Indoor Track Surface Project # 2584.0

expired opportunity(Expired)
From: University of kentucky(Higher Education)
UK-2289-23

Basic Details

started - 01 Sep, 2022 (19 months ago)

Start Date

01 Sep, 2022 (19 months ago)
due - 06 Oct, 2022 (18 months ago)

Due Date

06 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
UK-2289-23

Identifier

UK-2289-23
University of Kentucky

Customer / Agency

University of Kentucky
unlockUnlock the best of InstantMarkets.

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

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

A n E q u a l O p p o r t u n i t y U n i v e r s i t y Request for Proposal UK-2289-23 Proposal Due Date 10/06/2022 Indoor Track Surface Project# 2584.0 bs UNIVERSITY OF KENTUCKY Purchasing Division Revised 9-11-2020 REQUEST FOR PROPOSAL (RFP) ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. PROPOSAL NO.: UK-2289-23 RETURN ORIGINAL COPY OF PROPOSAL TO: UNIVERSITY OF KENTUCKY PURCHASING DIVISION 411 S LIMESTONE ROOM 322 PETERSON SERVICE BLDG. LEXINGTON, KY 40506-0005 Issue Date: 09/16/2022 Title: Indoor Track Surface Purchasing Officer: Ken Scott Phone: 859.257.9102/Kenneth.Scott@uky.edu IMPORTANT: PROPOSALS MUST BE RECEIVED BY: 10/06/2022 @ 3 P.M. LEXINGTON, KY TIME. NOTICE OF REQUIREMENTS 1. The Universitys General Terms and Conditions and Instructions to Bidders, viewable at
target="_blank">www.uky.edu/Purchasing/terms.htm, apply to this RFP. When the RFP includes construction services, the Universitys General Conditions for Construction and Instructions to Bidders, viewable at www.uky.edu/Purchasing/ccphome.htm, apply to the RFP. 2. Contracts resulting from this RFP must be governed by and in accordance with the laws of the Commonwealth of Kentucky. 3. Any agreement or collusion among offerors or prospective offerors, which restrains, tends to restrain, or is reasonably calculated to restrain competition by agreement to bid at a fixed price or to refrain from offering, or otherwise, is prohibited. 4. Any person who violates any provisions of KRS 45A.325 shall be guilty of a felony and shall be punished by a fine of not less than five thousand dollars nor more than ten thousand dollars, or be imprisoned not less than one year nor more than five years, or both such fine and imprisonment. Any firm, corporation, or association who violates any of the provisions of KRS 45A.325 shall, upon conviction, be fined not less than ten thousand dollars or more than twenty thousand dollars. AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 523.040: 1. That I am the offeror (if the offeror is an individual), a partner, (if the offeror is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the offeror is a corporation); 2. That the attached proposal has been arrived at by the offeror independently and has been submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other Contractor of materials, supplies, equipment or services described in the RFP, designed to limit independent bidding or competition; 3. That the contents of the proposal have not been communicated by the offeror or its employees or agents to any person not an employee or agent of the offeror or its surety on any bond furnished with the proposal and will not be communicated to any such person prior to the official closing of the RFP: 4. That the offeror is legally entitled to enter into contracts with the University of Kentucky and is not in violation of any prohibited conflict of interest, including, but not limited to, those prohibited by the provisions of KRS 45A.330 to .340, and164.390; 5. That the offeror, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sale and use tax imposed by Chapter 139 to the extent required by Kentucky law and will remain registered for the duration of any contract award; 6. That I have fully informed myself regarding the accuracy of the statement made above. SWORN STATEMENT OF COMPLIANCE WITH CAMPAIGN FINANCE LAWS In accordance with KRS45A.110 (2), the undersigned hereby swears under penalty of perjury that he/she has not knowingly violated any provision of the campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to a bidder will not violate any provision of the campaign finance laws of the Commonwealth of Kentucky. CONTRACTOR REPORT OF PRIOR VIOLATIONS OF KRS CHAPTERS 136, 139, 141, 337, 338, 341 & 342 The contractor by signing and submitting a proposal agrees as required by 45A.485 to submit final determinations of any violations of the provisions of KRS Chapters 136, 139, 141, 337, 338, 341 and 342 that have occurred in the previous five (5) years prior to the award of a contract and agrees to remain in continuous compliance with the provisions of the statutes during the duration of any contract that may be established. Final determinations of violations of these statutes must be provided to the University by the successful contractor prior to the award of a contract. CERTIFICATION OF NON-SEGREGATED FACILITIES The contractor, by submitting a proposal, certifies that he/she is in compliance with the Code of Federal Regulations, No. 41 CFR 60-1.8(b) that prohibits the maintaining of segregated facilities. SIGNATURE REQUIRED: This proposal cannot be considered valid unless signed and dated by an authorized agent of the offeror. Type or print the signatory's name, title, address, phone number and fax number in the spaces provided. Offers signed by an agent are to be accompanied by evidence of his/her authority unless such evidence has been previously furnished to the issuing office. DELIVERY TIME: NAME OF COMPANY: DUNS # PROPOSAL FIRM THROUGH: ADDRESS: Phone/Fax: PAYMENT TERMS: CITY, STATE & ZIP CODE: E-MAIL: SHIPPING TERMS: F. O. B. DESTINATION PREPAID AND ALLOWED TYPED OR PRINTED NAME: WEB ADDRESS: FEDERAL EMPLOYER ID NO.: SIGNATURE: DATE: UNIVERSITY OF KENTUCKY Purchasing Division http://www.uky.edu/Purchasing/terms.htm http://www.uky.edu/Purchasing/ccphome.htm PROPOSAL NO. UK-2289-23 3 Table of Contents 1.0 DEFINITIONS ........................................................................................................................... 6 2.0 GENERAL OVERVIEW ............................................................................................................. 7 2.1 Intent and Scope .................................................................................................................. 7 2.2 Background Information ....................................................................................................... 7 2.3 University Information ........................................................................................................... 8 2.4 Supplier Diversity and Procurement ................................................................................. 10 3.0 PROPOSAL REQUIREMENTS ............................................................................................... 11 3.1 Key Event Dates ................................................................................................................. 11 3.2 Offeror Communication ...................................................................................................... 11 3.3 Pre-Proposal Conference ................................................................................................... 12 3.4 Offeror Presentations ......................................................................................................... 12 3.5 Preparation of Offers .......................................................................................................... 12 3.6 Proposed Deviations from the RFP .................................................................................... 13 3.7 Proposal Submission and Deadline .................................................................................... 13 3.8 Modification or Withdrawal of Offer ..................................................................................... 14 3.9 Acceptance or Rejection and Award of Proposal ................................................................ 14 3.10 Rejection ............................................................................................................................ 14 3.11 Addenda ............................................................................................................................. 14 3.12 Disclosure of Offerors Response ....................................................................................... 15 3.13 Restrictions on Communications with University Staff ........................................................ 15 3.14 Cost of Preparing Proposal ................................................................................................. 15 3.15 Disposition of Proposals ..................................................................................................... 15 3.16 Alternate Proposals ............................................................................................................ 15 3.17 Questions ........................................................................................................................... 15 3.18 Section Titles in the RFP .................................................................................................... 16 3.19 No Contingent Fees ............................................................................................................ 16 3.20 Proposal Addenda and Rules for Withdrawal...................................................................... 16 3.21 Requirement To Perform Vendor Onboarding and Registration .......................................... 16 4.0 PROPOSAL FORMAT AND CONTENT .................................................................................. 17 4.1 Proposal Information and Criteria ....................................................................................... 17 PROPOSAL NO. UK-2289-23 4 4.2 Signed Authentication of Proposal and Statements of Non-Collusion and Non-Conflict of Interest Form .............................................................................................................................. 17 4.3 Transmittal Letter ............................................................................................................... 17 4.4 Executive Summary and Proposal Overview ...................................................................... 18 4.5 Criteria 1 - Offeror Qualifications ........................................................................................ 20 4.6 Criteria 2 Services Defined .............................................................................................. 20 4.7 Criteria 3 Financial Proposal ............................................................................................ 20 4.8 Criteria 4 Evidence of Successful Performance and Implementation Schedule ............... 21 4.9 Criteria 5 Other Additional Information ............................................................................. 21 5.0 EVALUATION CRITERIA PROCESS...................................................................................... 22 6.0 SPECIAL CONDITIONS.......................................................................................................... 23 6.1 Contract Term .................................................................................................................... 23 6.2 Effective Date ..................................................................................................................... 23 6.3 Competitive Negotiation ..................................................................................................... 23 6.4 Appearance Before Committee .......................................................................................... 23 6.5 Additions, Deletions or Contract Changes .......................................................................... 23 6.6 Contractor Cooperation in Related Efforts .......................................................................... 