quality and completeness of proposal; 7.2 Quality, performance and effectiveness of the solution, goods and/or services to be provided by the Proposer; Page 8 of 41

7.3 Proposers experience, including the experience of staff to be assigned to the project, the engagements of similar scope and complexity; 7.4 Cost to the city; 7.5 Proposer’s financial stability; 7.6 Proposer’s ability to perform the work within the time specified; 7.7 Proposer’s prior record of performance with city or others; 7.8 Proposer’s compliance with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the contractor.

The selection committee will make a recommendation to the awarding authority. The acceptance of the proposal will be evidenced by written Notice of Award from Bountiful City to the successful Proposer.

8. PUBLIC NATURE OF MATERIALS

Responses to this RFP become the exclusive property of the City of Bountiful. At such time as the proposal is recommended to the City Manager and/or to the City Council, all proposals received in response to this RFP becomes a matter of public record and shall be regarded as public records. The City shall not in any way be liable or responsible for the disclosure of any such proposal or portions thereof if disclosure is required under the Government Records and Management Act (GRAMA) or other applicable public records act. Any proposal which contains language purporting to render all or significant portions of the proposal “Confidential,” “ Secret,” or “Proprietary” shall be regarded as non- responsive.

 COLLUSION

By submitting a proposal, each Proposer represents and warrants that its proposal is genuine and not a sham or collusive or made in the interest of or on behalf of any person not named therein; that the Proposer has not directly induced or solicited any other person to submit a sham proposal or any other person to refrain from submitting a proposal; and that the Proposer has not in any manner sought collusion to secure any improper advantage over any other person submitting a proposal.

9. DISQUALIFICATION

Factors such as, but not limited to, any of the following may be considered just cause to disqualify a proposal without further consideration:

10.1 Evidence of collusion, directly or indirectly, among Proposers in regard to the amount, terms or conditions of this proposal; Page 9 of 41

10.2 Any attempt to improperly influence any member of the evaluation team; 10.3 Existence of any lawsuit, unresolved contractual claim or dispute between Proposer and the City; 10.4 Evidence of incorrect information submitted as part of the proposal; 10.5 Evidence of Proposer’s inability to successfully complete the responsibilities and obligation of the proposal; and 10.6 Proposer’s default under any previous agreement with the City, which results in termination of the Agreement.

10. NON-CONFORMING PROPOSAL

A proposal shall be prepared and submitted in accordance with the provisions of these RFP instructions and specifications. Any alteration, omission, addition, variance, or limitation of, from or to a proposal may be sufficient grounds for non- acceptance of the proposal, at the sole discretion of the City.

11. GRATUITIES

No person shall offer, give or agree to give any City employee any gratuity, discount or offer of employment in connection with the award of contract by the city. No City employee shall solicit, demand, accept or agree to accept from any other person a gratuity, discount or offer of employment in connection with a city contract.

~ End of Section~

Page 10 of 41

Attachment A Proposer’s Information Form

PROPOSER (please print):

Name:

Address:

Telephone: ______

Fax: : ______

Contact person, title, email, telephone and email: ______

Proposer, if selected, intends to carry on the business as (check one): Individual Partnership Joint Venture Corporation

When incorporated? ______

In what state? ______

When authorized to do business in Utah? ______

Other (explain): ______

ADDENDA

To assure that all Proposers have received each addendum, check the appropriate box(es) below. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Proposal:

Addendum number(s) received: #1 Or, ______No #2 Addendum/Addenda Were

#3 Received (check and initial).

Page 11 of 41

PROPOSER’S SIGNATURE No proposal shall be accepted which has not been signed in ink in the appropriate space below:

By signing below, the submission of a proposal shall be deemed a representation and certification by the Proposer that they have investigated all aspects of the RFP, that they are aware of the applicable facts pertaining to the RFP process, its procedures and requirements, and they have read and understand the RFP. No request for modification of the proposal shall be considered after its submission on the grounds that the Proposer was not fully informed as to any fact or condition.

1. If Proposer is INDIVIDUAL, sign here:

Date: ______

Proposer’s Signature: ______

Proposer’s typed name and title: ______

2. If Proposer is PARTNERSHIP or JOINT VENTURE; at least two (2) Partners shall sign here:

Partnership or Joint Venture Name (type or print)

Date: ______Date: ______

Member of the Partnership or Joint Member of the Partnership or Joint Venture signature Venture signature

3. If Proposer is a CORPORATION, the duly authorized officer shall sign as follows: The undersigned certify that he/she is respectively:

______and

Signature Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION.

Corporation Name (type or print) By: ______Date: ______Title: ______

Page 12 of 41

Attachment B – Scope of Work City of Bountiful City Hall Janitorial Services Request for Proposals PROJECT DESCRIPTION

The City of Bountiful is requesting qualified Service Providers to submit proposals including a pricing schedule and a summary of qualifications for providing janitorial services according to the City’s specifications and all other terms and conditions. The requested services consist of furnishing all labor, materials, supplies and equipment to perform City Hall Janitorial Services in the City of Bountiful, in accordance with the specifications and conditions specified in the Request for Proposal issued by the City of Bountiful. Request for Proposal documents are available at Bountiful City Hall, located at 150 North Main, Suite 101, Bountiful, Utah. Sealed proposals shall be delivered to the City of Bountiful, attention Galen D. Rasmussen, Assistant City Manager, at the above indicated address on or before 5:00 P.M, Thursday, October 1, 2020.

SCOPE OF WORK

GENERAL CONDITIONS These General Conditions make additions, deletions, or revisions, as indicated herein. All provisions which are not added, deleted, or revised, remain in full force and effect. Terms used have the same meanings assigned in the Request for Proposal documents.

DEFINITIONS The following respective supplemental definitions shall apply:

CITY REPRESENTATIVE(S) The City’s representative(s) shall be any person(s) designated by the City in writing to the Service Provider. The City’s Representative(s) shall be the only person(s) through whom all communication between the City and the Service Provider shall be directed.

LOCATION OF THE WORK Notice is hereby given that the City of Bountiful, "City", in Davis County, Utah will receive bids for the furnishing of Janitorial Services, "Service Provider”, for City Hall which is currently under renovation and is located at 795 South Main, Bountiful, Utah. The bid is for service and supplies.

Page 13 of 41

WORK SCHEDULE The Service Provider employees shall complete all the work required under the Request for Proposal documents as specified in the contract documents.

Cleaning is required 4 to 5 nights per week (depending on schedule for facility use which can vary). Typical business hours are Monday through Thursday from 7:00 a.m. to 6:00 p.m.

Service Provider shall provide the City with an annual schedule for each building’s non-daily services. The term daily refers to all days that the Service Provider is required to clean. All personnel will adhere to an agreed upon work schedule for security reasons i.e. exact hours and exact number of personnel in the building at any given time. Employees will wear identification badges and company uniforms.

All employees must be at least eighteen (18) years of age and thoroughly trained and qualified in the work assigned to them. All employees must be able to follow directions and speak and understand English. All employees working on site must not have been convicted of a felony, and have passed all legally required tests to be eligible for work in the state of Utah. Employees must also be physically capable of the duties assigned to them, including lifting/moving heavy items, climbing ladders, etc.

Only authorized employees of the Service Provider may perform any services. In the event of the absence of an employee, for any reason, only an authorized employee of the Service Provider may act as a substitute. The use of unauthorized personnel on the part of the Service Provider may result in immediate cancellation without notice.

Service Provider(s) and Service Provider Employees may not allow on City premises any person who is not an employee or principal with the company, and currently on duty. All paperwork, documents, magnetic media, and any other media at City offices are considered to be confidential and privileged. Service Provider’s employees are not authorized to read or make use of any paperwork on or in any desks or offices.

Page 14 of 41

LEGAL ADDRESS OF THE CITY The temporary official address of the City shall be City of Bountiful, 150 North Main, Suite 101, Bountiful, UT 84010. This temporary official address will change upon occupancy of City Hall following renovation at which time the official address will be 795 South Main, Bountiful, UT 84010. All correspondence sent to the Service Provider shall be deemed to have been given when mailed via certified mail, or delivered to the address specified in the Agreement. Notice to the City of Bountiful shall be mailed via certified mail, or delivered to the legal address of the City.

INSURANCE Service Provider shall furnish the City with original insurance certificates and endorsements affecting coverage. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City. Insurance requirements are described in Sample Agreement in Appendix A.

LAWS AND REGULATIONS The work is located in the City of Bountiful, in Davis County, state of Utah. The Service Provider shall comply with all ordinances, regulations, and other lawful requirements of said City, County, State, and Federal governing the work on public property.

SUPERVISION Work performed by employees within the scope of the Service Provider’s employees shall be directly employed and supervised by the Service Provider. The Service Provider shall perform management and technical supervision required to complete the work according to the specifications provided by the City. Employee(s) assigned to supervise the work shall be readily available, responsive to the City’s representative(s) and capable of speaking and understanding the English language and have the authority to make decisions related to the management of the activities performed by the Contractor’s employees.

