Water Treatment Plant Security Project BID #2024-12

Agency: City of Franklin
State: Kentucky
Level of Government: State & Local
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD16379551891749573
Posted Date: Feb 15, 2024
Due Date: Mar 15, 2024
Solicitation No: Water Treatment Plant Security Project
Source: Members Only
Description Opening Date/Time Closing Date/Time


Water Treatment Plant Security Project


BID #2024-12



February 15, 2024
:


March 16, 2024
10:00

Attachment Preview

Test Title

REQUEST FOR BID PROPOSALS

BID # 2024-12

Water Treatment Plant

Security Project

Prepared by:

The City of Franklin

117 West Cedar Street

Franklin, KY 42134

Phone 270 586-4497

www.franklinky.org

INVITATION FOR BIDS

BID #2024-12

Sealed bids will be received at City Hall, 117 West Cedar Street, Franklin, Kentucky until

10:00 a.m. on March 06, 2024, for

Water Treatment Plant

Security Project

All bids must be turned in to City Hall, 117 West Cedar Street, Franklin, Kentucky, no later than 9:55 a.m. CDT on the date of bid opening. Bids cannot be accepted at any other location. Bids will be opened thereupon or about 10:00 a.m. on March 06, 2024, at a bid opening in the Commission Chamber of City Hall, 117 West Cedar Street, Franklin, Kentucky. Bids must be received by the designated date and time, and none will be considered thereafter.

The City of Franklin, 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 based at the sole discretion of the City of Franklin, Kentucky while considering the evaluated bid price as permitted in KRS 424.260.

All bid forms, information and specifications regarding this bid are available from the Purchasing Agent or on our web site at www.franklinky.org . Respondents are to submit their bid in a clearly marked sealed envelope. The Respondent is to clearly mark the sealed bid with the bid number and description list above. Make sure the shipping envelope has the bid number listed clearly on the outside as well. The City of Franklin, Kentucky is not responsible for the premature opening of, or the failure to open, a sealed bid not properly addressed or identified.

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

FOR THE CITY OF FRANKLIN, KENTUCKY

S/Kenton Powell, City Manager

ATTEST:

C/Carol Riggenbach, Finance Director

GENERAL INSTUCTIONS TO BIDDERS

A. OFFICIAL CLOCK

Bids will be accepted until 10:00 a.m. on March 06, 2024, at City Hall, 117 West Cedar Street, Franklin, Kentucky. Bids cannot be accepted at any other location. The official clock is the digital, radio controlled, automatically synchronized clock located in the City Clerk’s Office, City Hall, 117 West Cedar Street, Franklin, Kentucky.

B. CALCULATION ERROR(S)

In the event of a calculation error on the bid form, unit price shall prevail.

C. QUESTIONS AND ADDENDA

This bid is offered by the Purchasing Agent. Respondents shall carefully examine this bid and any addenda issued by the Purchasing Agent. Failure to include signed addenda in the bid submission will result in rejection of the bid. Respondents shall seek clarification of any ambiguity, conflict, omission, or other error in this bid “in writing. “Oral comments or communications do not form any part of this bid offering. Questions should be addressed to the Finance Director in writing by 10:00 a.m. on February 28, 2024. Questions submitted after this date will not be answered. If the answer materially affects this procurement, the information will be issued in an addendum. Written communications should be addressed as follows:

City of Franklin

Attn: Finance Director

Bid 2024-12

117 West Cedar Street

Franklin, Kentucky 42134

OR

Fax 270-586-9419

OR

E-mail carol.riggenbach@franklinky.org

D. BID SUBMITTED MUST INCLUDE:

• Bid Form #2024-12

• Notarized Responsibility of Bidder Form

• Non-Collusion Affidavit

• Bid Amount on Company Letter Head

E. RESPONSIBILITY OF BIDDERS FORM

The City of Franklin, Kentucky issues in all bid offerings a Responsibility of Bidders form that MUST be completed by the Respondent and attached to the bid form in order for the Respondent to be considered for a bid award. This is a mandatory form that must be attached to the bid form and in accordance with the Kentucky Revised Statutes, all information submitted thereon is deemed confidential and therefore exempt from Kentucky Open Records Law.