24 6.7 Entire Agreement ............................................................................................................... 24 6.8 Governing Law ................................................................................................................... 24 6.9 Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act .............................................................................................................................. 24 6.10 Termination for Convenience .............................................................................................. 25 6.11 Termination for Non-Performance ...................................................................................... 25 6.12 Funding Out ....................................................................................................................... 26 6.13 Prime Contractor Responsibility.......................................................................................... 26 6.14 Assignment and Subcontracting ......................................................................................... 26 6.15 Permits, Licenses, Taxes.................................................................................................... 26 6.16 Attorneys Fees .................................................................................................................. 27 6.17 Royalties, Patents, Copyrights and Trademarks ................................................................. 27 6.18 Indemnification ................................................................................................................... 27 6.19 Insurance ........................................................................................................................... 27 6.20 Method of Award ................................................................................................................ 28 6.21 Reciprocal Preference ........................................................................................................ 28 6.22 Confidentiality ..................................................................................................................... 28 PROPOSAL NO. UK-2289-23 5 6.23 Conflict of Interest .............................................................................................................. 29 6.24 Copyright Ownership and Title to Designs and Copy .......................................................... 29 6.25 University Brand Standards ................................................................................................ 30 6.26 Payment Terms .................................................................................................................. 31 7.0 SCOPE OF SERVICES .......................................................................................................... 31 7.1 Detailed Services Defined .................................................................................................. 31 7.2 Additional Special Services and Requirements ................................................................... 32 8.0 FINANCIAL OFFER SUMMARY ............................................................................................. 32 8.1 Base Field Pricing #1 NO RECESS ................................................................................. 32 Base Field Pricing #2 PARTIAL RECESS ................................................................................ 33 Base Field Pricing #3 FULL RECESS ...................................................................................... 33 8.3 Optional and Unit Pricing .................................................................................................... 34 Attachments: Attachment A Drawings Attachment B Specifications Attachment C Special Conditions Attachment D General Conditions Attachment "E Affidavit Attachment "F Payment Bond Attachment "G Performance Bond Attachment "H Contract Agreement Attachment "I DBE Participation Goals Attachment "J Tree Protection Standards Attachment "K COVID Contractor Protocol Instructions Attachment L Common Requirements Attachment M FA Out of Service Policy Attachment N Site Logistics Plan Attachment O Construction Schedule PROPOSAL NO. UK-2289-23 6 1.0 DEFINITIONS The term "addenda" means written or graphic instructions issued by the University of Kentucky prior to the receipt of proposals that modify or interpret the RFP documents by additions, deletions, clarifications and/or corrections. The term "competitive negotiations" means the method authorized in the Kentucky Revised Statutes, Chapter 45A.085. The terms "offer" or proposal mean the offerors/offerors response to this RFP. The term "offeror" means the entity or contractor group submitting the proposal. The term "contractor" means the entity receiving a contract award. The term "purchasing agency" means the University of Kentucky, Purchasing Division, Room 322 Peterson Service Building, Lexington, KY 40506-0005. The term "purchasing official" means the University of Kentuckys appointed contracting representative. The term "responsible offeror" means a person, company or corporation that has the capability in all respects to perform fully the contract requirements and the integrity and reliability that will assure good faith performance. In determining whether an offeror is responsible, the University may evaluate various factors including (but not limited to): financial resources; experience; organization; technical qualifications; available resources; record of performance; integrity; judgment; ability to perform successfully under the terms and conditions of the contract; adversarial relationship between the offeror and the University that is so serious and compelling that it may negatively impact the work performed under this RFP; or any other cause determined to be so serious and compelling as to affect the responsibility of the offeror. The term "solicitation" means RFP. The term "University" means University of Kentucky. PROPOSAL NO. UK-2289-23 7 2.0 GENERAL OVERVIEW 2.1 Intent and Scope This Request for Proposal (RFP) is issued to solicit proposals from qualified, experienced, financially sound, and responsible firms to install a new permanently banked track and field system in the new UK Indoor Track Facility in Lexington, Kentucky. The scope of work of this Project consists of the supply, installation and warranting of all materials and products, including all labor, superintendence, equipment, temporary power, transportation, lighting, plant and tools related to the construction of the work as herein specified in this RFP and Attachments. The firm selected would provide all design and construction services necessary to construct the facilities in accordance with the guidelines, standards and limitations contained in the Request for Proposal. Also required will be quality control testing, construction program inspections and completed project documentation. The Offeror response must provide the reviewers of the proposal with information on the function of each component and how components are integrated. The response must also provide a detailed overview of the capabilities of the proposed system. The Offeror who is chosen to install the system must provide a turn-key installation with full functionality. The Offeror who is chosen must provide a single point of contact during the warranty period for all repairs. This single point of contact will have full responsibility for ensuring repairs are completed. After the warranty period has expired the Offeror must offer a maintenance contract on the system with a single point-of-contact for all repairs. The design shall comply with all applicable codes, Owners standards http://www.uky.edu/Services/CPMD/ukstandards/Divisions/Master.html, rules, and regulations. At minimum, potential Offerors (including sub-base contractors) are to have at least five (5) years experience with providing turnkey synthetic track projects to NCAA Division I FBS (Big 5 conferences preferred) schools. 2.2 Background Information The University is looking for a firm that can provide all design and construction services necessary to construct the indoor track in accordance with the guidelines, standards and limitations contained in the Request for Proposal. http://www.uky.edu/Services/CPMD/ukstandards/Divisions/Master.html PROPOSAL NO. UK-2289-23 8 2.3 University Information Since his arrival, President Eli Capilouto has set forth an ambitious agenda to extend and enhance our role as Kentuckys land-grant and flagship research university. By focusing on infrastructure growth and improvement; creating opportunities for innovative teaching, learning, and academic excellence; fostering a robust research and creative scholarship enterprise; providing life-saving subspecialty care; empowering communities through service and outreach; and encouraging a transparent and shared dialogue about institutional priorities; the University of Kentucky will ensure a new century of promise for the people we impact. Founded in 1865 as a land-grant institution adjacent to downtown Lexington, UK is nestled in the scenic heart of the beautiful Bluegrass Region of Kentucky. From its early beginnings, with only 190 students and 10 professors, UKs campus now covers more than 918 acres and is home to more than 30,000 students and approximately 14,500 employees, including more than 2,300 full-time faculty. UK is one of a small number of universities in the United States that has programs in agriculture, engineering, a full complement of health colleges including medicine and pharmacy, law and fine arts on a single campus, leading to groundbreaking discoveries and unique interdisciplinary collaboration. The states flagship university consists of 17 academic and professional colleges where students can choose from more than 200 majors and degree programs at the undergraduate and graduate levels. The colleges are Agriculture, Food and Environment; Arts and Sciences; Business and Economics; Communication and Information; Dentistry; Design; Education; Engineering; Fine Arts; Graduate School; Health Sciences; Law; Medicine; Nursing; Pharmacy; Public Health; and Social Work. These colleges are supported by a modern research library system. Research at the University of Kentucky is a dynamic enterprise encompassing both traditional scholarship and emerging technologies, and UKs research faculty, staff and students are establishing UK as one of the nations most prolific public research universities. UKs research enterprise attracted $285 million in research grants and contracts from out-of-state sources, which generated a $580 million impact on the Kentucky economy. Included in this portfolio is $153 million in federal awards from the National Institutes of Health, non-NIH grants from the Department Health and Human Services, the National Science Foundation, Department of Energy, Department of Agriculture and NASA, among others. The National Science Foundation ranks UKs research enterprise 44th among public institutions. With more than 50 research centers and institutes, UK researchers are discovering new knowledge, providing a rich training ground for current students and the next generation of researchers, and advancing the economic growth of the Commonwealth of Kentucky. Several centers excel in the services offered to the public. The Gluck Equine Research Center is one of only three facilities of its kind in the world, conducting research in equine diseases. The Center for Applied Energy Research is pursuing groundbreaking discovery across the energy disciplines. CAER staff are pioneering new ways to sustainably utilize Kentucky natural resources through carbon-capture algae technology, biomass/coal to liquid products and the opening of UKs first LEED-certified research lab to support the development of Kentuckys growing alternative energy industry. Among the brightest examples of UKs investment in transformative research is the Markey Cancer Center. PROPOSAL NO. UK-2289-23 9 As a center of excellence and distinction at UK, Markeys robust