SUPPLIES The Service provider shall furnish, as part of this agreement, all necessary cleaning supplies and equipment to clean and maintain the use of the facility, including but not limited to carts, containers, baskets, maintenance products, cleaning powders and products, detergents, disinfectants, polishes, vacuum cleaners, mops, brushes, etc., specific brands may be indicated. Service Provider shall maintain Janitor Closet and equipment in a safe and clean condition.

The City shall furnish, as part of this contract, all paper products such as toilet paper, hand towels, seat protectors, sanitary napkins, and including trash liners and all soap products necessary for the public to utilize the facilities in a proper manner. All soap dispensers shall be maintained by the Service Provider. Page 15 of 41

CONTRACT TERM The term of this Agreement shall be five (5) years. The Agreement may be extended for additional one-year terms by the mutual written agreement of the parties and approval by City Management and/or the City Council. The cost of services shall remain firm for the term of agreement.

CONTRACT TERMINATION The City may terminate this Agreement at any time before the expiration of the original term, or any extension thereof. Services may be terminated by the City upon thirty (30) days written notice. Services may be terminated by Service Provider upon ninety (90) days written notice. The City shall compensate Service Provider for all services provided before the actual date of termination. Upon receipt of Notice of Termination from the City of Bountiful, the Service Provider shall immediately commence discontinuing any and all services provided under this Agreement.

PAYMENTS TO THE SERVICE PROVIDER The City shall pay the Service Provider in current funds for the performance of the work, subject to additions and deductions based upon monthly determination by the City and the acceptability of the work performed computed in accordance with the Service Provider’s accepted proposal and price schedule. Payment shall be made within thirty (30) days after receipt of an invoice sent to the City by the Service Provider. The Service Provider shall not invoice the City for services prior to thirty (30) days following execution of an Agreement with the City and not more frequent than once every four (4) weeks. The City may withhold payment for any unacceptable service if the Service Provider has been given notice of the deficiency and has not resolved the service deficiency within five (5) working days after receipt of a notification from the City. City has the right to request additional reports and supporting information from Service Provider as deemed reasonably necessary by City to audit Service Provider’s performance under this Agreement. Service Provider shall provide all additional reports and information requested by City within ten (10) days of a written request.

EXTRA WORK Extra Work must be authorized by the City and shall be shown as a separate item on the invoice submitted to the City. The invoice for Extra Work shall show the exact location of the work, including the name and location of the facility. The invoice shall include any supplies used with their unit price and total cost, the amount of time required to do the job and the cost for labor, providing that labor is chargeable to this Extra Work.

Page 16 of 41

INSPECTIONS All of the Service Areas will be inspected regularly by the City. The City may require the Service Provider, or the local authorized representative, to accompany City staff during inspections, if the City is not satisfied with the Service Provider’s work. The Service Provider or the local authorized representative is expected to be capable of understanding the deficiencies and authorized to take remedial action in a manner consistent with the contract requirements and specifications.

UNACCEPTABLE SERVICE If the City, upon routine inspection, determines that any area of the facility has not been serviced according to the specifications, a notice outlining the deficiencies will be e-mailed to the company representative or faxed to the Service Provider’s local office. Payment will not be made for any services not provided by Service Provider. All notices of deficiencies will specify the date when the specified work must be completed. The date of completion will be less than five (5) days from the date the notice is issued. Failure to complete the work to the satisfaction of the City by the date specified will result in no payments being made to the contractor for the missed work.

Prior to re-submitting a request for payment, the Service Provider must request a re-inspection. A re-inspection request should be completed in writing to the City and either faxed or e-mailed to the City. If the work is deemed satisfactory upon re-inspection, the City will accept a request for payment, minus a one hundred dollar ($100) charge for re-inspection. Any time an additional inspection is required as a result of inadequate performance, the one hundred dollar ($100) re- inspection charge will be assessed for each inspection completed by the City until the specified work is completed.

END OF SCOPE OF WORK CONDITIONS

Page 17 of 41

Attachment C – Supplemental General Conditions

City of Bountiful City Hall Janitorial Services Request for Proposals

INTENT It is the intent of these Supplemental General Conditions to describe minimum quality, quantity, and scope of activity and they are not intended to be restrictive to any Service Provider.

The term “cleans”; shall mean “free from soil/dirt”. It is intended that all equipment and building surfaces shall be clean in all areas, whether specifically mentioned or not. The term “all areas” means all surface areas in the building.

The Service provider shall furnish, as part of this agreement, all necessary cleaning supplies and equipment to clean and maintain building, including but not limited to carts, containers, baskets, maintenance products, cleaning powders and products, detergents, disinfectants, polishes, vacuum cleaners, mops, brushes, etc.., specific brands may be indicated. Service Provider shall maintain Janitor Closet and equipment in a safe and clean condition.

The City shall furnish, as part of this contract, all paper products such as toilet tissue, hand towels, seat protectors, sanitary napkins, and including trash can liners and all soap products necessary for the public to utilize the facilities in a proper manner. All soap dispensers shall be maintained by the Service Provider.

OFFICE The Service Provider shall maintain an office with a competent company representative that can be reached Monday through Friday from 8:00 a.m. to 5:00 p.m. to discuss matters pertaining to this agreement with the Agreement Manager. An office is one that has a maximum response time of forty (40) minutes.

SUBCONTRACTORS Service Provider shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

Page 18 of 41

ASSIGNMENT OF CONTRACT Service Provider shall not assign the agreement or any right or interest hereunder, without the prior consent in writing of the City.

The City reserves the right to add or delete buildings and/or facilities at any time during the life of the contract or resulting extensions, with thirty (30) days written notice to the Service Provider. Additions shall be added at a negotiated rate that has the mutual agreement of the City and Service Provider and the means of negotiation shall utilize comparable facilities under existing service agreement. If the request for additional work begins during a billing cycle, the payment shall be prorated for the month in which work commenced.

The City reserves the right to change the work hours and work/shift schedule. The Service Provider shall be notified at least one (1) full week prior to such changes.

RESPONSIBILITY FOR WORK The Service Provider employees shall be responsible for all damages to people and/or property that shall occur as a result of the fault or negligence of said Service Provider.

PERSONNEL The Service Provider shall furnish sufficient supervisory and working personnel capable of promptly accomplishing to the satisfaction of the City’s Designee, and on schedule. All such personnel shall be physically able to do their assigned work.

Adequate and competent supervision shall be provided for all work done by the Service Provider’s employees to ensure accomplishment of high quality work that will be acceptable to the City’s Designee. In addition, a non-working supervisor shall inspect all areas under the contract a minimum of once month. The City’s Designee will perform contract compliance inspections only and will not act as a supervisor for the Service Provider.

Service Provider’s personnel shall not be allowed to make personal calls while at the City work sites. Service Provider shall be liable for all expenses for any and all non-authorized phone calls. Only employees on the payroll are to be on the work site.

HAZARDOUS CONDITIONS The Service Provider shall maintain all work sites free of hazards to persons and/or property resulting from his operations. Any hazardous conditions noted by the Service Provider, which is not a result of his operations, shall immediately be reported to the City’s Designee.

Page 19 of 41

ON-SITE STORAGE Except for those locations having designated custodial closets, no tools or equipment are to be stored on the premises. It is the Service Provider’s responsibility to properly and safely store materials and supplies in the designated closets (i.e. safe distance from water heaters or other heat sources, properly stacking materials. Flammables are not to be stored near ignition sources). No materials are to be stored within 18 inches of ceilings.

SAFETY TRAINING/PROCEDURES Service Provider must provide a copy of its safety training programs that include, but are not limited to, training your staff on hazardous material, safety procedures, and safe work practices.