F. BASIS OF BID AWARD

The City of Franklin, Kentucky has selected to award this bid offering in compliance with KRS 424.260 that allows the award to be made based on:

( ) Lowest bid price, or

(X) Lowest evaluated bid price meeting specifications and/or being the most adventageous for the City of Franklin, KY

G. RETENTION OF RECORDS

The successful Respondent shall be required to maintain, for a period of five (5) years from the date of final payment to the Respondent, all books and records pertaining to this bid offering.

H. BUSINESS TAX STATUS

To receive a bid award from the City of Franklin, Kentucky, a Respondent must not be delinquent on any ad valorem taxes, including penalty and interest charges, due to the City for real or personal properties owned by the Respondent, or any one or more of its corporate officers. Inquiries can be directed to City of Franklin Tax Administrator, Carol Riggenbach, City Hall, 117 West Cedar Street, Franklin, Kentucky, 270-586-4497.

I. BUSINESS STATUS AND REGISTRATION REQUIREMENTS

To receive a bid award from the City of Franklin, Kentucky, a Respondent must be properly registered with the Occupational License Division to do business in the City. If a Respondent is already registered, all of their applicable license account must be in “good standing” with the City. Good standing is defined as having all fees, including penalty and interest charges, relating to employee wages, and business net profits, paid in full with appropriate reporting forms filed in the office of the City’s License Division. Inquiries can be directed to the License Division, Carol Riggenbach, City Hall, 117 West Cedar Street, Franklin, Kentucky 270-586-4497.

J. CONFLICTS, GRATUITIES, AND KICK-BACKS PROHIBITED

The City of Franklin, Kentucky adheres to the provisions of the Kentucky Revised Statutes and the City of Franklin’s Ethics Ordinance relating to conflicts of interests, gratuities, kickbacks and use of confidential information in all bid offerings. If it is found that the Bidder is in violation of the foregoing, the City of Franklin, by written notice to the Bidder, may cancel this contract.

K. SUPPORTING DOCUMENTATION

Respondents are encouraged to submit with their bids any literature, warranty information and other documentation to support the Respondent’s compliance with the specifications contained in this bid package.

L. BID RETRACTION

Respondents are advised that bids submitted as part of this bid offering may not be withdrawn for a minimum of 90 days following the public bid opening unless circumstances justify consideration by the Purchasing Agent of a release from provision. Requests to withdraw a bid must be in writing and received by the City of Franklin, Kentucky within twenty-four hours of public bid opening.

M. RIGHT TO REJECT AND AWARD BID

The City of Franklin, Kentucky reserves the right to reject any and all bids received in response to this bid offering, and to waive any informalities in this bid offering. The award of a contract shall be at the sole discretion of the City of Franklin, Kentucky. The award will be made to the responsible Respondent whose bid is determined to be the most advantageous to the city, taking into consideration the evaluation factors set forth in this bid package. The City of Franklin may make the award without further discussion of the bids submitted. Therefore, the bid should be submitted initially on the most favorable terms which the Respondent can bid with respect to price, product, service, and technical capability. The contents of the bid of the selected Respondent will become the basis for the City of Franklin, Kentucky’s contractual obligation when the award is made.

N. BID INDENTIFICATION

Respondents are to submit their bid in a clearly marked sealed envelope. The Respondent is required to clearly mark their bid material with the bid number and description set forth in the Invitation for Bids. This instruction is provided to ensure proper delivery, handling, and public announcement of a Respondent’s response at the official bid opening date and time. Bids in the form of e-mails, telegrams, telephone calls, facsimiles or telex messages will not be accepted.

O. BID SUBMISSION

Prior to entering into a contract with the City of Franklin, the successful Respondent(s) must provide the following information:

1. The name of every company bearing an interest in the proposed goods and/or services to be provided in this bid offering.

