BIDS

For opportunities to submit a bid or find our requests for bids (RFB) search DEMANDSTAR

Click here!

CURRENT REQUESTS FOR BID

CLOSED BIDS

ADDENDUM 1- DISPATCHING SOFTWARE- RFP #22021005-67

RFP ADDENDUM #1

                     Frankfort Transit- Dispatching Software, RFP # 22021005-67                   

Date of Addendum: August 19, 2022

NOTICE TO ALL POTENTIAL RESPONDENTS

The Request for Proposals (RFP) is modified as set forth in this Addendum. The original RFP Documents and any previously issued addenda remain in full force and effect, except as modified by this Addendum, which is hereby made part of the RFP. Respondent shall take this Addendum into consideration when preparing and submitting its Proposal.

 

PROPOSAL SUBMITTAL DEADLINE

 

The Proposal submittal deadline and corresponding deadlines has been changed as noted herein, and modifies the deadline stated in the RFP.   The new Proposal submittal deadline is 2:00 pm on September 2, 2022.

Deadlines are now the following:

Submission Deadline

September 2, 2022

Interviews/Demonstrations

September 12-16, 2022

Notice of Intent to Award

September 23, 2022

Contract Award

October 28, 2022


 

1.0 – RFP MODIFICATION

Medicaid Subcontracting Integration:

After consulting with the potential broker, Medicaid Subcontracting Integration is no longer needed and should be excluded from this RFP.  Please disregard the Medicaid Subcontracting Integration section located on page 47 of the RFP.

2.0 – QUESTIONS AND ANSWERS

The following questions and answers are provided as a matter of information to clarify issues raised about the RFP. To the extent that changes to the RFP are required based on the questions received, the RFP has been modified as noted above in the RFP section of this Addendum. 

 

 

Question/Answers

Q: Will FT consider an extension to the due date of at least one week to allow proposers to review the answers to questions which may alter responses?

A:  Yes, FT will extend the proposal due date to September 2, 2022.  In addition, the interviews will be extended to the week of September 12-16 and the Notice of Intent to Award will be extended to September 23.  Finally, the Contract Award will be extended until October 28th (the additional time is necessary to facilitate the Commission Meeting schedule). 

Q: Can we provide separate demand response (DR) and deviated fixed route (DFR) solutions for pre/post-trip inspections?

A:  No, all vehicles within FT fleet can be used for either DR or DFR.  Pre/post trip inspections based on vehicle type would be accepted. 

Q: Do all vehicles run both demand response (DR) and deviated fixed route (DFR)?

A: While all vehicles do not generally provide service for both DR and DFR, they can if needed. 

Q: Please indicate the number of vehicles for demand response (DR) and deviated fixed route (DFR) for both entire fleet and peak utilization if fleets a separately dedicated?

A:  The total number of fleet vehicles is 31.  The peak utilization of the fleet is approximately 20 vehicles.

Q: For the customer complaint add-on, does FT want IVR for this add-on?

A: No, IVR is not required for customer complaint tracking.

Q: Does FT want to track ridership on the Trolley?

A: Yes, ridership and pick up/ drop off locations on the trolley do need to be tracked.

Q: What format is FT’s existing client database?

A:  FT is currently using an internally created database that utilizes google app sheet.

Q: FT listed as a required feature “5.1.b.8 Wireless Fleet Location and Communication Equipment and Products (Tablets)”, yet also stated later in “5.2.f.1 A real-time wireless vehicle location and operator communication product should be incorporated with FT’s existing tablets and hardware” will either suffice?

A:  All products should be incorporated with FT’s existing tablets and hardware.

Q: Can FT provide more detail on “ 5.2.a.9 The product’s customer information fields shall be customizable.”?

A: FT should be able to select what information is included within the customer information field such as location and preferences.   This can be facilitated by a dropdown menu of pre-selected options.

Q: Does FT currently utilize PTT as mentioned in “5.2.f.6 The product must run in conjunction with

current tablet applications such as Push to Talk (PTT) technology.”?

A:  Yes, FT currently utilizes PTT via an ATT First Net App installed on all tablets. 

Q: FT does not desire the public to view all fixed route vehicles in real-time as stated in “5.3.d.4, The product shall allow customers to view the location of their vehicle (for both DR and DFR services) on a map based interface.”  Is this correct?

A: This is correct but separate applications may be needed for this process.   DR should not be shown with DFR.   DR should require a reservation to track “their vehicle”.  DFR should be open for public view via the app.

Q: Does FT work with a 3rd party for eligibility and certification compliance? Additionally, is there a 3rd party program that needs to be integrated with either through an electronic connection or manual import?

A: FT does not currently work with any 3rd party program.

Q: Does FT desire to utilize the existing mobile devices in the vehicles if the selected vendors software is compatible or does FT desire to replace the existing devices?

A: FT does not desire to replace existing devices and the selected vendor software must be compatible.

Q: Does FT want to see the Master Service Agreement from the proposers?

A:  Yes, this information should be provided.

Q: Will FT accept a detailed cost proposal (in the format organized by the proposer), in addition to the cost proposal form provided? This is asked specifically to assist with clarity on pricing.

A:  FT will accept both a detailed cost proposal in addition to the cost proposal form provided.

Q: In section 1.3 it states, “Proposals must be submitted on the attached form and signed in ink by an authorized individual of the company or corporation.” If the proposal is submitted electronically through Demandstar would electronic signatures be acceptable? Or would you like the signatures in ink and scanned?

 

A: Electronic signatures will be accepted.  You may omit any hard copy requirements if submitting through Demandstar. 

 

Q: We would like to send you our Exceptions and draft contract. Should those be sent to you?

 

A:  No,  those items need to be submitted within the proposal document.

 

Q: Please confirm the maximum number of booked trips per day?