END OF SUPPLEMENTAL GENERAL CONDITIONS

Page 20 of 41

Attachment D – Specifications City of Bountiful City Hall Janitorial Services Request for Proposals

CLEANING SPECIFICATIONS

ONCE A ONCE A FACILITY GENERAL CLEANING MONTH WEEK EACH TIME

VACUUM CARPETS - OFFICES X

VACUUM CARPETS - CUBICLES X

VACUUM CARPETS - CONFERENCE ROOMS X

VACUUM CARPETS - COUNTER AREA & HALLWAYS X

VACUUM MATS AT ENTRANCES / EXITS X

SPOT CLEAN CARPETS X

BRUSH / CLEAN UPHOLSTERY X

DUST MOP TILE FLOORS X

DAMP MOP TILE FLOORS X

DUST / CLEAN OFFICES, COMPUTERS, ETC. X

DUST HIGH AREAS X

DUST LIGHT FIXTURES, LAMPS, PICTURES X

DUST FILING CABINETS X

DUST PARTITIONS & LEGDES X

DUST AIR VENTS / GRILLS X

DUST BLINDS X

DUST WINDOW SILLS X

DUST FLOOR LENGTH WINDOW SILLS X

DUST / CLEAN DISPLAY CASE X

Page 21 of 41

REMOVE SPIDER WEBS FROM WALL & WINDOWS X

EMPTY WASTE BASKETS X

SPOT CLEAN KICK PLATES & BASEBOARDS X

SPOT CLEAN PARTITIONS & DOORS X

SPOT CLEAN WALLS (TO 6FT) X

SWEEP & CLEAN ENTRANCE WAYS X

CLEAN & SANITIZE DOOR HANDLES & PUSH PLATES X

CLEAN INTERIOR & EXTERIOR OF GLASS DOORS X

SANITIZE DESK AREAS, PHONES, KEYBOARDS, MOUSE, X ETC CLEAN KITCHEN AREA AND SINK X

CLEAN REFRIGERATOR AND SANITIZE HANDLES X

CLEAN & SANITIZE THE WATER COOLER / DRIP PAN X

EMPTY TRASH AND RECYCLING RECEPTACLES AND REPLACE LINERS X

FLATTEN CARDBOARD BOXES BFORE PLACING IN DUMPSTERS X

ONCE A ONCE A FACILITY RESTROOM CLEANING AND SANITIZING MONTH WEEK EACH TIME

DUST MOP TILE FLOORS X

CLEAN MIRRORS & BRIGHTWORK X

CLEAN & SANITIZE SINKS X

CLEAN & SANITIZE TOILETS, TOILET SEATS, AND URINALS X

CLEAN & SANITIZE DISPENSERS X

EMPTY SANITARY NAPKIN DISPENSERS X

EMPTY TRASH RECEPTACLES AND REPLACE LINERS X

Page 22 of 41

FILL SANITARY NAPKIN DISPENSERS (where applicable) X

FILL SOAP DISPENSERS X

FILL TOILET PAPER DISPENSERS X

FILL TOWEL DISPENSERS X

REPLACE DEODORIZER (where applicable) X

SANITIZE & MOP RESTROOMS X

SANITIZE & SPOT CLEAN WALLS (TO 6FT) X

SPOT CLEAN RESTROOM PARTITIONS X

ONCE A ONCE A FACILITY CLOSING INSTRUCTIONS MONTH WEEK EACH TIME

ARRANGE CHAIRS X

MAINTAIN JANITOR CLOSET X

TURN ON NIGHT LIGHTS (where applicable) X

CLOSE OFFICE AND HALLWAY DOORS X

SECURE ENTRY DOORS AND WINDOWS X

ACTIVATE ALARM SYSTEM X

SPECIFICALLY EXCLUDED FROM THIS CONTRACT ARE PLANT CARE, AND REPLACEMENT OF LIGHT BULBS, LAMPS, ETC.

END CLEANING SPECIFICATIONS

Page 23 of 41

Attachment E – Cost Proposal Bid Form City of Bountiful City Hall Janitorial Services Request for Proposals

MONTHLY SERVICE PRICE TOTAL YEARLY PRICE

PROPOSAL TOTAL

Page 24 of 41

Attachment F - SAMPLE PROFESSIONAL SERVICES AGREEMENT

THIS AGREEMENT for Professional Services (“Agreement”) is made this ___ day of ______2020 (“Effective Date”) by and between the (“City”) and ______(“Consultant”) (together sometimes referred to the “Parties”).

Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A, and incorporated here. Such work shall be provided at the time and place and in the manner specified in Exhibit A. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, this Agreement shall prevail. The terms and conditions of this Agreement shall apply to all subcontractors and sub-consultants.

1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on the date of completion specified in Exhibit A. Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8.

1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession and to the sole satisfaction of the Contract Administrator.

1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons.

1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to satisfy Consultant's obligations.

1.5 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator.

Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $ ______, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement, including but not limited to any and all costs of subcontractors or sub-consultants. In

Page 25 of 41 the event of a conflict between this Agreement and Exhibit A, regarding the amount of compensation, this Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized in advance by City, Consultant shall not bill City for duplicate services performed by more than one person.

2.1 Invoices. Consultant shall submit invoices monthly during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information:

 Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.,  The beginning and ending dates of the billing period;  A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  At City's option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense;  The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder necessary to complete the work described in Exhibit A;  Receipts for expenses to be reimbursed;  The Consultant’s signature.

2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant.

2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed.

2.4 Total Payment. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement.

In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire

Page 26 of 41

Agreement, unless the Agreement is modified in writing prior to the submission of such an invoice.

2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the fee schedule included with Exhibit A.

2.6 Reimbursable Expenses. Reimbursable expenses are included within the maximum amount of the contract.

2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any federal or state taxes.

2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date.

Section 3. FACILITIES AND EQUIPMENT. Except as otherwise provided, Consultant shall, at its sole cost and expense, provide all facilities and equipment necessary to perform the services required by this Agreement. City shall make available to Consultant only physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be required to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities.

Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure the types and amounts of insurance checked below and provide Certificates of Insurance, indicating that Consultant has obtained or currently maintains insurance that meets the requirements of this section and which is satisfactory, in all respects, to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's compensation. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution.

4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than TWO MILLION DOLLARS ($2,000,000.00) per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self-insurance complies fully

Page 27 of 41

with the provisions of the Utah Labor Code. Determination of whether a self- insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and authorized volunteers for loss arising from work performed under this Agreement.

4.2 Commercial General Automobile Liability Insurance.

4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than TWO MILLION DOLLARS ($2,000,000.00) per occurrence, combined single limit coverage, for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles.

4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least industry standard and subject to approval by the City’s Risk Manager.

4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy:

a. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis.

b. Any failure of Consultant to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers.

Page 28 of 41

4.3 Professional Liability Insurance.

4.3.1 General requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than TWO MILLION DOLLARS ($2,000,000) covering the licensed professionals' errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim.

4.3.2 Claims-made limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form:

a. The retroactive date of the policy must be shown and must be before the date of the Agreement.

b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates.

c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of five years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage.

d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement.

4.4 All Policies Requirements.

4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A: VII.

4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with Certificates of Insurance, and upon request, complete certified copies of all policies, including complete certified copies of all endorsements. All copies of policies and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf.

4.4.3 Notice of Reduction in or Cancellation of Coverage. A certified endorsement shall be attached to all insurance obtained pursuant to this Agreement stating that coverage shall not be suspended, voided, canceled

Page 29 of 41

by either party, or reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified, mail, return receipt requested, has been given to the City. In the event that any coverage required by this section is reduced, limited, cancelled, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than ten (10) working days after Consultant is notified of the change in coverage.

4.4.4 Additional insured; primary insurance. City and its officers, employees, agents, and authorized volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured's general supervision of Consultant; products and completed operations of Consultant, as applicable; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant in the course of providing services pursuant to this Agreement. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or authorized volunteers.

A certified endorsement must be attached to all policies stating that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage.

4.4.5 Deductibles and Self-insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement.

During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them.

4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

4.4.7 Variation. Contract Administrator may approve in writing a variation in the foregoing insurance requirements, upon a determination that the

Page 30 of 41

coverage, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected.

4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option, exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach:

 Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement;

 Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or

 Terminate this Agreement.

Section 5. INDEMNIFICATION

Consultant shall indemnify, defend with counsel selected by the City and hold harmless the City and its officials, officers, employees. agents and authorized volunteers from and against any and all losses, liability, claims, suits, actions, damages and causes of action arising out of any personal injury, bodily injury, loss of life or damage to property, or any violation of any federal, state or municipal law, regulation or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property or violation of law arises wholly from the negligence or willful misconduct of the City or its officers, employees, agents or authorized volunteers and (2) the actions of Consultant or its employees, subcontractors or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the Utah Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration.

Section 6. STATUS OF CONSULTANT.

6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Page 31 of 41

Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the Utah Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits.

Section 7. LEGAL REQUIREMENTS.

7.1 Governing Law. The laws of the State of Utah shall govern this agreement.

7.2 Compliance with Applicable Laws. Consultant and any subcontractor shall comply with all applicable local, state and federal laws and regulations applicable to the performance of the work hereunder.

7.3 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term or this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City.

Section 8. TERMINATION AND MODIFICATION.

8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant.

Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation.

In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement.

Page 32 of 41

8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period.

8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties.

8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. In the event that key personnel leave Consultant’s employ, Consultant shall notify City immediately.

8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement.

8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but not be limited to, any or all of the following:

8.6.1 Immediately terminate the Agreement;

8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement;

8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or

8.6.4 Charge Consultant the difference between the costs to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work.

Page 33 of 41

Section 9. KEEPING AND STATUS OF RECORDS.

9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties unless required by law.

9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement.