2. The name, title, address, and telephone number of individuals with authority to contractually bind the Respondent; and,

3. A designated person(s) who can be contacted by the City of Franklin, Kentucky during the bid evaluation period. This information shall include the person’s name, title, address, telephone number, FAX number and Internet E-mail address if available.

P. DISPOSITION OF BIDS

All materials submitted in response to this bid offering will become property of the City of Franklin, Kentucky. One (1) copy of each bid shall be retained for the official files and will become a public record after an award is made by the City of Franklin, Kentucky, and thus open for public inspection. It is understood that the bid will become part of the official file without obligation on the part of the City of Franklin, Kentucky except as to the disclosure restrictions contained in paragraph Q below.

Q. DISCLOSURE

In compliance with Kentucky Revised Statues and the Kentucky Open Records Act, trade secrets or proprietary information submitted by a Respondent in connection with this procurement shall not be subject to public disclosure. However, the Respondent must invoke this protection prior to or upon submission of the data or other material and must identify the specific area or scope of data or other materials to be protected and state the reasons why protection is necessary. An all-inclusive statement that the entire bid is proprietary is unacceptable. A statement that costs are to be protected is also unacceptable. Disputes over disclosure will be resolved by the City Manager based on legal advice provided by the City of Franklin, Kentucky’s Legal Department.

R. COST INCURRED IN RESPONDING

This bid offering does not commit the City of Franklin, Kentucky to pay any costs incurred in the preparation and submission of bids or in making necessary studies or designs, nor does it commit the City of Franklin, Kentucky to enter a contract.

S. PRIME RESPONDENT RESPONSIBILITIES

If the Respondent’s response includes goods and services provided by others, the Respondent will be required to act as the prime contractor for all such items and must assume full responsibility for the procurement, delivery and quality of such goods and services. The Respondent will be considered the sole point of contact regarding all stipulations, including payment of all charges and meeting of all contractual requirements resulting from this bid offering.

T. LAWS AND REGULATIONS

The General Bidding Requirement statutes of the Commonwealth of Kentucky (KRS 424.260) and any applicable Code of the City of Franklin, Kentucky shall govern this bid.

U. INSURANCE REQUIREMENTS

Prior to entering a contract with the City of Franklin, the successful Bidder must provide a Certificate of Insurance showing proof of insurance, which meets or exceeds requirements “set forth in the Agreement provided with the bid documents.”

V. DISCRIMINATION

This section applies only to contracts disbursing federal funds, in whole or part, when the terms for receiving those funds mandate its inclusion. Discrimination (because of race, religion, color, national origin, sex, sexual orientation, gender identity, age, or disability) is prohibited. During the performance of this contract, the Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, national origin, sex, sexual orientation, gender identity or age. The Contractor further agrees to comply with the provisions of the Americans with Disabilities Act (ADA), Public Law 101-336, and applicable federal regulations relating thereto prohibiting discrimination against otherwise qualified disabled individuals under any program or activity. The Contractor agrees to provide, upon request, needed reasonable accommodations. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensations; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. In all solicitations or advertisements for employees placed by or on behalf of the Contractor, the Contractor will state that all qualified applicants will receive consideration for employment without regard to race, religion, color, national origin, sex, sexual orientation, gender identity, age or disability. The Contractor will send to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding a notice advising the said labor union or workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, as amended, and of the rules, regulations and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his/her books, records and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part, and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, as amended, and such other sanctions that may be imposed and remedies invoked as provided in or as otherwise provided by law.

The Contractor will include the provisions of paragraphs (1) through (7) of section 202 of Executive Order 11246 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor, issued pursuant to section 204 of Executive Order No. 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 21.00 Bidder, Offeror, or Contractor Mandatory Representations Compliance with Commonwealth

V. ADDENDUMS

It is the responsibility of the Bidder to verify, via the City of Franklin website, if an addendum has been added to this invitation to bid. www.franklinky.org


Water Treatment Plant

Security Project

Description

See Attached Exhibit 1, 14 pages in length.

