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

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

7/14/16. Hendry County Purchase Order Terms and Conditions

INSTRUCTIONS TO BIDDERS

Request for Bid/Proposal

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Description Cost PRE-BID CONFERENCE

INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Dickinson College Purchase Order Terms and Conditions

PURCHASING DEPARTMENT

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Town of Whitby Terms and Conditions

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Purchase Order Terms and Conditions

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

2018 Recreation Center Dectron Unit - R22 Refrigerant

INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

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

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION TO BID (ITB)

Union College Schenectady, NY General Purchasing Terms & Conditions

PURCHASING DEPARTMENT

B. The Bid is made in compliance with the Bidding Documents.

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

Request for Quotation Q. SVC Cardio and Strength Equipment

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

INSTRUCTIONS TO BIDDERS

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR SEALED BID PROPOSAL

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

REQUEST FOR SEALED BID PROPOSAL

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

REQUEST FOR SEALED BID PROPOSAL

AIA Document A701 TM 1997

SECTION NOTICE TO BIDDERS

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

REQUEST FOR SEALED BID PROPOSAL

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR SEALED BID PROPOSAL

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL BOYS AND GIRLS CLUB PROPERTY SALE

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

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

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Request for Quotation

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Scofield Ridge Homeowners Association

Request for Quotation

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS

FleetPride, Inc. Standard Terms and Conditions of Purchase

REQUEST FOR PROPOSAL FOR SERVICES FOR SCHOOL DISTRICT NO. 205 ROCKFORD, ILLINOIS

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Request for Quotation

City of Teague Request for Proposal

FIXTURE TERMS & CONDITIONS Materials & Goods

REQUEST FOR QUOTE # 16471

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

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

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

PURCHASING DEPARTMENT

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Transcription:

SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M. Local Time LOCATION Purchasing Department Submit 1 original and 3 copy(s) of the information sheet and bid/proposal form. BUYER Holly Hill DATE OF RFB/RFP August 5, 2014 REQUEST FOR BID/PROPOSAL INFORMATION Date: Telephone: Company Name: Fax: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: E-mail: Authorized Signature: The signee hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items listed, subject to all instructions, conditions, specifications and attachments hereto. The bidder/offeror affirms to the Kenton County Fiscal Court the ability to meet all requirements and further affirms that the work will be done in compliance with all Federal, State and Local codes, ordinances, and regulations.

KENTON COUNTY FISCAL COURT REQUEST FOR BIDS/PROPOSALS: TERMS AND CONDITIONS 1. AUTHORITY This Request for Bids/Proposals is issued pursuant to applicable provisions of the Kenton County Purchasing Ordinance. 2. PRE-BID MEETING There will be a pre-bid meeting at the site location, 200 Home Road, Covington, KY, on August 15, 2014 at 1:00 p.m. All potential bidders will have the opportunity at that time to evaluate the site location and discuss potential concerns regarding the project with staff of the Kenton County Fiscal Court as well as representatives from the Children s Home of Northern Kentucky. 3. BID/PROPOSAL OPENING Sealed bids/proposals will be received at the Kenton County Purchasing Department until the date and time specified, at which time they shall be opened in public. Late bids/proposals shall be rejected and returned unopened to the sender. Kenton County does not prescribe the method by which bids/proposals are to be transmitted; therefore, it cannot be held responsible for any delay, regardless of the reason, in transmission of the bids/proposals. Facsimile or e-mailed bids/proposals will not be accepted. 3. BID/PROPOSAL PREPARATION Bids/Proposals must be submitted on the bid/proposal form when provided and all information and certifications called for must be furnished. Bids/Proposals submitted in any other manner, or which fail to furnish all information or certificates required, may be summarily rejected. Bids may be modified or withdrawn prior to the time specified for the opening of bids/proposals. Bids/Proposals shall be filled out legibly in ink or typewritten with all erasures, strikeovers and corrections initialed in ink by the person signing the bid. The bid shall include the legal name of the bidder, the complete mailing address, and be signed in blue ink by a person or persons legally authorized to bind the bidder/offeror to a contract. Name of person signing should be typed or printed below the signature. 4. BID/PROPOSAL ENVELOPES Envelopes containing bids/proposals must be sealed and addressed to the Kenton County Purchasing Department. The title of the bid/proposal as specified in the RFB/RFP document must be shown on the outside of the envelope. 5. ERRORS IN BIDS/PROPOSALS Bidders/Offerors are cautioned to verify their bids/proposals before submission. Negligence on the part of the bidder/offeror in preparing the bid/proposal confers no right for withdrawal or modification of the bid/proposal after it has been opened. In case of error in the extension of prices in the bid/proposal, the unit prices will govern. All price extensions are to be checked by the buyer to insure the total bid/proposal is accurate. 6. RESERVED RIGHTS Kenton County reserves the right at any time and for any reason to cancel this Request for Bids/Proposals, accept or reject any or all bids/proposals or any portion thereof, or to accept an alternate bid/proposal. Kenton County reserves the right to waive any immaterial defect in any bid. Kenton County may seek clarification from any bidder/offeror at any time and failure to respond promptly is cause for rejection. 7. INCURRED COSTS Kenton County will not be liable for any costs incurred by bidders/offers in replying to this Request for Bids/Proposals. 8. AWARD It is the intent of Kenton County to award a contract to the lowest responsible bidder/offeror meeting specifications. Kenton County reserves the right to determine the lowest responsible bid/offer on the basis of an individual item, groups of items, or in any