research and clinical enterprise is the cornerstone of our commitment to Kentucky fundamental to our success in uplifting lives through our endeavors and improving the general health and welfare of our state burdened by the nations highest rate of cancer deaths per 100,000 people. In 2013, Markey earned the prestigious National Cancer Institute-designation (NCI) one of 68 nationally and the only one in Kentucky. The University of Kentucky was awarded a $20 million Clinical Translational Sciences Award (CTSA) from the National Institutes of Health (NIH). As one of only 60 institutions with this research distinction, UK was awarded the CTSA for its potential in moving research and discovery in the lab into practical field and community applications. The CTSA and NCI are part of a trifecta of federal research grants that includes an Alzheimers Disease Center. UK is one of only 22 universities in the country to hold all three premier grants from NIH. Established in 1957, the medical center at UK is one of the nation's finest academic medical centers and includes the University's clinical enterprise, UK HealthCare. The 569-bed UK Albert B. Chandler Hospital and Kentucky Children's Hospital, along with 256 beds at UK Good Samaritan Hospital, are supported by a growing faculty and staff providing the most advanced subspecialty care for the most critically injured and ill patients throughout the Commonwealth and beyond. Over the last several years, the number of patients served by the medical enterprise has increased from roughly 19,000 discharges to more than 36,000 discharges in 2014. UK Chandler Hospital includes the only Level 1 Trauma Center for both adult and pediatric patients in Central and Eastern Kentucky. In addition, UK HealthCare recently opened one of the country's largest robotic hybrid operating rooms and the first of its kind in the region. While our new patient care pavilion is the leading healthcare facility for advanced medical procedures in the region, our talented physicians consult with and travel to our network of affiliate hospitals so Kentucky citizens can receive the best health care available close to their home and never need to leave the Bluegrass for complex subspecialty care. UKs agenda remains committed to accelerating the Universitys movement toward academic excellence in all areas and gain worldwide recognition for its outstanding academic programs, its commitment to students, its investment in pioneering research and discovery, its success in building a diverse community and its engagement with the larger society. It is all part of the Universitys fulfillment of our promise to Kentucky to position our state as a leader in American prosperity. SUSTAINABILITY Sustainability is an institution-wide priority for the University of Kentucky. We strive to ensure that all activities are ecologically sound, socially just, and economically viable, and that they will continue to be so for future generations. This commitment also prioritizes the integration of these principles in curricula, research, athletics, health care, creative works, and outreach. This principled approach to operational practices and intellectual pursuits is intended to prepare students and empower the campus community to support sustainable development in the Commonwealth and beyond. The UK Sustainability Strategic Plan guides these efforts (https://www.uky.edu/sustainability/sustainability- strategic-plan). https://www.uky.edu/sustainability/sustainability-strategic-plan https://www.uky.edu/sustainability/sustainability-strategic-plan PROPOSAL NO. UK-2289-23 10 2.4 Supplier Diversity and Procurement The University of Kentucky is committed to serve as an advocate for diverse businesses in their efforts to conduct business. Diverse Business Enterprises (DBE) consist of minority, women, disabled, veteran and disabled veteran owned business firms that are at least fifty-one percent owned and operated by an individual(s) of the aforementioned categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. The University is committed to increasing the amount of goods and services acquired from businesses owned and controlled by diverse persons to 10% of all procurement expenditures. The University expects its suppliers to support and assist in this effort. Among the Universitys goals for DBE participation in procurement are: To ensure the absence of barriers that reduce the participation of diverse suppliers Educate vendors on "how to" do business with the University Support diverse vendors seeking to do business with the University in the areas of goods, services, construction, and other areas of procurement Encourage participation of qualified diverse vendors by directing them to agencies that can benefit from their product or service Provide resources for diverse vendors Sponsor events to assist diverse vendors in becoming active, responsible, and responsive participants in the University's purchasing opportunities For additional information regarding how diverse suppliers may participate in this Request for Proposal, submit any questions to the Purchasing Officer as indicated in Section 3.2 by the Deadline for Written Questions date. PROPOSAL NO. UK-2289-23 11 3.0 PROPOSAL REQUIREMENTS 3.1 Key Event Dates 3.2 Offeror Communication To ensure that RFP documentation and subsequent information (modifications, clarifications, addenda, Written Questions and Answers, etc.) are directed to the appropriate persons within the offerors firm, each offeror who intends to participate in this RFP is to provide the following information to the purchasing officer. Prompt, thorough compliance is in the best interest of the offeror. Failure to comply may result in incomplete or delayed communication of addenda or other vital information. Contact information is the responsibility of the offeror. Without the prompt information, any communication shortfall shall reside with the offeror. Name of primary contact Mailing address of primary contact Telephone number of primary contact Fax number of primary contact E-mail address of primary contact Additional contact persons with same information provided as primary contact This information shall be transmitted via fax or e-mail to: Ken Scott Purchasing Division University of Kentucky 322 Peterson Service Building Lexington, KY 40506-0005 Phone: (859) 257-9102 Fax: (859) 257-1951 E-mail: kenneth.scott@uky.edu All communication with the University regarding this RFP shall only be directed to the purchasing officer listed above. Release of RFP 09/16/2022 Pre-Proposal Conference (Optional) 09/21/2022 Deadline for Written Questions 3 p.m. Lex KY Time on 09/26/2022 RFP Proposals Due 3 p.m. Lex KY Time on 10/06/2022 mailto:kenneth.scott@uky.edu PROPOSAL NO. UK-2289-23 12 3.3 Pre-Proposal Conference A pre-proposal conference will be on 09/21/2022 @ 2:00PM via Zoom: https://uky.zoom.us/j/85769378796, to allow prospective contractors an opportunity to ask questions and clarify the Universitys expectations. This conference provides offerors an opportunity for oral questions. The following items should be noted in reference to the pre-proposal conference: Attendance at the pre-proposal conference is optional. At this conference, the scope of services will be discussed in detail and copies of prior year financial reports will be distributed. Offerors are encouraged to submit written questions after the conference by the date listed in Section 3.1. The University will prepare written responses to all questions submitted and make them available to all offerors. The questions and answers will be made part of the RFP and may become part of the contract with the successful contractor. Answers given orally at the conference are not binding. 3.4 Offeror Presentations All offerors whose proposals are judged acceptable for award may be required to make a presentation to the evaluation committee. 3.5 Preparation of Offers The offeror is expected to follow all specifications, terms, conditions and instructions in this RFP. The offeror will furnish all information required by this solicitation. Proposals should be prepared simply and economically, providing a description of the offerors capabilities to satisfy the requirements of the solicitation. Emphasis should be on completeness and clarity of content. All documentation submitted with the proposal should be bound in the single volume except as otherwise specified. An electronic version of the RFP, in .PDF format only, is available through the University of Kentucky Purchasing Division website at: https://purchasing.uky.edu/bid-and-proposal- opportunities. https://uky.zoom.us/j/85769378796 https://purchasing.uky.edu/bid-and-proposal-opportunities https://purchasing.uky.edu/bid-and-proposal-opportunities PROPOSAL NO. UK-2289-23 13 3.6 Proposed Deviations from the RFP The stated requirements appearing elsewhere in this RFP shall become a part of the terms and conditions of any resulting contract. Any deviations therefrom must be specifically defined in accordance with the transmittal letter, Section 4.3 (d). If accepted by the University, the deviations shall become part of the contract, but such deviations must not be in conflict with the basic nature of this RFP. Note: Offerors shall not submit their standard terms and conditions as exceptions to the Universitys General Terms and Conditions. Each exception to the Universitys General Terms and Conditions shall be individually addressed. 3.7 Proposal Submission and Deadline Offeror must provide the following materials prior to 3 p.m. (Lexington, KY time) on the date specified in Section 3.1 and addressed to the purchasing officer listed in Section 3.2: Technical Proposal: One (1) copy on an electronic storage device (USB) (1 copy per storage device) each clearly marked with the proposal number and name, firm name and what is included (Technical Proposal) and one (1) printed copy in a single package, separate from the Financial Proposal. Financial Proposal: One (1) copy on an electronic storage device (USB) (1 copy per storage device) each clearly marked with the proposal number and name, firm name and what is included (Financial Proposal) and one (1) printed copy in a single package, separate from the Technical Proposal. Note: Proposals received after the closing date and time will not be considered. In addition, proposals received via fax or e-mail are not acceptable. The University of Kentucky accepts deliveries of RFPs Monday through Friday from 8 a.m. to 5 p.m. Lexington, KY time. However, RFPs must be received by 3 p.m. Lexington, KY time on the date specified on the RFP in order to be considered. Proposals shall be enclosed in sealed envelopes to the above referenced address and shall show on the face of the envelope: the closing time and date specified, the solicitation number and the name and address of the offeror. The technical proposal shall be submitted in a sealed envelope and the financial proposal shall be submitted in a sealed envelope under separate cover. Both sealed envelopes shall have identical information on the cover, with the addition that one will state Technical Information, and the other, Financial Proposal. Note: In accordance with the Kentucky Revised Statute 45A.085, there will be no public opening. PROPOSAL NO. UK-2289-23 14 3.8 Modification or Withdrawal of Offer An offer and/or modification of offer received at the office designated in the solicitation after the exact hour and date specified for receipt will not be considered. An offer may be modified or withdrawn by written notice before the exact hour and date specified for receipt of offers. An offer also may be withdrawn in person by an offeror or an authorized representative, provided the identity of the person is made known and the person signs a receipt for the offer, but only if the withdrawal is made prior to the exact hour and date set for receipt of offers. 