NOTE: Strict conformance to these equipment specifications is mandatory. No product substitutions will be considered.

Evaluation Criteria

The bid will be awarded based on what is most advantageous for the City of Franklin.

Submittal

All bids shall be received by 10:00 a.m. on March 06, 2024. All bids shall

be mailed or delivered to the following address listed below.

Mailing Delivery

Finance Director Finance Director

Attn: Carol Riggenbach Attn: Carol Riggenbach

City of Franklin Bid 2024-12 City of Franklin Bid 2024-12

P. O. Box 2805 117 West Cedar Street

Franklin, KY 42135-2805 Franklin, KY 42134

Any or All bids received after submittal date and time will be rejected.

Questions/Comments

Please refer all questions or comments about the design/specifications of this good or service to:

Carol Riggenbach, Finance Director at 270-586-4497. Please send a copy of the questions/comments in writing to: Carol Riggenbach (carol.riggenbach@franklinky.org) or fax 270-586-9419. Any questions need to be submitted by 10:00 a.m. on February 28, 2024.


BID FORM #2024-12

TO: City of Franklin

c/o Finance Director’s Office

Bid 2024-12

P.O. Box 2805

Franklin, KY 42135

FROM: _______________________________ Phone: _____________________________

_______________________________ Fax: _____________________________

_______________________________ E-mail: _____________________________

The undersigned herby certifies that to the best of his/her knowledge and belief, the cost or pricing data

submitted herein is accurate, complete, and current as of the date set forth here on.

The undersigned hereby certifies that he/she has carefully examined the plans and/or specifications. The undersigned is familiar with the type of service/equipment/supplies to be furnished as set forth for a complete installation/supply.

The undersigned proposes to furnish the supplies and/or equipment which will perform in a satisfactory manner and that is in accordance with the plans and specifications set forth, for the following price.

The Bidder certifies, by signature, that all specifications have been reviewed and that any variations to the City’s specifications, including both exceptions to or enhancements of same, are clearly stated in an attachment to this bid.

The Bidder, certifies, by signature, that all addendums issued to this bid offering, if any, have been reviewed and the Bidder is fully aware of the implications of the addendums on the bid offering, and that a copy of each issued addendum is signed and included as confirmation of receipt. It is the responsibility of the bidder to check the website, www.franklinky.org, for any addendums that may have been issued before the final bid is submitted.

The Bidder certifies by signature that the Responsibility of Bidders Form has been fully completed and attached as part of the bid.

Are there any exceptions to the specific specifications set forth on bid? Yes_____ No_____

If yes, please explain. _________________________________________________________________

Total Bid Amount Based on Bid Specifications: $____________________

Company or Individual Name __________________________________________________________

Doing Business As (DBA)______________________________________________________________

Street Address_________________________________ P.O. Box _____________________________

City, State, Zip Code _________________________________________________________________

Official Name (printed)_______________________________________________________________

Official Signature _____________________________________ Date _________________________


RESPONSIBILITY OF BIDDER FORM

This form must be completed in full and submitted with bid. Misrepresentation or failure to complete will automatically disqualify bid. All information is confidential and exempt from Open Records Law, pursuant to the Kentucky Revised Statutes.

NAME__________________________________________ Phone # (___) __________________

ADDRESS______________________________________________________________________

Street or PO Box City State Zip Code

1. Type of services/supplies provided in normal course of business: ______________________

2. Length of time in business: _____________________________________________________

3. Experience in providing bid-required services/supplies: ______________________________

4. Currently a party/defendant in lawsuit(s)? ( ) Yes ( ) No

If yes, explain: _______________________________________________________________

5. State history as party/defendant in lawsuit(s).

___________________________________________________________________________

6. Name of contract/product liability insurance carrier: ________________________________

Limits: $__________________________________________

7. If construction bid:

(a) How many other projects are currently ongoing? _____________________________

(b) How many bids are currently submitted elsewhere? __________________________

(c) Have books been audited by CPA? ( ) Yes ( ) No

Date of last audit__________________________

8. City of Franklin Business License No. ____________________________________________

9. List of references (public or private) and contact person for whom similar services/supplies are provided.

Name of Firm Address Contact Person Phone #

Name of Firm Address Contact Person Phone #

Name of Firm Address Contact Person Phone #

Note: If more space is needed, please attach separate sheet(s).