way determined to be in the best interests of Kenton County. Award will be based on the following factors (where applicable): (a) adherence to all conditions and requirements of the bid/proposal specifications; (b) price; (c) qualifications of the bidder/offeror, including past performance, financial responsibility, general reputation, experience, service capabilities, and facilities; (d) delivery or completion date; (e) product appearance, workmanship, finish, taste, feel, overall quality, and results of product testing; (f) maintenance costs and warranty provisions; and (g) repurchase or residual value. Bids/proposals accepted by the Kenton County Fiscal Court will be available to all local municipalities in Boone, Campbell and Kenton Counties. 9. PRICING The price quoted for each item is the full purchase price, including delivery to destination, and includes all transportation and handling charges, premiums on bonds, material or service costs, patent royalties and all other overhead charges of every kind and nature. Unless otherwise specified, prices shall remain firm for the contract period. 10. DISCOUNTS Prices quoted must be net after deducing all trade and quantity discounts. Where cash discounts for prompt payment are offered, the discount period shall begin with the date of receipt of a correct invoice or receipt or final acceptance of goods, whichever is later. 11. OCCUPATIONAL LICENSES All Bidders/Offerors must have or obtain a Kenton County and Cities Occupational License prior to performing any work in Kenton County or any of it s Cities, Kenton County Ordinance 225.19, Section III (a). Bidders/Offerors must be in full compliance with all Kenton County and Cities Occupational License Ordinances (KENTON COUNTY FISCAL COURT ORDINANCES 78-6-1, 220.8, 223.0, 223.7, 225.19, 225.25) prior to awarding of a contract. Kenton County shall have the right to reject any bids/offers from Bidders/Offerors that are not in compliance with Kenton County and Cities Occupational License Ordinances. 12. TAXES Kenton County is not subject to Federal Excise tax. Per Kentucky Administrative Regulation 103 KAR 30:225E, Kenton County is exempt from state and local taxes. 13 SPECIFICATIONS Reference to brand names and numbers is descriptive, but not restrictive, unless otherwise specified. Bids/Proposals on equivalent items will be considered, provided the bidder/offeror clearly states exactly what is proposed to be furnished, including complete specifications. Unless the bidder/offeror specified otherwise, it is understood the bidder/offeror is offering a referenced brand item as specified or is bidding/offering as specified when no referenced, and does not propose to furnish an equal. Kenton County reserves the right to determine whether a substitute offer is equivalent to and meets the standard of quality indicated by the brand name and number. 14. SAMPLES Samples of items, when called for, must be furnished free of expense and, if not destroyed in the evaluation process, will, upon request, be returned at the vendor s expense. Request for the return of samples must accompany the sample and include UPS Pickup Slip, postage or other acceptable mode of return. Individual samples must be labeled with bidder/offeror s name, item reference, manufacturer s brand name and number. 15. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS Bidder/Offerors shall promptly notify Kenton County of any ambiguity, inconsistency or error which they may discover upon examination of the bidding documents. Interpretations, corrections and changes will be made by addendum. Each bidder/offeror shall ascertain prior to submitting a bid that all addenda have been received and acknowledged in the bid.

