SLED Opportunity · KENTUCKY · COUNTY OF KENTON
AI Summary
Kenton County seeks proposals from qualified contractors for full depth concrete pavement and sidewalk ramp replacement in Harvest Hill Subdivision, KY. The project includes pavement removal, reconstruction, traffic control, and compliance with KYTC standards. Bids due April 10, 2026.
The Kenton County Fiscal Court is announcing a Request for Proposals (RFP) from KYTC prequalified contractors for the purpose of full depth concrete panel replacement and sidewalk ramp replacement in Harvest Hill Subdivision. This project will include work on the following streets: Harvest Hill Dr, Corn Row Ct, Open Meadow Dr, Straw Flower Ct, Crown Vetch Dr, Pumpkin Patch Way, Golden Valley Dr, Sundance Dr, Full Moon Ct, Lunar Dr, Kellnick Ct, Moonlight Way and Starlight Ln in Kenton County, Kentucky. Project limits are shown in Attachment C: LAYOUT SHEETS AND QUANTITIES. Existing pavement thickness for all routes may vary. The scope of work is detailed in the subsequent sections of this document and depicted in Attachment C: LAYOUT SHEETS AND QUANTITIES. Full depth reconstruction sections will consist of removing the existing JPC concrete, then replacing them in-kind with new JPC concrete as detailed in the Scope of Work sections of this document. The proposed typical section is to be constructed to match the existing grade of the roadway, or to ensure positive drainage.
The materials provided and the construction methods used in the performance of this contract shall be in accordance with terms and conditions of this solicitation and the 2019 Kentucky Standard Specifications for Road and Bridge Construction. Deviations from the KYTC Specifications will not be permitted unless expressly noted herein or made in writing by the County.
This contract shall have a fixed completion date of August 1, 2026. Failure to complete the project on time will result in the County assessing liquidated damages according to KYTC Standard Specifications Section 108.09.
Do not bid an amount for Mobilization that exceeds 5 percent of the sum of the total amounts bid for all items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives. The County will automatically adjust any Bid Proposals that are in excess of this amount down to 5 percent to compare Bid Proposals and award the Contract. The County will award a Contract for the actual amount bid when the amount bid for Mobilization is less than 5 percent, or the County will award the Contract for the adjusted bid amount of 5 percent when the amount bid for Mobilization is greater than 5 percent. If any errors in unit bid prices for other Contract items in a Contractor’s Bid Proposal are discovered after bid opening and such errors reduce the total amount bid for all other items, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives, so that the percent bid for Mobilization is larger than 5 percent, the County will adjust the amount bid for Mobilization to 5 percent of the sum of the corrected total bid amounts.
Demobilization shall be paid as a lump sum for the entire project. Bid an amount for Demobilization that is a minimum of $1,000 and is a minimum of 1.5 percent of the sum of the total amounts bid for all other items in the Bid Proposal, excluding Mobilization, Demobilization and contingent amounts established for adjustments and incentives. The County will automatically adjust any Bid Proposal that is less than this amount up to the greater of $1,000 or 1.5 percent to compare Bid Proposals and award the Contract.
The Kenton County Fiscal Court is announcing a Request for Proposals (RFP) from KYTC prequalified contractors for the purpose of full depth concrete panel replacement and sidewalk ramp replacement in Harvest Hill Subdivision. This project will include work on the following streets: Harvest Hill Dr, Corn Row Ct, Open Meadow Dr, Straw Flower Ct, Crown Vetch Dr, Pumpkin Patch Way, Golden Valley Dr, Sundance Dr, Full Moon Ct, Lunar Dr, Kellnick Ct, Moonlight Way and Starlight Ln in Kenton County, Kentucky. Project limits are shown in Attachment C: LAYOUT SHEETS AND QUANTITIES. Existing pavement thickness for all routes may vary. The scope of work is detailed in the subsequent sections of this document and depicted in Attachment C: LAYOUT SHEETS AND QUANTITIES. Full depth reconstruction sections will consist of removing the existing JPC concrete, then replacing them in-kind with new JPC concrete as detailed in the Scope of Work sections of this document. The proposed typical section is to be constructed to match the existing grade of the roadway, or to ensure positive drainage.