I, _____________________________, do solemnly swear that to the best of my knowledge and belief the above is true and accurate statement of facts.

Signed ______________________________________ Date_____________________________

State of_________________________________________

County of _______________________________________

Sworn to and subscribed before me, a Notary Public, this _____day of ____________, 2024.

My Commission expires______________________

__________________________________________

Notary Public


AGREEMENT

This Agreement, made this ___________ day of __________, 2024, in Franklin, Kentucky, by and between the CITY OF FRANKLIN, KENTUCKY, 925 South Main Street, P. O. Box 2805, Franklin, Kentucky, 42135-2805, hereinafter referred to as "City" and ______________________, ______________________, Kentucky, ________, hereinafter referred to as "Contractor;"

WHEREAS, the City has determined that it is desirable and in its best interest to employ the services of a contractor for the purchase and installation of three (3) twenty-foot roller gates with solar powered openers and the installation of nineteen (19) cameras with software, license and needed appurtenances for camera operations for both the plant and intake facility, with the scope of the project and the specifications more specifically attached as Exhibit 1 and incorporated herein by reference in accordance with the terms of the City’s Invitation for Bid # 2024-12 “Water Treatment Plant Security Project”; and,

WHEREAS, the City has developed the proposal package and properly advertised and invited qualified contractors to bid for the work to be performed; and,

WHEREAS, Contractor was determined to be the bidder that submitted the package that was in the best interest of the City, for the services required by the City, and the parties desire to enter into an agreement setting forth the terms and conditions of their contract with regard to the services to be rendered to the City by the Contractor;

NOW, THEREFORE, in consideration of the mutual benefits to be derived by both parties from the implementation of the terms hereof, the parties do hereby covenant and agree as follows:

SECTION ONE

CONTRACTOR’S DUTIES

The contractor shall bid for the materials and labor for the purchase and installation of three (3) twenty-foot roller gates with solar powered openers and the installation of nineteen (19) cameras with software, license and needed appurtenances for camera operations for both the plant and intake facility in accordance with specifications and drawings and the Invitation to Bid 2024-12, with the specifications and scope of work attached hereto collectively as Exhibit 1 and incorporated herein by reference. Contractor shall also cooperate and coordinate with City Scheduler or other City employees regarding said installation/construction. Also, Contractor’s bid as set forth in Section Two includes all labor, materials, equipment, and clean-up to perform and complete the designated work.

SECTION TWO

CONTRACT PRICE AND METHOD OF PAYMENT

A. Contract Price. The total amount that the City shall pay Contractor for its performance of its duties under this Agreement, is $___________________.

A complete scope of work and breakdown of costs provided by Contractor in its bid is attached hereto as Exhibit 2 and incorporated herein by reference.

B. Payments. Payment shall be made to Contractor thirty (30) days after Contractor submits invoice and work is accepted by City.

SECTION THREE

HAZARDOUS CONDITIONS AN PERFORMANCE

The Contractor agrees that it has the requisite knowledge and expertise to perform its obligations under this Agreement, and Contractor shall perform all work pursuant to this Agreement in a safe and workmanlike manner. Contractor agrees to immediately notify the City in the event that the Contractor encounters dangerous or hazardous conditions upon any City property.