 

A:  Currently, trip reservations are between 40-60 trips per day.   Pre-Covid, trips averaged between 80-100 trips per day.  We expect for this to be the trend within the next year or so as ridership is already increasing. 

 

Q: Is there any flexibility towards the pricing form? For example, our systems aren’t pricing in per unit   costs.

 

A:  You may submit a pricing form using your current form as long as it pricing encompasses each requirement.

 

Q: Can you please elaborate on the requirement to include the number of staff hours for each task and where this information is to be shown?

 

A: If this question is referring to pgs. 23-24 staff hours refers to the time that FT must allot for FT IT support staff and FT staff training.   In addition, please outline the maximum number of hours that your staff will assist in each task (i.e. set up, training, start up assistance, system development etc.).

 

Q: Please clarify what is meant by database cleaning?

 

A:  Any costs associated with converting our current information into your system.  This may include “cleaning” such as address spelling or name edits depending on your system formats.

 

Q: Is it acceptable for the vendor to propose to use FT’s existing Android tablets and mounting equipment?

 

A: Yes, it is acceptable and mandatory for this proposal to use FT’s existing tablets and mounting equipment.

 

Q: Will the potential add-on features be included in the evaluation?

 

A: The potential add on features will be evaluated as a portion of the 20 points allowed for the “Software and Hardware Component Capability to Meet FT Needs” evaluation criteria.   Add on features will be 5 of the 20 points (1 point for each feature, excluding Medicaid Subcontracting Integration which is no longer needed). 

 

Q: Where should the future annual support fees for years 2-5 be shown?

 

A:   Future annual support fees can be shown on the Annual Technical Support Fee line, pg. 51.

 

Q:  Where should the annual support fees for the add-on features be shown?

 

A:   Future annual support fees for add-on features can be listed within the Add-On Feature Row, pg. 51

 

Q: Would you like pricing for 30 or 31 vehicles?

 

A: Pricing should be for 31 vehicles.

 

Q: Medicaid Subcontracting Integration:

A:  FT will subcontract state medicated client trips.   Therefore, billing

1.    When & how will proposer receive the responses to these questions? (i.e. direct email, website post, etc.) 

 

A:  Medicaid Subcontracting Integration is no longer needed since all technology will be provided by the broker.

 

Q: How many days should the bid be valid for? 

 

A:  The proposal must be valid for 120 days.

 

Q: Is it acceptable to submit an electronic copy of the proposal, in addition to the paper copies? 

 

A: Yes, if the electronic copy is submitted through Demandstar.

 

Q: If so, is a USB (flash drive) an acceptable form of Electronic Copy? 

 

A: A flash drive is an acceptable form of Electronic Copy if submitted with paper copies as well.

 

Q: Can a USB containing additional materials and videos be included with our proposal for better understanding of our software?  

 

A: Yes, any additional materials or videos may be included in the proposal for better understanding of your software.  All information is welcome.

 

Q: Does the price proposal need to be in a separate sealed envelope from the technical proposal?  

 

A: No, cost proposal is included as a portion of the evaluation criteria and may be submitted within the technical proposal.

 

Q: Can Proposers include a copy of the specific vendor pricing sheet as explanation along with the required pricing form?  

 

A:  FT will accept both a detailed cost proposal in addition to the cost proposal form provided.

Q: What are some of the biggest concerns seen with the current software solution that you would change immediately if you could?  

 

A: Our current software is very basic.  The biggest advancement we are looking forward to is the ability to optimize trips to be more efficient with both time and fuel.   The ability to track where the vehicles are in real time is also a high priority.   Reporting is very limited with the current software and needs to be addressed.  Finally, being able to use the same platform for both demand response and deviated-fixed trips is very important. 

 

Q: What are the goals of (agency) surrounding this software upgrade?  

 

A:  Performing trips with higher efficiency and tracking vehicles are the two main goals for the software upgrade.  

 

Q: What is the budget for this project? 

 

A: FT is not able to provide this information as it is a competitive procurement.

 

Q: What is the funding source for this project? 

 

A: Funding for this project is provided by an FTA Capital Grant (5339) that has been awarded to FT by the Kentucky Transportation Cabinet, Office of Transportation Delivery (KYTC). 

 

Q: What are the funding deadlines/timelines for this project, ie, when does the money need to be spent? 

 

A: There is no deadline for expending the money awarded for this project.  However, FT intends to spend the funds within FY23. 

 

Q: Does (Agency) have a preferred cellular network? If so, please provide contact information for our account manager. 

 

A:  FT uses AT&T First Net for all cellular.  The account manager is Bobby Ripy, bripy@frankfort.ky.gov.

 

Q: Does (Agency) provide any other types of service that may be used by the awarded solution?  

 

A:  All FT types of services are described within the RFP.

 

Q: Does (Agency) have an IVR system currently?  

 

A: No, FT does not currently have an IVR system.

 

Q: Does (Agency) have any Commuter Routes that would be considered part of this project? If so, how many?  

 

A: No, FT does not have any Commuter Routes.

 

Q: Is there a consultant involved with this RFP? If yes, what is the name of the firm or individual? 

 

A: No, there is no consultant involved with this RFP.

 

Q: How many in office users will you have? 

 

A:  Currently, FT has 5 office users. 

 

Q: Do you want the chosen vendor to do all the driver training or are we training the trainers? 

 

A:  The chosen vendor may train the trainer.  FT staff will then provide additional training to all drivers.

 

Q: If training the trainers, how many of those are there?  

 

A:  FT will provide 4 staff for driver training.

 

Q: How many depots do you operate if more than 1? 

 

A:  FT has only one depot.

 

Q: Do you have any subcontractors?  

 

A:  No, FT does not have any subcontractors.

 

Q: Are any private contractors/subcontractors used to provide trips for (agency)? If yes, how are these contractors paid, by the trip or by the hour?  