The materials provided and the construction methods used in the performance of this contract shall be in accordance with terms and conditions of this solicitation and the 2019 Kentucky Standard Specifications for Road and Bridge Construction. Deviations from the KYTC Specifications will not be permitted unless expressly noted herein or made in writing by the County.
This contract shall have a fixed completion date of August 1, 2026. Failure to complete the project on time will result in the County assessing liquidated damages according to KYTC Standard Specifications Section 108.09.
Do not bid an amount for Mobilization that exceeds 5 percent of the sum of the total amounts bid for all items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives. The County will automatically adjust any Bid Proposals that are in excess of this amount down to 5 percent to compare Bid Proposals and award the Contract. The County will award a Contract for the actual amount bid when the amount bid for Mobilization is less than 5 percent, or the County will award the Contract for the adjusted bid amount of 5 percent when the amount bid for Mobilization is greater than 5 percent. If any errors in unit bid prices for other Contract items in a Contractor’s Bid Proposal are discovered after bid opening and such errors reduce the total amount bid for all other items, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives, so that the percent bid for Mobilization is larger than 5 percent, the County will adjust the amount bid for Mobilization to 5 percent of the sum of the corrected total bid amounts.
Demobilization shall be paid as a lump sum for the entire project. Bid an amount for Demobilization that is a minimum of $1,000 and is a minimum of 1.5 percent of the sum of the total amounts bid for all other items in the Bid Proposal, excluding Mobilization, Demobilization and contingent amounts established for adjustments and incentives. The County will automatically adjust any Bid Proposal that is less than this amount up to the greater of $1,000 or 1.5 percent to compare Bid Proposals and award the Contract.
Proposals should be prepared according to the submittal requirements listed below and should provide all necessary information that the proposer considers pertinent to demonstrate qualifications for the scope of work.
All work shall be performed Monday through Friday between 8:00am and 6:00pm unless otherwise specified in these documents or authorized by The Engineer. Work shall be performed in a manner that provides positive drainage inasmuch as possible.
Reconstruction shall be performed one lane at a time. Remove all pavement, including existing curb as directed by the engineer. Remove 4 inches of existing aggregate unless existing aggregate is deemed acceptable by the engineer. No claim will be accepted for varying site conditions. This work will be paid per square yard as REMOVE PAVEMENT. Pavement removal shall not disturb existing driveways and aprons. Existing pavement shall be sawcut where necessary to adequately maintain existing pavement sections and anywhere else deemed necessary as directed by the Engineer; any pavement sawcut shall be incidental to the item REMOVE PAVEMENT.
The subgrade shall be compacted according to section 206 of the Standard Specifications. At the direction of the Engineer, unsuitable subgrade material shall be undercut to a depth of 8 inches below top of subgrade and replaced with DGA according to section 302 of the Standard Specifications. A quantity of UNDERCUT has been established for potential work to improve unsuitable subgrade material. The bid item for UNDERCUT shall include the removal and disposal of unsuitable subgrade material. UNDERCUT will be paid per square yard. Additional quantity of DGA has been established for use as detailed in this section and will be paid per ton.
When the subgrade is deemed acceptable by The Engineer, begin placement of DGA to a depth of 4 inches according to section 302 of the Standard Specifications.
Construct JPC CONCRETE PAVEMENT according to section 501 of the Standard Specifications to match existing pavement depths, lines and grades. Once existing pavement is removed from a location, new JPC CONCRETE PAVEMENT shall be placed within 48 hours of the start of work at that location. If new concrete is not placed within 48 hours of the start of work at each location, liquidated damages shall be applied per the Standard Specifications.
Pavement lugs shall be constructed with new concrete panels where applicable per Kenton County Subdivision Regulations. Details for pavement lug construction and locations are included in Attachment B: PAVEMENT DETAILS AND DRAWINGS. All work and material associated with pavement lugs shall be incidental to JPC CONCRETE PAVEMENT.
