VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

Similar documents
Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

Prior to 2:00 p.m., DECEMBER 8, 2016 Local time

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

MDT HARDWARE REFRESH FOR THE PUBLIC SAFETY COMMUNICATIONS CENTER

ONE (1), NEW 1 TON CAB CHASSIS AND UTILITY BODY For the Boone County Public Works Department

DUAL VIEW FULL BODY SCANNER SYSTEM FOR THE BOONE COUNTY JAIL

Proposal No:

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

INVITATION TO BID CHLORINE DIOXIDE GENERATOR FOR HENDERSON WATER UTILITY. HWU website:

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

PLEASANTVILLE HOUSING AUTHORITY

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

The City of Henderson

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

Glenwood/Bell Street Well Pump and Piping Construction

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INSTRUCTIONS TO BIDDERS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

RFP GENERAL TERMS AND CONDITIONS

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since Lancaster Avenue CPO 6A-1 Richmond, KY

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

City of Bowie Private Property Exterior Home Repair Services

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

City of Forest Park Request for Proposals. Secure Access Control Systems

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

construction plans must be approved for construction by the City PBZ department.

LONE TREE SCHOOL FLOORING REPLACEMENT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

PROPOSAL LIQUID CALCIUM CHLORIDE

INVITATION TO BID (ITB)

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Network Cabling Upgrade/Renovation. Request for Proposal

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

LONE TREE SCHOOL BELL SYSTEM

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

APPENDIX A. Main Extension Agreement (MEA)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

UNIFORM & MAT RENTAL For the Boone County Fiscal Court

CITY OF GAINESVILLE INVITATION TO BID

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

MELBA SCHOOL DISTRICT

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

INVITATION FOR BID SODIUM BISULFITE FOR THE HENDERSON WATER UTILITY. HWU Bobby Gish Administration Building: 111 Fifth Street, Henderson, KY 42420

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912)

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

HVAC Remodel Second Floor North Center Building

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Appomattox River Water Authority

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

INVITATION TO BID. ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

CITY OF GREENVILLE Danish Festival City

Transcription:

Boone County, Kentucky INVITATION TO BID # 110718VS VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT ACCEPTANCE DATE: Prior to 2:00 p.m., November 7, 2018 Local time ACCEPTANCE PLACE Boone County Fiscal Court 2950 Washington Street PO Box 960 Human Resources Department 2 nd Floor Administration Building Burlington, Kentucky 41005 Requests for information related to this Invitation should be directed to: Lisa A Hoffmann, CPPB Purchasing Agent (859)334-2200 E-mail address: lhoffmann@boonecountyky.org Issue Date: October 30, 2018 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.

The Boone County Fiscal Court will receive sealed bids in the Office of the Purchasing Agent, Human Resources Department, Second Floor, Administration Building, 2950 Washington Street, PO Box 960, Burlington, Kentucky 41005, until 2:00 p.m., November 7, 2018 for Vending Machine Services for the Boone County Fiscal Court. Bids will be opened and publicly read aloud at that time in the Fiscal Courtroom, First Floor, Administration Building. Late, electronically submitted or facsimile bids will not be accepted. BID ENVELOPE MUST BE LABELED: "SEALED BID: Vending Machine Services. Envelopes must also be labeled with the name and address of the vendor submitting the bid. Specifications may be obtained in the Office of the Purchasing Agent, Human Resources Department, 2950 Washington St, Second Floor, Administration Building, 2950 Washington Street, Burlington, KY 41005 or by visiting www.boonecountyky.org/publicnotices. Boone County 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 sixty (60) days after scheduled time of receipt of bids. KENTUCKY PREFERENCE LAW The scoring of bids/proposals 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. Intent Whenever or where the Bidder takes exceptions to the specifications, such exceptions shall be listed on the Exception Sheet, of these specifications, and signed by the Bidder. The Bidder must use the attached Bid Form, if not the bid may be rejected. The Bidder shall also attach to the Bid Form, descriptive information and literature showing the items on which the Bid was based. Purpose The purpose of this Invitation to Bid is to establish a contract for furnishing, installing, maintaining, servicing, repairing and/or replacing and stocking Automatic Vending Machines for dispensing non-alcoholic beverages, food products, candy and other standard vending items the County may designate from time to time throughout the given contract period on an as needed/when needed basis. Specifically excluded from the scope of this contract are the rights to provide tobacco products (including smokeless tobacco products) and alcoholic beverages. The County will appoint a contact person/administrator to be identified under separate cover who will administer this contract for the County.

