public works mowing bid fy21 works mowing bid_(bcfy20-0… · 5. (applicable to corporations only)...

21
Boone County, Kentucky BID #BCFY20-0050 SHOULDER/BACK SLOPE MOWING FOR BOONE COUNTY PUBLIC WORKS ACCEPTANCE DATE: ACCEPTANCE PLACE July 15, 2020, 2:00 pm “local time” Online: Negometrix4 Bidding Platform https://app.negometrix.com/buyer/839 Opening will take place at the web address below: Wed, Jul 15, 2020 2:00 PM - 2:30 PM (EDT) Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/903842613 You can also dial in using your phone. United States: +1 (786) 535-3211 Access Code: 903-842-613 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/903842613 Requests for information related to this Invitation should be directed to: Project Sponsor [email protected] Issue Date: June 24, 2020 IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, PLEASE CONTACT OUR OFFICE AS SOON AS POSSIBLE.

Upload: others

Post on 18-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

Boone County, Kentucky

BID #BCFY20-0050

SHOULDER/BACK SLOPE MOWING FOR BOONE COUNTY PUBLIC

WORKS

ACCEPTANCE DATE:

ACCEPTANCE PLACE

July 15, 2020, 2:00 pm “local time”

Online: Negometrix4 Bidding Platform https://app.negometrix.com/buyer/839

Opening will take place at the web address below:Wed, Jul 15, 2020 2:00 PM - 2:30 PM (EDT) Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/903842613 You can also dial in using your phone. United States: +1 (786) 535-3211 Access Code: 903-842-613 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/903842613

Requests for information related to this Invitation should be directed to:

Project Sponsor [email protected]

Issue Date: June 24, 2020

IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, PLEASE CONTACT OUR OFFICE AS SOON AS POSSIBLE.

Page 2: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 2 of 21 

NOTICE The Boone County Fiscal Court will receive sealed bids until 2:00 pm “local time” on July 15, 2020 for Shoulder/Back Slope Mowing, via its online bidding platform Negometrix4. The bids will be opened publically on an internet-meeting platform at the time this solicitation is due. Bid tabulation results will be posted online, www.boonecountyky.org/publicnotices or https://app.negometrix.com/buyer/839 within (2) two days after the bid opening. Specifications can be obtained in the Finance Office, 2950 Washington St, 2nd Floor-Room #205, Burlington, KY 41005, www.boonecountyky.org/publicnotices and/or https://app.negometrix.com/buyer/839. Boone County reserves the right to reject any and all proposals, to waive any informalities and to negotiate for the modifications of any proposals or to accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such bid may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of thirty (30) days after scheduled time of receipt of bid. INTENT It should be noted that the inclusion of the any plans, drawings or brand names mentioned in this solicitation are provided for reference purposes only. The plans or drawings (if applicable) should be not be reproduced or used for any other purpose. The Boone County “Project Review Committee” shall be the sole judge of whether a proposal meets the intent of these specifications. KENTUCKY PREFERENCE LAW The scoring of bid is subject to Reciprocal preference for Kentucky resident bidders and Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit. GENERAL SPECIFICATIONS

1. Bid items may be awarded separately. 2. Unit bid cost shall be based on three (3) shoulder mowing cycles and three (3) back slope mowing

cycles. Tentative schedule: 1st Cycle – Last week of July 2nd Cycle – Third week of October 3rd Cycle – Third week of May

3. Number of mowing cycles shall be at the discretion of Boone County Public Works. 4. Contractor responsible for all utility locations, needed signage and traffic control per Manual on

Uniform Traffic Control Devices (MUTCD) current addition. 5. Contractor shall be responsible for removal of any vegetation or debris thrown onto roadway or

shoulder by mowing operation. 6. Boone County Public Works reserves the right to add or delete any County Road on the “Mowing

Route”. 7. See Attachment A for Minimum Insurance Requirements related to this project/solicitation. 8. Boone County realizes the importance of having a waste management policy and supporting recycling

industries to further such policy. Therefore, preference may be given to purchasing items containing recycled material whenever practicable and feasible.

Page 3: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 3 of 21 

9. For Technical Specifications see Exhibit I. 10. For Mowing Route see Exhibit II. 11. For KYTC Mowing Route See Exhibit III

 

IMPORTANT INSTRUCTIONS TO BIDDERS (Read all instructions, terms and conditions carefully)

1. Intent: It is the intent of this bid process to establish contractual source (s) for the furnishing and

delivery of Boone County Fiscal Court’s requirements for the material (s) specified elsewhere herein. 2. Term: The term of this contract shall be for the Fiscal Year beginning July 1, 2020 to June 30,

2021. 3. Prices: All prices contained herein will be firm and fixed for the above mentioned Fiscal Year.