New concrete panels shall be doweled into adjacent existing concrete as detailed in Attachment B: PAVEMENT DETAILS AND DRAWINGS.
Each location shall be open to traffic once the requirements of section 501.03.20 of the Standard Specifications are met. Kenton County Public Works staff will provide compression strength test results.
Backfill and restoration of soil materials behind the proposed curb will not be measured for payment but shall be considered incidental to the bid item JPC CONCRETE PAVEMENT. A lump sum bid item for SEEDING AND PROTECTION has been established for the project and is intended to compensate for all seeding and protection adjacent to the proposed curb and any other disturbed areas. Topsoil shall be used to backfill any disturbed areas that are to be seeded and protected; any and all cost associated with this work shall be incidental to the bid item SEEDING AND PROTECTION. Adjust grates, frames, lids or any portion of existing drainage structures needed to construct proposed curb and gutter. Payment for any adjustments to existing drainage structures shall be incidental to the bid item for JPC CONCRETE PAVEMENT.
Remove sidewalk ramps and panels as directed by the Engineer. Sidewalks and ramps shall be removed in a manner that does not impact adjacent panels of sidewalk or pavement. This work will be paid per SQFT as REMOVE SIDEWALK. Existing sidewalk shall be sawcut where necessary to adequately maintain existing sidewalk sections and anywhere else deemed necessary as directed by the Engineer; any sidewalk sawcut shall be incidental to the item REMOVE SIDEWALK. Sidewalk and ramp removal shall not begin at any location until the contractor and KCPW representative have reviewed the location together and agreed on limits of removal.
Construct SIDEWALK 4-IN CONCRETE and DETECTABLE WARNINGS according to the Standard Specifications, KYTC Standard Drawings and Sepias, and the notes and details in this document. Each location shall be reviewed by the contractor and KCPW representative prior to placement, to ensure the new sidewalk and ramps meet ADA standards to the extent possible.
Backfill and restoration of soil materials behind the proposed sidewalk and ramps will not be measured for payment but shall be considered incidental to the bid item SIDEWALK 4-IN CONCRETE. The lump sum bid item for SEEDING AND PROTECTION shall also apply to any areas disturbed during construction of new sidewalks and ramps. Topsoil shall be used to backfill any disturbed areas that are to be seeded and protected; all costs associated with this work shall be incidental to the bid item SEEDING AND PROTECTION.
This Request for Bid/Proposals is issued pursuant to applicable provisions of the Kenton County Purchasing Ordinance 121.46.
Unless otherwise provided herein, Liability Insurance in the amount of $1,000,000.00 must be maintained throughout the life of the contract. A Certificate of Insurance, naming the Kenton County Fiscal Court as Additional Insured, must be submitted prior to execution of the Contract.
All liability policies shall apply on a Primary and Non-Contributory basis with any insurance maintained by the County. All policies shall contain a Severability of Interest / Cross Liability clause. The vendor shall require all subcontractors to carry insurance coverages and limits consistent with these requirements, as applicable to their scope of work. Certificates of Insurance for subcontractors shall be provided to the County upon request.
The policy must provide that the County (as Additional Insured) shall be given at least a 10 day advance written notice of any proposed cancellation, material change, or termination of the policy.
Minimum Limits:
This Request for Bids/Proposals is issued pursuant to applicable provisions of the Kenton County Purchasing Ordinance 121.46.
Workers’ Compensation covering all employees and subcontractors as required by law, with Employer’s Liability coverage for accidents and occupational disease.
Minimum Limits:
Workers’ Compensation covering all employees and subcontractors as required by law, with Employer’s Liability coverage for accidents and occupational disease. Kenton County will request proof of Certification at award and at such other times during the life of the Contract as it deems necessary.
TRAFFIC CONTROL GENERAL
Except as provided herein, maintain and control traffic in accordance with the MUTCD, KYTC Standard and Supplemental Specifications and the Standard and Sepia Drawings, current editions. The contractor shall always maintain one lane of traffic to adequately accommodate traffic through the work zone, unless otherwise noted by the Engineer. Except for the roadway and traffic control bid items listed, all items of work necessary to maintain and control traffic will be paid at the lump sum bid price to "Maintain and Control Traffic".