 

A:  No private contractors/subcontractors are used to provide trips. 

 

Q: Will (agency) allow proposers to provide a demo of the software before awarding the contract? 

 

A: Yes, interviews/ demonstrations will be scheduled for the week of September 12-16.  Vendors will be allowed 2 hours to demonstrate their product and answer questions.

 

Q: What is your agency expectations related to data conversion from the Route Match system? 

 

A:  FT is no longer using Route Match.   We are currently using our own software via Google App Sheet.

 

Q: Are there any interfaces required to external sources such as Medicare? If so, what other external source 

 

A: No, there are no interfaces required to external sources.

 

Q: Please provide 3 years of monthly reporting summaries for your demand response system.

 

A: Our current system does not provide a reporting summary.   

 

Q: How many dispatchers does your agency have? 

 

A: FT currently has 2 dispatchers.

 

Q: How many reservation agents does your agency have? 

 

A:  FT does not differentiate between dispatchers and reservation agents.

 

Q: How many hybrid positions (i.e., reservations/dispatch scheduling) in one position does your agency have?  

 

A: 2

 

Q: Are the Drivers and/or Dispatchers represented by a Union? If so, which Union?  

 

A: No, there is no union representation.

 

Q: Does the service area encompass more than one county? If so, which counties (other states as well)?  

 

A: No, FT only provides service within the incorporated city limits of the City of Frankfort located in Franklin County.

 

Q: Does your agency provide group trips? If yes, what percentage of trips are group trips?  

 

A: Our agency does not provide group trips at this time but hope to in the future.

 

Q: What is the maximum number of paratransit vehicles at peak service on any given day? 

 

A: Currently, the maximum number of paratransit vehicles at peak service is 7.

 

Q: Please indicate if there are any holidays for no service or reduced service.  

 

A: Yes, there are holidays that include no or reduced services. Those holidays are outlined within the RFP.

 

Q: On what days of the week are trips provided?  

 

A:  Trips are provided Monday- Saturday.  Details are outlined within the RFP.

 

Q: What are your hours of service? 

 

A: Hours vary depending on the day of the week and are outlined within the RFP.

 

Q: What are your current Rides per Hour (RPH)? 

 

A: FT does not currently collect data on RPH.

 

Q: What is your average trips per day? 

 

A: FT averages between 40-60 trips per day on demand response service and 250-300 trips per day on deviated fixed route.  A trip is defined as one pick up and one drop of and does not include the return.  Of those demand trips daily; 16 are standing order (included with JOBS program) with pre-scheduled return trips, 6 trips are one way, and approximately 20-30 trips are will-call. 

 

Q: What is the average trip length?

 

A: FT does not currently collect data on average trip length.

 

Q: What is the number of will calls weekly?  

 

A: Will-calls are trips that take place on-call after FT has taken the passenger to their destination.  FT averages 20-30 will-call trips per day. 

 

Q: What is the weekly average number of declined trips? 

 

A: FT does not currently collect data on weekly average number of declined trips.

 

Q: What is average number of one-way trips provided weekly? 

 

A: FT averages 30 one way trips weekly.

 

Q: Does your agency provide subscription trips (standing orders)? If so, what percentage of trips are subscription trips? 

 

A: FT provides between 50%-90% subscription trips depending on the day.

 

Q: What is the number of Flex Routes (Deviated Fixed Route) per day and per week?  

 

A:  FT provides 3 routes M-F and 2 routes on Saturday.  Route details are provided within the RFP.

 

Q:  What is the current size of your client population? 

 

A: According to the 2020 Census, the city of Frankfort’s current population is 28,602.

 

Q: What is the growth rate? 

 

A:  Current growth rate is 1.07%.

 

Q: On average, how many taxi trips are used per day? 

 

A: FT does not provide taxi services.

 

Q: On average, how many calls will your call center handle? 

a.            What is the peak number of calls handled per hour? 

 

A:  FT does not currently collect data on calls to the call center.

 

Q: Is it mandatory that in vehicle applications must operate on both apple and android based platforms?

 

A: No, it is preferred but not mandatory.  All applications must operate on an android based platform since that is our current tablet. 

 

Q: What is the anticipated timeline for compatibility with BGCAP?

 

A: FT anticipates beginning subcontracting with BGCAP by January 2023.  Medicaid Subcontracting Integration is no longer included in the RFP. All technology will be provided by the broker.

 

Q: Are the 7 J.O.B.S. access vehicles in use at peak times in addition to the 20 vehicles in use at peak times for the Demand Response, Deviated-Fixed Routes?  Plus the additional seasonal trolley for a total of 28 vehicles at peak times?  Please clarify.

 

A:  Currently, the breakdown of peak performance vehicles is: 7 Demand Response/JOBS, 5 Deviated-Fixed, 3 Admin, 4 lunch break drivers, and 1 Trolley for a total of 20 vehicles.

 

Q: What language do they want the system to work in beyond English?

 

A: Spanish is the minimum requirement but the ability for other languages is preferred.

 

Q: What are the average daily one-way trip counts for IVR?  Will both night-before and on-the-way IVR calls be required?

 

A: FT currently does not provide IVR.  No, only night-before IVR calls will be required.

 

Q: In regards to IVR, what is meant by this statement: The product shall classify cancelations as later requests based on time frames from scheduled pick-up times or assigned classifications as needed by FT?

 

A:  According to FT policy cancellations must be made 1 hour in advance or it is considered a no show.   The product must allow for FT staff to change a cancellation to a no show based on the time frame that it was cancelled.  If the system can do this automatically, that is also acceptable.

 

Q: There is a requirement for a training follow-up 6 to 8 weeks after go-live.  What is the expectation for number of on-site training days?

 

A:  This training is as needed after go-live.   FT does not expect more than 8 hours of this training as it is just for the purpose of follow up. 