No minimum quantity requirements. 4. F.O.B.: All pricing quoted herein shall be on a F.O.B. destination basis. Includes vendor paid

freight to delivery location. 5. Delivery: Unless shown otherwise in bid item, it is required that the resultant order (s) be delivered

complete within seven (7) calendar days after receipt of order. Offers quoting deliveries in excess time may be considered as alternate offers only to be considered in the event no responsive, responsible bids are received based on this specific delivery requirement. Bidders are reminded that their quotes are binding.

6. Specifications: The specifications shown on the attached Specification bid form are intended to represent item (s) of a quality level known to meet the County’s requirements. While the County endeavors to promulgate written specifications that are accurate and non-restrictive for bidding purposes, they may also reference any items by manufacturer’s name and number.

7. Quantities: The quantities shown are estimates only and the County reserves the right to purchase more or less of any item in accordance with its actual usage. No minimum requirement will be accepted.

8. Known Acceptable Products: Manufacturers and brands listed as “Known Acceptable Products” are shown for the purpose of indicating the quality of the products required by the County and are not intended to be restrictive. The term “or equal” shall apply.

9. Award: The award will be made to the lowest responsive, responsible bidder. 10. Descriptive Literature: Please submit descriptive literature showing specifications of items

offered if other than the referenced “Known Acceptable Product.” Failure to submit literature with bid or within three days of verbal request may result in bidder being declared non-responsive for that item.

11. Sample: Samples for alternate items offered may be required subsequent to bid opening. Failure to supply samples within seven (7) calendar days of verbal request may result in bidder being declared non-responsive for that item.

12. Safety Data Sheet: Safety Data Sheets, when applicable, are required to be submitted in three (3) copies with the bid document. Failure or delay in providing data sheets may result in bidder being declared non-responsive for that item.

13. Bidder Affidavit: Included with the Bidder’s Response Copy of this bid is a section entitled: Purchase Order Acknowledgment. Read this section carefully. Failure to comply may result in the disqualification of your bid/contract anytime during the term of the contract.

14. Termination for Convenience: The County may terminate the contract, in whole or in part, without showing cause upon giving at least thirty (30) days written notice to contractor. The County shall make payment for goods or services delivered and accepted up to the date of termination.

Page 4: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 4 of 21 

15. Termination for Default: The contract may be terminated by the Assistant County Administrator in whole or in part by written notice of default to the contractor upon non-performance or violation of a contract’s terms or conditions. An award may be made to the next low bidder, or services specified may be purchased on the open market similar to those so terminated. In either event, the defaulting contractor (or his surety) shall be liable to the County for costs to the County in excess of the defaulter contract price. Failure of the contractor to deliver the specified services within the time stipulated on his bid, unless extended in writing by the Assistant County Administrator, shall constitute contract default.

16. Contract Provision for other Boone County Agencies: Each bidder agrees when submitting their bid, unless otherwise stipulated, that the bidder will make available to all County Agencies and departments the prices offered in accordance with the bid terms and conditions. Verification of eligibility of participate in a contract may be requested from the County.

17. OSHA Regulations, Bloodborne Pathogens: The successful bidder shall during the course of performance under the proposed contract comply with Part 1910 of Title 29 of the Code of Federal Regulations (OSHA). This regulation deals with occupational exposures to bloodborne pathogens and other potentially infectious materials. During the performance of your contractual requirements, the contractor is expected to be alert to any potentially high risk of exposure opportunities and take all mandated precautionary measures contained in the regulation, including making available to all employees who have occupational exposure Hepatitis B vaccine and vaccinations series and post exposure follow-up following exposure incidents.

18. Boone County Occupational License: The successful bidder maybe required to obtain a Boone County Occupational License. If required and bidder fails to obtain, it may result in termination of the contract.