At the time of award of this bid, the Vendor will be allowed to place beverage and snack vending machines at all locations where beverage and snack vending machines are currently placed. Thereafter, the County retains the right to request the selected Vendor to add (most recent model) or remove machines as needed. This contract shall commence on the first calendar day of the month succeeding awarding of the bid by the Boone County Fiscal Court, unless otherwise stipulated in the Notice of Award which is distributed by the Office of the Purchasing Agent; and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the twelve month period. The Boone County Fiscal Court shall have the option to renew for up to an additional four (4) years, on a year-to-year basis. Continuation of the contract beyond the initial period is a County prerogative not a right of the vendor. This prerogative may be exercised only when such continuation is in the best interest of the County. Insurance Requirements The vendor will be required to provide verification of insurance coverage in accordance with the below requirements listed. The successful vendor will have fifteen (15) calendar days to comply with this requirement, excluding County holidays and non-work days, if applicable. The vendor must maintain the insurance coverage required by the County while this contract is in force, including automatic renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County. In the event that the vendor changes their insurance carrier, new verification of insurance coverage must be provided to the County by the new insurance carrier within ten (10) days of the change of policy. The vendor shall purchase and maintain in force, at their own expense, such insurance as will protect them and the County from claims, which may arise out of or result from the vendor's execution of the work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable. The insurance coverage shall be such as to fully protect the owner, and the public from all claims for injury and damage resulting by any actions on the part of the vendor or his forces as enumerated above. The vendor shall furnish a copy of an original Certificate of Insurance, naming Boone County Fiscal Court as an additional insured. Certificate of Insurance must have an original signature. Should any of the policies be canceled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The vendor shall furnish insurance in satisfactory limits, and on forms and of companies which are acceptable to the Owner's Attorney and/or Assistant County Administrator and shall require and show evidence of insurance coverage s on behalf of any subcontractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this Contract. The following insurance requirements are the minimum that will be acceptable:

Coverage Commercial General Liability Auto Liability Insurance Workers Compensation Employer s Liability Umbrella/Excess Liability Property Minimum Limits of Liability, Terms, and Coverage $500,000 bodily injury and property damage each occurrence, including advertising and personal injury, products and completed operations $1,000,000 general annual aggregate $300,000 each person, bodily injury and property damage, including owned, non owned and hired auto liability Statutory limits $500,000 bodily injury by accident, each accident $500,000 bodily injury by disease, each employee $500,000 bodily injury by disease, policy aggregate $500,000 each occurrence and annual aggregate Underlying coverage shall include General Liability, Auto Liability, and Employer's Liability $1,000,000 annual aggregate covering damages or liability arising or resulting from Contractor's services rendered, or which should have been rendered, pursuant to the Contract The Vendor shall purchase and maintain property insurance covering machinery, equipment, mobile equipment, and tools used or owned by the Vendor in the performance of services under the Contract. BCFC 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 Vendor in the performance of services under the Contract. The vendor and their insurance company should carefully review the insurance requirements applicable to this agreement. All requirements herein must be met before the County will execute the contract. In particular, we would call your attention to the following: Please note that the Insurance Certificate must state that the Commercial General Liability name Boone County Fiscal Court as an additional insured. This requirement may be met by placing the following language on the Certificate. Many Certificates have a space headed "OTHER" where the language may be inserted as follows: All general liability and excess liability policies coverage s listed hereon name Boone County Fiscal Court, as an additional insured. The Insurance Certificate must also contain the required statement concerning notice of cancellation or other change in coverage. The statement, which is required, must read as follows: "Such certificate shall provide that in the event of the cancellation of the policy or policies listed on such certificate, not less than 30 days notice in writing shall be given to the Boone County Fiscal Court. NOTE: The cancellation clause in the Insurance Certificate shall be modified by striking the words 'endeavor to' in the second line and by striking the clause reading 'but failure to mail such notice shall impose no obligation or liability of any kind upon the company'.

The Certificate Holder should be listed as: Boone County Fiscal Court County of Boone, KY C/o Purchasing Agent P.O. Box 960 Burlington, KY 41005 Delivery and Removal of Machines The vendor shall deliver the machines required in conjunction with this solicitation within fifteen (15) calendar days after the date that the order is placed by the County's Project Administrator. In the final month of the contract, including any options to renew, the County Project Administrator will forward a transition plan to the vendor, in the instance a new contractor is selected to provide vending machine service after the expiration of this contract. This transition plan shall identify the timeframe for the removal of the selected vendor s machines on a phased basis depending on when the new contractor can supply the replacement machine. Clean-Up All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the County s Project Administrator. Additional Vending Machines The vendor shall not add any machines without prior written approval from the County's Project Administrator; any such placement of machines by the selected vendor without proper written approval from the County is a matter of default. If the County's Project Administrator authorizes additional machines at an individual site, the County shall have the authority to select which type of vending machine (beverage, snack/food, ice cream) to add to the site. The selected vendor shall pay the flat rate fee for electricity for each additional machine equal to the flat rate fee of the original proposal. Machines shall be Most Recent Model Available All machines initially installed by the vendor shall be new or like new and the latest models with the most current tamper proof non-re-settable meters and any financial accounting systems available. Machines that are removed due to failure must be replaced with new or like new machines that are the latest models with the most current tamperproof non-re-settable meters and any financial accounting systems available. The machines shall conform to all applicable O.S.H.A., State, and Federal safety requirements. All components, including but not limited to assists, wiring, accessory mountings, parts, connectors and adjustments, are to be in accordance with current S.A.E. standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with or exceeding