3.9 Acceptance or Rejection and Award of Proposal The University reserves the right to accept or reject any or all proposals (or parts of proposals), to waive any informalities or technicalities, to clarify any ambiguities in proposals and (unless otherwise specified) to accept any item in the proposal. In case of error in extension or prices or other errors in calculation, the unit price shall govern. Further, the University reserves the right to make a single award, split awards, multiple awards or no award, whichever is in the best interest of the University. 3.10 Rejection Grounds for the rejection of proposals include (but shall not be limited to): Failure of a proposal to conform to the essential requirements of the RFP. Imposition of conditions that would significantly modify the terms and conditions of the solicitation or limit the offerors liability to the University on the contract awarded on the basis of such solicitation. Failure of the offeror to sign the University RFP. This includes the Authentication of Proposal and Statement of Non-Collusion and Non-Conflict of Interest statements. Receipt of proposal after the closing date and time specified in the RFP. 3.11 Addenda Any addenda or instructions issued by the purchasing agency prior to the time for receiving proposals shall become a part of this RFP. Such addenda shall be acknowledged in the proposal. No instructions or changes shall be binding unless documented by a proper and duly issued addendum. PROPOSAL NO. UK-2289-23 15 3.12 Disclosure of Offerors Response The RFP specifies the format, required information and general content of proposals submitted in response to this RFP. The purchasing agency will not disclose any portions of the proposals prior to contract award to anyone outside the Purchasing Division, the Universitys administrative staff, representatives of the state or federal government (if required) and the members of the committee evaluating the proposals. After a contract is awarded in whole or in part, the University shall have the right to duplicate, use or disclose all proposal data submitted by offerors in response to this RFP as a matter of public record. Any submitted proposal shall remain valid six (6) months after the proposal due date. The University shall have the right to use all system ideas, or adaptations of those ideas, contained in any proposal received in response to this RFP. Selection or rejection of the proposal will not affect this right. 3.13 Restrictions on Communications with University Staff From the issue date of this RFP until a contractor is selected and a contract award is made, offerors are not allowed to communicate about the subject of the RFP with any University administrator, faculty, staff or members of the board of trustees except: the purchasing office representative, any University purchasing official representing the University administration, others authorized in writing by the purchasing office and University representatives during offeror presentations. If violation of this provision occurs, the University reserves the right to reject the offerors proposal. 3.14 Cost of Preparing Proposal Costs for developing the proposals and any subsequent activities prior to contract award are solely the responsibility of the offerors. The University will provide no reimbursement for such costs. 3.15 Disposition of Proposals All proposals become the property of the University. The successful proposal will be incorporated into the resulting contract by reference. 3.16 Alternate Proposals Offerors may submit alternate proposals. If more than one proposal is submitted, all must be complete (separate) and comply with the instructions set forth within this document. Each proposal will be evaluated on its own merits. 3.17 Questions All questions should be submitted by either fax or e-mail to the purchasing officer listed in Section 3.2 no later than the date listed in Section 3.1. PROPOSAL NO. UK-2289-23 16 3.18 Section Titles in the RFP Section titles used herein are for the purpose of facilitating ease of reference only and shall not be construed to infer the construction of contractual language. 3.19 No Contingent Fees No person or selling agency shall be employed or retained or given anything of monetary value to solicit or secure this contract, except bona fide employees of the offeror or bona fide established commercial or selling agencies maintained by the offeror for the purpose of securing business. For breach or violation of this provision, the University shall have the right to reject the proposal, annul the contract without liability, or, at its discretion, deduct from the contract price or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee or other benefit. 3.20 Proposal Addenda and Rules for Withdrawal Prior to the date specified for receipt of offers, a submitted proposal may be withdrawn by submitting a written request for its withdrawal to the University purchasing office, signed by the offeror. Unless requested by the University, the University will not accept revisions or alterations to proposals after the proposal due date. 3.21 Requirement To Perform Vendor Onboarding and Registration As a condition of award, and for any renewals performed during the life of the contract, successful Contractor agrees to register their company with PaymentWorks, Inc., the Universitys vendor onboarding application. Registration information will be provided by the Purchasing Division as part of the award process. During the vendor registration process, successful Contractor agrees to provide any applicable information pertaining to diversity demographics for their company. Further, should any company or diversity information change during the life of the contract, successful Contractor agrees to update this information in PaymentWorks as applicable. PROPOSAL NO. UK-2289-23 17 4.0 PROPOSAL FORMAT AND CONTENT 4.1 Proposal Information and Criteria The following list specifies the items to be addressed in the proposal. Offerors should read it carefully and address it completely and in the order listed to facilitate the Universitys review of the proposal. Proposals shall be organized into the sections identified below. The content of each section is detailed in the following pages. It is strongly suggested that offerors use the same numbers for the following content that are used in the RFP. Signed Authentication of Proposal and Statement of Non-Collusion and Non-Conflict of Interest Form Transmittal Letter Executive Summary and Proposal Overview Criteria 1 - Offeror Qualifications Criteria 2 - Services Defined Criteria 3 - Financial Proposal Criteria 4 - Evidence of Successful Performance and Implementation Schedule Criteria 5 - Other Additional Information 4.2 Signed Authentication of Proposal and Statements of Non-Collusion and Non-Conflict of Interest Form The Offeror will sign and return the proposal cover sheet and print or type their name, firm, address, telephone number and date. The person signing the offer must initial erasures or other changes. An offer signed by an agent is to be accompanied by evidence of their authority unless such evidence has been previously furnished to the purchasing agency. The signer shall further certify that the proposal is made without collusion with any other person, persons, company or parties submitting a proposal; that it is in all respects fair and in good faith without collusion or fraud; and that the signer is authorized to bind the principal offeror. 4.3 Transmittal Letter The Transmittal Letter accompanying the RFP shall be in the form of a standard business letter and shall be signed by an individual authorized to legally bind the offeror. It shall include: A statement referencing all addenda and written questions, the answers and any clarifications to this RFP issued by the University and received by the offeror (If no addenda have been received, a statement to that effect should be included.). A statement that the offerors proposal shall remain valid for six (6) months after the closing date of the receipt of the proposals. A statement that the offeror will accept financial responsibility for all travel expenses incurred for oral presentations (if required) and candidate interviews. PROPOSAL NO. UK-2289-23 18 A statement that summarizes any deviations or exceptions to the RFP requirements and includes a detailed justification for the deviation or exception. A statement that identifies the confidential information as described in Section 6.23. 4.4 Executive Summary and Proposal Overview The Executive Summary and Proposal Overview shall condense and highlight the contents of the technical proposal in such a way as to provide the evaluation committee with a broad understanding of the entire proposal. As part of the Executive Summary and Proposal Overview, Offeror shall submit with their response a summarized profile describing the demographic nature of their company or organization: 1. When was your organization established and/or incorporated? 2. Indicate whether your organization is classified as local, regional, national, or international. 3. Describe the size of your company in terms of number of employees, gross sales, etc. 4. Is your company certified as small business, minority-owned, women-owned, veteran-owned, disabled-owned, or similar classification? 5. Include other demographic information that you feel may be applicable to the Request for Proposal submission. PROPOSAL NO. UK-2289-23 19 6. Offeror shall describe in detail their companys commitment to diversity, equity, and inclusion. Information shall be provided as to the number of diverse individuals that the vendor employees as well as a description of vendors efforts to do business with Diverse Business Enterprises as they conduct their own business. In additional, please indicate the diversity nature of your company as well as ownership race/ethnicity. Check One Only Diverse Business Description (If Diverse Business, determine the classification that is the best description) Internal Code Minority Owned (only) 10 Veteran Owned and Small Business 100 Minority and Woman and Small Business 110 Minority and Woman and Veteran-Owned Business 120 Minority and Veteran and Small Business 130 Woman and Veteran and Small Business 140 Minority and Woman and Veteran-Owned Small Business 150 Woman Owned (only) 20 Small Business (only) 30 Veteran Owned (only) 40 Minority and Woman Owned 50 Minority and Small Business 60 Minority and Veteran-Owned 70 Woman Owned and Small Business 80 Woman and Veteran-Owned 90 Diversity not indicated 999 Race/Ethnicity Check One Asian Black/African American Hispanic or Latino Native American Native Hawaiian/Pacific Islander White Other PROPOSAL NO. UK-2289-23 20 4.5 Criteria 1 - Offeror Qualifications The purpose of the Offeror Qualifications section is to determine the ability of the offeror to respond to this RFP. Offerors must describe and offer evidence of their ability to meet each of the qualifications listed below. Our supply chains and business partnerships are an important aspect of this work. In your proposal, please (A) provide your companys mission and vision relative to sustainability, and (B) how your company, through services, products, and partnerships, will help the University of Kentucky advance specific elements of the Sustainability Strategic Plan. In addition, please provide the following information: A. Please provide a brief narrative describing the history of your company. Identify the ownership of your company, Include supplemental information if joint venturing and/or specialty tier vendors/contractor(s). B. Please provide the Offerors qualifications for performing the work described in this RFP including specification requirements. C. Describe your personnel and/or subcontractors for support of the present and in the future. Who will be the Project Manager and onsite foreman qualifications for performing the work described in this RFP? Please provide the Project Managers qualifications for performing the work described in this RFP D. Provide resumes or a description of the design professionals who will be performing the project design & include portfolios of a minimum of five (5) projects which have been completed which demonstrates their design abilities. 