SECTION FOUR

INDEMNIFICATION

The Contractor agrees to indemnify and hold the City of Franklin harmless for and/or from any and all claims, causes of action, or demands made upon the City as a result of the Contractor's performance of or failure to perform its obligations under this Agreement. This includes, but is not limited to all losses, liabilities, damages, costs, and expenses by reason of liability imposed by law on City, or otherwise, for damages as a result of bodily injury, including death at any time resulting from such bodily injury, sustained by any person or persons, or on account of damage to property, and/or loss of use of property, arising out of or as a consequence of performance of the work under this Agreement or caused by the negligent acts or omissions of

Contractor, its employees, agents or subcontractors. The Contractor shall be responsible for the actions of its agents, employees, servants, and/or subcontractors, and the indemnification above described shall extend to all such persons.

SECTION FIVE

INDEPENDENT CONTRACTOR

Contractor, in the performance of the work under and pursuant to this agreement shall be an independent contractor and shall furnish at its own expense all workers, tools, supplies, and equipment necessary to perform such work.

City shall not have any supervision, direction, or control over the means or methods of the performance of contractor’s work and shall have only the right to inspect the results of such work to assure full and complete performance by contractor under and pursuant to this Agreement.

SECTION SIX

COMPLIANCE WITH LAW

The contractor shall comply with all applicable state, federal, and municipal laws, rules, and regulations in the performance of its duties under this Agreement, and contractor shall procure at its own expense all licenses and permits required by such laws, rules, and regulations including, but not limited to a City of Franklin Business License.

SECTION SEVEN

INSURANCE

Contractor shall carry throughout the term of this Agreement and any extensions hereto, and require any other contractor or subcontractor to carry, the following insurance, properly extended to cover and protect City, with an insurance company or companies acceptable to City:

A. Workers’ compensation insurance on all Contractor’s employees engaged in the work under and pursuant to this agreement covering all liability for workers’ compensation under the laws of the Federal government and the Commonwealth of Kentucky, and employer’s liability insurance covering such employees with limits of not less than One Million Dollars ($1,000,000.00).

B. Comprehensive public liability insurance with limits of not less than One Million Dollars ($1,000,000.00) for one person injured or killed, and subject to that limit, One Million Dollars ($1,000,000.00) for more than one person injured or killed in any one accident, and property damage insurance with limits of not less than One Million Dollars ($1,000,000.00).

C. Automotive public liability insurance with limits of not less than One Million Dollars ($1,000,000.00) for one person injured or killed and, subject to that limit, One Million Dollars ($1,000,000.00) for more than one person injured or killed in any one accident, and with limits for property damage of not less than One Million Dollars ($1,000,000.00).

D. Contractor will furnish City certificates evidencing that the insurance required by this section is in force.

E. Contractor will make every reasonable effort to provide that ten (10) days’ prior notice be given to City in the event of material change or cancellation of any of the insurance provided for by this section.

F. Notwithstanding any provision in this Agreement to the contrary, Contractor’s failure to continuously maintain insurance in accordance with this section shall result in immediate termination of this Agreement by City, with or without written notice.

SECTION EIGHT

ASSIGNMENT OF RIGHTS

The rights of each party under this agreement are personal to that party and may not be subcontracted, assigned and/or transferred to any other person, firm, corporation, or other entity without the prior, express, and written consent of the other party.

SECTION NINE

ATTORNEY’S FEES

In the event that either party hereto defaults on any of its obligations pursuant to the terms of this Agreement, and the other party shall incur attorney fees in order to enforce rights under this contract, the breaching party shall be obligated to pay the non-breaching party's attorney fees incurred in enforcing its rights.

SECTION TEN

NO WAIVER

The failure of either party to this agreement to insist upon the performance of any of the terms and conditions of this agreement, or the waiver of any breach of any of the terms and conditions of this agreement, shall not be construed as thereafter waiving any such terms and conditions, but these shall continue and remain in full force and effect as if no such forbearance or waiver had occurred.

SECTION ELEVEN

ENTIRE AGREEMENT

This agreement shall constitute the entire agreement between the parties and any prior understanding or representation of any kind preceding the date of this agreement shall not be binding upon either party except to the extent incorporated in this agreement.