Contrary to Section 106.01, furnish new, or used in like new condition, traffic control devices at the beginning of the work and maintain in like new condition until completion of the work.
LANE CLOSURES
Lane closures intended to be left in place shall meet the approval of the Engineer and be in accordance with the PROJECT PHASING AND CONSTRUCTION PROCEDURES.
If traffic should be stopped due to construction operations, and an emergency vehicle or school bus on an official run arrives on the scene, make provisions for the passage of the vehicle as quickly as possible.
If work on Harvest Hill Dr requires any interruptions to traffic on KY 3035, the contractor shall coordinate with KYTC District 6 and obtain all necessary encroachment permits to perform traffic control to KYTC standards.
SIGNS
Contrary to section 112.04.02, only long-term signs (signs intended to be continuously in place for more than 3 days) will be measured for payment; short term signs (signs intended to be left in place for 3 days or less) will not be measured for payment but will be incidental to Maintain and Control Traffic.
PAVEMENT EDGE DROP-OFFS
Do not allow a pavement edge between opposing directions of traffic or lanes that traffic is expected to cross in a lane change situation with an elevation difference greater than 1½”. Place Warning signs (MUTCD W8-11 or W8-9A) in advance of and at 1500’ intervals throughout the drop-off area. Dual post the signs on both sides of the traveled way. Wedge all transverse transitions between resurfaced and unsurfaced areas which traffic may cross with asphalt mixture for leveling and wedging. Remove the wedges prior to placement of the final surface course.
Protect pavement edges that traffic is not expected to cross, except accidentally, as follows:
Less than 2” - No protection required.
2” to 4” - Place plastic drums, vertical panels, or barricades every 50 feet. During daylight working hours only, the Engineer will allow the Contractor to use cones in lieu of plastic drums, panels, and barricades. Wedge the drop-off with Crushed Stone Base with a 1:1 or flatter slope in daylight hours, or 3:1 or flatter slope during nighttime hours, when work is not active in the drop-off area. Quantities for temporary wedging are included in the quantity for Crushed Stone Base.
ACCESS TO DRIVEWAYS AND TEMPORARY DRIVEWAYS
Access to driveways shall be maintained at all times during the project. When necessary, the contractor shall provide a temporary driveway constructed with DGA. Quantities for temporary driveways are included in the quantity for DGA.
ON-STREET PARKING
It will be necessary to restrict on-street parking for portions of the construction. On-street parking may be restricted when necessary, provided the contractor provides at least 24-hour notice to residents on the impacted street.
Automobile Liability Insurance covering all owned, non-owned, and hired vehicles.
Minimum Limit: $1,000,000 combined single limit per accident.
A mandatory pre-bid meeting will be help to allow prospective Bidders/Offers to review the site conditions and gain a complete understanding of the full scope of work. Attendance is required for bid eligibility. This meeting will take place on NO VALUE at NO VALUE at NO VALUE.
Proposals received from Bidders/Offers who do not attend the mandatory pre-bid meeting will be rejected.
Contrary to section 105.09, no survey data is available for this project. The Contractor shall perform staking/surveying to establish necessary lines and grade to provide positive drainage of the roadway. The proposed back of curb elevation shall match existing field conditions. The Contractor is to perform staking such that the removal and replacement of all material match the proposed typical sections.
Be advised, most utility main lines are expected to be located outside the proposed typical section except for potential lateral crossings, and individual services that may be located near or within the typical section. It will be the road contractor’s responsibility to locate utilities before excavating or saw-cutting by calling the various utility owners and by examining any supplemental information provided by the County and/or utility owner. The road contractor shall determine the exact location and elevation of utilities by hand digging to expose utilities before he excavates in the area of a utility. The cost for repair and any other associated costs for any damage to utilities caused by the road contractor’s operations shall be borne by the road contractor.
The contractor is advised to contact the B.U.D. one-call system; however, the contractor should be aware that the owners of the underground facilities are not required to be members of the B.U.D. one-call system. It may be necessary for the contractor to contact the County Court Clerk to determine what utility companies have facilities in the project area.