 

Q: Per the RFP, there is no city-wide Wi-Fi network in Frankfort, KY.  How do you anticipate this will affect the ability for clients to utilize a mobile app? 

 

A: Clients will need to use their own WiFi or networks that are available from private companies (i.e. Kroger or McDonalds).

 

Q: Is this requirement asking that drivers have the ability to input trips into their manifests: The product should allow for same-day operator client trip inputs into their manifests?

A: Drivers do not need the ability to input trips into the manifest.  Dispatch will need the ability to input same day trips into the manifest.

Q: Can the City share any current pain points/areas of improvement with its current "in-house" dispatching software?

A: Our current software is very basic.  The biggest advancement we are looking forward to is the ability to optimize trips to be more efficient with both time and fuel.   The ability to track where the vehicles are in real time is also a high priority.   Reporting is very limited with the current software and needs to be addressed.  Finally, being able to use the same platform for both demand response and deviated-fixed trips is very important. 

Q: What are the operational pain points in each service? 

A: Demand Response: The inability to optimize trips and track vehicles.

Deviated-Fixed Route: The inability to input deviations and detours on driver tablets.  The inability to track vehicles and on-time performance measures.

  Trolley-The inability to track vehicle and passenger counts.

Administration- The inability to provide adequate reporting for NTD report without manually entering data on a daily basis. 

Q: Is the City interested in proposals that recommend the conversion of its Deviated Fixed-Route and Seasonal Trolley services to a fully on-demand service model, if such a model can be demonstrated to offer a higher quality of service for customers and lower costs for the City of Frankfort? On-demand technologies have been demonstrated to achieve these improvements for similar deviated fixed route services. 

A:  FT is interested in any solution (including on-demand) that allows for some features provided in standard fixed route solutions such as on-time performance measures, vehicle tracking and live deviation/detour adjustments.  

Q: Can the City confirm that it is seeking a fully demand-responsive transit service? In other words, that all trips delivered by the consolidated transportation service would be either booked in advance, or on-demand (i.e. at the moment of desired travel), rather than operating on fixed routes and schedules?

A: FT is not interested in becoming a fixed route and maintaining a strict schedule.  We are interested in maintaining a close schedule with Deviated-Fixed route and would like to provide on time performance as much as possible. 

Q: Does the City currently commingle between its demand response and deviated fixed-route services (either by using vehicles across services, driver shifts to deliver both types of trips, and/or have riders of each service type share vehicles)? Does the City desire any form of commingling from this next software provider?

A: Yes, FT does commingle between demand response and deviated fixed route.  This will continue and is expected for the next software provider.

 

END OF ADDENDUM

 

 

 


Dispatching Software- RFP # 22021005-67

A REQUEST FOR PROPOSAL

FOR

PROFESSIONAL SERVICES CONTRACT

City of Frankfort- 5339 Grant Funds

RFP # 22021005-67

Transit Dispatching Software

 

This document constitutes a Request for Proposals for a Professional Service Contract from qualified individuals and organizations that furnish those professional services as described for the City of Frankfort, Kentucky.  This work is being advertised by and for the City of Frankfort in conjunction with Kentucky Transportation Cabinet (KYTC).

 

Sealed proposals shall be received by the City of Frankfort- Frankfort Transit (FT) on or before August 26, 2022, 2:00 PM EST for a demand response & deviated fixed trip reservation, dispatch, record management, billing management, vehicle maintenance software, along with associated computerized fleet location and communications hardware.  The product should fully support FT’s transit service demand response (DR), deviated fixed route (DFR) and other programs as described in this Request for Proposal (RFP) document. 

 

All proposals shall be subject to all applicable federal, state, and local laws, including those imposed by the Kentucky Transportation Cabinet (KYTC) as KYTC is funding the project.

 

PHYSICAL PROPOSERS: All proposals must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of RFP opening.  Proposals cannot be accepted at any other location.   Proposals must be received by the designated date and time and none will be considered thereafter.

ELECTRONIC PROPOSALS: Electronic Proposals submitted through DemandStar will also be accepted for this project. Proposals must be signed and submitted in the same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your proposal, Proposers are encouraged to verify the successful upload of the document. Proposals must be received by the designated date and time and none will be considered thereafter.

Proposals  will be prepared per the specification detailed within the RFP and are available at no charge with registration through DemandStar (https://demandstar.com/registration) or a copy can be obtained in the Office of Purchasing Division, City Hall, 315 West Second St, Frankfort, KY.

The anticipated schedule for selection of a Proposer is as follows:

Request for Proposal Released

August 3, 2022

Advertisement

August 3, 2022

Deadline for Questions/ Clarifications Regarding the RFP

August 16, 2022

FT Response to Questions/ Clarifications

August 19, 2022

Proposals Due

August 26, 2022

Demonstrations/Interviews

September 5-9 2022

Notice of Intent to Award

September 16, 2022

Contract Award

September 30, 2022

 

All proposal forms, information, and specifications regarding this RFP are available from the Purchasing Office. Proposers shall submit their proposal in a sealed envelope, and the proposer is advised to clearly mark the sealed proposal with the RFP number and description, opening time and date listed above. The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed RFP not properly addressed or identified.

This RFP package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.

Proposers are invited to be present for the opening of the RFPs submitted.   RFPs will be opened at City Hall, 315 W. Second St., Frankfort, KY 40601 at 2:00 PM EST on August 26, 2022.

 

FOR THE CITY OF FRANKFORT, KENTUCKY

 

Angie Disponette Purchasing Agent


 


Bus Shelter Pads - #2212201-67


CITY OF FRANKFORT

INVITATION FOR BIDS

 

BID #2212201-67

 

The City of Frankfort will receive sealed bids for the construction of 5 concrete bus shelter pads located within the city limits of Frankfort, KY.  Bids must be submitted to the Office of the Purchasing Division, City Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST, July 27, 2022.