16. VARIANCES State or list by reference on the reverse side of the Bid/Proposal form herein any variations to specifications, terms and/or conditions. 17. INDEMNIFICATION The Seller shall indemnify and hold harmless Kenton County, its agents, officials, employee, and other party with a legal interest in the real property where the tower is ultimately placed from and against all injuries, losses, claims, suits, costs and expenses which may accrue against Kenton County as a consequence of granting the Contract. 18. DEFAULT Time is of the essence of this contract and if delivery of acceptable items or rendering of services is not completed by the time promised, Kenton County reserves the right, without liability, in addition to its other rights and remedies, to terminate the contract by notice effective when received by Seller, as to stated items not yet shipped or services not yet rendered and to purchase substitute items or services elsewhere and charge the Seller with any or all losses incurred. Kenton County shall be entitled to recover its attorney s fees and expenses in any successful action by Kenton County to enforce this contract. 19. BID BOND A Bid Bond amounting to five (5%) percent of the proposed bid/proposal price must be provided with the response. The Bid Bond may be in the form of a surety bond, cashier check or other form of surety satisfactory to the county attorney. If the contract is awarded to the bonded bidder, the bidder will accept the contract as bid, or else the surety will pay the Fiscal Court a specific amount because of default on part of the bidder. 20. PERFORMANCE BOND A Performance Surety Bond amounting to one hundred (100%) percent of the Contract price must be provided prior to execution of the contract assuring Kenton County that the project will be pursued with due diligence and completed according to the plans and specifications. This requirement may also be met by a letter of credit. 21. INSPECTION Materials or equipment purchased are subject to inspection and approval at Kenton County s destination. Kenton County reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions, specifications, drawings or data of Seller s warranty (express or implied). Rejected materials or equipment shall be removed by, or at the expense or, the seller promptly after rejection. 22. WARRANTY Seller warrants that all goods and services furnished hereunder will conform in all respects to the terms of this solicitation, including any drawings, specifications or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and title, and will be free from such defects in design. In addition, Seller warrants that said goods and services are suitable for, and will perform in accordance with, the purposes for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly specified in this solicitation. Kenton County may return any nonconforming or defective items to the Seller or require correction or replacement of the item at the time the defect is discovered, all at the Seller s risk and expense. Acceptance shall not relieve the Seller of its responsibility. 23. REGULATORY COMPLIANCE Seller represents and warrants that the goods or services furnished hereunder (including all labels, packages and container for said goods) comply with all applicable standards, rules and regulations in effect under the requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services. Seller shall furnish Material Safety Data Sheets on all chemicals.

24. EQUAL EMPLOYMENT OPPORTUNITY Contractor shall comply with the Kentucky Human Rights Act, HRA 344.150 344.270 as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity EEO 45.550 45.640 which is incorporated herein by reference. Furthermore, the Contractor shall comply with the Employment Discrimination Act, EDA 344.040, 344.050 as amended. 25. ROYALTIES AND PATENTS Seller shall pay all royalties and license fees. Seller shall defend all suits or claims for infringement of any patent, copyright or trademark rights and shall hold Kenton County harmless from loss on account thereof. 26. LAW GOVERNING This contract shall be governed by and construed according to the laws of the Commonwealth of Kentucky. Pursuant to the provisions of KRS 45A.343, the contractor or vendor is required to reveal to Kenton 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 Kenton County contracts for a period of two (2) years. 27. LIABILITY INSURANCE Unless otherwise provided herein, Liability Insurance in the amount of $1,000,000.00 must be maintained through out the life of the contract. A Certificate of Insurance naming Kenton County as co-insured must be submitted prior to execution of the Contract. The policy must provide that Kenton County (as co-insured) shall be given at least a 10 day advance written notice of any proposed cancellation or termination of the policy. 28. WORKERS COMPENSATION A Workers Compensation certificate shall accompany all bidding documents as proof of payment. Kenton County may request proof of Certification at such other times during the life of the Contract as it deems necessary. Bids/proposals accepted by the Kenton County Fiscal Court will be available to all local municipalities in Boone, Campbell and Kenton Counties.