The contractor is advised to exercise caution while operating in the presence of an electric and/or gas line carrying hazardous material. Kenton County does not guarantee the accuracy or completeness of utility locations as described herein.
A pre-bid meeting will be held to allow all prospective Bidders/Offers to review site conditions and gain a complete understanding of the full scope of work. Attendance is encouraged but NOT required for bid eligibility. This meeting will take place on NO VALUE at NO VALUE at NO VALUE. All attendees should meet by the elevator on the first floor by the Madison Street entrance.
Aircraft Liability Insurance covering owned, non-owned, and hired aircraft, including unmanned aircraft systems (drones), for bodily injury and property damage.
Minimum limit of $1,000,000 per occurrence.
Builder’s Risk Insurance written on an “All Risk” basis equal to one hundred percent (100%) of the completed project value, including the interests of the County, Vendor, and subcontractors. Deductibles not to exceed 5% for Named Windstorm and $20,000 per claim for all other perils.
No pre-bid meeting is scheduled for this bid.
Basis of Acceptance
Material sampling and testing on this project will be conducted per the most recent editions of the KYTC Standard Specifications and Materials Field Sampling and Testing Manual.
Non-Compliance
The County reserves the right to test the completed product or individual materials prior to the final acceptance for payment. Materials found not in compliance with the requirements of this Contract may be rejected, removed and replaced at the Vendor's expense, or accepted at a reduction in the Contract price according to the pay adjustment schedule in Section 501.
Final Inspection
The Vendor shall notify the Kenton County Engineer upon the completion of a Purchase Order. Kenton County Public Works personnel will conduct a final inspection for all work performed, including pavement placement, rideability, workmanship, and striping retro-reflectivity.
Crime Coverage including employee dishonesty, forgery or alteration, and computer fraud.
Minimum Limit: $1,000,000 per occurrence.
Bidders/Offerors shall submit all inquiries regarding this bid via the county eProcurement Portal, located at https://procurement.opengov.com/portal/kentoncounty. Questions must be submitted by 4:00 pm on Friday, April 3, 2026. All answers will be posted on the County's eProcurement Portal no later than 4:00 pm on Tuesday, April 7, 2026. Questions will not be accepted after the deadline.
Bidders should also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.
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.
Bidders are required to register for an account via the county eProcurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/kentoncounty/projects/232916.
Cyber Liability Insurance including Network Security and Privacy Liability coverage shall include liability arising from theft, dissemination, or use of confidential information stored or transmitted electronically; unauthorized access, tampering, or hacker attacks; denial of service; and introduction of malicious code or viruses. Coverage must include PCI breach expenses if the Vendor collects credit card information, as well as monitoring, remediation, and notification costs required under state law.
Minimum Limit: $1,000,000 per loss.
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.
Garage Liability and Garage Keepers Liability Insurance covering Vendors that manage parking facilities or service County vehicles.
Minimum Limit: $1,000,000 per occurrence.
Sealed bids are due no later than 2:00 pm, on Friday, April 10, 2026, at which time they shall be opened in public. Bidders shall submit their proposals through the County's eProcurement Portal located at https://procurement.opengov.com/portal/kentoncounty/projects/232916.
Bids will automatically be unsealed at 2:00 pm, on Friday, April 10, 2026, at which time they will be posted on the County's eProcurement Portal located at https://procurement.opengov.com/portal/kentoncounty/projects/232916.
Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. Kenton County strongly recommends completing your response well ahead of the deadline.
Kenton County will not be liable for any costs incurred by bidders/offers in replying to this Request for Bids/Proposals.
Inland Marine/Equipment Floater covering tools, equipment, mobile machinery, and materials in transit or at temporary or job-site locations.
Minimum Limit: $1,000,000 per occurrence.
Bids/Proposals must be submitted via the county eProcurement Portal https://procurement.opengov.com/portal/kentoncounty. 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.
Any required documents or forms 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.
Liquor Liability Insurance required when Vendor sells, serves, or furnishes alcoholic beverages.