 

All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids will be opened thereupon or about 2:00 p.m. EST, July 27, 2022 at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  Bids must be received by the designated date and time and none will be considered thereafter.

 

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in the same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, Bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

 

Bids will be prepared per the specification detailed within the Bid documents and are available at no charge with registration through DemandStar (https://demandstar.com/registration) or a copy can be obtained in the Office of Purchasing Division, City Hall, 315 West Second St, Frankfort, KY.

 

Bids will be opened thereupon or about 2:00 p.m. EST, July 27, 2022 at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY. 

 

Pre Bid Meeting:

A pre-bid meeting will be held on July 13, 2022 at 10:00 AM EST.   All bidders must meet at the rear parking lot of City Hall located at 315 W. Second St., Frankfort, KY 40601.  Participation is not mandatory but highly recommended.  Participants will be given the opportunity to inspect each location and inquire on specification for each site. 

 

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before July 20, 2022 by 5:00 p.m. EST.

 

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, July 22, 2022. Changes and addendums will also be emailed to all knowns possible bidders based on the return of “Confirmation of Receipt”

 

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest.  The award of this bid will be made on the basis of the lowest evaluated bid price as permitted in KRS 45A.365.

 

All bid forms, information, and specifications regarding this bid are available from the Purchasing Office.  Bidders are encouraged to submit their bid in a sealed envelope, and the bidder is advised to clearly mark the sealed bid with the bid number and description, opening time and date listed above.  The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

 

This bid package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation be Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The bid package is subject to a financial assistance between the City of Frankfort, the Kentucky Transportation Cabinet’s Office of Delivery, and the Federal Transit Administration.

 

FOR THE CITY OF FRANKFORT, KENTUCKY

Angie Disponette Purchasing Agent


BUS SHELTER PURCHASE FY22- 2202101-67

BID #2202101-67

 

The City of Frankfort will receive sealed bids for the purchase of (5) five bus shelters for our transit division located at 301 Bald Knob Road Frankfort, KY 40601.  Bids must be submitted to the Office of the Purchasing Division, City

Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST, March 30, 2022

 

All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids will be opened thereupon or about 2:00 p.m. EST March 30, 2022, at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  Bids must be received by the designated date and time and none will be considered thereafter.

 

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in the same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, Bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

 

Bids will be prepared per the specification detailed withing the Bid documents and are available at no charge with registration through DemandStar (https://demandstar.com/registration) or a copy can be obtained in the Office of Purchasing Division, City Hall, 315 West Second St, Frankfort, KY.

 

Bids will be opened thereupon or about 2:00 p.m. EST March 30, 2022, at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  To participate via phone conference contact 1-502-699-2237 during the designated date and time.

 

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before March 16, 2022 by 5 PM EST

 

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, March 21, 2022. Changes and addendums will also be emailed to all knowns possible bidders based on the return of “Confirmation of Receipt”

 

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest.  The award of this bid will be made on the basis of the lowest evaluated bid price as permitted in KRS 45A.365.

 

All bid forms, information, and specifications regarding this bid are available from the Purchasing Office.  Bidders are encouraged to submit their bid in a sealed envelope, and the bidder is advised to clearly mark the sealed bid with the bid number and description, opening time and date listed above.  The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

 

This bid package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation be Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.

 

Bidders are invited to call 502-699-2237 or appear in person at 2:00 p.m. on BID OPENING DATE in order to participate in the opening of the bids submitted.

 

FOR THE CITY OF FRANKFORT, KENTUCKY

 

Angie Disponette Purchasing Agent


Bus Shelter Pads - #2202102-67

Bus Shelter Pads - #2202102-67


CITY OF FRANKFORT

INVITATION FOR BIDS

 

BID #2202102-67

 

The City of Frankfort will receive sealed bids for the construction of (5) five bus shelter pads for our transit division located at 301 Bald Knob Road Frankfort, KY 40601.  Bids must be submitted to the Office of the Purchasing Division, City Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST,

February 19, 2021

 

PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids must be received by the designated date and time and none will be considered thereafter.

 

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in the same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, Bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

 

Bids will be prepared per the specification detailed within the Bid documents and are available at no charge with registration through DemandStar (https://demandstar.com/registration) or a copy can be obtained in the Office of Purchasing Division, City Hall, 315 West Second St, Frankfort, KY.

 

Bids will be opened thereupon or about 2:00 p.m. EST February 19, 2021, at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  To participate via phone conference contact 1-502-699-2237 during the designated date and time.

 

Pre Bid Meeting:  A Pre Bid Meeting will be held on February 4, 2021 at 10:00 A.M. EST. Participates at the meeting will be given an opportunity to inspect each location and inquire on specifications for each site.   To participate in the meeting, contact Jennifer Hall at jmhall@frankfort.ky.gov no later than February 1, 2021

 

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before February 8, 2021 by 5:00 p.m.

 

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, February 12, 2021 Changes and addendums will also be emailed to all known possible bidders based on the return of “Confirmation of Receipt”.

 

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest. The award of this bid will be made on the basis of the lowest and best evaluated bid price as defined in KRS 45A.365.

 

All bid forms, information, and specifications regarding this bid are available from the Purchasing Office. Bidders shall submit their bid in a sealed envelope, and the bidder is advised to clearly mark the sealed bid with the bid number and description, opening time and date listed above. The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

 

This bid package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. Per KY Attorney General Opinion 20-05, public attendance will not be permitted at this bid opening. Due to the highly contagious nature of COVID-19 it is not feasible for the City to provide a central physical location for public viewing. Bidders are invited to call 502-699-2237 at 2:00 p.m. on BID OPENING DATE in order to hear the opening of the bids submitted.