AUTHENTICATION OF BID AND AFFIDAVIT OF NON COLLUSION AND NON-CONFLICT OF INTEREST

I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 432.170:

1. That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership) or an officer or employee of the bidding corporation having authority to sign on its behalf (if the bidder is a corporation);

2. That the attached bid or bids covering Boone County Fiscal Court Invitation To Bid have been arrived at/by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid designed to limit independent bidding or competition;

3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids;

4. That the bidder is legally entitled to enter into the contracts with the Boone County Fiscal Court and is not in violation of any prohibited conflict of interest, including those prohibited by the provisions of KRS 164.390, 45A.330 and 45.991; and

5. (Applicable to corporations only) That as a foreign corporation we are registered with the Secretary of State, Commonwealth of Kentucky, and authorized to do business in the State or that as domestic corporation we are in good standing with the Secretary of State, Commonwealth of Kentucky . Check the statement applicable;

6. That I have fully informed myself regarding the accuracy of the statements made in this affidavit.

Page 5: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 5 of 21 

NOTICE

1. Any agreement of collusion among bidders or prospective bidders which restrains, tends to restrain, or is reasonably calculated to restrain competition by agreement to bid at a fixed price, or to refrain from bidding or otherwise, is prohibited. The provisions which permit the regulation of resale price by contract do not apply to sales to the State, or sales to Local Government.

2. Any person who violates any provisions of Kentucky Revised Statute 42.460 shall be guilty of a

felony and shall be punished by a fine 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 42.460 shall, upon conviction, be fined not less than ten thousand dollars nor more than twenty thousand dollars.

PURCHASE ORDER ACKNOWLEDGMENT

1. Any purchase made by Boone County must be made with a valid purchase order number. The

purchasing representative of each department issues these numbers. If there is any question as to who this person is, please contact the Finance Office at 859-334-3545. It is the vendor’s responsibility to insure they have an authorized number prior to placing an order or rendering goods or services and to ensure that the purchase order number is listed on the invoice.

2. Any purchase made without the proper purchase order number will not be paid. Also, quantities must not exceed the amount listed on the order, with the exception of bulk products such as gravel, sand or asphalt. These products will be allowed a maximum of ten (10) percent overage.

3. Vendor is responsible to ensure correct billing of materials provided to the County. Improper billing procedures and/or billing errors may result in contract termination.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Page 6: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 6 of 21 

SPECIFICATIONS BID FORM

 

 

ITEM ITEM UNIT of MEASURE

BID PRICE

1 Shoulder Mowing Per Acre https://app.negometrix.com/buyer/839

2 Back Slope Mowing Per Acre https://app.negometrix.com/buyer/839

3 Litter Removal Per Acre https://app.negometrix.com/buyer/839

4 Trimming Per Acre https://app.negometrix.com/buyer/839

The undersigned agrees to the Purchase Order Acknowledgment and to furnish all supplies, services or construction identified herein in accordance with the terms and conditions, plans and specifications set forth herein, at the prices established in the bid. Delivery or performance shall be accomplished within days from receipt of the Purchase Order Number. This offer is for the Fiscal Year beginning July 1, 2020 through June 30, 2021. In submitting this bid, it is expressly agreed that upon proper acceptance by the Boone County Fiscal Court of any or all items bid above, a contract shall thereby be created with respect to the items accepted. FIRM AUTHORIZED SIGNATURE PRINTED NAME & TITLE ADDRESS CITY STATE ZIP CODE AREA CODE TELEPHONE NUMBER FEDERAL ID NUMBER: BOONE COUNTY OCCUPATIONAL LICENSE NO. _____________ INSURANCE CERTIFICATE PROVIDED ______ (Y/N) COMPLETED FORM W-9 (ATTACHED) ______ (Y/N)  

dkemper
Typewritten Text
Please use https://app.negometrix.com/buyer/839 to bid.
dkemper
Typewritten Text
Please use https://app.negometrix.com/buyer/839 to bid
Page 7: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 7 of 21 

Exhibit I

TECHNICAL SPECIFICATIONS FOR RIGHT-OF-WAY MOWING, TRIMMING AND

LITTER REMOVAL Shoulder Mowing

Shoulder mowing shall be performed on all areas where vegetation exists beyond the shoulder or pavement edge(s) along the roadways.

The average mow width is four feet (4’) beyond shoulder or pavement and not to exceed a maximum of six feet (6’).

The maximum height of mowed vegetation shall be four inches (4”). The mowing route shall be at the discretion of Boone County Public Works.

Back Slope Mowing Back slope mowing shall be performed beyond ditches and behind guardrails. The

mowing shall consist of grass, weeds, bushes and small trees. The average mow width is five feet (5’) beyond ditch and behind guardrail and not to

exceed six feet (6’). Except mowing of entire right-of-way on KYTC roads as listed in Mowing Route KYTC Exhibit III.

The mowing route shall be at the discretion of Boone County Public Works. Boom type mower shall be used on back slopes and behind guardrails unless area

allows for use of batwing type mower. Traffic Control and Construction Procedures

Require employees to wear safety vests that conform to Occupational Safety and Health Administration (OSHA) regulations on the job site at all times. Equip all designated work zone vehicles (tractors, service trucks, litter removal vehicles and vehicles for supervisory personnel) with warning strobe lights and fluorescent red/orange flags. Perform mowing operations with the flow of traffic when operating along the edge of the pavement. Perform all work only during daylight hours.

Provide warning signs that are at least 36 inches by 36 inches in size, diamond shaped with black letters on an orange background with black border. Place warning signs with the message “Begin Mowing Zone” and with the message “End Work Zone” to designate a mowing work zone. Where the trimming or litter removal operations are not within the mowing work zone, place an additional set of warning signs with the message “Begin Work Zone” and with the message “End Work Zone”, to designate a work zone for trimming operations or a work zone for litter removal operations. Mount warning signs on multi-leg stands in a secure and visible manner. Move the warning signs and re-establish a work zone as work operations progress. Remove warning signs from the job site after work operations cease at the end of each work day.

Enter and leave work areas in a manner that will not be hazardous to or interfere with the normal flow traffic. Do not park or stop vehicles except within designated work areas. Limit all employee pedestrian movement on the roadway to the protected work zone areas.

Page 8: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 8 of 21 

Trimming Within the designated mowing acres, trim the vegetation around roadside obstacles,

such as sign posts, delineator posts, light poles, steel beam guardrail, cable barriers and posts, guardrail posts, guardrail end treatments, headwalls, catch basins, bridge end abutments, mailboxes, newspaper boxes, landscape plantings, natural woody vegetation, rock fences and around paved and rock-lined ditches. Trim around landscaped trees, shrubs, planting beds and the perimeter of groundcover and wildflower areas and along the base of rock cuts. When trimming around guardrail entities, trim the area around the guardrail, the guardrail posts and the guardrail end treatments beginning at the edge of the roadway pavement and extending to a point that is one foot beyond the base of the guardrail post. Trim the vegetation to a uniform height of two - four (2”- 4”) inches. Use a weed trimmer with a metal blade to trim all woody vegetation up to a maximum diameter of one inch. Perform trimming operations in conjunction with each cycle of right-of-way mowing and complete trimming operations in conjunction with each cycle of right-of-way mowing.

Litter Removal Pickup and remove litter and debris from the designated mowing areas. Pickup and

remove litter and debris from right-of-way fences, roadway ditches, catch basins, drop boxes, drainage structures, areas behind guardrails and medians that is of such size that throwing and shredding of the litter and debris may occur as a result of mowing operations. Pickup and remove refuse items of litter and debris such as paper, glass, wood, tires, metal, plastic containers and Styrofoam products. Pickup and remove litter and debris in conjunction with the mowing operation. However, if the litter and debris has been shredded by the mowing operation, pickup the litter and debris within twenty-four (24) hours after the mowing operation has passed. Remove the litter and debris that has been collected through the course of a day from the project at the end of each work day and dispose of it off of the rights-of-way. Dispose of all litter and debris in accordance with approved practices and procedures as set forth by the Kentucky Division of Solid Waste Management.

Equipment Conform to all Occupational Safety and Health Administration (OSHA) regulations.

Furnish all equipment attachments and accessory items necessary for the efficient operation and completion of the work. Park or store equipment that is idle or not in use, such as during break times, lunch time or overnight away from the outside shoulder of the roadway.

Damage to Property Do not damage turf areas, slopes, trees, shrubs or other roadside of features during

mowing, trimming or litter removal operations. Do not mow when turf and soil conditions are wet to the point that turf damage or ruts will occur. When damage does occur to turf, slopes, trees, shrubs or other roadside features as a result of mowing, trimming or litter removal operations, replace or repair the same in like kind at no cost to the County. When damaged property resulting from mowing, trimming or litter removal operations has to be repaired or replaced by the County, the cost of the work will be deducted from any payment due the Contractor.

Page 9: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 9 of 21 

Do not damage County signage or delineators during mowing, trimming or litter removal operations. When damage does occur to signs or delineators replace the damaged sign or delineators in like kind at no cost to the County. When damaged signs or delineators resulting from the mowing, trimming or litter removal operations must be repaired by the County, the cost of the work will be deducted from any payment due the Contractor.

Replace immediately any mailbox that has been knocked down as a result of mowing, trimming or litter removal operations with a temporary mailbox that meets the minimum specifications of the United States Post Office. Within seven (7) calendar days, replace the mailbox in like kind to the approval of the mailbox owner.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Page 10: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 10 of 21 

Exhibit II

MOWING ROUTE FOR BOONE CO., KY 2020/2021

110 Shoulder Acres Per Cycle 95 Back Slope Acres Per Cycle

Road

GATEWAY BLVD (KY 237 to Limaburg Rd) BULLITTSVILLE ROAD CONRAD LANE YOUELL ROAD COUGAR PATH (KY 237 to Limaburg Rd) PEEL ROAD GARBER LANE WATTS ROAD GRAVES ROAD WILLIAMS ROAD MERRELL ROAD BULLOCK LANE LIMABURG ROAD (ALL FROM HEBRON 237 TO KY 18)

CONNER ROAD VICTORY PLACE (off 20 close to Elijah Creek Rd.)

ELIJAH CREEK ROAD TRAVELED BACK ACROSS ELIJAH CREEK TO MEDICAL ARTS DRIVE LITTON DRIVE KILGORE PLACE STAHL ROAD SAND RUN ROAD RIVER ROAD /RT 8 (County part only from 237 to end)

CONTINENTAL WAY OLD TANNER ROAD TAYLORSPORT DRIVE POINT PLEASANT ROAD AIRWAY DRIVE

Page 11: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 11 of 21 

Road DELTA ROAD (part) DELTA PLACE CESSNA PLACE (go 300 ft. past intersection of Piedmont Ct)

PIEDMONT COURT PIEDMONT CIRCLE PIPER DRIVE PENINSULAR COURT AMERICAN DRY CREEK ROAD ELLIS RD (off Abor Tech) go 300 ft past turn around

PLEASANT LANE MINEOLA PIKE (County part only) ERLANGER ROAD (& CORNER OF) OLYMPIC BLVD. BOONELAND TRAIL GO ACROSS OLY. BLVD. TO QUEENSWAY QWEENSWAY PLACE QUEENSWAY DRIVE COX AVENUE (FROM HERE GO OUT) TURFWAY TO O'HARA LANE ON LEFT O'HARA LANE (FROM HERE GO ACROSS) HOUSTON TO HOPEFUL TO ROSETTA to UTTERBACK (then ACROSS U.S. 42 to) LACRESTA DRIVE (back to US 42 to Weaver) EVERGREEN DRIVE SUNNYBROOK DRIVE SHORT GUNPOWDER GO TO RDS OFF MT ZION RD (AND BACK TO GUNPOWDER) HIGHLAND AVENUE CRESCENT DRIVE CHERRY LANE (IN EAST HIGHLAND ACRES)

SKYLINE DRIVE PRISCILLA DRIVE BREEZY LANE (BACK TO GUNPOWDER) RIDGEVIEW DRIVE

Page 12: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 12 of 21 

Road BACK TO Gunpowder then TO Ridgeview to Weaver turn right toSamNeace (Right on Empire right on US 25 TO) FIRST ST. KENTUCKY DRIVE BLUEGRASS DRIVE RICHARDSON ROAD (TO CO, LINE) TOTTEN LANE MIKKELSEN DRIVE (ENTRANCE ONLY) WEBER LANE ARISTOCRAT DRIVE MAHER ROAD (TO COUNTY LINE) EAST FROGTOWN ROAD FROGTOWN CONNECTOR RD. FRONTAGE ROAD SHORELAND DRIVE WINNING COLORS DRIVE BEST PAL DRIVE OLD RICHWOOD ROAD AYLOR LANE OLD LEXINGTON PIKE CUMMINGS DRIVE Travel US 25 thru Walton to Mary Grubbs Hwy. SERVICE ROAD turn right on Beaver rd. MC COYS FORK ROAD STURGEON ROAD Travel back Beaver straight across by truck stop (Flying J's) to OAK CREEK DRIVE VEST LANE SALEM CREEK ROAD EADES ROAD VIOLET ROAD LOST ROAD CONNECTOR DRIVE CATLETT DRIVE STEPHENSON MILL ROAD SHORT STEPHENSON MILL (ON RIGHT) PENNINGTON ROAD WALLER ROAD

Page 13: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 13 of 21 

Road MUNK ROAD ALEXANDER RD. MESSMER ROAD TEAL ROAD PORTER ROAD POOLE ROAD BROWN ROAD (TO COUNTY LINE) CARR ROAD BAKER ROAD SOUTH FORK ROAD (TO COUNTY LINE) SOUTH FORK CHURCH ROAD (TO CO. LINE)

MILLER OWENS ROAD (PARTIAL) MUDLICK ROAD RISNER ROAD MOORE ROAD (PARTIAL) CLEEK LANE ANDREWS ROAD CROUCH ROAD DICKERSON ROAD RANSOM ROAD SOUTH DRIVE WILLOW PLACE LAKEVIEW DRIVE RIDGE ROAD NORTH DRIVE COPPAGE CIRCLE BENSON PLACE HUEY PLACE HICKS PIKE RICHWOOD CHURCH ROAD DECKER LANE RICE PIKE BIG BONE CHURCH ROAD MICHELLE DIVE BRIAN DRIVE NORTH GUM BRANCH ROAD MEREDITH STREET SETTERS ROAD SEWELL ROAD RYLE ROAD BOAT DOCK ROAD

Page 14: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 14 of 21 

Road BIG OAK ROAD KITE LANE SOUTH GUM BRANCH ROAD BENDER ROAD BIG BONE CHURCH ROAD KIRBY LANE FORESTVIEW DRIVE RICE PIKE KILARNEY DRIVE KIMBERLY DRIVE TADPOLE LANE MEIMAN DRIVE TURNER ROAD CANOE DRIVE (travel Hathaway to) CAMP ERNST ROAD LONGBRANCH ROAD KROTH LANE CLARKSTON LANE (PARTIAL) FOWLER CREEK ROAD CAMP ERNST LANE CASTLEWOOD LANE SOLOMON ROAD ROGERS LANE UTZ LANE SPERTI LANE SNOW ROAD POSSUM PATH ROAD KIRBY DRIVE GAVIN LANE GREEN ROAD HOWE ROAD WOLFE ROAD LOCUST GROVE ROAD KELLY ROAD BEECH GROVE ROAD BIG JIMMY HILL ROAD DANIELS LANE CECIL FIELDS ROAD BISHOP BEND ROAD BEIL ROAD (UNION) SULLIVAN ROAD

Page 15: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 15 of 21 

Road BAKER LANE VICTORY SCHOOL ROAD DALE WILLIAMSON ROAD RABBIT HASH HILL ROAD LOWER RIVER ROAD VICTORY SCHOOL HOUSE ROAD COTTONTAIL TRAIL WATERLOO ROAD MIDDLECREEK ROAD CHINQUAPIN HILL ROAD OLD HORSLEY FERRY ROAD AURORA FERRY ROAD LAWRENCEBURG FERRY ROAD WOOLPER ROAD SNYDER LANE GREEN ACRES LANE VICE LANE (ENTRANCE) ROCKY SPRINGS ROAD BOTTS LANE HAND ROAD EASTON LANE CARIBOU DRIVE ASHBY FORK ROAD WHITTON ROAD SECOND CREEK ROAD STEVENS ROAD BULLITTSBURG CHURCH ROAD GARRISON CREEK MARTIN ROAD LIZMARK ROAD FEELEY ROAD AKIN LANE EASTON LANE OFF IDLEWILD TEMPERATE STREET SHADY HOLLOW LANE (FROM HERE TRAVEL)

NORTH KY 18 AND MOW THESE RDS. TO RIGHT BEIL ROAD (BURLINGTON) LIMABURG CREEK ROAD (SOUTH)

Page 16: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 16 of 21 

Road LIMABURG RD. FROM OAKBROOK DR. TO 237 HEBRON/ALL

OAK BROOK DRIVE HOLBROOK LANE SNEAD LANE BOONE AIRE ROAD ZIG ZAG ROAD SOUTH CAYTON ROAD BEEMAN LANE NOW TRAVEL KY 18 SOUTH PICKING UP THESE

LIMABURG CREEK ROAD (NORTH) TAYLOR DRIVE FLORENCE PIKE CARLTON DRIVE

   

 

 

EXHIBIT III: Boone County - KYTC ROW Mowing Areas – 36 Acres Per Cycle

KY 18 - Peoples Ln to Boone Aire Rd (East)

Address Milepoint Area (SF) 2252 Burlington Pk 11.5 - 11.6 0.906 Limaburg to Oakbrook (South Side) 12.6 - 12.9 1.102 Limaburg to Aero (North Side) 12.8 - 12.9 2.198 Oakbrook to Kenner (South Side) 13.0 0.659 Boone Aire to Zig Zag (South Side) 13.4 - 13.7 1.961 Self Storage to Zig Zag (North Side) 13.6 - 13.7 1.499 Zig Zag to Boone Aire (South Side) 13.9 - 14.0 0.389 Acres 8.715

KY 237 - KY 18 to Wright Blvd

SPUI to Stephens Elementary W 6.3 - 6.6 1.588 SPUI to Stephens Elementary E 6.3 - 6.6 4.578 Stephens Elementary to Conrad W 6.7 - 7.4 4.487 Stephens Elementary to Conrad E 6.7 - 7.4 4.455 Conrad to Toyota/Levi West 7.6 - 8.4 5.376 Conrad to Toyota/Levi East 7.6 - 8.4 6.400 Acres 26.883

 

 

Page 17: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 17 of 21 

ATTACHMENT A: Minimum Insurance Requirements Coverage Minimum Limits of Liability, Terms and Coverage

Commercial General Liability

$500,000 bodily injury and property damage each occurrence, including advertising and personal injury, products and completed operations

$2,500,000 products/completed operations, independent Contractor’s liability, contractual liability, and coverage for property damage from perils of explosion, collapse, or damage to underground utilities, commonly known as XCU

$2,500,000 general annual aggregate Auto Liability Insurance

$500,000 each person, bodily injury and property damage, including owned, non-owned and hired auto liability

Workers’ Compensation

Statutory Limitations

Employer’s Liability

$500,000 bodily injury by accident, each accident $500,000 bodily injury by disease, each employee $500,000 bodily injury by disease, policy aggregate

Umbrella/Excess Liability

$2,500,000 each occurrence and annual aggregate Underlying coverage shall include General Liability, Auto Liability, and

Employer’s Liability $500,000 annual aggregate covering damages or liability arising or resulting

from Contractor’s services rendered, or which should have been rendered, pursuant to the Contract

Property The Contractor shall purchase and maintain property insurance covering machinery, equipment, mobile equipment, and tools used or owned by the Contractor in the performance of services under the Contract. The County shall in no circumstance be responsible or liable for the loss or damage to, or disappearance of, any machinery, equipment, mobile equipment and tools used or owned by the Contractor in the performance of services under the Contract.

On all liability policies of insurance, bidder/proposer shall have Boone County Fiscal Court named as an additional insured and shall further require that their liability carrier(s) notify the County at least thirty (30) days prior to the effective date of any change(s) in or cancellations of said insurance policies. A current copy of proposer’s insurance certificate providing proof of insurance as stated above must be on file in the Purchasing Department prior to the proposal award. Submission of an Evidence of Insurability from your provider or an Insurance Certificate copy may be included with the proposal package. 

Page 18: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 18 of 21 

KENTUCKY PREFERENCE LAWS The scoring of bids/bids is subject to Reciprocal preference for Kentucky resident bidders and Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit. Reciprocal preference for Kentucky resident bidders KRS 45A.490 Definitions for KRS 45A.490 to 45A.494. As used in KRS 45A.490 to 45A.494: (1) "Contract" means any agreement of a public agency, including grants and orders, for the purchase or disposal of supplies, services, construction, or any other item; and (2) "Public agency" has the same meaning as in KRS 61.805. KRS 45A.492 Legislative declarations. The General Assembly declares: (1) A public purpose of the Commonwealth is served by providing preference to Kentucky residents in contracts by public agencies; and (2) Providing preference to Kentucky residents equalizes the competition with other states that provide preference to their residents. KRS 45A.494 Reciprocal preference to be given by public agencies to resident bidders -- List of states -- Administrative regulations. (1) Prior to a contract being awarded to the lowest responsible and responsive bidder on a contract by a public agency, a resident bidder of the Commonwealth shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder. (2) A resident bidder is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: (a) Is authorized to transact business in the Commonwealth; and (b) Has for one (1) year prior to and through the date of the advertisement, filed Kentucky corporate income taxes, made payments to the Kentucky unemployment insurance fund established in KRS 341.490, and maintained a Kentucky workers' compensation policy in effect. (3) A nonresident bidder is an individual, partnership, association, corporation, or other business entity that does not meet the requirements of subsection (2) of this section. (4) If a procurement determination results in a tie between a resident bidder and a nonresident bidder, preference shall be given to the resident bidder. (5) This section shall apply to all contracts funded or controlled in whole or in part by a public agency. (6) The Finance and Administration Cabinet shall maintain a list of states that give to or require a preference for their own resident bidders, including details of the preference given to such bidders, to be used by public agencies in determining resident bidder preferences. The cabinet shall also promulgate administrative regulations in accordance with KRS Chapter 13A establishing the procedure by which the preferences required by this section shall be given. (7) The preference for resident bidders shall not be given if the preference conflicts with federal law.