Minimum Limit: $1,000,000 per occurrence.
Bidders/Offers are cautioned to verify their bids/offers 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.
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):
Bids/proposals accepted by the Kenton County Fiscal Court will be available to all local municipalities in Boone, Campbell and Kenton Counties.
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.
Maritime liability coverage for work on or near navigable waters, including liabilities under the Jones Act, U.S. Longshore & Harbor Workers’ Compensation Act (USL&H), and general maritime law.
Minimum Limit: $1,000,000 per occurrence.
Kenton County will not be liable for any costs incurred by bidders/offers in replying to this Request for Bids/Proposals.
Professional Liability/Errors & Omissions Insurance covering wrongful acts, errors, or omissions in professional services.
Minimum Limit: $1,000,000 per claim.
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.
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.
Property Insurance covering Vendor-owned or leased property used in performance, including contents, improvements/betterments, and property in the Vendor’s care, custody, or control (as applicable).
Minimum Limit: $1,000,000 per occurrence.
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.
Pollution Liability Insurance covering bodily injury, property damage, and cleanup costs arising from the release of pollutants.
Minimum Limit: $1,000,000 per occurrence.
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.
Sexual Abuse & Molestation Insurance required when Vendor provides services to youth or other vulnerable populations.
Minimum Limit: $1,000,000 per occurrence.
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.
Umbrella/Excess Liability Insurance providing coverage in excess of General Liability, Automobile Liability, and Employer’s Liability.
Minimum Limit: $1,000,000 per occurrence.
State or list by reference on the reverse side of the Bid/Proposal form herein any variations to specifications, terms and/or conditions.
Seller shall indemnify and hold harmless Kenton County, its agents, officials, and employees from and against all injuries, losses, claims, suits, costs and expenses which may accrue against Kenton County as a consequence of granting the Contract.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Proposals will be evaluated based on cost, vendor qualifications, and completeness of proposal. The County reserves the right to clarify any information submitted in response to this RFP and to negotiate terms with the selected vendor if deemed necessary.
All parties must possess and submit valid insurance certificates, performance bond if required, and necessary permits and licenses as required by federal, state, and local law.
The County reserves the right to not award a contract, to reject any and all responses, or to advertise for new bids if the County judges its interests to be better served thereby.
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.
Upload your price proposal here.
Will you be using a cashier check for your bid bond?
Upload an image of your Cashier Check.
All Cashier's Check should be received by the County by 2:00 pm on Friday, April 10, 2026.
Proposals whose cashier's check are not received by the date and time indicated, may be rejected.
It is the respondents responsible to ensure that the cashier's check is received on time.
Upload a copy of your Bid Bond here.
Pick an option below.
Do you want to use OpenGov's electronic pricing table or have the vendor upload their pricing proposal?
Will an evaluation committee be reviewing these proposals?
Select all required insurance requirements.
Select which surety items you need.
What are you buying? Select an option below.
Q (Driveway access and gravel wedge): Can we eliminate the verbiage of maintaining access to driveways at all times? If there is a panel in front of the driveway they will have to park on the street for 5-7 days to allow cure time. We cannot plate over rolled curb. That is the standard in most subdivisions in all cities. Also, can we eliminate the verbiage of a gravel wedge in panels not poured back the same day? We have never had to wedge single panels during replacements in a subdivision, just cones and barrels will suffice for 25 mph roadways.
A: Contrary to section 5.2 of this RFP, if it is unreasonable to provide temporary access to a driveway due to the location of a slab requiring replacement, the contractor must provide 24 hours’ notice to the resident that access to their driveway will be restricted. If a resident has special circumstances that necessitate access to their driveway at all times (handicap access or other), the contractor shall phase construction of the slabs in front of the subject driveway in a manner that provides access, or provide a temporary access that meets the resident’s needs. Contrary to section 5.2 of this RFP, it is recommended to wedge drop-offs greater than 2” with gravel during overnight hours, but it will not be required. If wedging is not performed, plastic drums shall be tightly placed around the area. All temporary work zone signage shall stay in place overnight to warn motorists.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.