KENTON COUNTY FISCAL COURT REQUEST FOR PROPOSAL FOR THE PLACEMENT OF A COMMUNICATION TOWER ON LEASED COUNTY PROPERTY Section I - Introduction August 5, 2014 PURPOSE The purpose of this proposal (RFP) is to seek Offerors interested in constructing a communication tower upon the leased property of the Kenton County Fiscal Court located at the Children s Home of Northern Kentucky, 200 Home Road, Covington, Kentucky. SCOPE The Fiscal Court desires for an Offeror to replace the existing communication tower at 200 Home Road, Covington, Kentucky giving the Offeror the authority to use or lease to third parties the capacity unused by the Fiscal Court. PRE-BID MEETING MANDATORY There will be a Mandatory Pre-Bid Meeting at the site location, 200 Home Road, Covington, KY, on August 15, 2014 at 1:00 p.m. All potential bidders will have the opportunity at that time to evaluate the site location and discuss potential concerns regarding the project with staff of the Kenton County Fiscal Court as well as representatives from the Children s Home of Northern Kentucky. OFFEROR S MUST ATTEND AND HAVE READ THE ENTIRE SOLICITATION IN ADVANCE. QUESTIONS REGARDING THE RFP NEED TO BE SUBMITTED VIA E-MAIL TO ed.butler@kentoncounty.org NO LATER THAN MONDAY, AUGUST 18, 2014. ALL QUESTIONS AND ANSWERS WILL BE POSTED WEDNESDAY, AUGUST 20, 2014 BY THE END OF THE DAY, ON THE COUNTY PROCUREMENT SITE (www.kentoncounty.org). THIS WILL INCLUDE ALL ADDENDUMS IF NECESSARY. BID BOND A Bid Bond in the amount of $5,000.00 will be required. The Bid Bond may be in the form of a surety bond, cashier check or other form of surety satisfactory to the county attorney. If the contract is awarded to the bonded bidder, the bidder will accept the contract as bid, or else the surety will pay the Fiscal Court a specific amount because of default on part of the bidder. Section II - Specifications 200 Home Road Covington, Kentucky The Fiscal Court seeks Offerors to construct a new 298 communication tower on the leased property of the Kenton County Fiscal Court located at 200 Home Road, Covington, Kentucky at the Offeror's expense. The County desires for the Offeror to deliver upon completion of the new tower, all its right, title and interest in the new tower as well as responsibility for maintenance to the County. In return, the Offeror shall receive the

exclusive right to lease from the County the unused capacity gained from the construction of the new tower for its own use or sublease for the purpose of radio communication. The Offeror shall relocate or replace all existing equipment and antennas from the existing communication tower to the new tower, including ground equipment related thereto, without a loss of height or performance in the equipment, at the Offerors expense. The Offeror shall construct a 10 foot by 10 foot equipment building at the site location to be used exclusively for County owned equipment. Access to this facility shall be limited to County personnel and its approved vendors. The Offerer is required to enclose the newly constructed tower and any associated buildings/equipment behind secured fencing that is accessible only through keyed access. The County and its approved vendors shall be provided access keys to the facility. The secured fencing area must be large enough to allow access and parking for vehicles that are used to access the site. Preference will be given to offerors who present a tower design that is camouflaged in a manner that does not detract from the natural surroundings of the site. The Offeror shall demolish and remove the existing communication tower and attached buildings, at the Offeror's expense. The Fiscal Court reserves the right to determine the final placement of the communication tower to minimize the environmental impact of the tower, to ensure adequate coverage for the public safety radio communications network, and to minimize the impact upon the property's value and use. The Offeror's ability to use the leased property is contingent upon its obtaining, after the execution of a lease agreement, all certificates, permits, and other approvals that may be required by Federal, State, or Local authorities. The Offeror, due to the location of this tower site, shall comply with all required safety regulations of Children s Home of Northern Kentucky. The safety requirements in their totality shall be provided to the Offeror prior to contract signing. Section III - Proposals To be considered, the Offeror shall submit a proposal that defines and describes the proposed location of the communication tower(s) on said properties. Proposals shall be graded for acceptance based upon the length of lease, proposed location of communication tower, and revenue generated from the lease. Lease terms shall be for five years, with the Offeror having the option of five additional five year terms. The Offeror shall pay monthly lease payments to the County with percentage increases to the payment with each additional lease term.