9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of, the City. Under Utah Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement.

Section 10. MISCELLANEOUS PROVISIONS.

10.1 Attorneys' Fees. If either party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose.

10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in Davis County.

10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in

Page 34 of 41

whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement.

10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement.

10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties.

10.6 Consultant Representative. All matters under this Agreement shall be handled for Consultant by Randal W. Jackson, Brian Judd or Wendy Grant.

10.7 City Contract Administration. This Agreement shall be administered by a Dr. Carmen Cave, Community Development Director, City of Bountiful ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee.

10.8 Notices. Any written notice to Consultant shall be sent to:

Example Janitorial 12345 wood Drive Bountiful, UT 84010 xxx-xxx-xxxx [email protected]

Any written notice to City shall be sent to the Contract Administrator:

Galen D. Rasmussen, Assistant City Manager City of Bountiful 795 South Main Bountiful, UT 84010 (801) 298-6117

10.9 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral.

10.11 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement.

Page 35 of 41

The authorized Parties have executed this Agreement as of the Effective Date.

CITY OF BOUNTIFUL CONSULTANT

Galen D. Rasmussen, Assistant City Manager Service Provider

Page 36 of 41

Attachment G

SAMPLE TABLE FORMAT QUALIFICATIONS OF FIRM RELATIVE TO CITY’S NEEDS

Project Name Client Description of work Total Project Cost Percentage of work Period work was Client contact information*

Did your firm meet the project schedule (Circle one) : Yes No

Give a brief statement of the firm’s adherence to the schedule and budget for the project:

Did your firm meet the project schedule (Circle one) : Yes No

Give a brief statement of the firm’s adherence to the schedule and budget for the project:

Did your firm meet the project schedule (Circle one) : Yes No

Give a brief statement of the firm’s adherence to the schedule and budget for the project:

Did your firm meet the project schedule (Circle one) : Yes No

Give a brief statement of the firm’s adherence to the schedule and budget for the project:

*Include name, title and phone number

Page 37 of 41

Attachment H

INSURANCE REQUIREMENTS

CONTRACTORS TO THE CITY OF BOUNTIFUL (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF UTAH.

AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:

MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH OCCURRENCE AGGREGATE WORKER’S COMPENSATION STATUTORY YES EMPLOYER’S LIABILITY STATUTORY GENERAL LIABILITY, BODILY INJURY $2,000,000 $2,000,000 INCLUDING PERSONAL YES INJURY, BROAD FORM PROPERTY DAMAGE $2,000,000 $2,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, BODILY INJURY & AND FIRE LEGAL PROPERTY DAMAGE LIABILITY COMBINED. $2,000,000 $2,000,000 BODILY INJURY $2,000,000 $2,000,000 - EACH PERSON $2,000,000 $2,000,000 AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, - EACH OCCURRENCE $2,000,000 $2,000,000 HIRED, YES NON-OWNED PROPERTY DAMAGE

BODILY INJURY AND $2,000,000 $2,000,000 PROPERTY DAMAGE, COMBINED

PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND ALL DAMAGES $2,000,000 OMISSIONS, YES MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT ALL DAMAGES $2,000,000 PERFORMANCE THE CITY OF BOUNTIFUL IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE YES TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.

IV. INSURANCE COVERAGE MUST INCLUDE:

D. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND

E. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY.

F. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL.

Page 38 of 41

II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE.

III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS”

D. PRIMARY COVERAGE

WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS.

E. CROSS LIABILITY

THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.

F. NOTICE OF CANCELLATION

3. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.

4. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.

NOTICES SHALL BE MAILED TO:

City Recorder CITY OF BOUNTIFUL 795 South Main BOUNTIFUL, UT 84010

Page 39 of 41

Attachment H MAIN LEVEL FINISH PLANS

See separate architect document,

Page 40 of 41

Attachment H LOWER LEVEL FINISH PLANS

See separate architect document.