 

FOR THE

CITY OF FRANKFORT, KENTUCKY

 

Angie

Disponette Purchasing Agent

 

 

 


BUS STOP SIGNAGE FY22- 2202103-67


BID #2202103-67

 

The City of Frankfort will receive sealed bids for the purchase of replacement/ updated bus stop signage for all signs located within the city limits of Frankfort, KY.  Bids must be submitted to the Office of the Purchasing Division, City Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST, September 22, 2021. 

 

All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids will be opened thereupon or about 2:00 p.m. EST, September 22, 2021 at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  Bids must be received by the designated date and time and none will be considered thereafter.

 

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in the same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, Bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

 

Bids will be prepared per the specification detailed within the Bid documents and are available at no charge with registration through DemandStar (https://demandstar.com/registration) or a copy can be obtained in the Office of Purchasing Division, City Hall, 315 West Second St, Frankfort, KY.

 

Bids will be opened thereupon or about 2:00 p.m. EST, September 22, 2021 at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  To participate via phone conference contact 1-502-699-2237 during the designated date and time.

 

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before September 8, 2021 by 5 PM

 

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, September 10, 2021. Changes and addendums will also be emailed to all knowns possible bidders based on the return of “Confirmation of Receipt”

 

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest.  The award of this bid will be made on the basis of the lowest evaluated bid price as permitted in KRS 45A.365.

 

All bid forms, information, and specifications regarding this bid are available from the Purchasing Office.  Bidders are encouraged to submit their bid in a sealed envelope, and the bidder is advised to clearly mark the sealed bid with the bid number and description, opening time and date listed above.  The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

 

This bid package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation be Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The bid

 

package is subject to a financial assistance between the City of Frankfort, the Kentucky Transportation Cabinet’s Office of Delivery, and the Federal Transit Administration.

 

 

Bidders are invited to call 502-699-2237 or attend in person at 2:00 p.m. on BID OPENING DATE in order to participate in the opening of the bids submitted.

 

FOR THE CITY OF FRANKFORT, KENTUCKY

 

Angie Disponette Purchasing Agent

 


BUS SHELTER- ADDENDUM #1: 2202101-67

Description:                        Bus Shelter Purchase

Pre-bid Conference:         None

Bid Deadline:                      December 16, 2020

Bid Delivery:                       December 16, 2020

PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 pm EST on date of bid opening. Bids cannot be accepted at any other location. Bids must be received by the designated date and time and none will be considered thereafter.

Bidders are to submit physical bids in a sealed envelope; the bidder is advised to clearly mark the sealed bid with the bid number and description listed above. The City of Frankfort, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

Bids will be prepared per the specifications detailed within the bid documents which are available at no charge with registration through DemandStar (https://www.demandstar.com/registration) or a copy can be obtained in the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY 

Bids received after 2:00 PM EDT on December 16, 2020 will be considered non-responsive and will be rejected.

Questions Deadline:                          Questions may be submitted in writing by email to jmhall@frankfort.ky.gov or written communication can be sent to on or before December 2, 2020.

Answers to Questions:                      Answers will be posted on www.frankfort.ky.gov  , December 9, 2020. Changes and addendums will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.

Approved Equals:                              Approved Equals may be submitted in writing by email to jmhall@frankfort.ky.gov on or before December 2, 2020.   Answers will be posted on www.frankfort.ky.gov  , December 9, 2020. Approved equals will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.

Question Responses:


BUS SHELTER PURCHASE- 2202101-67

The City of Frankfort will receive sealed bids for the purchase of (5) five bus shelters for our transit division located at 301 Bald Knob Road Frankfort, KY 40601.  Bids must be submitted to the Office of the Purchasing Division, City Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST, December 16, 2020.  

All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids will be opened thereupon or about 2:00 p.m. EST December 16, 2020, at a public bid opening in the Commission Chamber of City Hall, 315 West Second Street Frankfort, KY.  Bids must be received by the designated date and time and none will be considered thereafter.

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before December 2, 2020 by 5 PM

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, December 9, 2020. Changes and addendums will also be emailed to all knowns possible bidders based on the return of “Confirmation of Receipt”

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest.  The award of this bid will be made on the basis of the lowest evaluated bid price as permitted in KRS 45A.365.

All bid forms, information, and specifications regarding this bid are available from the Purchasing Office.  Bidders are encouraged to submit their bid in a sealed envelope, and the bidder is advised to clearly mark the sealed bid with the bid number and description, opening time and date listed above.  The City of Frankfort, KY is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

This bid package is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation be Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.

Bidders are invited to be present for the opening of the bids submitted.

FOR THE CITY OF FRANKFORT, KENTUCKY

Angie Disponette Purchasing Agent


CAMERA BID- ADDENDUM #1: 219202-67

Description:                        In Vehicle Cameras


Pre-bid Conference:         None


Bid Deadline:                      August 3, 2020


Bid Delivery:                       August 3, 2020


PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 pm EST on date of bid opening. Bids cannot be accepted at any other location. Bids must be received by the designated date and time and none will be considered thereafter.


Bidders are to submit physical bids in a sealed envelope; the bidder is advised to clearly mark the sealed bid with the bid number and description listed above. The City of Frankfort, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.


ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.


Bids will be prepared per the specifications detailed within the Bid documents which are available at no charge with registration through DemandStar (https://www.demandstar.com/registration) or a copy can be obtained in the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY 


Bids received after 2:00 PM EDT on August 3, 2020 will be considered non-responsive and will be rejected.


Questions Deadline:                          Questions may be submitted in writing by email to jmhall@frankfort.ky.gov or written communication can be sent to on or before July 13, 2020.


Answers to Questions:                      Answers will be posted on www.frankfort.ky.gov  , July 20, 2020. Changes and addendums will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.


Approved Equals:                              Approved Equals may be submitted in writing by email to jmhall@frankfort.ky.gov on or before July 13, 2020.   Answers will be posted on www.frankfort.ky.gov  , July 20, 2020. Approved equals will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.