SECTION TWELVE

MODIFICATION OF AGREEMENT

Any modification of this agreement or additional obligation assumed by either party in connection with this agreement shall be binding only if placed in writing and signed by each party or an authorized representative of each party.

SECTION THIRTEEN

NOTICES

Any notice provided for or concerning this agreement shall be in writing and be deemed sufficiently given when sent by certified or registered mail to the respective address of each party as set forth at the beginning of this agreement.

SECTION FOURTEEN

COUNTERPARTS

This agreement may be executed in any number of counterparts, each of which shall be deemed to be an original, however all of which together shall constitute but one and the same instrument.

SECTION FIFTEEN

GOVERNING LAW AND VENUE

It is agreed that this agreement shall be governed by, construed, and enforced in accordance with the laws of the Commonwealth of Kentucky with the venue being Simpson County, Kentucky.

SECTION SIXTEEN

PARAGRAPH HEADINGS

The titles to the paragraphs in this agreement are solely for the convenience of the parties and shall not be used to explain, modify, simplify, or aid interpretation of the provisions of this agreement.

IN WITNESS WHEREOF, the parties have executed this agreement on the day and year first written above.

CITY OF FRANKLIN, KENTUCKY _____________________________(Contractor)

_______________________________ ________________________________

Larry Dixon, Mayor BY: _____________________(TITLE)

ATTEST:

_______________________________

Cathy Dillard, City Clerk

City of Franklin, Kentucky

EXHIBIT 1

SCOPE OF WORK

SUMMARY

This project consists of the required materials and labor for the addition installation of three twenty-foot roller gates with solar powered openers and the installation of nineteen cameras with software, license and needed appurtenances for both the plant and intake facility camera operations. All cameras will be monitored from the Water Treatment Plant.

Interested contractors may visit the site at 10:30 a.m. on February 23, 2024 for a walk through of the facilities with the plant manager. No other opportunity will be offered for a site visit. Any questions may be submitted at this time and will be addressed to the entire group of contractors present. Questions concerning the proposal package can only be submitted and addressed on this date.

Materials and labor will be included in each item listed. All prospective bidders must use the provided Quantity Sheets supplied with the Bid Package.

Should there be a discrepancy, the total in words for the project will override the numerical value.

Bids will be tabulated by the City of Franklin. Any errors will be discussed with the prospective low bid Contractor. Should the unit prices alter the overall price to above the second low bidder, the second low bidder will become the low bidder and so forth.

City of Franklin

Water Plant Security Project

Project Description

The Franklin Water Treatment Plant was constructed in 1986. The world was a bit different in the 80’s and basic security measures were put in place during construction. In 2001, in response to 9/11, the swing gate at the main entrance was changed to a cantilever gate with a call box. However, over the last four years staff members have taken a deeper look into security measures at the plant. As financial resources allow, minor upgrades have been made but there are many areas of vulnerability that have been identified.

City of Franklin staff and officials feel a great need to focus on enhanced physical security at the Water Treatment Plant. They have identified several areas that need to be addressed to provide a greater level of protection for water quality.

The first area of concern is the perimeter around the water intake facility and gates into water related property. The water intake facility is located on the west side of Drakes Creek just south of the dam. Debris and evidence of trespassers is found regularly in the area. The gate leading to the intake facility is closed with a chain and lock which has been damaged several times.

The entry gate into the plant area can be opened with a remote. Many times, the gate is left open if a contractor or mowing crew is on the property. The staff would like to upgrade the gates so they close automatically after a vehicle has entered and could open automatically when a vehicle reaches a certain location inside the property. A camera and security keypad or biometric scanner to open the gate and allow access is also planned.

The Water Treatment Plant is on a 20-acre campus. There are critical areas of the campus that are inspected on a weekly basis but having “eyes” (security cameras) on these areas and the ability to detect intruders would provide a level of security to safeguard the water supply.