Page 41 of 41

5 4 3 2

ROOM FINISH SCHEDULE ROOM FINISH SCHEDULE ROOM FINISH SCHEDULE GENERAL NOTES: WALL WALL WALL 1. -- B ROOM NAME FLOOR BASE NESW NOTES B ROOM NAME FLOOR BASE NESW NOTES B ROOM NAME FLOOR BASE NESW NOTES 100 ELEVATOR ------139 TOILET F7 -- W1/W6 W1/W6 W1/W6 W1/W6 224 CORRIDOR F3 B2 W1 W1 W1 W1 101 LOBBY F2 B1 W1 W1 W1 W1 140 MENS F7 -- W1/W6 W1/W6 W1/W6 W1/W6 225 STAIR F9 B2 W1 W1 W1 W1 102 WOMENS F7 -- W1/W6 W1/W6 W1/W6 W1/W6 141 HSK F7 -- W1/W7 W1/W7 W1/W7 W1/W7 226 CORRIDOR F4 B3 W1 W1 W1 W1 103 HSK F7 -- W1/W7 W1/W7 W1/W7 W1/W7 142 HALLWAY F2 B1 W1 W1 W1 W1 227 COUNCIL CHAMBERS F2 B4 W1/W5 W1/W5 W1/W5 W1/W5 1 104 CORRIDOR F3 B2 W1 W1 W1 W1 143 SERVING KITCHEN F3 B2 W1 W1 W1 W1 228 STORAGE F2 B1 W1 W1 W1 W1 A R C H I T E C T S 105 BREAK RM. F3 B2 W1 W1 W1 W1 144 MULTI PURPOSE F2 B1 W1 W1 W1 W1 229 A/V F2 B1 W1 W1 W1 W1 577 South 200 East 106 MECHANICAL F5 B2 W1 W1 W1 W1 3 145 STORAGE F2 B2 W1 W1 W1 W1 230 SECURED STORAGE F2 B1 W1 W1 W1 W1 FLOOR FINISH LEGEND 107 LOCKER F3 B2 W1 W1 W1 W1 146 STORAGE F2 B2 W1 W1 W1 W1 231 COUNCIL DIAS F2 B4 W1/W5 W1/W5 W1/W5 W1/W5 1 S L C, Utah 84111 F1 ENTRANCE MAT - SHAW CONTRACT, WELCOME II TILE 5T031, 108 ACCESSIBLE SHOWER F7 -- W1/W6 W1/W6 W1/W6 W1/W6 147 ELEVATOR EQUIP. F5 B2 W1 W1 W1 W1 3 232 LOBBY F4 B3 W1 W1 W1 W1 COLOR - CHARCOAL 31549, 24X24, QUARTER TURN INSTALL ph: (801) 533-2100 109 SHOWER F7 -- W1/W6 W1/W6 W1/W6 W1/W6 148 STORAGE F5 B2 W1 W1 W1 W1 3 233 ADMIN ASSISTANT F2 B1 W1 W1 W1 W1 F2 CARPET TILE - SHAW CONTRACT, UNWIND TILE 5T090, jrcadesign.com 110 FITNESS F8 B2 W1 W1 W1 W1 149 UTILITY STOR F5 B2 W1 W1 W1 W1 3 234 OPEN OFFICE F2 B1 W1 W1 W1 W1 COLOR - FITNESS 89549, 24X24, QUARTER TURN INSTALL 111 STORAGE F8 B2 W1 W1 W1 W1 150 VESTIBULE F1 B2 W1 W1 W1 W1 235 OPEN OFFICE F2 B1 W1 W1 W1 W1 F3 LVT - MOHAWK GROUP, HOT & HEAVY COLLECTION, BOLDER 112 CONFERENCE ROOM F2 B1 W1 W1 W1 W1 152 SUB COMMUNICATIONS 236 TREASURER F2 B1 W1 W1 W1 W1 C0010, COLOR - RIVER ROCK 832, 36X36 113 STORAGE F5 B2 W1 W1 W1 W1 3 201 STAIR -- -- W1 W1 W1 W1 237 COUNCIL WORKING/CONF F2 B1 W1 W1 W1 W1 F4 PORCELAIN TILE - LOBBY - DALTILE, EVER, EV05 EARTH, 114 FUTURE DEVELOPMENT F5 B2 W1 W1 W1 W1 3 202 LANDING F1/F4 B3 W1 W1 W1 W1 238 WORKROOM F2 B1 W1 W1 W1 W1 UNPOLISHED, 24X24; ACCENT FIELD TILE - EVER, EV05 115 MECHANICAL F5 B2 W1 W1 W1 W1 3 203 ELEVATOR ------239 HALLWAY F2 B1 W1 W1 W1 W1 EARTH, POLISHED, 24X24; ACCENT TILE - GAINSWOOD, GW07 WALNUT, 6X24. SEE FINISH PLAN FOR INSTALL. 116 STORAGE F5 B2 W1 W1 W1 W1 3 204 LOBBY F4 B3 W1 W1 W1 W1 1 240 HALLWAY F2 B1 W1 W1 W1 W1 117 STAIR F9 B2 W1 W1 W1 W1 205 WOMEN F7 -- W1/W6 W1/W6 W1/W6 W1/W6 241 STORAGE F2 B1 W1 W1 W1 W1 F5 EXISTING CONCRETE FINISH 118 STORAGE F5 B2 W1 W1 W1 W1 3 206 HSK F7 -- W1/W7 W1/W7 W1/W7 W1/W7 242 VEST. F1 B2 W1 W1 W1 W1 F6 ANTI-STATIC TILE 119 ELECTRICAL F5 B2 W1 W1 W1 W1 3 207 LOBBY F4 B3 W1 W1 W1 W1 243 FIRE RISER F5 B2 W1 W1 W1 W1 3 F7 PORCELAIN TILE - RESTROOMS - DALTILE KEYSTONES, FIELD TILE - MARBLE D325, ACCENT TILE - SUEDE GRAY D192, 2X2. 120 CORRIDOR F2 B1 W1 W1 W1 W1 208 SMALL CONFERENCE F2 B1 W1 W1 W1 W1 244 ASSIST FINANCE F2 B1 W1 W1 W1 W1 SEE FINISH PLAN FOR INSTALL PATTERN. 121 A/V F2 B2 W1 W1 W1 W1 209 PLANNING CONFERENCE F2 B1 W1 W1 W1 W1 245 FINANCE F2 B1 W1 W1 W1 W1 F8 ATHLETIC FLOORING - ROPPE, Q6 RECOIL FITNESS 122 MECH. F5 B2 W1 W1 W1 W1 3 210 HALLWAY F2 B1 W1 W1 W1 W1 246 HUMAN RESOURCES F2 B1 W1 W1 W1 W1 FLOORING, 36X36, SQUARE EDGE TILES, 3/8" THICKNESS, 123 STORAGE F5 B2 W1 W1 W1 W1 3 211 OPEN OFFICE F2 B1 W1 W1 W1 W1 247 EMPLOYEE TESTING F2 B1 W1 W1 W1 W1 COLOR - 378 COBALT LIGHT GRAY 124 CORRIDOR F2 B1 W1 W1 W1 W1 211 OPEN OFFICE F2 B1 W1 W1 W1 W1 248 PAYROLL F2 B1 W1 W1 W1 W1 F9 RUBBER STAIR TREAD - ROPPE, 94 RAISED SQUARE DESIGN, D 125 STORAGE F5 B2 W1 W1 W1 W1 3 211 OPEN OFFICE F2 B1 W1 W1 W1 W1 249 OPEN OFFICE F2 B1 W1 W1 W1 W1 W/ ABRASIVE STRIPS, COLOR - 126 EXISTING SECURE VAULT ------212 PLANNER F2 B1 W1 W1 W1 W1 250 COLLECTIONS F2 B1 W1 W1 W1 W1 127 HALLWAY F2 B1 W1 W1 W1 W1 212 ADMIN ASSISTANT F2 B1 W1 W1 W1 W1 251 ASSISTANT CITY MGR F2 B1 W1 W1 W1 W1 BASE FINISH LEGEND 128 OFFICE F2 B1 W1 W1 W1 W1 213 CITY ENGINEER F2 B1 W1 W1 W1 W1 252 VAULT F2 B2 W1 W1 W1 W1 129 STORAGE F2 B2 W1 W1 W1 W1 214 WORK/COPY F2 B1 W1 W1 W1 W1 253 ATTORNEY F2 B1 W1 W1 W1 W1 B1 CARPET BASE - SHAW CONTRACT, HIGHLIGHT ECOWORX 130 OFFICE F2 B1 W1 W1 W1 W1 215 ACTIVE STORAGE F2 B1 W1 W1 W1 W1 254 ADMIN FILE STORAGE F2 B2 W1 W1 W1 W1 BROADLOOM, COLLECTION - SHADOWS 60735, COLOR - LAVA 131 OFFICE F2 B1 W1 W1 W1 W1 216 OPEN OFFICE F2 B1 W1 W1 W1 W1 255 HALLWAY F2 B1 W1 W1 W1 W1 35549, BOUND EDGE, 4" 132 OPEN OFFICE F2 B1 W1 W1 W1 W1 217 ASSISTANT CITY ENGINEER F2 B1 W1 W1 W1 W1 256 OPEN OFFICE F2 B1 W1 W1 W1 W1 B2 RUBBER BASE - ROPPE, LUNAR DUST 114, 4" 133 STORAGE F2 B2 W1 W1 W1 W1 218 STAFF ENGINEER F2 B1 W1 W1 W1 W1 257 CITY MANAGER F2 B1 W1 W1 W1 W1 B3 PORCELAIN TILE BASE - DALTILE, EVER, COVE S-36C9T, 6X12, COLOR - EV05 EARTH 134 COMMUNICATIONS F6 B2 W1 W1 W1 W1 219 OPEN OFFICE F2 B1 W1 W1 W1 W1 258 MAYOR F2 B1 W1 W1 W1 W1 B4 WOOD BASE 135 OFFICE F2 B1 W1 W1 W1 W1 220 BUILDING OFFICIAL F2 B1 W1 W1 W1 W1 259 CONFERENCE ROOM F2 B1 W1 W1 W1 W1 136 CONFERENCE F2 B1 W1 W1 W1 W1 221 BUILDING INSPECTOR F2 B1 W1 W1 W1 W1 260 MEN F7 -- W1/W6 W1/W6 W1/W6 W1/W6 137 STORAGE F2 B2 W1 W1 W1 W1 222 PUBLIC WORKS INSPECTOR F2 B1 W1 W1 W1 W1 261 HSK F7 -- W1/W7 W1/W7 W1/W7 W1/W7 WALL FINISH LEGEND 138 CORRIDOR F2 B1 W1 W1 W1 W1 223 MUD ROOM F3 B2 W1 W1 W1 W1 W1 FIELD PAINT - SHERWIN WILLIAMS, CITY LOFT, SW7631 W2 ACCENT PAINT 1 - SHERWIN WILLIAMS, BALANCED BEIGE SW7037 W3 ACCENT PAINT 2 - SHERWIN WILLIAMS, KEYSTONE GRAY SW7504 W4 ACCENT PAINT 3 - SHERWIN WILLIAMS, STORM CLOUD, SW6249 W5 WALL COVERING - KOROSEAL, PORTFOLIO, TYPE I, PRTF-02 W6 WALL TILE - DALTILE, FIELD TILE - AVIANO, AV62 TRENTINO A B C D E F G BEIGE, 10X14; ACCENT GLASS TILE - DALTILE, COLOR WAVE, NINE IRON CW19, TOP HAT CW18, 2X12, SCHLUTER SYSTEMS ASSIST DILEX-EHK/-HKS (TYPE 304) @ ALL INTERIOR 90 DEGREES FINANCE CORNERS, ECK-E @ ALL EXTERIOR 90 DEGREES CORNERS, 12.03 12.03 12.03 244 COLOR - TBD, ON TOP AND ALL SIDE EDGES OF TILE IN ALL 1 1 LOCATIONS - SCHLUTER-JOLLY, COLOR - TBD. SEE ELEVATION C1/AE121 FOR INSTALL PATTERN 09.03 STAIR FIRE 09.03 W7 WALL TILE - DALTILE, MATTE ALMOND X735, 4X4, SEE 225 12.02 RISER ELEVATION. BUILDING 12.03 243 VEST. 12.03 12.03 OFFICIAL C 09.03 09.03 COUNCIL 242 HUMAN 220 STORAGE 09.03 09.03 DIAS FINANCE RESOURCES 241 231 245 246 UP 2 EMPLOYEE 2 OPEN PUBLIC CORRIDOR HALLWAY ROOM FINISH SCHEDULE NOTES: BUILDING TESTING OFFICE WORKS 224 240 INSPECTOR 247 219 INSPECTOR 1. SEE ELEVATIONS FOR DETAILS 221 222 2. SEE FINISH PLAN FOR ACCENT PAINT LOCATIONS. MUD PAYROLL 12.03 3. RUBBER BASE AND PAINT ONLY ON GYP. WALLS. ROOM 248 12.03 223

09.03 09.03 KEY NOTES: 3 OPEN 3 STAFF OFFICE ENGINEER COUNCIL WORKROOM 249 09.03 ACCENT WALL. COLOR TO BE DETERMINED. 218 OPEN WORKING/CONF 12.01 MOTORIZED WINDOW SHADE 12.03 238 12.03 OFFICE ACTIVE 237 COLLECTIONS 12.02 MOTORIZED WINDOW SHADE AT CLEARSTORY GLAZING 216 STORAGE 250 ASSEMBLY ABOVE ASSISTANT 215 COUNCIL 09.03 12.03 MANUAL WINDOW SHADE CITY 12.03 ENGINEER CHAMBERS 4 217 227 ASSISTANT 4 CITY MGR BOUNTIFULCITYHALL REMODEL 100 EAST 790 SOUTH BOUNTIFUL,UTAH 84010 09.03 251 Remodel_Central_v19_kxm82TCB.rvt 12.03 PROJECT #: 18034 CITY WORK/COPY 09.03 VAULT 214 PERMIT AND BIDDING SET ENGINEER 252 09.03 CORRIDOR TREASURER 04/22/2019 213 12.03 5 226 236 5 DATE REVISION 09.03 FLOOR FINISH LEGEND: HALLWAY ADMIN 09.03 OPEN OPEN HALLWAY 210 OPEN FILE 12.03 A/V OFFICE OFFICE 255 OFFICE STORAGE ENTRANCE MAT, F1 229 SECURED 234 235 12.03 211 254 B STORAGE STORAGE ATTORNEY 253 PLANNER 228 230 6 212 6 CARPET TILE, F2 12.03 09.03 LOBBY ADMIN OPEN 207 LOBBY LOBBY ASSISTANT OFFICE SMALL 204 232 233 256 LVT, F3 CONFERENCE 208 CITY MAYOR MANAGER 7 PLANNING 7 PORCELAIN TILE - LOBBY, F4 DN 258 257 12.03 CONFERENCE CONFERENCE ELEVATOR ROOM 09.03 209 12.01 203 MEN 12.01 12.03 12.03 12.01 WOMEN 259 260 EXISTING CONCRETE FINISH, F5 205 LANDING 09.03 202 DN HSK HSK 8 8 206 261 ANTI -STATIC TILE, F6 UTILITY VESTIBULE MAIN LEVEL 9 STOR 9 C:\Users\kmatson\Documents\18034 - Bountiful City Hall City Bountiful - C:\Users\kmatson\Documents\18034 150 149 STORAGE FINISH PLAN 148 PORCELAIN TILE - RESTROOMS, F7

M

P

6 ATHLETIC FLOORING, F8

0

:

8 A B C D E F G

3

:

3 PROJECT

9 NORTH

1

0

2

/

2 A5 MAIN LEVEL FINISH PLAN

2 RUBBER STAIR TREAD, F9

/

4 N AE122 AE122 SCALE 3/32" = 1' -0" 0" 8' 16'

A 5 4 3 2 1 5 4 3 2 GENERAL NOTES:

1. --

FIELD PAINT F7 FIELD COLOR DOOR AND FRAME ASSEMBLY F7 ACCENT COLOR

FIELD TILE MARBLE THRESHOLD A R C H I T E C T S FLOOR FINISH LEGEND ACCENT TILE 577 South 200 East

"

6 F1 ENTRANCE MAT - SHAW CONTRACT, WELCOME II TILE 5T031, CERAMIC TILE AS S L C, Utah 84111 COLOR - CHARCOAL 31549, 24X24, QUARTER TURN INSTALL SCHEDULED F2 CARPET TILE - SHAW CONTRACT, UNWIND TILE 5T090, ph: (801) 533-2100 FLOORING AS COLOR - FITNESS 89549, 24X24, QUARTER TURN INSTALL

" jrcadesign.com SCHEDULED 6

-

"

'

X F3 LVT - MOHAWK GROUP, HOT & HEAVY COLLECTION, BOLDER

2

6

A

/

1 C0010, COLOR - RIVER ROCK 832, 36X36 " M FIELD TILE

0

1

-

' F4 PORCELAIN TILE - LOBBY - DALTILE, EVER, EV05 EARTH, 4 UNPOLISHED, 24X24; ACCENT FIELD TILE - EVER, EV05 EARTH, POLISHED, 24X24; ACCENT TILE - GAINSWOOD, GW07 WALNUT, 6X24. SEE FINISH PLAN FOR INSTALL. 6" F5 EXISTING CONCRETE FINISH F6 ANTI-STATIC TILE CONCRETE SLAB THICK SET MORTAR BED F7 PORCELAIN TILE - RESTROOMS - DALTILE KEYSTONES, FIELD TILE - MARBLE D325, ACCENT TILE - SUEDE GRAY D192, 2X2. SEE FINISH PLAN FOR INSTALL PATTERN. F8 ATHLETIC FLOORING - ROPPE, Q6 RECOIL FITNESS FLOORING, 36X36, SQUARE EDGE TILES, 3/8" THICKNESS, 3 TYP. THRESHOLD DETAIL 2 TYP. RESTROOM/SHWR ELEVATION 1 TYP. TILE FLOOR PATTERN COLOR - 378 COBALT LIGHT GRAY F9 RUBBER STAIR TREAD - ROPPE, 94 RAISED SQUARE DESIGN, AE121 SCALE 1 1/2" = 1' -0" AE121 SCALE 3/8" = 1' -0" AE121 SCALE 1/4" = 1' -0" W/ ABRASIVE STRIPS, COLOR -

D

BASE FINISH LEGEND

B1 CARPET BASE - SHAW CONTRACT, HIGHLIGHT ECOWORX BROADLOOM, COLLECTION - SHADOWS 60735, COLOR - LAVA 35549, BOUND EDGE, 4" B2 RUBBER BASE - ROPPE, LUNAR DUST 114, 4" B3 PORCELAIN TILE BASE - DALTILE, EVER, COVE S-36C9T, 6X12, COLOR - EV05 EARTH B4 WOOD BASE

WALL FINISH LEGEND

W1 FIELD PAINT - SHERWIN WILLIAMS, CITY LOFT, SW7631 W2 ACCENT PAINT 1 - SHERWIN WILLIAMS, BALANCED BEIGE SW7037 W3 ACCENT PAINT 2 - SHERWIN WILLIAMS, KEYSTONE GRAY SW7504 W4 ACCENT PAINT 3 - SHERWIN WILLIAMS, STORM CLOUD, SW6249 W5 WALL COVERING - KOROSEAL, PORTFOLIO, TYPE I, PRTF-02 W6 WALL TILE - DALTILE, FIELD TILE - AVIANO, AV62 TRENTINO A B C D E F G BEIGE, 10X14; ACCENT GLASS TILE - DALTILE, COLOR WAVE, NINE IRON CW19, TOP HAT CW18, 2X12, SCHLUTER SYSTEMS DILEX-EHK/-HKS (TYPE 304) @ ALL INTERIOR 90 DEGREES CORNERS, ECK-E @ ALL EXTERIOR 90 DEGREES CORNERS, COLOR - TBD, ON TOP AND ALL SIDE EDGES OF TILE IN ALL LOCATIONS - SCHLUTER-JOLLY, COLOR - TBD. SEE 1 1 ELEVATION C1/AE121 FOR INSTALL PATTERN W7 WALL TILE - DALTILE, MATTE ALMOND X735, 4X4, SEE ELEVATION. EXISTING STORAGE SECURE 09.01 123 VAULT C MECH. MECHANICAL STORAGE STORAGE ELECTRICAL STORAGE 126 122 115 116 118 119 125 09.01 ROOM FINISH SCHEDULE NOTES:

2 2 1. SEE ELEVATIONS FOR DETAILS STAIR 2. SEE FINISH PLAN FOR ACCENT PAINT LOCATIONS. 117 UP 3. RUBBER BASE AND PAINT ONLY ON GYP. WALLS. CORRIDOR CORRIDOR 120 124 09.03 09.01 KEY NOTES: A/V 12.03 3 121 3 09.01 EXISTING WALL ASSEMBLY, PATCH & REPAIR SURFACE OFFICE PRIOR TO FINAL FINISH. ORIGINAL WALL CONSTRUCTION 128 IDENTIFIED AS SOUND BARRIER. FULL HEIGHT TO 11'-1 7/16" STORAGE STRUCTURE ABOVE. FIELD VERIFY HALLWAY 09.01 STORAGE STORAGE 129 09.03 ACCENT WALL. COLOR TO BE DETERMINED. FUTURE 113 146 127 12.03 MANUAL WINDOW SHADE DEVELOPMENT 09.03 114 4 12.03 4

MULTI BOUNTIFULCITYHALL REMODEL 100 EAST 790 SOUTH BOUNTIFUL,UTAH 84010 PURPOSE OFFICE

Remodel_Central_v19_kxm82TCB.rvt 144 130 SERVING PROJECT #: 18034 KITCHEN HALLWAY 142 143 PERMIT AND BIDDING SET 09.03 04/22/2019 DATE REVISION 5 ACCESSIBLE 12.03 5 FLOOR FINISH LEGEND: SHOWER SHOWER 109 108 STORAGE OFFICE CONFERENCE CORRIDOR 145 131 ENTRANCE MAT, F1 FITNESS ROOM 104 09.01 110 112 OPEN B LOCKER STORAGE OFFICE 107 111 132 STORAGE CARPET TILE, F2 6 09.01 133 6 CORRIDOR 138 LVT, F3 LOBBY UP 101 HSK HSK TOILET 103 141 139 PORCELAIN TILE - LOBBY, F4 7 7 MECHANICAL CONFERENCE OFFICE COMMUNICATIONS 106 BREAK RM. ELEVATOR 136 09.03 12.03 ELEVATOR MENS 135 134 105 WOMENS 100 STORAGE EQUIP. EXISTING CONCRETE FINISH, F5 102 140 137 147