Question Responses:


IN VEHICLE CAMERA SYSTEM: 219202-67

The City of Frankfort will receive sealed bids for replacement In Vehicle Digital Recording Systems for our transit division located at 301 Bald Knob Road Frankfort, KY 40601.  Bids must be submitted to the Office of the Purchasing Division, City Hall 315 West Second Street Frankfort, KY until 2:00 P.M. EST, August 3, 2020.  

All bids must be turned in to the Office of the Purchasing Division, City Hall 315 West Second St., Frankfort, KY, no later than 2:00 p.m EST on date of bid opening.  Bids cannot be accepted at any other location.   Bids will be opened thereupon or about 2:05 p.m. EST, August 3, 2020. Bids must be received by the designated date and time and none will be considered thereafter.

PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 pm EST on date of bid opening. Bids cannot be accepted at any other location. Bids must be received by the designated date and time and none will be considered thereafter.

Bidders are to submit physical bids in a sealed envelope; the bidder is advised to clearly mark the sealed bid with the bid number and description listed above. The City of Frankfort, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

Bids will be prepared per the specifications detailed within the Bid documents which are available at no charge with registration through DemandStar (https://www.demandstar.com/registration) or a copy can be obtained in the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY. 

Questions and Approved Equals Request Deadline:

Requests may be submitted in writing by email to jmhall@frankfort.ky.gov on or before July 13, 2020 by 5 PM

Answers to Questions and Approved Equals Requests:

Answers will be posted on www.frankfort.ky.gov, July 20, 2020. Changes and addendums will also be emailed to all knowns possible bidders based on the return of “Confirmation of Receipt”

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest. The award of this bid will be made on the basis of the lowest and best evaluated bid price.

Bidders are invited to be present for the opening of the bids submitted. [NOTE:   During the COVID-19 emergency, bid opening procedures may be altered to comply with social distancing. Bidders will be notified accordingly.]

FOR THE CITY OF FRANKFORT, KENTUCKY

Angie Disponette Purchasing Agent


RADIO BID- ADDENDUM #1: 219201-67

Description:                        LMRS Replacement

Pre-bid Conference:         None

Bid Deadline:                      July 22, 2020; 2:00 PM EDT

REVISED BID DEADLINE:  August 12, 2020; 2:00 PM EDT

Bid Delivery:                       

PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 pm EST on date of bid opening. Bids cannot be accepted at any other location. Bids must be received by the designated date and time and none will be considered thereafter.

Bidders are to submit physical bids in a sealed envelope; the bidder is advised to clearly mark the sealed bid with the bid number and description listed above. The City of Frankfort, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

Bids will be prepared per the specifications detailed within the Bid documents which are available at no charge with registration through DemandStar (https://www.demandstar.com/registration) or a copy can be obtained in the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY 

Bids received after 2:00 PM EDT on July 22, 2020 August 12, 2020 will be considered non-responsive and will be rejected.

Questions Deadline:                          Questions may be submitted in writing by email to jmhall@frankfort.ky.gov or written communication can be sent to on or before July 27, 2020.

Answers to Questions:                      Answers will be posted on www.frankfort.ky.gov  , July 31, 2020 by 2:00 PM EDT. Changes and addendums will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.

Approved Equals:                              Approved Equals may be submitted in writing by email to jmhall@frankfort.ky.gov on or before July 27, 2020.   Answers will be posted on www.frankfort.ky.gov  , July 31, 2020 by 2:00 PM EDT. Approved equals will also be emailed to known possible bidders based on the return of “Confirmation of Receipt”.

Question Responses:



LMRS REPLACEMENT: 219201-67

The City of Frankfort will receive sealed bids for VHF Land Mobile Radio System (LMRS) Replacement with the execution of a contract between the City and the successful bidder.   Bids will be received in the Finance Department, City Hall, 315 West Second Street, Frankfort, Kentucky, until 2:00 p.m. EST, July 22 ,2020. Bid opening will occur at approximately 2:05 p.m. EST, July 22, 2020.

PHYSICAL BIDS: All bids must be turned in to the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY, no later than 2:00 pm EST on date of bid opening. Bids cannot be accepted at any other location. Bids must be received by the designated date and time and none will be considered thereafter.

Bidders are to submit physical bids in a sealed envelope; the bidder is advised to clearly mark the sealed bid with the bid number and description listed above. The City of Frankfort, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

ELECTRONIC BIDS: Electronic Bids submitted through DemandStar will also be accepted for this project. Bids must be signed and submitted in same required format. Submit one (1) electronic copy if using E-Bidding. After uploading your bid, bidders are encouraged to verify the successful upload of the document. Bids must be received by the designated date and time and none will be considered thereafter.

Bids will be prepared per the specifications detailed within the Bid documents which are available at no charge with registration through DemandStar (https://www.demandstar.com/registration) or a copy can be obtained in the Office of the Purchasing Division, City Hall, 315 West Second St., Frankfort, KY. 

The City of Frankfort, Kentucky reserves the right to reject any and all bids received, and to select that bid which it determines to be in its best interest. The award of this bid will be made on the basis of the lowest and best evaluated bid price.

Bidders are invited to be present for the opening of the bids submitted. [NOTE:  During the COVID-19 emergency, bid opening procedures may be altered to comply with social distancing. Bidders will be notified accordingly.]

FOR THE CITY OF FRANKFORT, KENTUCKY

Angie Disponette, Purchasing Agent


TRANSIT BUILDING RENOVATION

Sealed bids will be received by the City of Frankfort for the Frankfort Transit Renovations in Frankfort, Kentucky, until 2:00 p.m. ET on 12 June 2019, at Council Chambers, City Hall, 315 West 2nd Street, Frankfort, KY 40601. Bids will be opened and read aloud.