industry standards. Any optional components which are required in accordance with the bid specifications shall be considered standard equipment for purposes of this solicitation. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. Machines that become inoperable or damaged during the course of the contract period shall be removed within 5 business days notice. All costs for removal of such machine(s) shall be borne by the vendor. Licenses, Permits and Fees The vendor shall obtain and pay for all licenses, permits and inspection fees required for this service; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the Vendor for failure to obtain required licenses, permits or fines shall be borne by the vendor. Damage to Property The vendor shall be responsible for any and all damages to any County property resulting from operation of vending machines which shall be promptly repaired at the vendor s expense under County supervision. Service Personnel The vendor shall at all times, and at its expense, be responsible for all service, maintenance, and repair of its vending machines. Machines shall be maintained in good repair and service shall be provided within twenty-four (24) hours of verbal notification. All machines must be serviced and repaired only Monday through Friday from 8:00am to 4:00pm, excluding holidays. The vendor shall bear all costs of any such repair or replacement. If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor on default, and obtain the services of another vendor to correct the deficiencies, and charge the vendor for these costs through invoicing. Refunds The vendor shall provide reimbursements for malfunctioning equipment or defective products. A uniform system of refunding money to customers must be in operation at all times. Products Products to be stocked and available for purchase from the vending machines shall include but not be limited to; non-alcoholic beverages, salty and confectionary ( sweets ) snacks, healthy snacks and chewing gum items. The vendor must provide fresh and high quality products that have not exceeded the manufacturer s expiration date. All such products must be packaged in sealed containers. The County reserves the right to approve all products offered for sale.

The prices shall be in clear view on each vending machine. The vendor shall establish and maintain prices in accordance with industry standard. General Services Administration (GSA) shall approve any request for product price increases. Payments Vendor shall reimburse to County a flat fee to cover electrical costs per machine per month. The amount the vendor proposes to reimburse the County shall be listed on the Bid Form. The flat fee for electrical cost per machine must be paid in quarterly payments commencing on the 15 th day of the first month of each quarter. Utility reimbursement checks shall be made payable to the Boone County Fiscal Court and mailed to: Boone County Fiscal Court; Finance Department, PO Box 960, Burlington, KY 41005. Miscellaneous 1. Service personnel will be professional, courteous and must have vendor supplied identification badges. 2. The vendor shall add or replace vending machines at the discretion of the County s Project Administrator. Permission to relocate, exchange or remove vending machines must be approved in advance by the County s Project Administrator or his designee. 3. The County accepts no responsibility for the security, maintenance, or serviceability of machines provided under this agreement. 4. The successful vendor must be able to supply the requested and required number and types of machines at each location. Requested types of machines must be delivered to each location. All machines must be delivered, set up, and totally functional within fifteen (15) days notice of award. 5. All machines are to have clearly posted on them, the company name and telephone number to call when the machine malfunctions.

Service Locations Boone County Administration Building 2950 Washington Burlington, KY 41005 1st Floor o 1 bottle machine o 1 snack machine 3nd Floor o 1 bottle machine o 1 snack machine Boone County Justice Center 6025 Rogers Lane Burlington, KY 41005 1st Floor o 1 bottle machine o 1 snack machine 3nd Floor o 1 bottle machine o 1 snack machine Boone County Public Works 5645 Idlewild Road Burlington, KY 41005 1st Floor o 1 bottle machine o 1 snack machine ***Additional locations and services may be requested at a later time*

EXCEPTION TO SPECIFICATIONS Signature required, if exceptions are noted.

Bid Form-#110718VS Flat fee to cover electrical cost per machine per month $, as stated within these specifications. Please attach to Bid Form the type/brand of products you will be supplying in your vending machines. 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 bid for the bidder. NAME OF BIDDER: DATE: ADDRESS: FEDERAL ID #: SIGNATURE: OFFICIAL TITLE: PHONE ( ) FAX ( )

KENTUCKY PREFERENCE LAWS The scoring of bids/proposals is subject to Reciprocal preference for Kentucky Resident Bidders and Preferences for a Qualified Bidder(s) or the Department of Corrections, Division of Prison Industries. 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. 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 bidderaffidavit 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.

Solicitation/Contract #: #110718VS TO BE CONSIDERED THIS FORM MUST BE SUBMITTED WITH BID/PROPOSAL REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS 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 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 (Company Name) this day of,20. Notary Public [seal of notary] My commission expires:

Solicitation/Contract #110718VS TO BE CONSIDERED THIS FORM MUST BE SUBMITTED WITH BID/PROPOSAL REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS 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 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 (Company Name) this day of, 20. Notary Public