8 8 ANTI -STATIC TILE, F6 9 9 LOWER LEVEL C:\Users\kmatson\Documents\18034 - Bountiful City Hall City Bountiful - C:\Users\kmatson\Documents\18034 PORCELAIN TILE - RESTROOMS, F7 FINISH PLAN

M ATHLETIC FLOORING, F8

P

0

0

:

8 A B C D E F G

3

:

3 PROJECT

9 NORTH

1

0

2

/ RUBBER STAIR TREAD, F9

2 A5 LOWER LEVEL FINISH PLAN

2

/

4 N AE121 AE121 SCALE 3/32" = 1' -0" 0" 8' 16'

A 5 4 3 2 1 A 4/22/2019 3:43:03 PM C:\Users\kmatson\Documents\18034 B - Bountiful City Hall Remodel_Central_v19_kxm82TCB.rvt C D 5 5 GI111 GI111 C5 A5 SCALE LEVEL CODE ANALYSIS PLANLOWER SCALE MAIN LEVEL ANALYSIS CODE PLAN 3/32" 1'= 3/32" 1'= - - 0" 0" MECHANICAL ASSISTANT BUILDING OFFICIAL ENGINEER OFFICE ENGINEER PLANNER OPEN ENGINEER 219 106 STAFF 220 CITY 212 217 218 CITY 213 MECHANICAL CONFERENCE PLANNING 115 FITNESS 209 110 HALLWAY 1 0 .1 5 INSPECTOR 210

REF.REF. BUILDING 221 DEVELOPMENT 10 .15 OCC. LOAD = 175 LOAD = OCC. FUTURE OFFICE WIDTH REQ: 35"REQ: WIDTH OPEN 216 114 BREAK RM.BREAK WIDTH = = 36"WIDTH SHOWER 105 WORK/COPY WIDTH REQ: 22.6" REQ: WIDTH OFFICE 109 OCC. LOAD 113 = OCC. OPEN INSPECTOR 211 CONFERENCE WORKS PUBLIC 214 222 WIDTH = 54" = WIDTH SMALL STORAGE 208 14.2 VENDING LOBBY COUNTER LOCKER 116 207 107 STORAGE LIGHT TABLE ACTIVE ACCESSIBLE ROOM CORRIDOR MUD L TTERPLO 10 .15 SHOWER 215 223 4 4 224 108 WIDTH = 96" = WIDTH 72"REQ: WIDTH LOAD = 243OCC. 49 DN STAIR CORRIDOR STAIR 225 117 WOMEN CORRIDOR 47 205 226 UP HSK 103 104 STORAGE WOMENS 1 0 .1 5 STORAGE 102 228 94 118 REF. HSK 206 REF. CONFERENCE STORAGE UTILITY ELEVATOR SERVING KITCHEN STOR 113 229 ROOM 149 A/V ELEVATOR 143 112 100 OCC. LOAD = 15 LOAD = OCC. 203 WIDTH REQ: 3"REQ: WIDTH VESTIBULE WIDTH = = 36"WIDTH ELECTRICAL 150 94 119 LOBBY COUNCIL CHAMBERS 10 .16 ELEVATOR COUNCIL 10 .13 101

DIAS LANDING

231

EQUIP.

6 227

6 DN LOBBY 147 4

5 202 ' ' 204 243 CORRIDOR

1 120 DN

UP 8 HALLWAY

10 .15 = 6 6 '/ 142 2 3 ' STORAGE 15 STORAGE STORAGE STORAGE SECURED HSK 148 261 TRAVEL DISTANCE 244' = 121 A/V MENS 146 145 230 140 94 LONGEST PATHLONGEST MECH. 122 HSK 141 25 25 MEN 260 53 WORKING/CONF STORAGE 3 3 RISER FIRE TREASURER 243 241 COUNCIL COUNTER OFFICE FDC LOCATIONFDC OPEN LOBBY WIDTH = 72" = WIDTH 71.2" REQ: WIDTH = LOAD 356OCC. 234 236 237 STORAGE 232 TOILET 139 137 HALLWAY CORRIDOR 240 138 32 VEST. 242 PURPOSE MULTI 144 WIDTH = 60" = WIDTH 22.6" REQ: WIDTH = LOAD 113OCC. HALLWAY CONFERENCE CONFERENCE WIDTH = 36" = WIDTH 25.2"REQ: WIDTH LOAD = OCC. 126 STORAGE 239 16 FINANCE ROOM ASSIST 123 259 136 244 WORKROOM 25 25 238 OFFICE OPEN ASSISTANT 235 ADMIN 233 STORAGE 129 MAYOR FINANCE CORRIDOR 258 STORAGE OFFICE OFFICE STORAGE OPEN VAULT 245 ADMIN 249 135 124 252 FILE 254 125 OFFICE OPEN 132 HALLWAY 127 HALLWAY 1 0 .1 5 255 COMMUNICATIONS OFFICE OFFICE RESOURCES STORAGE 130 OFFICE 128 MANAGER EXISTING SECURE COLLECTIONS HUMAN 10 .16 131 VAULT 134 ATTORNEY ASSISTANT 133 PAYROLL CITY CITY MGR CITY 246 126 257 EMPLOYEE OFFICE TESTING 248 OPEN 253 251 250 256 247 2 2 0" 01 FIREEXTINGUISHER, WALL MOUNTED10.16 FIREEXTINGUISHER, SEMI-RECESSED CABINET 10.15 OCCUPANT LOADCALCULATION FORA-3 OCCUPANCY 10.13 TOESTABLISH EGRESS PATH & OCCUPANCYDISPURSEMENT CLASSIFIEDFOR COUNCILDIAS 231, HAVE BEEN COMBINED KEY NOTES: 8' 16' N PROJECT NORTH TONY23195S 0 1.8 0.4 100 300 B 179.5 SF S-1 129.1 SF 253 254 ADMIN FILESTORAGE ATTORNEY A/V 93.5SF 108 ACCESSIBLESHOWER SITN IYMR21195S 0 1.8 100 1.3 B 179.5 SF 100 B 251 128.6 SF 4.1 244 100 ASSISTANTCITY MGR B 409.1 SF ASSISTFINANCE 233 0.9 1.3 300 100 ADMIN ASSISTANT S-1 B A/V 275.4 SF 133.5 SF 215 217 ASSISTANTCITY ENGINEER ACTIVESTORAGE OFRNERO 5 0. FB1 13.8 2.7 0.9 15 100 100 B B B 206.4 SF 265.6 SF 88.0SF 123.0 SF 259 257 255 256 HSK MEN CONFERENCEROOM MAYOR CITYMANAGER OPENOFFICE HALLWAY LCRCL19326S 0 1.1 0.7 0.9 1.9 300 300 1.4 300 0.0 9.0 B 416.2 SF S-1 300 15.9 23.4 332.6 SF 195.5 SF 300 S-1 2.2 300 259.0 SF 50 B 1.0 100 S-1 120 40.8 15 555.8 SF 119 428.7 SF S-1 118 100 B 12.6SF B 116 B 451.4 SF 300 15 65.0SF 1,585.3 B SF 115 351.2 SF 113 222.6 SF B B 111 110 296.1 SF 611.3 114 SF 109 CORRIDOR 276.7 SF 112 ELECTRICAL 107 237.3 SFSTORAGE S TA IR 64.7STORAGE SF 106 105 MECHANICAL 104 FUTUREDEVELOPMENT STORAGE 102 CONFERENCEROOM STORAGE 100 FITNESS SHOWER LOCKER MECHANICAL BREAK RM. CORRIDOR HSK WOMENS LOBBY ELEVATOR OLCIN 5 3. FB101.3 1.1 1.6 2.0 100 0.5 100 100 0.2 2.3 0.3 100 B B B 100 133.4 SF 300 113.9 SF 100 158.5 SF B 2.2 300 B 199.5 SF 1.6 B B 48.2SF 2.6 250 B 248 66.1SF 226.9 SF 249 2.3 100 32.2 76.1SF 100 89.9SF 245 100 123.2 SF B 247 100 0.3 15 246 243 222.0 SF B VAULT 241 B 158.3 SF 240 B B COLLECTIONS 239 256.7 SF 300 OPENOFFICE 226.7 SF 278.6 0.4 483.0 SF PAYROLL 238 EMPLOYEETESTING B 236 HUMANRESOURCES FINANCE 235 92.2SF 7 300 234 1.2 1.3 237 FIRE 1.9RISER 1.3 VEST. 341.2 SF 1.3 STORAGE A-3 6.8 B HALLWAY 173.5 SF 100 1,950.1SF HALLWAY 2.4 228 100 110.6 100 SF WORKROOM 100 1.8 1.8COUNCIL 100 WORKING/CONF 226 100 TREASURER 4.0 B B OPEN B OFFICE 100 224 227 B OPENOFFICE 117.6 SF B 129.8 100 SF 223 185.8 SF B 132.4 SF 100 133.9 SF 100 B 679.6 SF 1.2 29.4 B 239.4 SF B 219 221 181.0 SF 220 STORAGE B 222 179.8 SF COUNCILCHAMBERS 218 173.3 SFCORRIDOR 15 100 398.5 SF 216 S TA IR 0.2CORRIDOR 214 0.1 MUDROOM 212 B B 213 PUBLIC WORKS INSPECTOR 230.2 SF BUILDINGINSPECTOR 210 211 120.8 SF 440.6 SF BUILDINGOFFICIAL 300 300 OPENOFFICE 382.1 SF STAFFENGINEER 205 B RedundantOPEN B OFFICE Room 129.1 SF 208 209 58.6SF 29.0SF WORK/COPY 203 202 CITYENGINEER PLANNER OPENOFFICE 150 HALLWAY PLANNINGCONFERENCE 148 149 SMALLCONFERENCE LOBBY HSK WOMEN LOBBY ELEVATOR LANDING S TA IR VESTIBULE UTILITY STOR STORAGE TRG 4 0. FB300.4 0.4 1.0 300 97.2 300 2.9 300 B B 0.2 15 B 105.5 SF 100 2.0 122.8 SF 311.5 SF A-3 0.4 B 300 547.9 SF Redundant Room 2.3 1,457.4SF 100 146 3.8 1.1 2.3 287.7 SF 145 147 S-1 152 2.3 0.7 300 227.6 SF B 73.4SF 100 142 144 B 100 300 100 199.1 SF 143 286.4 SF S-1 1.2 100 300 B Grand 130.7 SF total:49 S-1 B B 138 1.1SUBCOMMUNICATIONS 137 231.1 SF 342.4 SF ELEVATOREQUIP. 375.3 SF 228.9 SF 0.9 135 S-1 B STORAGE 300 136 STORAGE 200.2 SF 231.1 SF MULTIPURPOSE 133 300 112.3 SFSERVING KITCHEN 131 S-1 134 300 HALLWAY 132 130 HSK 371.6 SF S-1 MENS 71.6SF 129 128 TOILET 319.2 SF S-1 CORRIDOR 127 257.5 SF STORAGE CONFERENCE 125 OFFICE 124 COMMUNICATIONS 123 STORAGE 126 OPENOFFICE OFFICE OFFICE STORAGE OFFICE HALLWAY EXISTING SECUREVAULT STORAGE CORRIDOR STORAGE MECH. ONI IS21758S - 549.1 0.3 15 300 A-3 735.8 SF B 90.9SF 231 230 LOBBY COUNCIL DIAS SECUREDSTORAGE OMNM OM#AREA ROOM# ROOMNAME OMNM OM#AREA ROOM# ROOMNAME 1 OCCUPANTLOAD SCHEDULE- LOWERLEVEL OCCUPANT LOAD SCHEDULE- MAIN LEVEL 6 64S 0 0.2 1.8 300 100 B 46.4SF 209.1 SF B 181.3 SF 261 260 258 1 267.0 SF 117 3.1 100 50.2SF B 314.1 SF 103 101 5 09S 0 0.3 300 B 80.9SF 252 62.8SF 242 138.9 SF 225 2.5 0.2 5.8 100 300 100 B B 247.8 SF 46.7SF B 579.7 SF 207 206 204 Redundant Room 201 4 78S 0 0.2 300 B 47.8SF 245.5 SF 63.0SF 141 140 139 1.7 0.1 300 300 B S-1 518.4 SF 42.5SF 122 121 3 0. FB102.0 0.2 100 300 B 201.3 SF B 50.3SF 232 229 3906S 475.2 13,980.6SF 4450S 223.5 14,495.0SF TYPE TYPE OCC. OCC. FACTOR FACTOR LOAD LOAD FIXED LOAD LOAD OCC. OCC. 446.3 1 5 .0 Actual minimum: 60 inches minimum: 60Actual 2 - STORIES 20, - Height ActualBuilding: of FEET 2015International BuildingCode ApplicableCodes: Construction Type (circle):ConstructionType Requiredinches minimum: 44 250' A: Travel Distance(Table1017.2) Access Exit ProvidedSinksService= 2 RequiredSinksService =1 DrinkingProvidedFountains - 610/100or 7 = 6.1 DrinkingRequiredFountains - Egress WidthProvided:Actual 180"total Required 1005.3:Width 158"IBC Egress asper WidthEgress Occupants8.8 S-1: 153.8 Occupants B: 100 Occupants A-3: Main Level: Occupants8.8 S-1: 115.9 Occupants B: 207.4Occupants A-3: LowerLevel: Design1004.1.2 TableLoad asOccupantper IBC Design LoadOccupant Chapter10 - lobbyrequired Elevator not 713.14.1Section- PenetrationsshallSe withcomply 707.7Section- Openings shallprotectedbeper S 707.6Section- barriersseparaterequired Fire for 707- Section Protection andSmoke Fire - Chapter7 required is separation fethangreater Fire 30 is Table 602- requirenot does resist fire IIB Type Table 601- ResistanceRated Fire Construction - Chapter6 Non-Separated508.3 per(circle) OccupanciesIBC as 508.3 Section 16,712Upper Area =S.F. LevelGross 16,357Lower Area =S.F. LevelGross Building Gross Area= 33,069 S.F. AllowableTotal Area = 150,500 52,500 (3) S-1 69,000(SM) (4) B & Restrictive 28,500 Most (SM) (3) A-3 buildingEntire equipped is automaticsup firewith NO AllowableHeight andAreas Setion503- YES MixedUse (circle): S-1 B, A-3, Group(s): Occupancy III-A II-B II-A I-B I-A BountifulCity BountifulCity Owner: 100E 790S. Municipality/Jurisdiction: Hall BountifulCity Address: Project Project Type II BII Type CorridorWidth (Table1018.2) 250' S-1: 300' B: AllowableTable 503:per IBC as Areaper Story AllowableHeight TableBuilding of 504.3 IBC asper - 9 198.5 397 198.5 397 M F A-3 A-3 - 4 123.50 247 123.50 247 M F A-3 A-3 145.5 45.5 91 M TOTAL 91 F TOTAL M F B B 0 52 104 52 M TOTAL 104 F TOTAL M F B B T y pe T y pe LEGEND: Occ Occ Gender Gender Upper Level Lower Level oa:679.8Occupants Total: L o ad L o ad Occ Occ ANSI A117.1 (Current Edition) A117.1 (Current ANSI 2013 90.1ASHRAE 101(Current Edition)NFPA 2017NationalCode Electric 2015International MechanicalCode 2015International Plumbing Code 2015International ConservationEnergyCode CODE ANALYSIS 50% 50% 51.82 1.8225 25 1.59 3.05125 65 2.08 2.0825 25 0.99 1.90125 65 Ratio Ratio Upper Water Lower Water Closets Closets 1 S B OCCUPANCY A III-B IV-A IV-B V-A V-B V-A IV-B IV-A III-B Required Required 4 5 4 4 - - - W C 's W C 's 1 OCCUPANCY 3 OCCUPANCY HOUR FIREHOUR BARRIER Primary Classification Primary 01.14 1.1440 40 0.99 200 0.99 200 1.30 1.3040 40 0.62 200 0.62 200 Ratio Ratio ancebuildingfor elements. pression system: Yes pressionsystem: d uses per Table 508.4uses per d et, no additional fire resistance additional no et, resistancefire Lavatories Lavatories ction ction 714 total ection716 ET-7 O 3 - LOK , 75 - FEET : : Upper Lower : YES NO YES : 3 3 2 2 Required Required Lav's Lav's 0 0.46 100 0.46 100 0.40 500 0.40 500 0.52 100 0.52 100 0.25 500 0.25 500 Ratio Ratio Upper Drinking Lower Drinking Fountains Fountains 1 1 Required 1 1 Required DF' s DF' s PROJECT #:PROJECT jrcadesign.com ph: (801) 533-2100 S L C, Utah 84111 577 South 200 East A R C H I T E C T S GI111 PERMIT AND BIDDING SET BIDDING AND PERMIT DATE ANALYSIS BOUNTIFUL CITY HALL REMODEL CODE 04/22/2019

REVISION 790 SOUTH 100 EAST 1 8 0 3 4 BOUNTIFUL, UTAH 84010