Copies of the Bidding Documents may be obtained at Lynn Imaging, 328 Old Vine Street, Lexington KY 40507, 859-255-1021. Please contact Lynn Imaging for the cost of the Bidding Documents. Deposits should be made payable to the City of Frankfort. Hard copy deposits are refundable while digital copy deposits are non-refundable. Bidders requesting Contract Documents to be shipped by mail must forward the required deposit, as well as a separate check for twenty-two dollars ($22) made payable to Lynn Imaging for shipping costs. Deposits will be refunded to all plan holders submitting a valid bid upon return of a complete set (minus bid forms) in good condition on or before thirty (30) days after the bid date. No refunds will be made for Bidding Documents returned after that date. Successful low bidder and subcontractors will retain Bidding Documents, and will receive a deposit refund upon execution of construction contract. A Performance & Payment Bond and a Bid Security are not required for this project.

Documents may be viewed at the following locations:

G. Scott & Associates, Architects plc

314 Wilkinson Street

Frankfort, KY 40601

Phone: 502-875-2290

Fax: 502-875-1307

Contact: Craig Aossey

E-mail: mail@gscottarch.com


Frankfort Transit

301 Bald Knob Road

Frankfort, KY 40601

Phone: 502-352-2089

Fax: 502-352-2155

Contact: Jennifer Hall

E-mail: jmhall@frankfort.ky.gov


Builders Exchange of Louisville

2300 Meadow Dr.

Louisville, KY 40218-1372

Phone: 502-459-9800

Fax: 502-459-9803

Contact: Treva Masters

E-mail: tmasters@bxkentucky.com


E-Tech Consultants

378 Park Avenue

Lexington, Ky. 40502

Phone: 859-254-4200

Fax: 502-589-2240

Contact: Grant Wilson

E-Mail:grant@e-techconsultants.com


Builder’s Exchange

4350 Glendale-Milford Rd, #120

Cincinnati, OH 45242

Phone: 866-907-6300

Fax: 866-907-6304

Contact: Cyndi Thornton

E-mail: CThornton@bxohio.com


The Owner reserves the right to reject any and all bids or to waive any informalities in the bidding. No bid may be withdrawn without the consent of the Owner or forfeit of Bid Security for a period of thirty (30) days subsequent to the date for receipt of bids.

Jennifer Hall, Transit Superintendent

Frankfort Transit – City of Frankfort


FRANKFORT TRANSIT RENOVATIONS ADDENDUM NO. 1

ADDENDUM NUMBER ONE                      17 MAY 19

 The Contract Documents for the above project are amended as described in the following items.  All Bidders must acknowledge this Addendum in the “Form of Bid”--failure to acknowledge same may result in disqualification of Bidder.  A total of  2  pages, including  0 Drawing(s) and enclosures, are included this Addendum. 


GENERAL

 

(Add. No. 1 – 17 May 19) Item 1.  Contractor’s List - Plan holders list can be viewed online at www.lynnimaging.com

 

(Add. No. 1 – 17 May 19) Item 2.  Pre-Bid Conference - Contractors present at Pre-Bid:

NAME

Katlyn Howell

Jason Harrod

Dave Hutchinson

Brandon Helton

Greg Meyer

Bishop Carter

COMPANY

The Way Maker Grp

BCA Inc.

Whitehead-Hancock

Churchill McGee

Meyer Midwest

Elaine Allen LLC

PHONE

859-699-8262

502-249-7537

502-227-2213

859-389-6976

502-695-8835

859-221-1563

EMAIL

katlyn@thewaymakergroup.com

jharrod@bardstown.com  

dhutchinson@whitehead-hancock.com

bhelton@churchillmcgee.com

meyerky@aol.com

bishop.carter@elaineallenllc.com


(Add. No. 1 – 17 May 19) Item 3.  Last Day for Addenda Inquiries - The last day for addenda inquiries has moved from 29 May at 12:00 pm to 05 June at    12:00 pm.

 

(Add. No. 1 – 17 May 19) Item 4.  Bid Date - The Bid Date has changed from 05 June at 2:00 pm to 12 June at 2:00 pm.  The location remains the same (Council Chambers, City Hall, 315 West 2nd Street, Frankfort KY 40601).

 

SPECIFICATIONS  

 

(Add. No. 1 – 17 May 19) Item 5. General Terms and Conditions, Page 3, Item 16 WARRANTIES OF EQUALITY: - Add the following language at the end:  Contractor shall provide a 1-yr General contractor warranty for all material and labor to install items concerning the following:  All mechanical and electrical work in the contract; all material provided and work installed for rooms 104 Toilet and 105 Storage; and material and labor to install door mark 103.  Any patching work outside this description or finish work outside this description will not require work to be warranted past final completion which will include ceiling grid and tile work in 109 Dispatch.

 

(Add. No. 1 – 17 May 19) Item 6.      12. GENERAL INFORMATION (page AB-3) - Frankfort Transit has amended this specification and added the following language: E. KYTC/OTD/FTA has the authority to visit the site and have access to all records.

 

(Add. No. 1 – 17 May 19) Item 7.      24. DBE PROMPT PAYMENT CLAUSE (page AB-6) - 3.  Revise to Read: Equal Opportunity/Affirmative Action employer and is a Drug free Work Place: Frankfort Transit is an equal opportunity/affirmative action employer and is a zero tolerance workplace.


DRAWINGS


(Add. No. 1 – 17 May 19) Item 8. Dwg A-1.01 - Remove all work associated with Keyed construction Note #5.  The doors between 109 Dispatch and 108 Garage Bays shall remain. - Remove the wall finish paint work in 109 Dispatch.  No paint by Contractor in this room. - Remove Room Finish Schedule note #2.  Patching of the floor base will not be in this contract where noted (Rooms 102, 106, 109, and 111).

 

END OF ADDENDUM ONE                 17 May 2019