The Offeror shall format the proposal using the following: 1. The attached Proposal Sheet completed in full. 2. A two (2) page maximum executive summary addressing the main points of the proposal. 3. A description of the type, construction, and dimension of the proposed communication tower, buildings and other improvements needed to support the tower(s). 4. Attachments that graphically describe the tower location. 5. Offerors who submit proposals may be required to make oral presentations and/or demonstrations to the County concerning their proposed communication tower, equipment, buildings, and other improvements. These presentations provide an opportunity for the Offerors to clarify the proposal through mutual understanding. The County will schedule said presentations as required. Section IV - Indemnification and Insurance Offerors shall protect, defend and indemnify Kenton County, its officers, agents, servants, volunteers and employees from any and all liabilities, claims, liens, demands and costs, of whatsoever kind and nature which may result in injury or death to any person, and for loss or damage to any property including property owned or in the care, custody or control of Kenton County in connection with, or in any way incident to or arising out of occupancy, use, service, operations, performance or non-performance of work in connection with the installation of the equipment covered by this Request For Proposal resulting in whole or in part from negligent acts or omissions of the Offeror, any subcontractor, or any employee, agent or representative of the Offeror or subcontractor. The Offeror shall maintain at his expense during the term of this contract, the following insurance: 1. Workers Compensation for all employees used on the job. 2. Broad Form Comprehensive General Liability Insurance with a combined single limit of $1,000,000.00 each occurrence for bodily injury and property damage. The policy shall include products and completed operations, independent contractors, and contractual liability coverage. All insurance policies shall be issued by well rated companies authorized to do business in the State of Kentucky and acceptable to Kenton County. The Offeror will be responsible for payment of all deductibles contained in any insurance required in this contract.

Section V - Terms and Conditions The Kenton County Fiscal Court reserves the right to reject all proposals, to waive any informalities and to negotiate for the modification of any proposal, 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 proposal may not, on its face, appear to be the best price. 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. Section VI - Submitting the Proposal Offerors must submit the original Proposal Sheet, completed in full, and all required documents set forth in Section III. Sealed Proposals are due in the office of the Purchasing Manager, P.O. Box 792, 303 Court Street, Room 205, Covington, Kentucky 41012 no later than 2:00 p.m., Monday, August 25, 2014. Offerors shall submit an executed original of the Proposal Form and three (3) copies of all supporting documents. All bids must be returned in a sealed envelope and must be clearly marked on the outside of the envelope as "PROPOSAL FOR THE PLACEMENT OF COMMUNICATION TOWERS ON LEASED COUNTY PROPERTY". Proposals not so marked may be rejected at the discretion of the Fiscal Court. Facsimile proposals will not be accepted. Opening of the proposals will be at 2:00 p.m., Monday, August 25, 2014 at the same location as stated above.

PROPOSAL SHEET The undersigned hereby acknowledges receipt of a copy of the Specifications dated August 5, 2014, for Placement of Communication Towers on Leased County Property and after carefully examined the Specifications and with a complete understanding and acceptance of the requirements contained therein. The Offeror affirms to the Kenton County Fiscal Court the ability to meet all requirements and further affirms that the work will be done in compliance with all Federal, State and Local codes, ordinances, and regulations. Company Name: Bidder s Name: Title: Address: Date:, 2014 Telephone: Fax: Contact Person: Signature: Title: SPECS RFP 246 COMMUNICATIONS TOWER