4.6 Criteria 2 Services Defined The Contractor should provide documentation of their understanding of the services requested in the RFP and contract documents. Your proposal should provide for the completion of all work necessary for completion of this RFP. A. If, there is any section of the work described in this RFP that is excluded by the Offerer, it should be specifically called out as such. It is not the intent of this RFP to exclude a bidder that does not perform all scopes of work contained herin. B. Explain how your firm/team approaches the design/build process and will work with the University, end users, construction manager, and design team for a successful project. 4.7 Criteria 3 Financial Proposal The Financial Summary Form shall contain the complete financial offer made to the University using the format contained in Section 8.0. All financial information must be submitted in a sealed envelope under separate cover. PROPOSAL NO. UK-2289-23 21 4.8 Criteria 4 Evidence of Successful Performance and Implementation Schedule Provide examples of completed projects, including project cost, schedule, and completion date to demonstrate your firms capabilities. Provide a proposed implementation schedule including milestone dates for demolition, start and completion of the work. Include durations for long-lead items and material procurement. 4.9 Criteria 5 Other Additional Information The offeror may present any creative approaches that might be appropriate. The offeror may also provide supporting documentation that would be pertinent to this RFP. Offeror shall describe in detail their companys commitment to diversity, equity and inclusion. Information shall be provided as to the number of diverse individuals that the vendor employees as well as a description of vendors efforts to do business with Diverse Business Enterprises as they conduct their own business. PROPOSAL NO. UK-2289-23 22 5.0 EVALUATION CRITERIA PROCESS A committee of University officials appointed by the Chief Procurement Officer will evaluate proposals and make a recommendation to the Chief Procurement Officer. The evaluation will be based upon the information provided in the proposal, additional information requested by the University for clarification, information obtained from references and independent sources and oral presentations (if requested). The evaluation of responsive proposals shall then be completed by an evaluation team, which will determine the ranking of proposals. Proposals will be evaluated strictly in accordance with the requirements set forth in this solicitation, including any addenda that are issued. The University will award the contract to the responsible offeror whose proposal is determined to be the most advantageous to the University, taking into consideration the evaluation factors set forth in this RFP. The evaluation of proposals will include consideration of responses to the list of criteria in Section 4.0. Offerors must specifically address all criteria in their response. Any deviations or exceptions to the specifications or requirements must be described and justified in a transmittal letter. Failure to list such exceptions or deviations in the transmittal letter may be considered sufficient reason to reject the proposal. The relative importance of the criteria is defined below: Primary Criteria Offeror Qualifications Services Defined Financial Proposal Evidence of Successful Performance and Implementation Secondary Criteria Other Additional Services The University will evaluate proposals as submitted and may not notify offerors of deficiencies in their responses. Proposals must contain responses to each of the criteria, listed in Section 4 even if the offerors response cannot satisfy those criteria. A proposal may be rejected if it is conditional or incomplete in the judgment of the University. PROPOSAL NO. UK-2289-23 23 6.0 SPECIAL CONDITIONS 6.1 Contract Term The contract term will be for the duration of the project as presented in by the offeror in Section 4.9 of this document. 6.2 Effective Date The effective date of the contract shall be the date upon which the parties execute it and all appropriate approvals, including that of the Commonwealth of Kentucky Government Contracts Review Committee, have been received. 6.3 Competitive Negotiation It is the intent of the RFP to enter into competitive negotiation as authorized by KRS 45A.085. The University will review all proposals properly submitted. However, the University reserves the right to request necessary modifications, reject all proposals, reject any proposal that does not meet mandatory requirement(s) or cancel this RFP, according to the best interests of the University. Offeror(s) selected to participate in negotiations may be given an opportunity to submit a Best and Final Offer to the purchasing agency. All information-received prior to the cut-off time will be considered part of the offerors Best and Final Offer. The University also reserves the right to waive minor technicalities or irregularities in proposals providing such action is in the best interest of the University. Such waiver shall in no way modify the RFP requirements or excuse the offeror from full compliance with the RFP specifications and other contract requirements if the offeror is awarded the contract. 6.4 Appearance Before Committee Any, all or no offerors may be requested to appear before the evaluation committee to explain their proposal and/or to respond to questions from the committee concerning the proposal. Offerors are prohibited from electronically recording these meetings. The committee reserves the right to request additional information. 6.5 Additions, Deletions or Contract Changes The University reserves the right to add, delete, or change related items or services to the contract established from this RFP. No modification or change of any provision in the resulting contract shall be made unless such modification is mutually agreed to in writing by the contractor and the Chief Procurement Officer and incorporated as a written modification to the contract. Memoranda of understanding and correspondence shall not be interpreted as a modification to the contract. PROPOSAL NO. UK-2289-23 24 6.6 Contractor Cooperation in Related Efforts The University reserves the right to undertake or award other contracts for additional or related work to other entities. The contractor shall fully cooperate with such other contractors and University employees and carefully fit its work to such additional work. The contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor or by University employees. This clause shall be included in the contracts of all contractors with whom this contractor will be required to cooperate. The University shall equitably enforce this clause to all contractors to prevent the imposition of unreasonable burdens on any contractor. 6.7 Entire Agreement The RFP shall be incorporated into any resulting contract. The resulting contract, including the RFP and those portions of the offerors response accepted by the University, shall be the entire agreement between the parties. 6.8 Governing Law The contractor shall conform to and observe all laws, ordinances, rules and regulations of the United States of America, Commonwealth of Kentucky and all other local governments, public authorities, boards or offices relating to the property or the improvements upon same (or the use thereof) and will not permit the same to be used for any illegal or immoral purposes, business or occupation. The resulting contract shall be governed by Kentucky law and any claim relating to this contract shall only be brought in the Franklin Circuit Court in accordance with KRS 45A.245. 6.9 Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act To the extent Company receives Personal Information as defined by and in accordance with Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act, KRS 61.931, 61.932 and 61.933 (the Act), Company shall secure and protect the Personal Information by, without limitation: (i) complying with all requirements applicable to non-affiliated third parties set forth in the Act; (ii) utilizing security and breach investigation procedures that are appropriate to the nature of the Personal Information disclosed, at least as stringent as Universitys and reasonably designed to protect the Personal Information from unauthorized access, use, modification, disclosure, manipulation, or destruction; (iii) notifying University of a security breach relating to Personal Information in the possession of Company or its agents or subcontractors within seventy-two (72) hours of discovery of an actual or suspected breach unless the exception set forth in KRS 61.932(2)(b)2 applies and Company abides by the requirements set forth in that exception; (iv) cooperating with University in complying with the response, mitigation, correction, investigation, and notification requirements of the Act , (v) paying all costs of notification, investigation and mitigation in the event of a security breach of Personal Information suffered by Company; and (vi) at Universitys discretion and direction, handling all administrative functions associated with notification, investigation and mitigation. PROPOSAL NO. UK-2289-23 25 6.10 Termination for Convenience The University of Kentucky, Purchasing Division, reserves the right to terminate the resulting contract without cause with a thirty (30) day written notice. Upon receipt by the contractor of a notice of termination, the contractor shall discontinue all services with respect to the applicable contract. The cost of any agreed upon services provided by the contractor will be calculated at the agreed upon rate prior to a notice of termination and a fixed fee contract will be pro-rated (as appropriate). 6.11 Termination for Non-Performance Default The University may terminate the resulting contract for non-performance, as determined by the University, for such causes as: Failing to provide satisfactory quality of service, including, failure to maintain adequate personnel, whether arising from labor disputes, or otherwise any substantial change in ownership or proprietorship of the Contractor, which in the opinion of the University is not in its best interest, or failure to comply with the terms of this contract; Failing to keep or perform, within the time period set forth herein, or violation of, any of the covenants, conditions, provisions or agreements herein contained; Adjudicating as a voluntarily bankrupt, making a transfer in fraud of its creditors, filing a petition under any section from time to time, or under any similar law or statute of the United States or any state thereof, or if an order for relief shall be entered against the Contractor in any proceeding filed by or against contractor thereunder. In the event of any such involuntary bankruptcy proceeding being instituted against the Contractor, the fact of such an involuntary petition being filed shall not be considered an event of default until sixty (60) days after filing of said petition in order that Contractor might during that sixty (60) day period have the opportunity to seek dismissal of the involuntary petition or otherwise cure said potential default; or Making a general assignment for the benefit of its creditors, or taking the benefit of any insolvency act, or if a permanent receiver or trustee in bankruptcy shall be appointed for the Contractor. Demand for Assurances In the event the University has reason to believe Contractor will be unable to perform under the Contract, it may make a demand for reasonable assurances that Contractor will be able to timely perform all obligations under the Contract. If Contractor is unable to provide such adequate assurances, then such failure shall be an event of default and grounds for termination of the Contract. PROPOSAL NO. UK-2289-23 26 Notification The University will provide ten (10) calendar days written notice of default. Unless arrangements are made to correct the non-performance issues to the Universitys satisfaction within ten (10) calendar days, the University may terminate the contract by giving forty-five (45) days notice, by registered or certified mail, of its intent to cancel this contract. 6.12 Funding Out The University may terminate this contract if funds are not appropriated or are not otherwise available for the purpose of making payments without incurring any obligation for payment after the date of termination, regardless of the terms of the contract. The University shall provide the contractor thirty (30) calendar days written notice of termination under this provision. 6.13 Prime Contractor Responsibility Any contracts that may result from the RFP shall specify that the contractor(s) is/are solely responsible for fulfillment of the contract with the University. 6.14 Assignment and Subcontracting The Contractor(s) may not assign or delegate its rights and obligations under any contract in whole or in part without the prior written consent of the University. Any attempted assignment or subcontracting shall be void. 6.15 Permits, Licenses, Taxes The contractor shall procure all necessary permits and licenses and abide by all applicable laws, regulations and ordinances of all federal, state and local governments in which work under this contract is performed. The contractor must furnish certification of authority to conduct business in the Commonwealth of Kentucky as a condition of contract award. Such registration is obtained from the Secretary of State, who will also provide the certification thereof. However, the contractor need not be registered as a prerequisite for responding to the RFP. The contractor shall pay any sales, use, personal property and other tax arising out of this contract and the transaction contemplated hereby. Any other taxes levied upon this contract, the transaction or the equipment or services delivered pursuant hereto shall be the responsibility of the contractor. The contractor will be required to accept liability for payment of all payroll taxes or deductions required by local and federal law including (but not limited to) old age pension, social security or annuities. PROPOSAL NO. UK-2289-23 27 6.16 Attorneys Fees In the event that either party deems it necessary to take legal action to enforce any provision of the contract and in the event that the University prevails, the contractor agrees to pay all expenses of such action including attorneys' fees and costs at all stages of litigation. 6.17 Royalties, Patents, Copyrights and Trademarks The Contractor shall pay all applicable royalties and license fees. If a particular process, products or device is specified in the contract documents and it is known to be subject to patent rights or copyrights, the existence of such rights shall be disclosed in the contract documents and the Contractor is responsible for payment of all associated royalties. To the fullest extent permitted by law the Contractor shall indemnify, hold the University harmless, and defend all suits, claims, losses, damages or liability resulting from any infringement of patent, copyright, and trademark rights resulting from the incorporation in the Work or device specified in the Contract Documents. Unless provided otherwise in the contract, the Contractor shall not use the Universitys name nor any of its trademarks or copyrights, although it may state that it has a Contract with the University. 6.18 Indemnification The contractor shall indemnify, hold and save harmless the University, its affiliates and subsidiaries and their officers, agents and employees from losses, claims, suits, actions, expenses, damages, costs (including court costs and attorneys fees of the Universitys attorneys), all liability of any nature or kind arising out of or relating to the Contractors response to this RFP or its performance or failure to perform under the contract awarded from this RFP. This clause shall survive termination for as long as necessary to protect the University. 6.19 Insurance The successful Contractor shall procure and maintain, at its expense, the following minimum insurance coverages insuring all services, work activities and contractual obligations undertaken in this contract. These insurance policies must be with insurers acceptable to the University. COVERAGES LIMITS Workers Compensation Statutory Requirements (Kentucky) Employers Liability $500,000/$500,000/$500,000 Commercial General Liability including operations/completed operations, products and contractual liability (including defense and investigation costs), and this contract $1,000,000 each occurrence (BI & PD combined) $2,000,000 Products and Completed Operations Aggregate Business Automobile Liability covering owned, leased, or non-owned autos $1,000,000 each occurrence (BI & PD combined) PROPOSAL NO. UK-2289-23 28 The successful contractor agrees to furnish Certificates of Insurance for the above described coverages and limits to the University of Kentucky, Purchasing Division. The University, its trustees and employees must be added as additional insured on the Commercial General Liability policy with regard to the scope of this solicitation. Any deductibles or self-insured retention in the above- described policies must be paid and are the sole responsibility of the contractor. Coverage is to be primary and non-contributory with other coverage (if any) purchased by the University. All of these required policies must include a Waiver of Subrogation (except Workers Compensation) in favor of the University, its trustees and employees. 6.20 Method of Award It is the intent of the University to award a contract to the qualified offeror whose offer, conforming to the conditions and requirements of the RFP, is determined to be the most advantageous to the University, cost and other factors considered. Notwithstanding the above, this RFP does not commit the University to award a contract from this solicitation. The University reserves the right to reject any or all offers and to waive formalities and minor irregularities in the proposal received. 6.21 Reciprocal Preference In accordance with KRS 45A.494, a resident offeror of the Commonwealth of Kentucky shall be given a preference against a nonresident offeror. In evaluating proposals, the University will apply a reciprocal preference against an offeror submitting a proposal from a state that grants residency preference equal to the preference given by the state of the nonresident offeror. Residency and non-residency shall be defined in accordance with KRS 45A.494(2) and 45A.494(3), respectively. Any offeror claiming Kentucky residency status shall submit with its proposal a notarized affidavit affirming that it meets the criteria as set forth in the above reference statute. 6.22 Confidentiality The University recognizes an offerors possible interest in preserving selected information and data included in the proposal; however, the University must treat such information and data as required by the Kentucky Open Records Act, KRS 61.870, et seq. Information areas which normally might be considered proprietary, and therefore confidential, shall be limited to individual personnel data, customer references, formulae and company financial audits which, if disclosed, would permit an unfair advantage to competitors. If a proposal contains information in these areas and the offeror declares them to be proprietary in nature and not available for public disclosure, the offeror shall declare in the Transmittal Letter the inclusion of proprietary information and shall noticeably label as confidential or proprietary each sheet containing such information. Proposals containing information declared by the offeror to be proprietary or confidential, either wholly or in part, outside the areas listed above may be deemed non-responsive and may be rejected. PROPOSAL NO. UK-2289-23 29 The Universitys General Counsel shall review each offerors information claimed to be confidential and, in consultation with the offeror (if needed), make a final determination as to whether or not the confidential or proprietary nature of the information or data complies with the Kentucky Open Records Act. 6.23 Conflict of Interest This Request for Proposal and resulting Contract are subject to provisions of the Kentucky Revised Statutes regarding conflict of interest and the University of Kentuckys Ethical Principles and Code of Conduct (www.uky.edu/Legal/ethicscode.htm). When submitting and signing a proposal, an offeror is certifying that no actual, apparent or potential conflict of interest exists between the interests of the University and the interests of the offeror. A conflict of interest (whether contractual, financial, organizational or otherwise) exists when any individual, contractor or subcontractor has a direct or indirect interest because of a financial or pecuniary interest, gift or other activities or relationships with other persons (including business, familial or household relationships) and is thus unable to render or is impeded from rendering impartial assistance or advice, has impaired objectivity in performing the proposed work or has an unfair competitive advantage. Questions concerning this section or interpretation of this section should be directed to the University purchasing officer identified in this RFP. 6.24 Copyright Ownership and Title to Designs and Copy The contractor and University intend this RFP to result in a contract for services, and both consider the products and results of the services to be rendered by the contractor hereunder to be a work made for hire. The contractor acknowledges and agrees that the work and all rights therein, including (without limitation) copyright, belongs to and shall be the sole and exclusive property of the University. For any work that is not considered a work made for hire under applicable law, title and copyright ownership shall be assigned to the University. Title to all dies, type, cuts, artwork, negatives, positives, color separations, progressive proofs, plates, copy and any other requirement not stated herein required for completion of the finished product for use in connection with any University job shall be the property of and owned by the University. Such items shall be returned to the appropriate department upon completion and/or delivery of work unless otherwise authorized by the University. In the event that time of return is not specified, the contractor shall return all such items to the appropriate University department within one week of delivery. http://www.uky.edu/Legal/ethicscode.htm PROPOSAL NO. UK-2289-23 30 6.25 University Brand Standards The contractor must adhere to all University of Kentucky Brand Standards. University Brand Standards are maintained by the University Public Relations Office (UKPR) and can be viewed at http://www.uky.edu/prmarketing/brand-standards. Non-adherence to the standards can have a penalty up to and including contract cancellation. Only the UKPR Director or designee can approve exceptions to the University standards. Graphics standards for the UK HealthCare areas are governed by UK HealthCare Clinical Enterprise Graphic Standards, found at: https://ukhealthcare.uky.edu/staff/brand-strategy. Contractor warrants that its products or services provided hereunder will be in compliance with all applicable Federal disabilities laws and regulations, including without limitation the accessibility requirements of Section 255 of the Federal Telecommunications Act of 1996 (47 U.S.C. 255) and Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), and its implementing regulations set forth at Title 36, Code of Federal Regulations, Part 1194. For purposes of clarity, updated regulations under Section 508 standards now incorporate WCAG 2.0, and for purposes of this agreement WCAG 2.0 Level AA compliance is expressly included. Contractor agrees to promptly respond to, resolve and remediate any complaint regarding accessibility of products or services in a timely manner and provide an updated version to University at no cost. If deficiencies are identified, University reserves the right to request from Contractor, a timeline by which accessibility standards will be incorporated into the products or services provided by Contractor and shall provide such a timeline within a commercially reasonable duration of time. Failure to comply with these requirements shall constitute a material breach of this Agreement and shall be grounds for termination of this Agreement. Where any customized web services are provided, Contractor represents that it has reviewed the Universitys Web Policy and all products or services will comply with its published standards. Contractor will provide University with a current Voluntary Product Accessibility Template (VPAT) for any deliverable(s). If none is available, Vendor will provide sufficient information to reasonably assure the University that the products or services are fully compliant with current requirements. http://www.uky.edu/prmarketing/brand-standards https://ukhealthcare.uky.edu/staff/brand-strategy PROPOSAL NO. UK-2289-23 31 6.26 Payment Terms The University adheres to a strategic approach regarding payables management based on risk minimization, processing costs, and industry best practices. As such, suppliers and individuals doing business with the University will be paid based on the following protocol: 1. The University utilizes Payment Plus (e-payables) as its primary default form of payment. By enrolling in Payment Plus, suppliers can receive payments immediately (all invoices will be paid immediately upon confirmation of goods receipt and invoice). The process is electronic and the supplier receives real-time payment notices. Additional information regarding Payment Plus (and enrollment form) can be found at: https://www.uky.edu/ufs/payment-plus- supplier-enrollment-form. 2. Payments by check. Payment terms for check payments are Net-30. 3. Individuals receiving payments from the University that require ACH direct payments will only be processed under special circumstances as approved by the Controllers office. Payment terms for ACH are Net-40. 7.0 SCOPE OF SERVICES The work for this project will consist of preparing and providing complete design services, preliminary and final drawings, technical specifications, construction documents and cost estimates. Also required will be quality control testing, construction program inspections, and completed project documentation. It shall be the responsibility of the successful contractor to prepare and submit all required documents to the proper governing authorities; to complete all permit applications, and to obtain all appropriate approvals required by the current regulations of the governing authorities. The contractor shall be responsible for the quality of the products and construction of this project. All aspects of material and labor shall be observed and documented during construction to verify compliance with the provisions of this RFP. 7.1 Detailed Services Defined 1. Provide and install a Permanently Banked Track and Field System in accordance with Spec Section 13-1823 (All sections) https://nam04.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.uky.edu%2Fufs%2Fpayment-plus-supplier-enrollment-form&data=02%7C01%7Cclocke%40email.uky.edu%7C6fe77024ec814ca5d71f08d6da2434a0%7C2b30530b69b64457b818481cb53d42ae%7C0%7C0%7C636936246462129314&sdata=jG%2BGMdK4LOm5Q15izcxLADYgVHDSPGu%2FSRUYFDmyTLo%3D&reserved=0 https://nam04.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.uky.edu%2Fufs%2Fpayment-plus-supplier-enrollment-form&data=02%7C01%7Cclocke%40email.uky.edu%7C6fe77024ec814ca5d71f08d6da2434a0%7C2b30530b69b64457b818481cb53d42ae%7C0%7C0%7C636936246462129314&sdata=jG%2BGMdK4LOm5Q15izcxLADYgVHDSPGu%2FSRUYFDmyTLo%3D&reserved=0 PROPOSAL NO. UK-2289-23 32 7.2 Additional Special Services and Requirements a) Provide detailed construction drawings and after project as-builts for your scope of work. b) Provide all layout and supervision required to perform the work. c) Provide detailed site logistics plan for needed material/heavy equipment storage, field access needs, and coordination requirements with stadium project Construction Management Company (Congleton-Hacker). d) Provide maintenance instructions, as-built drawings, clean up and demobilization e) Provide a third-party warranty as described in Section 6.15, Insurance Requirements, of this RFP. 8.0 FINANCIAL OFFER SUMMARY 8.1 Base Field Pricing #1 NO RECESS Price based on no recess in the slab on grade. Entire track and supporting frame would be installed on flat slab. The Bidder agrees to furnish all labor, materials, supplies and services required to complete the Work, for the above referenced Project, for the Capital Construction Procurement Section, University of Kentucky, as described in the RFP including Attachments and as modified by the Addenda listed above. FOR THE LUMP SUM OF (USE WORDS) DOLLARS AND CENTS. (USE WORDS) (USE WORDS) ($ ) (USE FIGURES) PROPOSAL NO. UK-2289-23 33 Base Field Pricing #2 PARTIAL RECESS Price based on a recess in the slab on grade ONLY at the straight away portions of the track as well as the center sprinter lanes recessed. The curved portions on the track would not be recessed. The Bidder agrees to furnish all labor, materials, supplies and services required to complete the Work, for the above referenced Project, for the Capital Construction Procurement Section, University of Kentucky, as described in the RFP including Attachments and as modified by the Addenda listed above. FOR THE LUMP SUM OF (USE WORDS) DOLLARS AND CENTS. (USE WORDS) (USE WORDS) ($ ) (USE FIGURES) Base Field Pricing #3 FULL RECESS Price based on the entire oval and sprinters lanes being recessed in the slab on grade The Bidder agrees to furnish all labor, materials, supplies and services required to complete the Work, for the above referenced Project, for the Capital Construction Procurement Section, University of Kentucky, as described in the RFP including Attachments and as modified by the Addenda listed above. FOR THE LUMP SUM OF (USE WORDS) DOLLARS AND CENTS. (USE WORDS) (USE WORDS) ($ ) (USE FIGURES) PROPOSAL NO. UK-2289-23 34 8.3 Optional and Unit Pricing Please provide Optional Pricing for items identified in Section 4.6, question 8 Services Defined Prices shall include the furnishing of all labor, materials, supplies and services and shall include all items of cost, overhead and profit for the Contractor and any subcontractor involved. Also, provide Unit Pricing that may apply for this project. Unit Pricing shall be used uniformly without modifications for either additions or deductions. The Unit Prices as established shall be used to determine the equitable adjustment of the Contract Price in connection with changes, deletions or extra work performed under the Contract and the "Rules of Measurement" set forth in the General Conditions shall govern. All Offerors will be required to complete and submit the following information. The information requested in this submittal is required to assist the University in determining contractor responsibility to complete the project being bid. DESCRIPTION OF WORK OPTIONS PRICING and UNIT PRICE . COPYRIGHT 2022 - JRA, INC. JRA ARCHITECTS HAS RETAINED AN ELECTRONIC VERSION OF THESE DRAWINGS. THE CLIENT AGREES NOT TO REUSE THESE DRAWINGS - IN ELECTRONIC OR ANY OTHER FORMAT - IN WHOLE, OR IN PART, FOR ANY PURPOSE OTHER THAN FOR THE PROJECT. THE CLIENT AGREES NOT TO TRANSFER THESE ELECTRONIC FILES TO OTHERS WITHOUT THE PRIOR WRITTEN CONSENT OF THE ARCHITECT. THE CLIENT FURTHER AGREES TO WAIVE ALL CLAIMS AGAINST THE ARCHITECT RESULTING IN ANY WAY FROM ANY UNAUTHORIZED CHANGES TO OR REUSE OF THE ELECTRONIC FILES FOR ANY OTHER PROJECT BY ANYONE OTHER THAN THE ARCHITECT. PROJECT DATE 3225 Summit Square Place, Suite 200 Lexington, Kentucky 40509 859.252.6781 NO T FO R CO NS TR UC TI ON REVISIONS DRAWING INDEX PACKAGE TRACK & FIELD DESIGN PAIGE DESIGN GROUP 1040 Frank Davis Road Waynesville, NC 28785 P: 919.451.1641 ARCHITECT JRA ARCHITECTS 3225 Summit Square Place, Suite 200 Lexington, KY 40509 P: 859.252.6781 F: 859.255.5483 STRUCTURAL ENGINEER BROWN + KUBICAN 546 E Main St. Lexington, KY 40508 P: 859.543.0933 CIVIL ENGINEER CARMAN 310 Old Vine Street, Suite 200 Lexington, KY 40507 P: 859.254.9803 MECHANICAL / ELECTRICAL ENGINEER CMTA CONSULTING ENGINEERS 220 Lexington Green Circle, Suite 600 Lexington, KY 40503 P: 859.253.0892 OWNER UNIVERSITY OF KENTUCKY Lexington, Kentucky 40506 Capital Project Management Division P: 859.257.5911 F: 859.323.1017 CONCEPT RENDERING RESERVED FOR AHJ STAMP 9 /2 /2 0 2 2 3 :2 4 :5 5 P M C :\ U s e rs \l b u rn e tt \O n e D ri v e - J R A A rc h it e c ts \D o c u m e n ts \2 0 2 2 5 8 - U K I n d o o r T ra c k _ lb u rn e tt A N 4 L 5 .r v t G-001 COVER SHEET 202258 08/31/2022 R F P 2 D R A W IN G S U K I N D O O R T R A C K F A C IL IT Y U N IV E R S IT Y O F K E N T U C K Y 7 0 0 S P O R T S C E N T E R D R IV E L E X IN G T O N , K E N T U C K Y 4 0 5 0 6 GENERAL RFP 2 DRAWINGS UK INDOOR TRACK FACILITY 700 SPORTS CENTER DRIVE LEXINGTON, KENTUCKY 40506 08/31/2022 GENERAL G-001 COVER SHEET G-101 INFORMATION DRAWING G-102 LOCATIONS AND LAYOUT RULES G-103 LIFE SAFETY PLAN CIVIL C-101 SITE LAYOUT PLAN C-201 GRADING AND DRAINAGE PLAN C-202 DRAINAGE DETAILS C-301 SITE DETAILS C-302 EROSION CONTROL DETAILS C-401 LANDSCAPE PLAN STRUCTURAL S-102 GENERAL NOTES S-103 SPECIAL INSPECTIONS S-104 ISOMETRIC VIEWS S-203 OVERALL FOUNDATION PLAN S-204 FOUNDATION PLAN AREA A S-205 FOUNDATION PLAN AREA B S-206 ROOF FRAMING PLAN S-301 TYPICAL FOUNDATION DETAILS S-302 TYPICAL FOUNDATION DETAILS S-303 FOUNDATION SECTIONS S-401 TYPICAL FRAMING DETAILS S-402 FRAMING SECTIONS S-501 STEEL COLUMN SCHEDULE S-601 TYPICAL COLD-FORMED STEEL DETAILS S-602 TYPICAL COLD-FORMED STEEL DETAILS ARCHITECTURAL A-101 OVERALL FLOOR PLAN A-101A HIGH WINDOWS FLOOR PLAN A-102 FIRST FLOOR PLAN CALLOUTS - AREA A A-103 FIRST FLOOR PLAN CALLOUTS - AREA B A-121 FIRST FLOOR DIMENSION PLAN - AREA A A-122 FIRST FLOOR DIMENSION PLAN - AREA B A-131 FIRST FLOOR REFLECTED CEILING PLAN - AREA A A-132 ENLARGED REFLECTED CEILING PLAN A-141 FIRST FLOOR FINISH PLAN - AREA A A-142 FIRST FLOOR FINISH PLAN - AREA B A-181 ROOF PLAN A-182 ROOF MISC PLANS & DETAILS A-201 BUILDING ELEVATIONS A-202 ENLARGED BUILDING ELEVATIONS A-203 ENLARGED BUILDING ELEVATIONS A-204 ENLARGED BUILDING ELEVATIONS A-301 BUILDING SECTIONS A-351 WALL SECTIONS (PEMB) A-352 WALL SECTIONS (PEMB) A-353 WALL SECTIONS (PEMB) A-354 WALL SECTIONS (PEMB) A-355 WALL SECTIONS (PEMB ALT) A-356 WALL SECTIONS (PEMB EJ) A-357 WALL SECTIONS (PEMB EJ) A-358 WALL SECTIONS A-359 WALL SECTIONS A-401 ENLARGED FLOOR PLANS A-411 INTERIOR ELEVATIONS A-501 EXTERIOR ASSEMBLIES A-511 PLAN DETAILS A-521 FOUNDATION DETAILS A-522 FOUNDATION DETAILS A-532 ENLARGED SECTION DETAILS A-533 ENLARGED SECTION DETAILS A-541 ENLARGED PARAPET / ROOF DETAILS A-542 ENLARGED PARAPET / ROOF DETAILS A-561 CASEWORK DETAILS A-601 DOOR SCHEDULE AND DETAILS A-602 EXTERIOR FRAME TYPE ELEVATIONS A-603 EXTERIOR & INTERIOR FRAME TYPE ELEVATIONS A-611 HEAD DETAILS A-612 HEAD DETAILS A-613 JAMB DETAILS A-614 JAMB & SILL DETAILS A-621 ROOM FINISH SCHEDULE A-631 SIGNAGE SCHEDULE A-701 PARTITION TYPE SCHEDULE AND DETAILS A-702 TYPICAL PARTITION DETAILS A-703 TYPICAL PARTITION DETAILS TRACK AND FIELD TF-101 LAYOUT PLAN TF-102 DIMENSION PLAN TF-103 DRAFT UTILITIES TF-104 T&F DETAILS TF-105 T&F DETAILS SITE UTILITIES EU-101 ELECTRICAL SITE UTILITY PLAN MU-101 MECHANICAL SITE UTILITY PLAN FIRE PROTECTION FP-101 FIRE SUPPRESSION LEGEND FP-201 OVERALL FIRE PROTECTION PLAN PLUMBING P-101 PLUMBING LEGEND P-201 OVERALL PLUMBING PLAN P-202 ENLARGED PLUMBING PLANS P-401 PLUMBING SCHEDULES AND DETAILS MECHANICAL M-101 MECHANICAL LEGEND M-201 MECHANICAL PLAN M-202 ENLARGED ENTRANCE MECHANICAL PLAN M-301 MECHANICAL PIPING PLAN M-302 ENLARGED MECHANICAL ROOMS M-401 MECHANICAL CONTROLS M-501 MECHANICAL SCHEDULES AND DETAILS ELECTRICAL E-101 ELECTRICAL LEGEND E-201 FIRST FLOOR LIGHTING PLAN - AREA A E-202 FIRST FLOOR LIGHTING PLAN - AREA B E-203 FIRST FLOOR LIGHTING PLAN - AREA C E-204 FIRST FLOOR LIGHTING PLAN - AREA D E-205 LOWER ROOF LIGHTING PLAN E-301 FIRST FLOOR POWER PLAN - AREA A E-302 FIRST FLOOR POWER PLAN - AREA B E-303 FIRST FLOOR POWER PLAN - AREA C E-304 FIRST FLOOR POWER PLAN - AREA D E-401 FIRST FLOOR SYSTEMS PLAN - AREA A E-402 FIRST FLOOR SYSTEMS PLAN - AREA B E-403 FIRST FLOOR SYSTEMS PLAN - AREA C E-404 FIRST FLOOR SYSTEMS PLAN - AREA D E-501 ONE-LINE DIAGRAM E-601 LIGHT FIXTURE SCHEDULE E-701 ELECTRICAL DETAILS E-702 ELECTRICAL DETAILS E-703 ELECTRICAL DETAILS E-704 ELECTRICAL DETAILS No. Description Date R F P 1 D R A W IN G S GLCNIESCE2 bY w > u 2 a = = c 0 E001 1t BRICK CMU CONCRETE (SECTION) CONCRETE OR PRECAST CONCRETE (PLAN / ELEVATION) CRUSHED STONE SOLID WOOD (TREATMENT AS NOTED) WOOD (FINISH) EARTH ALUMINUM STEEL BATT INSULATION RIGID INSULATION ACOUSTICAL CEILING PANEL E.I.F.S. (ELEVATION) SOLID SURFACE LIMESTONE PLYWOOD CERAMIC OR QUARRY TILE PRECAST CONCRETE (SECTION) E.I.F.S. (SECTION) ROOM NAME & ROOM NUMBER NAME NUMBER ROOM NUMBER (RCP PLANS) NUMBER DOOR OPENING INDICATOR NUMBER EXTERIOR WINDOW OPENING INDICATOR PARTITION TYPE INDICATOR NUMBER OR LETTER EQUIPMENT INDICATOR NUMBER OR LETTER NORTH ARROW BUILDING NORTH TRUE NORTH COLUMN GRID (NEW) 0 COLUMN GRID (EXIST) BUILDING SECTION WALL SECTION SECTION SHEET NUMBER SECTION SHEET NUMBER DETAIL SECTION SECTION SHEET NUMBER BENCHMARK, LEVEL, OR SPOT ELEVATION KEYNOTE (SPEC REFERENCE)04 2000.A1 DETAIL CALLOUT OR ENLARGED PLAN DRAWING NUMBER SHEET NUMBER NEW DOOR AND FRAME EXISTING DOOR AND FRAME TO REMAIN A CEILING INDICATOR TYPE HEIGHT 101 101 ROOM NAME 101 GYPSUM BOARD (TYPE AS NOTED) CENTER LINE C.J. CONTROL JOINT 1 1 DEMOLITION PLAN NOTE PLAN NOTE REMOVE DOOR AND FRAME ITEM TO BE REMOVED ITEM TO REMAIN A-101 A A-101 A A-101 A A-101 A INTERIOR WINDOW OPENING INDICATORA01 ACT-1 / 18' - 0" ACCENT WALL INDICATORP-1 MATERIAL INDICATORL-1 6" 6" EXAMPLE 'A' - METAL FRAMED GYPSUM BOARD PARTITIONS 8" 8" EXAMPLE 'B' - CONCRETE MASONRY UNIT CONSTRUCTION EXAMPLE 'C' 'B' 'D' 'C''A' 'E' 'F' 'H ''G' EXAMPLE 'D' 'B' 'D' 'A' 'E' 'B' 'D' 'A' 'E' EXAMPLE 'E' 'E' OR 'F' EXAMPLE 'F' ALIGN SEE PART. TYPES FOR WALL THICKNESS PROJECT SITE S L IM E S T O N E COPYRIGHT 2022 - JRA, INC. JRA ARCHITECTS HAS RETAINED AN ELECTRONIC VERSION OF THESE DRAWINGS. THE CLIENT AGREES NOT TO REUSE THESE DRAWINGS - IN ELECTRONIC OR ANY OTHER FORMAT - IN WHOLE, OR IN PART, FOR ANY PURPOSE OTHER THAN FOR THE PROJECT. THE CLIENT AGREES NOT TO TRANSFER THESE ELECTRONIC FILES TO OTHERS WITHOUT THE PRIOR WRITTEN CONSENT OF THE ARCHITECT. THE CLIENT FURTHER AGREES TO WAIVE ALL CLAIMS AGAINST THE ARCHITECT RESULTING IN ANY WAY FROM ANY UNAUTHORIZED CHANGES TO OR REUSE OF THE ELECTRONIC FILES FOR ANY OTHER PROJECT BY ANYONE OTHER THAN THE ARCHITECT. PROJECT DATE 3225 Summit Square Place, Suite 200 Lexington, Kentucky 40509 859.252.6781 NO T FO R CO NS TR UC TI ON REVISIONS RESERVED FOR AHJ STAMP 9 /1 /2 0 2 2 3 :3 8 :1 2 P M C :\ U s e rs \l b u rn e tt \O n e D ri v e - J R A A rc h it e c ts \D o c u m e n ts \2 0 2 2 5 8 - U K I n d o o r T ra c k _ lb u rn e tt A N 4 L 5 .r v t G-101 INFORMATION DRAWING 202258 08/31/2022 S D /D D S U B M IS S IO N U K I N D O O R T R A C K F A C IL IT Y U N IV E R S IT Y O F K E N T U C K Y 7 0 0 S P O R T S C E N T E R D R IV E L E X IN G T O N , K E N T U C K Y 4 0 5 0 6 GENERAL ABBREVIATIONS VICINITY MAP APPLICABLE CODES/STANDARDS SYMBOLS LEGEND # POUND OR NUMBER & AND -- - -- CENTERLINE @ AT A/C AIR CONDITIONING AB ANCHOR BOLT AC ACRE ACOUS ACOUSTICAL AD AREA DRAIN ADD ADDENDUM ADJ ADJUSTABLE ADJAC ADJACENT AESS ARCHITECTURALLY EXPOSED STRUCTURAL STEEL AFF ABOVE FINISHED FLOOR AGGR AGGREGATE ALT ALTERNATIVE ALUM ALUMINUM ANOD ANODIZED AP ACCESS PANEL APPROX APPROXIMATE ARCH ARCHITECTURAL ASB ASBESTOS ASPH ASPHALT ATTEN ATTENUATION BC BACK OF CURB BD BOARD BITUM BITUMINOUS BLDG BUILDING BLK BLOCK BLKG BLOCKING BLKT BLANKET BM BEAM BOT BOTTOM BPL BEARING PLATE BRG BEARING BRK BRICK BSMT BASEMENT BUR BUILT UP ROOFING CAB CABINET CB CATCH BASIN CEM CEMENT CER CERAMIC CFM CUBIC FEET PER MINUTE CG CORNER GUARD CHB CHALK BOARD CJ CONTROL JOINT CLG CEILING CLKG CAULKING CLO CLOSET CLR CLEAR CMU CONCRETE MASONRY UNIT CMW CASEWORK / MILLWORK CNTR COUNTER CO CLEAN OUT COL COLUMN CONC CONCRETE CONSTR CONSTRUCTION CONT CONTINUOUS CONV CONVENTIONAL CORR CORRIDOR CPT CARPET CR CARD READER CSMT CASEMENT CT CERAMIC TILE CTR CENTER CTSK COUNTERSUNK DBL DOUBLE DEPT DEPARTMENT DET DETAIL DF DRINKING FOUNTAIN DH DOUBLE HUNG DIA DIAMETER DIAG DIAGONAL DIM DIMENSION DISP DISPENSER DL DEAD LOAD DN DOWN DR DOOR DS DOWNSPOUT DSP DRY STANDPIPE DWG DRAWING DWR DRAWER E EAST EA EACH EB EXPANSION BOLT GENERAL NOTES - ARCHITECTURAL A FIELD VERIFY EXISTING FINISH FLOOR ELEVATIONS PRIOR TO STARTING CONSTRUCTION. MATCH NEW FLOOR ELEVATION WITH EXISTING UNLESS NOTED OTHERWISE. B DIMENSIONS TO EXISTING CONSTRUCTION ARE TO FINISHED SURFACE. DIMENSIONS TO NEW CONSTRUCTION ARE TO STRUCTURAL CENTERLINE, FACE OF CONCRETE OR MASONRY CONSTRUCTION, OR TO FINISH FACE OF FRAMED MEMBERS UNLESS NOTED OTHERWISE. FIELD VERIFY ALL CONDITIONS AND DIMENSIONS PRIOR TO STARTING WORK AND NOTIFY ARCHITECT IMMEDIATELY IF DISCREPANCIES ARE FOUND BETWEEN CONTRACT DOCUMENTS AND ACTUAL FIELD CONDITIONS. C WHERE A FIXED DIMENSION IS SHOWN ON AN ACCESSIBLE FIXTURE OR ACCESSORY, THAT ITEM SHALL BE INSTALLED EXACTLY AS DIMENSIONED. REFER TO THE ACCESSORY MOUNTING LEGEND FOR MOUNTING HEIGHTS. D DO NOT SCALE DRAWINGS. REFER DIMENSION QUESTIONS TO ARCHITECT FOR INTERPRETATION. E DOOR AND FRAME NUMBERS CORRESPOND TO RESPECTIVE ROOM NUMBERS. IN ROOMS WITH MULTIPLE OPENINGS, A SUFFIX HAS BEEN ADDED TO DOOR NUMBERS, I.E., A101-B. F COORDINATE EQUIPMENT WORK WITH MANUFACTURERS AND SUPPLIERS TO INSURE PROPER ROUGH-IN CLEARANCES FOR INSTALLATION, USE AND MAINTENANCE. G PROTECT EXISTING SURFACES TO REMAIN THAT ARE NOT INCLUDED IN SCOPE OF WORK BUT THAT ARE WITHIN AREAS OF CONSTRUCTION ACTIVITY. H VERTICAL COURSING FOR NEW MASONRY WALL CONSTRUCTION SHALL EQUAL EIGHT INCHES (8") FOR ONE CONCRETE MASONRY UNIT PLUS ONE MORTAR JOINT AND THREE BRICK COURSES PLUS THREE MORTAR JOINTS, UNLESS NOTED OTHERWISE. J VERIFY MOUNTING HEIGHTS OF ACCESSORIES, EQUIPMENT, DOOR HARDWARE, CASEWORK, ETC., AND PROVIDE SOLID 2X SUPPORT WOOD BLOCKING FASTENED TO FRAMING MEMBERS AS REQUIRED TO SUPPORT WEIGHT AND USE OF ITEMS. WHERE MOUNTING HEIGHTS ARE NOT INDICATED, MOUNT ITEMS IN ACCORDANCE WITH RECOGNIZED INDUSTRY STANDARDS, COORDINATE LOCATIONS WITH MANUFACTURER OR SUPPLIER AND REFER MOUNTING HEIGHT QUESTIONS TO ARCHITECT FOR INTERPRETATION. K AT ALL EXTERIOR ENVELOPE CONDITIONS, SOLID WOOD BLOCKING INDICATED SHALL BE CONTINUOUS, U.N.O. L PROVIDE SEALANT BETWEEN HOLLOW METAL FRAME PERIMETERS AND SURROUNDING WALL CONSTRUCTION UNLESS OTHERWISE INDICATED. M PROVIDE SEALANT BETWEEN INTERIOR AND EXTERIOR WINDOW AND STOREFRONT FRAME PERIMETERS AND SURROUNDING CONSTRUCTION UNLESS OTHERWISE INDICATED. N PROVIDE SEALANT BETWEEN DISSIMILAR MATERIALS SUCH AS GYPSUM BOARD AND MASONRY, MASONRY AND CONCRETE, COUNTERTOPS AND WALLS, ETC. P REPAIR AND PATCH SPRAYED FIRE-RESISTIVE AND FIRESTOP MATERIALS WHERE DAMAGED DUE TO INSTALLATION OF NEW MATERIALS TO RESTORE SPECIFIED FIRE RATING. Q DO NOT BEGIN WORK THAT MAY REQUIRE COORDINATION, SUCH AS CEILING INSTALLATION, PRIOR TO FINAL SUBMITTAL OF MECHANICAL AND ELECTRICAL COORDINATION DRAWINGS TO ARCHITECT NOR PRIOR TO RESOLUTION AND APPROVAL OF COORDINATION ISSUES. R REFER TO LIFE SAFETY DRAWINGS FOR FIRE-RATED FLOOR, WALL, CEILING AND ROOF LOCATIONS. INSTALL FIRESTOPPING AT PENETRATIONS IN RATED CONSTRUCTION AND AT TOPS OF RATED WALLS. S REFER TO STRUCTURAL DRAWINGS FOR FOOTING, UNDERSLAB DRAINAGE AND BACKFILL REQUIREMENTS. T WORK SHOWN ON THE DRAWINGS SHALL BE BASE BID UNLESS SPECIFICALLY NOTED TO BE BY ALTERNATE BID. U REFER TO LANDSCAPE AND CIVIL DRAWINGS FOR SITE ELEMENTS AND IMPROVEMENTS ADJACENT TO BUILDING EXTERIOR. V REFER TO CIVIL DRAWINGS FOR FOUNDATION DRAINS AND STORM DRAINAGE REQUIREMENTS. W REFER TO CIVIL DRAWINGS FOR FINISH FLOOR ELEVATIONS RELATIVE TO SITE GRADING. 2018 KENTUCKY BUILDING CODE - (BASED ON THE 2015 INTERNATIONAL BUILDING CODE) 2009 ICC/ANSI A117.1 ACCESSIBLE AND USABLE BUILDINGS AND FACILITIES 2015 INTERNATIONAL MECHANICAL CODE 2012 INTERNATIONAL ENERGY CONSERVATION CODE (COMMERCIAL BUILDINGS) 2020 KENTUCKY PLUMBING LAW, REGULATIONS, & CODE (815 KAR Chapter 20) 2015 INTERNATIONAL FIRE CODE (IFC) - (NEW CONSTRUCTION PROJECTS, AND ONLY WHEN SPECIFICALLY REFERENCED BY THE BODY OF KBC) 1996 KENTUCKY STATE BOILER REGULATION (KRS 236, 815 KAR Chapter 15) 2012 NFPA 1 - UNIFORM FIRE CODE (AS DIRECTED BY 2013 KENTUCKY STANDARDS OF SAFETY) 2013 NFPA 13 - STANDARD FOR THE INSTALLATION OF SPRINKLER SYSTEMS 2013 NFPA 14 - INSTALLATION OF STANDPIPE AND HOSE SYSTEMS 2012 NFPA 54 - NATIONAL FUEL GAS CODE 2017 NFPA 70 - NATIONAL ELECTRICAL CODE 2013 NFPA 72 - NATIONAL FIRE ALARM AND SIGNALING CODE GB-03-01 SEAOK - SPECIAL INSPECTION GUIDELINES, THIRD EDITION, MARCH 2007 THE ABOVE IS FOR REFERENCE ONLY AND IS ONLY REPRESENTATIVE OF THE MANY CODES AND STANDARDS CURRENTLY USED IN KENTUCKY. FOR SPECIFICS, REFER TO CHAPTER 35 OF THE KBC AND IBC. 1. EXCEPT WHERE DIRECTED TO PLACE ITEMS OF THE WORK AT THE APPROXIMATE LOCATION SHOWN, DO NOT SCALE DRAWINGS FOR DIMENSIONAL INFORMATION. 2. ALL ELEMENTS OF THE DRAWINGS MAY NOT BE DRAWN TO EXACT SCALE. ALL DIMENSIONS REQUIRED ARE SHOWN (OR MAY BE DERIVED FROM THOSE SHOWN OR NOTED) ON THE FLOOR PLANS, DETAIL PLANS, ELEVATIONS, SECTIONS, SCHEDULES, CONFIGURATION DETAILS, AND SPECIFICATIONS. SEE THE NOTES BELOW AND SYMBOLS ON SHEET G-101 FOR DIMENSIONING CONVENTIONS USED ON THIS PROJECT. 3. EXCEPT WHERE SPECIFICALLY NOTED TO THE CONTRARY, ALL DIMENSIONS SHOWN ON THE ARCHITECTURAL DRAWINGS CONFORM TO THE FOLLOWING CONVENTIONS: A. DIMENSIONS UTILIZING THE CENTERLINE SYMBOL ARE MEASURED TO: - STRUCTURAL OR DIMENSIONAL GRID LINES. - CENTERLINE OF CONCRETE OR CONCRETE MASONRY UNIT WALLS (EXCLUSIVE OF FURRING OR APPLIED FINISHES HAVING THICKNESS). REFER TO THE ARCH PLANS AND SECTIONS, THE STRUCTURAL DRAWINGS, OR PARTITION SCHEDULE TO DETERMINE THE THICKNESS OF CONCRETE OR CONCRETE MASONRY UNIT WALLS. - CENTERLINE OF PARTITION ASSEMBLY (EXCLUSIVE OF ANY APPLIED FINISHES HAVING THICKNESS WHICH MAY BE ADDED TO SUCH WALLS) AT PARTITIONS FRAMED WITH METAL STUDS. REFER TO PARTITION SCHEDULE TO DETERMINE THICKNESS OF EACH PARTITION TYPE. - CENTERLINE OF DOOR, WINDOW, OR LOUVER OPENING. - CENTERLINE OF EQUIPMENT OR FURNISHING. - CENTERLINE OF OTHER FEATURES AS INDICATED. B. REFER TO SHEET G-101 FOR SYMBOL USED TO INDICATE CENTERLINE DIMENSION. C. DIMENSIONS UTILIZING THE CLEAR DESIGNATION ARE MEASURED TO: - FACE OF CONCRETE OR CONCRETE MASONRY UNIT WALL (EXCLUSIVE OF APPLIED FINISHES HAVING THICKNESS OR FURRING WHICH MAY BE ADDED TO THE FACE OF SUCH WALLS). - FACE OF PARTITION ASSEMBLY (EXCLUSIVE OF ANY APPLIED FINISHES HAVING THICKNESS WHICH MAY BE ADDED TO SUCH WALL) AS DEFINED BY THE PARTITION SCHEDULE. UNLESS NOTED AS A FACE OF FINISH OR CLEAR DIMENSION (SEE NOTE E BELOW), DIMENSIONS ARE NOT MEASURED TO THE FACE OF APPLIED FINISH. REFER TO THE PARTITION SCHEDULE TO DETERMINE THE THICKNESS OF EACH PARTITION TYPE. - INSIDE EDGE OF FINISHED DOOR OPENING. REFER TO THE DOOR SCHEDULE FOR ADDITIONAL DIMENSIONAL INFORMATION. - DIMENSION OR WORK POINT AS INDICATED ON RELATED ARCH. DETAIL PLAN, SECTION, ELEVATION, LAYOUT OR CONFIGURATION DETAIL, OR CONSTRUCTION DETAIL. D. WHERE FACE OF FINISH" OR CLEAR DIMENSIONS ARE SPECIFICALLY NOTED, THE DIMENSION IS MEASURED TO: - FINISH FACES AT THE MOST NARROW OR CONSTRICTED POINTS OF SECTION WHERE DIMENSION IS SHOWN, WHEN THE DIMENSION OCCURS ACROSS AN OPEN SPACE. IN THIS CASE, A FACE OF FINISH DIMENSION IS EQUIVALENT TO A CLEAR DIMENSION. - FINISH FACES AT THE WIDEST OR MOST EXPANSIVE POINTS OF THE SECTION THE DIMENSION IS SHOWN WHEN THE DIMENSION OCCURS ACROSS AN OBJECT OR GROUP OF OBJECTS. E. WHERE EQUAL DIMENSIONS ARE USED ON REFLECTED CEILING PLANS TO LOCATE CEILING GRID WOR

411 S Limestone Lexington, Kentucky 40506Location

Address: 411 S Limestone Lexington, Kentucky 40506

Country : United StatesState : Kentucky