In order to monitor the intake facility, keep an eye on Drakes Creek where the water is pulled from the creek and control the entry into the area, an internet connection is needed. The City of Franklin has plans to utilize a dark fiber connection between their facilities in an effort to improve internet security. As part of the security project, a fiber connection would be installed to connect the Treatment Plant and the intake facility. This will allow proper monitoring and recording to take place.

The security of our critical infrastructure requires a multi-faceted approach. Employee awareness must be coupled with protective barriers, secure entrances, as well as security cameras and video recording systems. The City of Franklin is requesting assistance for:

• the installation of 1,160 feet of a six-foot tall nine-gauge chain link fence with three strands of barb wire at the top

• the installation of three twenty-foot roller gates with solar powered openers

• the installation of 19 cameras with software, license and needed hardware.

• the installation of 7,000 feet of fiber optic cables to connect the Water Treatment Plant and the Intake Facility

The installation of security features will provide added control of entry around the Water Treatment Plant and facilities. Cameras on the clear well storage tank, open settling basins, chemical storage, intake facility and areas surrounding the plant will allow for the detection of intruders and track movement. The automatic closure feature on the gates will ensure the gates close behind each vehicle that enters the facility. A keypad or biometric scanning feature at the gates will allow for the tracking of employees and others entering the facilities. Any specified brand name mentioned herin is only for reference purposes of quality and a reccomention for such quality to equal to the mentioned brand named.

Special NOTES:

• Strict conformance to these specifications is mandatory. No substitutions will be considered.

• This is to Acknowledge the use of Federal Funding from the Department of Homeland Security (DHS)/Homeland Security Grant Program (HSGP) for funding of the Water Treatment Plant Secuirty Project bid# 2024-12

• For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) are Prohibited from use.

Any questions regarding specifications should be forwarded to the Finance Director, Carol Riggenbach. If a substitution or modification is necessary, an addendum to the bid will be issued.

Contact Information: Finance Director: Carol Riggenbach; Phone: 270‐586‐4497; Email: carol.riggenbach@franklin.org; Fax: 270‐586‐9419.






Lift Master

GATE OPERATORS

1.1 SUBMITTALS

A. Action Submittals:

1. Shop Drawings: Illustrate products, installation, and relationship to adjacent construction.

2. Product Data: Manufacturer’s descriptive data and product attributes.

B. Closeout Submittals:

1. Operation and Maintenance Data.

1.2 QUALITY ASSURANCE

A. Installer Qualifications: Firm specializing in the work of this Section, with minimum two (2) years’ experience.

1.3 WARRANTY

A. Manufacturer’s five (5) year warranty against material and manufacturing defects.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Contract Documents are based on products by Lift Master www.liftmaster.com

B. Substitutions: (Not permitted.)

2.2 MANUFACTURED UNITS

A. Slide Gate Operators:

1. Model: CSL24UL.

2. Operation: Gear driven.

3. Meet UL 325, UL 991, ASTM F2200, and CAS C22.2 No. 247.

4. Motor: 24 VDC, continuous duty type, sized to gate conditions.

5. Traveling speed: 12 inches per second.

6. Battery backup: 33Ah.

7. Monitoring and controls:

a. Internet connectivity: My Q technology with 50 channel FHSS.

b. Radio receiver: Security+ 2.0 technology.

c. Monitored retro-reflective photo eyes.

d. Monitored small profile wired safety edge.

8. Accessories:

a. Monitored safety devices: Reflective photo eyes. Wireless edge with transmitter and receiver.

b. Plug-in loop detector.

c. Wireless commercial keypad- KPW 250.

d. Commercial access control receiver.

PART 3 EXECUTION

3.1 INSTALLATION

A. Install in accordance with manufacturer’s instructions.

3.2 CLOSEOUT ACTIVITIES

A. Test and adjust operators for proper operation.

B. Demonstration: Demonstrate operation and programming of operators to Owner.

This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >