ONE (1), 1.5-TON DUMP TRUCK: TRI- COUNTY SOLICITATION

17
SOLICITATION# BCFY20-0012 ONE (1), 1.5-TON DUMP TRUCK: TRI- COUNTY SOLICITATION ACCEPTANCE DATE: September 27, 2019, 2:00 pm “local time” ACCEPTANCE Boone County Fiscal Court PLACE 2950 Washington Street PO Box 960 2 nd Floor Administration Building, Room #205 Burlington, Kentucky 41005 MANDATORY PRE-BID Boone County Fiscal Court PLACE Conference call: GoToMeeting.com TIME September 13, 2019, 9:00 AM “Local Time” Requests for information related to this Invitation should be directed to: Billy Angel, Fleet Supervisor Public Work Department [email protected] or 859-334-3600 Issue Date: September 6, 2019 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.

Transcript of ONE (1), 1.5-TON DUMP TRUCK: TRI- COUNTY SOLICITATION

 

 

SOLICITATION# BCFY20-0012

ONE (1), 1.5-TON DUMP TRUCK: TRI-

COUNTY SOLICITATION ACCEPTANCE DATE: September 27, 2019, 2:00 pm “local time” ACCEPTANCE Boone County Fiscal Court PLACE 2950 Washington Street PO Box 960 2nd Floor Administration Building, Room #205 Burlington, Kentucky 41005 MANDATORY PRE-BID Boone County Fiscal Court PLACE Conference call: GoToMeeting.com TIME September 13, 2019, 9:00 AM “Local Time” Requests for information related to this Invitation should be directed to: Billy Angel, Fleet Supervisor Public Work Department [email protected] or 859-334-3600 Issue Date: September 6, 2019 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.

BCFY20‐0012 

Page 2 of 16 

 

NOTICE The Boone County Fiscal Court, on behalf of Campbell County and Kenton County Fiscal Courts, will receive sealed bids in the Finance Office, Second Floor-Room #205, Administration Building, 2950 Washington Street, Burlington, Kentucky, 41005, until 2:00 pm “local time” on September 26, 2019 for ONE (1), 1.5-Ton Dump Truck: Tri-County Solicitation. Bids will be publicly read aloud at that time in the Boone County Fiscal Courtroom, First Floor, of the Administration Building. Late, electronically submitted or facsimile bids will not be accepted. **Only bids received from vendors that attend the mandatory pre-bid meeting via conference call on September 13, 2019 will be considered responsive when submitting a bid for this project. Contact [email protected] to be added to the conference call**. BID ENVELOPE MUST BE LABELED: "SEALED BID: BCFY20-0012” Specifications may be obtained in the Finance Office, 2950 Washington St, 2nd Floor-Room #205, Burlington, KY 41005 or at www.boonecountyky.org/publicnotices. Each County represented in this solicitation reserves the right to reject any and all Bids, to waive any informalities and to negotiate for the modifications of any bid or to accept that Bid 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 bid may be withdrawn for a period of thirty (30) days after scheduled time of receipt of bid. KEY DATES

Activity Location Date Time Invitation to Bid Issued Online September 6, 2019 N/A Mandatory Pre-Bid Meeting

Online/Conference call

September 13, 2019

9:00 AM “Local Time”

Bid Opening BCFC Admin Building September 27, 2019 2:00 PM “Local Time” 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 Boone County “ONE (1), 1.5-Ton Dump Truck: Tri-County Solicitation Review Committee” shall be the sole judge of whether a bid meets the intent of these specifications. NATIONAL/STATE BIDS All three counties involved in this solicitation belong to many national purchase cooperatives and have access to state contracts for the purchase of goods and services. One of the primary groups is Sourcewell, formally NJPA.

County Sourcewell Contract No. Boone County Fiscal Court 60989 Campbell County Fiscal Court 84754 Kenton County Fiscal Court 79027

BCFY20‐0012 

Page 3 of 16 

 

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.

SPECIFICATIONS

1. GENERAL INFORMATION Boone, Campbell & Kenton County, Kentucky, herein referred to as the “County”, invites the submittal of sealed bids from qualified companies that can deliver three (3) 1.5-Ton Dump Trucks (one and one-half ton) meeting the specifications, found here within this solicitation, in 180 days or less from the date of award. One (1) 1.5-Ton Dump Truck is to be delivered to each of the three counties participating in this solicitation.

Truck #1 Truck #2 Truck #3

Boone County Public Works Campbell County Road Department Kenton County Public Works 5645 Idlewild Road 1175 Race Track Road 420 Independence Station Road

Burlington, KY 41005 Alexandria, KY 4107 Independence, KY 41051 859-334-3600 859-635-9100 859-392-1630

*Only bids from vendors that have attended the mandatory pre-bid meeting on September 13, 2019, via conference call will be considered responsive when submitting a bid for this project*. The services desired are set forth in this BID Solicitation. Representatives of the County will review the submitted bids of each party. The County reserves the right to amend the specifications. Addenda will be available on the County website www.boonecountyky.org/publicnotices. Obtaining addenda is the responsibility of the offering party, not the County. 2. NOTICE Pursuant to the provisions of KRS 45A.343, the contractor or vendor is required to reveal to the County any final determination of a violation of KRS Chapters 136, 139, 141, 337, 338 and 342 by the contractor or vendor within the previous five (5) years; and further that said contractor or vendor has been and is in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 341, and 342 for the duration of the contract. The failure of a contractor or vendor to reveal a final determination of a violation to a local government, or to comply with the statutory requirements, is considered grounds for cancellation of a contract and disqualification of the contractor or vendor from eligibility for any County contracts for a period of two (2) years. The Boone County Fiscal Court, Campbell County Fiscal Court and/or Kenton County Fiscal Court reserves the right to reject any and all submissions, to waive informalities and to negotiate for the modifications of any bid or to accept the bid which is deemed the most advantageous from the standpoint of customer value, service, and concept of operations, even though such bid may not, on its face, appear to be the lowest and best price. 3. QUALIFICATIONS All interested parties must possess all federal, state and/or local qualifications/licenses to provide products or services in Boone, Kenton, Campbell County and the Commonwealth of Kentucky.

BCFY20‐0012 

Page 4 of 16 

 

4. SCOPE OF WORK

I. The County seeks bids from qualified companies to establish term pricing for 1.5-Ton Truck Cab & Chassis Units in accordance with the bid specifications, terms and conditions. The bidder must use the attached “option sheet” and “bid form”, as no other sheet or form will be accepted by the County. Additional descriptive information and literature providing clarity on options in which the bid was based is requested. Wherever the bidder takes exception to the specifications, such exceptions must be listed on the “exception sheet”.

a. All sheets requesting a signature, must be signed by the bidder. II. Contract Duration: The term of this contract shall be for one calendar year from the date of the

bid opening. All prices contained herein will be firm and fixed for the term of the contract. III. Unit pricing: Unit pricing should include:

a. All charges related to the acquisition, build-out and delivery of each unit to each of the county entity addresses provided in this solicitation.

b. Twenty (20) gallons of fuel, minimum per unit, c. Diesel Exhaust Fluid (DEF) tanks full, per unit.

IV. Purchase Orders: A purchase order will be issued by each of the county entities represented in this solicitation after all contract document terms are met and voted upon by their respective fiscal courts.

V. Delivery Schedule: a. Hours: Deliveries can be made at each county facility on Monday-through-Friday,

between the hours of 8:00 A.M. and 2:30 P.M. “Local Time”. b. Delivery timing: Delivery of each completed unit is to be made by the number of days

indicated on the bid form from the date of receipt of a purchase order from each of the county entities represented in this solicitation.

c. Late Delivery: In the situation that delivery dates exceed total number of days, as indicated on the bid form, from the date of purchase order, the awarded vendor will be subject to a one-hundred dollar ($100.00) per day penalty until the completed unit is delivered. In addition, the awarded vendor may be deemed non-responsible on future solicitations until it is been deemed, by the County, that the vendor has cured all issues related to providing goods or services in a timeframe satisfactory to the County.

d. Rejection: Each unit must be one-hundred percent complete, as provided within these specifications, before it can be considered delivered. A unit that is not complete and ready to put into service, as provided within these specification, will be rejected by the County. The vendor may cure any outstanding issues and attempt re-delivery of the unit at a later date, still subject to the any penalties accruing if the delivery date exceeds the total number of days indicated on the bid form.

VI. Subcontractors: The bidder is responsible for the completion of the unit whether or not the bidder choses to subcontract any portion of the build-out of the unit. The County will not be responsible for coordinating the build or delivery with subcontractors.

VII. Product Specifications: All parts not specifically mentioned or requested, which are necessary to provide a complete unit or normally furnished as standard equipment shall be furnished. The parts furnished shall conform in strength, quality of material and workmanship to what is normally provided in the industry.

a. The equipment furnished must meet all Federal and state regulations. b. Bidders shall submit the latest literature that fully describes the units being bid on in this

specification, including the production history of the engine and exhaust combination. 5. SOLICITATION SCHEDULE

I. Solicitation issue date: September 6, 2019 II. Mandatory Pre-bid meeting: September 13, 2019, 9:00 a.m. “Local Time”; this will be held via

conference call. Contact [email protected] to be added to the conference call. III. Public Bid Opening: September 27, 2019, 2:00 p.m. “Local Time”

BCFY20‐0012 

Page 5 of 16 

 

IV. Bid document review: September 17, 2019 through October 17, 2019 V. Award Recommendation to Fiscal Court: To be determined after review period

6. BID REVIEW CRITERIA

I. The Tri-County Solicitation Review Committee will be making an award recommendation based upon the following criteria:

a. Adherence to all conditions and requirements listed in the bid specifications b. Price c. Qualifications of the bidder, including past performance, finance responsibility, general

reputation, experience, service capabilities d. Bid Delivery Date e. Maintenance costs and warranty provisions f. Resale value

7. SPECIFICATIONS FOR ONE (1), 1.5 TON DUMP TRUCKS FOR THREE (3) COUNTIES INCLUDED IN THIS SOLICITATION

ONE (1), 1.5-TON DUMP TRUCK FOR BOONE, CAMPBELL, AND KENTON COUNTY Minimum Specifications Requested Bidder

Option Code

County Eval. Meets Spec.

Y/N Cab & Chassis

Conventional cab with a gross vehicle weight rating 19,500 lbs. +, 4 x 4 Conventional towing rating 18,000 lbs. + Stabilizer bars front and rear Wheel base 180” +/- Battery 850 CCA +/- dual batteries Alternator 150 amp output + Diesel with block heater Horsepower 320 + Torque lb-ft 720 + Automatic transmission that accepts gear driven PTO. Axle ratio 4.30 Rear axle limited slip / electric locking Fuel tank 38 gallon single fuel tank + Steering standard full power 225/70r 19.5 tires load range (e) or + Full size spare load range (e) or + Must seat 3 passengers Dark vinyl covered 40/20/40 split bench Interior color is to be dark Rubberized vinyl floor covering Standard instrumentation with oil pressure, water temperature and ammeter gauges Standard heater and air conditioning Standard lighting group/cab lights Intermittent wipers/cruise control Power windows and door locks 4 sets of keys/fobs keyless entry Bluetooth AM/FM radio w/clock Tilt steering wheel Standard 4wd controls

BCFY20‐0012 

Page 6 of 16 

 

Minimum Specifications Requested Bidder Option Code

County Eval. Meets Spec.

Y/N Assist handle front passenger side and drivers side a pillars 4 plus auxiliary switches Trailer brake controller Tow Package Wiring and RV plug to rear plate Mirrors standard folding towing power/heated Poly fenders with steel brackets Dump bed UP light in cab All weather floor mats Reverse Light mounted on right rear of truck that comes on when in reverse. Two amber LED strobes mounted in grill run from their own switch. Factory Snow Plow Package Dump Bed

Dump Body/Bed shall consist of a 9’ stainless steel dump body. No Paint. The dump bed sides and front shall be made of 304 2B polished 10 gauge stainless steel.

Bed sides are to be 17” high and tailgate end to be 23” high. Bed side top rails to be designed with brackets to receive 2” X 6” side board extensions

Dump bed shall have a double acting scissor hoist and sub frame mounted class 40 and rated at a minimum of 11 tons

Tailgate to be double acting ½ cab shield Strobe/or self-contained LED flashing (Amber in color) lights to be mounted in rear of body with in-cab - switch operated and separately fused circuitry. Same switch to run both corners of cab shield which will have forward facing strobes plus left/right on respective corner.

FMVSS108 lights and reflectors included In cab - switch operated Sander/Utility light to be mounted on rear of body for operator to maintain sight of spreader pattern and flow

All dump controls to be mounted in center of cab between seats and clearly marked for ease of driver operation

Electric asphalt tarp Equipped with full length spreader chain and have a top and bottom chain plates, Equipped with heavy duty cast type hardware on top and bottom the tail gate. Tailgate shall have fully boxed bracing Bed shall have a solid cab shield Two spring mounted shovel carriers mounted on bed walls so that they do not interfere with driver sight or tarp operation.

Hydraulic Pump, Reservoir, Valves and Controls Furnish and install hot shift P.T.O. with direct mount pump. Force VT12 valve kit enclosure baffled with suction strainer indicator, filter, breather, sight gauge, temperature gauge ,ball valve, return filter, electric mono block spool valve for bed raise, lower with 500psi relief, pre wet capable lines disconnects run to rear of truck for spreader with disconnects on drivers side. Access to all connections from driver’s side of truck.

BCFY20‐0012 

Page 7 of 16 

 

Minimum Specifications Requested Bidder Option Code

County Eval. Meets Spec.

Y/N Hydraulic reservoir/valve enclosure shall be frame mounted with a minimum of 12 gallon capacity and have a tank mount return line filter with built in breather and externally mounted sight temperature gauge (Force America Inc. Model # VT12 Valve/Tank Assembly or equivalent).

Furnish and install Force America 5100 EX spreader control with LCD backlight, switching functions to operate hoist, ground speed capable, pre wet functions, Spinnaveyor auger, spinner and pre wet electric-hydraulic valve sections installed in enclosure. System shall operate in closed loop with auger sensor and all necessary ancillary equipment.

Furnish and install Force 5100ex joystick proportional control to operate hoist functions.

The valve shall contain low leakage rate spools of less than 5 cc/min. at 1000 PSI. Plow lift and turn functions must be able to be operated simultaneous to dump body hoist and spreader functions

Electronic control module mounting shall be approved by each county prior to build and include room for mounting two way radio (CB).

Hitch Weld on hitch plate 2 ½” with a receiver and a 2” slip in reducer installed – Weight rating 20,000 lbs.

Furnish and install hitch plate with K bracing, D rings, 10 ton pintle hitch, 20,000 LB. capacity.

Tailgate Spreader Sander shall be 96” wide under tail gate spreader of stainless steel construction Direct drive hydraulic motor with 6” single auger Bi–directional flighting to feed material from both sides of trough Discharge opening to have anti flow cover to prevent loss of material while auger is stopped

Poly spinner Controls to be tower mounted between the seats for ease of driver operation Nozzles for pre wet system located to spray on spinner. Pre-wet System

Furnish and install 35 gallon frame mount hydraulic pre-wet system with powder coated straps, suction plumbing, three discharge nozzles, and hydraulic closed loop power unit which is mounted in stainless steel enclosure, low level switch, and all necessary hoses and ancillary plumbing. Pre wet pump frame mounted on outside of frame, under dump body.

Rust & Corrosion Protection All frame and chassis fabrication, under cab, and under dump/utility body shall be rust proofed with corrosion preventive compound meeting MIL-C-62218 specifications.

Plow Package Heavy Duty 9 ft. snow plow Western type Powered angling both right and left Hydraulic equipped plow Hydraulic raise and lower Blade guides and stand Hydraulic quick coupler system for ease of installation. Hydraulic pressure relief valve mounted at disconnects.

BCFY20‐0012 

Page 8 of 16 

 

Minimum Specifications Requested Bidder Option Code

County Eval. Meets Spec.

Y/N Controls mounted between seats on tower for ease of driver operation Heavy duty quick release 9’ western style plow Heated LED plow lights installed on plow assembly. When Heated LED lights are plugged in OEM truck headlights are cancelled.

Road watch ambient air and road temperature sensor unit. Sensor location TBD. Readout location TBD. If Force 5100EX can have air/road temperature in display, delete Road watch.

Warranty Bumper to Bumper: 3 years / 36,000 miles Powertrain: 5 years / 60,000 miles Safety Restraint System: 5 years / 60,000 miles Dump bed and hydraulic system warranted against defects and workmanship for 2 years / unlimited miles.

Corrosion 5 years / unlimited miles Exterior Options

Backup Camera (OEM or Aftermarket with at least 7” monitor, lights and reflectors included. Camera to be mounted on top of passenger rail/rear corner of dump bed in a protective steel housing. Screen location determined by county.

Assist Cab Steps Paint Color – Boone & Kenton County: Oxford White Paint Color – Campbell County: Red Frost Fighter or equivalent heated windshield/defrost kit for wipers. Road watch ambient air and road temperature sensor unit. (Location TBD)

Optional Items Bidder

Option Price

County Eval. Meets Spec.

Y/N Delete Pre-Wet System (Reduction) Mild Steel Dump Bed – Primed, ready for paint (Reduction) VBOX – No Tailgate Spreader VBOX – With Pre-wet system and necessary controls/equipment VBOX – With Pre-wet system and necessary controls/equipment for

hydraulic VBOX

Buyers #shpe3000 "salt dogg" electric driven salt/sand spreader    

(3) cubic yard double wall "poly" hopper (114" long)    

123.7" long overall x 52.7" high x 49.6" wide    

6" carbon steel auger with stainless steel trough    

Interlocking gutter system and double door lid    

Stainless steel inverted "v" over auger    

Independent spinner and auger 12 volt dc motors    

Independently powered 12 volt dc vibrator (rated at 400 lbs. Force)    

"Poly" chute and spinner assembly with external adjustable deflector    

Spinner assembly easily removes for cleaning and off-season storage    

14" poly disc spinner plate    

Black powder coated steel top screens    

BCFY20‐0012 

Page 9 of 16 

 

Optional Items Bidder Option Price 

County Eval. Meets Spec.

Y/N 

#3016934 in cab variable speed controller    

Spreader tie down kit    

Spreader light controlled by switch in cab.    

Flatbed - Installed    

Body shall consist of a 9’L X96”W 304 2B stainless steel.     

The bed sides and front shall be made of 304 2B polished 1/8” stainless steel.

   

The stainless bulkhead shall be tapered with slotted window    

Utility Body – Installed, Painted (Boone & Kenton County: Oxford White)    

Utility Body – Installed, Painted (Campbell County: Red)    

LED compartment lighting shall be installed to the inside of each curb street side compartment.

   

A lighted rocker switch, power harness with in-line fuse shall be installed with each application.

   

A complete undercoating providing an additional layer of corrosion protection shall be applied.

   

Spray in bed liner in cargo area and top of boxes.    

Continuous stainless steel hinges are pry-proof and corrosion-resistant    

Automotive-quality, rotary-style latches make opening and closing easy    

Master Locking System locks down all of the side compartments in one movement.

   

Neoprene or similar quality material, door seals and protect compartments from the weather

   

Plow    

8 ft. expandable to 10 ft. expandable blade    

   

BCFY20‐0012 

Page 10 of 16 

 

Exceptions to Bid Specifications Exception Alternative

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35.

Bidder Name (Printed): _______________________________ Bidder Signature (Exceptions): _________________________________ Date: __________

BCFY20‐0012 

Page 11 of 16 

 

Bid Terms and Signature Sheet (1 of 2) (Required to be Included with Bid Submission)

ONE (1), 1.5-TON DUMP TRUCK FOR BOONE, CAMPBELL, AND KENTON COUNTY

Make & Model  Model 

Year 

Color  Stock 

(Y/N) 

Truck        

Option 1  Diesel Engine, Regular Cab  Cab‐

Axle 

60”  $         

Option 2  Diesel Engine, Regular Cab  C‐A  84”  $         

Option 3  Diesel Engine, Crew Cab  C‐A  60”  $         

Option 4  Diesel Engine, Crew Cab  C‐A  84”  $         

Option 5  Gas Engine, Regular Cab  C‐A  60”  $         

Option 6  Gas Engine, Regular Cab  C‐A  84”  $         

Option 7  Gas Engine, Crew Cab  C‐A  60”  $         

Option 8  Gas Engine, Crew Cab  C‐A  84”  $         

Bed        

Option 9  Dump Body  Bed length  9’  $         

Option 10  Dump Body  Bed length  11’  $         

Option 11  Utility Body  Bed length  9’  $         

Option 12  Utility Body  Bed length  11’  $         

Option 13  Flat Bed  Bed length  9’  $         

Option 14  Flat Bed  Bed length  11’  $         

Equipment        

Option 15  Plow Package – 9 ft. Western Style  $         

Option 16  Plow Package – 8 ft. expandable to 10 ft. 

expandable blade 

$         

Option 17  VBOX – No Tailgate Spreader $         

Option 18  VBOX – With Pre‐wet system and necessary 

controls/equipment 

$         

Option 19  VBOX – With Pre‐wet system and necessary 

controls/equipment for hydraulic VBOX 

$         

Option 20  Pre-Wet System  $         

Anticipated Number of Days to Deliver Completed Unit : ___________  

Signature: ____________________________ 

BCFY20‐0012 

Page 12 of 16 

 

Bid Terms and Signature Sheet (2 of 2) (Required to be Included with Bid Submission)

In compliance with this Bid and subject to all conditions thereof, the undersigned offers and agrees to furnish any or all items and/or services upon which prices are quoted, at the price quoted as specified. My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud. I hereby certify that I am authorized to sign this on behalf of the bidding organization. NAME OF BIDDER: DATE: ADDRESS: FEDERAL ID #: (Attached W-9) OCCUPATIONAL LICENSE NUMBER #____________________ (If Applicable) SIGNATURE: OFFICIAL TITLE: PHONE (_____) FAX (_____) COUNTY REP ACCEPTANCE:___________________________ DATE:_________

BCFY20‐0012 

    Page 13 of 16 

KENTUCKY PREFERENCE LAWS The scoring of 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. (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.

BCFY20‐0012 

    Page 14 of 16 

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 proposer’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.

BCFY20‐0012 

    Page 15 of 16 

REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS (Not required unless claiming Resident Bidder Status) 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 proposer’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:

BCFY20‐0012 

    Page 16 of 16 

REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING QUALIFIED BIDDER STATUS

(Not Required Unless Claiming Qualified Bidder Status)

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 proposer’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: ________________________

PO BOX 960*BURLINGTON, KY 41005-0960*(859) 334-3115*FAX (859) 334-3106 P a g e  1 | 1

GARY W. MOORE COUNTY JUDGE/EXECUTIVE

JEFFREY S. EARLYWINE COUNTY ADMINISTRATOR

BENJAMIN T. REECE, CPA COUNTY TREASURER

BOONECOUNTYKY.ORG

ADDENDUM No. 1 

9/16/2019 

Boone County Fiscal Court 

BID # BCFY20‐0012 – One (1), 1.5‐Ton Dump Truck: Tri‐County Solicitation 

The information in this addendum supersedes any contradictory information set forth in the contract 

documents.  Acknowledge receipt of this addendum by attaching this addendum to the last page of the 

bid form.  Failure to do so, may subject the bidder to disqualification.  This addendum forms a part of 

the contract documents. 

Modify Section: 7. SPECIFICATIONS FOR ONE (1), 1.5 TON DUMP TRUCKS FOR THREE (3) COUNTIES INCLUDED IN THIS SOLICITATION Page 5 of 16

1) Change wording “Conventional cab with a gross vehicle weight rating 19,500 lbs. +, 4X4” to be

“Conventional Cab, Class 5 Cab and Chassis, GVWR 17,000LB – 19,500LB, 4 x 4”.

Bidder Acknowledges receipt of Addendum No. 1. 

By:  __________________________________________ Signature 

        __________________________________________ Title 

        ____________________ Date