Page 19: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 19 of 21 

(8) Any public agency soliciting or advertising for bids for contracts shall make KRS 45A.490 to 45A.494 part of the solicitation or advertisement for bids. The reciprocal preference as described in KRS 45A.490-494 above shall be applied in accordance with 200 KAR 5:400. Determining the residency of a bidder for purposes of applying a reciprocal preference Any individual, partnership, association, corporation, or other business entity claiming resident bidder status shall submit along with its response the attached Required Affidavit for Bidders, Offerors, and Contractors Claiming Resident Bidder Status. The BIDDING AGENCY reserves the right to request documentation supporting a bidder’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. A nonresident bidder shall submit, along with its response, its certificate of authority to transact business in the Commonwealth as filed with the Commonwealth of Kentucky, Secretary of State. The location of the principal office identified therein shall be deemed the state of residency for that bidder. If the bidder is not required by law to obtain said certificate, the state of residency for that bidder shall be deemed to be that which is identified in its mailing address as provided in its bid. Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. Pursuant to 200 KAR 5:410, and KRS 45A.470, Kentucky Correctional Industries will receive a preference equal to twenty (20) percent of the maximum points awarded to a bidder in a solicitation. In addition, the following “qualified bidders” will receive a preference equal to fifteen (15) percent of the maximum points awarded to a bidder in a solicitation: Kentucky Industries for the Blind, any nonprofit corporation that furthers the purposes of KRS Chapter 163 and any qualified nonprofit agencies for individuals with severe disabilities as defined in KRS 45A.465(3). Other than Kentucky Industries for the Blind, a bidder claiming “qualified bidder” status shall submit along with its response to the solicitation a notarized affidavit which affirms that it meets the requirements to be considered a qualified bidder- affidavit form included. If requested, failure to provide documentation to a public agency proving qualified bidder status may result in disqualification of the bidder or contract termination.

Page 20: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 20 of 21 

REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS (Not required) FOR BIDS AND CONTRACTS IN GENERAL: The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: Is authorized to transact business in the Commonwealth; Has for one year prior to and through the date of advertisement Filed Kentucky income taxes; Made payments to the Kentucky unemployment insurance fund established in KRS 341.49; and Maintained a Kentucky workers’ compensation policy in effect. The BIDDING AGENCY reserves the right to request documentation supporting a bidder’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination.

Signature Printed Name

Title Date

Company Name

Address

Subscribed and sworn to before me by (Affiant) (Title)

of this _____day of ____________,20___. (Company Name)

Notary Public

[seal of notary] My commission expires:

 

   

Page 21: Public Works Mowing Bid FY21 Works Mowing Bid_(BCFY20-0… · 5. (Applicable to corporations only) That as a fore ign corporation we are registered with the Secretary of State, Commonwealth

    Page 21 of 21 

REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING QUALIFIED BIDDER STATUS (Not Required) FOR BIDS AND CONTRACTS IN GENERAL: I. The bidder or offeror swears and affirms under penalty of perjury that the entity bidding, and all subcontractors therein, meets the requirements to be considered a “qualified bidder” in accordance with 200 KAR 5:410(3); and will continue to comply with such requirements for the duration of any contract awarded. Please identify below the particular “qualified bidder” status claimed by the bidding entity. ________ A nonprofit corporation that furthers the purposes of KRS Chapter 163 _______ Per KRS 45A.465(3), a "Qualified nonprofit agency for individuals with severe disabilities" means an organization that: (a) Is organized and operated in the interest of individuals with severe disabilities; and (b) Complies with any applicable occupational health and safety law of the United States and the Commonwealth; and (c) In the manufacture or provision of products or services listed or purchased under KRS 45A.470, during the fiscal year employs individuals with severe disabilities for not less than seventy-five percent (75%) of the man hours of direct labor required for the manufacture or provision of the products or services; and (d) Is registered and in good standing as a nonprofit organization with the Secretary of State.

The BIDDING AGENCY reserves the right to request documentation supporting a bidder’s claim of qualified bidder status. Failure to provide such documentation upon request may result in disqualification of the bidder or contract termination.

Signature Printed Name

Title Date

Company Name

Address

Subscribed and sworn to before me by (Affiant) (Title) of this _____day of ____________,20___.

(Company Name)

Notary Public

[seal of notary] My commission expires: