Full Text
Bid Gordon County Fire Department Custom Fire Engine Contact Information: Gordon County Attn: Purchasing Manager 201 North Wall Street Calhoun, Georgia 30701 [EMAIL REDACTED] Custom Fire Engine 1 ---PAGE BREAK--- TABLE OF CONTENTS 1.0 Overview 3 1.1 Submission 3 1.2 Communication with Gordon County 4 1.3 Award 4 1.4 Terms and Conditions 5 1.5 General Proposer information 7 2.0 Tentative Calendar of Events 9 3.0 Evaluation 17 4.0 Proposal Response Requirements 18 5.0 Cost Summary Sheet 19 6.0 Reference Sheet 20 7.0 Forms 27 14.1 Acceptance of Terms of this Agreement 27 14.2 Non-Collusion Affidavit of Prime Proposer 28 Custom Fire Engine 2 ---PAGE BREAK--- 1.0 Overview The Gordon County Board of Commissioners will be accepting sealed written bids from qualified vendors to procure a Custom Fire Engine as outlined in the specifications in this document (see attached specification document – Specifications Custom Fire Engine). 1.1 Submission If you choose to submit a bid for this product, the County requires the vendor to submit two sealed original printed proposals (e-mail or faxes not accepted) and one electronic copy of the bid/proposal (cd or usb drive). Your sealed bid must be marked, “Custom Fire Engine” and delivered to the Gordon County Administration Building at 201 N. Wall Street, Calhoun, Georgia 30701 no later than 2:00 p.m. on November 21, 2025. The receiving time at the Gordon County Administration Building 201 N. Wall Street – Calhoun, GA 30701 will be the governing time for acceptability of the Proposal. The Proposal response shall be in the form defined in 4.0 Proposal Response Requirements. Any response received after the deadline date and time shall be returned unopened. Incomplete responses may not be considered if the omissions are determined to be significant. All Proposals will be publicly opened and Proposal cost read at that time and place. You are invited to attend the opening. The submitted Proposal vendors will be posted online at www.gordoncountyga.gov the day after the proposal opening. The Gordon County Board of Commissioners reserves the right to accept, or reject, any and all Proposals received and/or disregard informalities in the Proposals received. If additional information is needed, contact Charmon VanDyke, Gordon County Purchasing Manager [EMAIL REDACTED] Custom Fire Engine 3 ---PAGE BREAK--- 1.2 Communication with Gordon County All Communications regarding this Proposal shall be communicated through Gordon County Purchasing. Telephone inquiries will not be accepted. Any questions regarding this Proposal should be submitted to Charmon VanDyke via email – [EMAIL REDACTED]. Your inquiry shall be titled “Custom Fire Engine”, your company name and telephone number must be on all correspondence. Information obtained from any other source is not official and should not be relied upon. 1.3 Award While the County is entertaining a bid, it will not be bound to award the bid. The County may contact and evaluate the vendor’s and any subcontractor’s references; contact any vendor to clarify response; contact any current or past users of a vendor's or subcontractors services. The County will not be obligated to accept the lowest offer but will make an award in the best interest of the County after all factors have been evaluated. The County will be the sole judge of the successful offer. The County reserves the right to negotiate with any and all vendors. Vendors are advised that it is possible that an award may be made without discussion or any contact concerning the Proposal received. Accordingly, Proposals should contain the most favorable terms from a price and technical standpoint, which the vendor can submit to the County. DO NOT ASSUME that you will be contacted or afforded an opportunity to clarify, discuss or revise your proposal. Custom Fire Engine 4 ---PAGE BREAK--- 1.4 Terms and Conditions The successful vendor shall submit the following items within ten calendar days of written notification from the county of the proposal award: Written certification that the Vendor operates a drug-free workplace in accordance with O.C.G.A. 50-24-1 through 50-24-6 (form provided by county). There are no expressed or implied obligations for Gordon County to reimburse responding companies for any expenses incurred in preparing proposals in response to this Proposal. The county reserves the right to request clarifications regarding information submitted as well as request additional information from one or more parties submitting qualifications. By submitting qualifications, a party certifies that it has fully read and understood this Proposal, has reviewed the attached documents (if any), and has full knowledge of the nature, scope, quantity and quality of the work to be performed; the requirements of the products and services to be provided and the conditions under which the services are to be performed. Failure to do so will not relieve the successful proposing company of their obligation to enter into a contract and to completely perform the contract in strict accordance with this Proposal. No proposals may be withdrawn or revoked for a period of 60 days after the date of proposal opening. Ownership of all data, materials, and documentation prepared for and submitted in response to this Proposal shall belong exclusively to Gordon County and will be considered a public record and subject to public inspection in accordance with the Georgia Open Record Act, O.C.G.A. 50-18-70 et. seq. unless otherwise provided by law. The Gordon County Board of Commissioners reserves the right to reject any or all proposals, call for new proposals, to waive any informalities in a proposals, and to select the qualified parties. The Gordon County Board of Commissioners reserves the right to accept, reject, and/or negotiate any and all proposals or parts of proposals deemed by the Board to be in the best interest of citizens of Gordon County. This Proposal shall be governed in all respects by the laws of the State of Georgia and the successful proposing parties shall comply with all applicable federal, state, and local laws and regulations. By submitting their qualifications, all proposing parties certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other person or party in connection with their proposals, and that they have not conferred on any Gordon County employee having official responsibility for this procurement transaction of any payment, loan, Custom Fire Engine 5 ---PAGE BREAK--- subscription, advance, deposit of money, services, or anything of value of more than nominal value, present or promise, unless consideration of substantially equal or greater value was exchanged. The proposing parties specifically certify in submitting their proposals that they are not in violation of O.C.G.A. 16-10-2 and 16-10-22 for acts of bribery, and/or conspiracy in restraint of free and open competition in transactions with state or political subdivisions. By submitting their qualifications, all proposing companies certify that they are not currently debarred from submitting bids or proposals on contracts by any agency of the State of Georgia and/or the federal government, nor are they an agent of any person or entity that is currently debarred from submitting Proposals on contracts by any agency of the State of Georgia or the federal government. Custom Fire Engine 6 ---PAGE BREAK--- 1.5 General Proposer information The County reserves the right to lease and/or purchase more or less of each item or service at the unit price offered in the Vendor's system, unless the Vendor specifically and explicitly limits the response in this regard. The County reserves the right to negotiate with vendors regarding variations to the original proposal(s) that may be in the best interest of the County. The County reserves the right to accept or reject any or all bids or proposals and to waive informalities and irregularities in bids or bidding procedures and to accept any bid determined by the Board of Commissioners to best suit and fit the needs of the county in its sole discretion. Vendor is to review and be familiar with the enclosed proposal specifications. Failure to review the specifications will not relieve the successful vendor of an obligation to furnish all products, services and labor necessary to carry out the provisions of the contract. The successful proposing Vendor shall not assign or transfer any interest in the contract or subcontract any part of the contract without prior written approval from the County The signer of the Proposal must declare that the Proposal is in all respects fair and in good faith without collusion or fraud and that the signer of the Proposal has the authority to bind the principal proponent. Failure to include all information requested in this bid is cause for rejection of the proposal. It is expressly understood and agreed that the proposing vendor is an independent contractor at all times and for all purposes hereunder. Officers, employees or representatives of the vendor will not be deemed in any way to be, and shall not hold themselves out as; employees, servants, representatives or agents of the County and will not be entitled to any fringe benefits of the County such as, but not limited to; health and accident insurance, life insurance, longevity, economic increases or paid sick or vacation leave. The vendor will be solely responsible for payroll wages, for the withholding and payment of all income and social security taxes to the proper federal, state, and local governments and for providing workers’ compensation and unemployment insurance of the Vendor It is agreed that the successful vendor shall not assign, transfer, convey, or otherwise dispose of the contract or its rights, title or interest in any part thereof, without prior written consent by the County. The County must approve all subcontractors providing on-site services. Vendor shall indemnify, hold harmless and defend the County its officers, employees, agents and elected officials from and against any and all claims and actions brought against the County and its officers, employees, agents and elected officials for injury or death to any person or persons or damage to property arising out of the performance of this contract by the County, its employees, subcontractors or agents except all actions and claims arising out of the negligence of County. Bids shall only be considered from companies that have an established reputation in the field of fire apparatus construction. Each bidder shall furnish satisfactory evidence of his ability to construct the apparatus specified,and shall state the location of the factory where the apparatus is to be built. The bidder shall also show that they are in a position to render prompt service and furnish replacement parts for said engine. Custom Fire Engine 7 ---PAGE BREAK--- It is required that the bidder shall meet all State and Federal safety standards and laws that are in effect on the date of the bid for the item(s) that are being specified and the particular use for which they are meant. The design of the apparatus shall embody the latest approved automotive engineering practices. Experimental designs and methods shall not be acceptable. The workmanship shall be of the highest quality in its respective field. Special consideration shall be given to the following points: accessibility of the various units that require periodic maintenance, ease of operation (including both pumping and driving), and symmetrical proportions. The complete engine, assemblies, subassemblies, component parts, and so on, shall be designed and constructed with due consideration to the nature and distribution of the load to be sustained and to the general character of the service to which the engine is to be subjected when placed in service. All parts of the engine shall be strong enough to withstand the general service under full load. The engine shall be so designed that the various parts are readily accessible for lubrication, inspection, adjustment and repair. The engine shall be designed and constructed, and the equipment so mounted, with due consideration to distribution of the load between the front and rear axles, and side to side loading that all specified equipment, including a full complement of specified ground ladders, full water tank, loose equipment, and firefighters; shall be carried without overloading or damaging the engine as per requirements defined in NFPA 1901. Custom Fire Engine 8 ---PAGE BREAK--- 2.0 Tentative Calendar of Events Proposal Posted: October 17, 2025 Proposal Submittal Deadline November 20, 2025 at 2PM Gordon County Admin Building – 201 N Wall St. – Calhoun, GA 30701 Evaluation November 20, thru December 1, 2025 Possible Vendor notification of award December 5, 2025 Custom Fire Engine 9 ---PAGE BREAK--- 3.0 Evaluation Criteria for the award shall include, but not be limited to, the following: ●Engine Performance And Safety Levels / Considerations ●Completeness of proposal ●Accuracy of accompanying data ●Past performance of bidder ●Compliance with the detailed specifications ●Compliance with purchasers request(s) for personnel qualifications or certifications ●Exceptions and clarifications ●Financial stability of bidder ●Local representation of the manufacturer ●Serviceability of the proposed engine ●Service capabilities of the bidder's local representative ●Compliance with NFPA 1900 thru current ●Any other factor the purchaser deems relevant After the evaluation and award process is complete, all bidders shall be notified of the results and securities shall be returned. NFPA 1900 thru Current The National Fire Protection Association "Standard for Automotive Fire Apparatus", 2009 edition, is hereby adopted and made a part of these specifications, the same as if it were written out in full detail, with the exception of the section dealing with "Equipment Recommended for Various Types of Engines". Bidders shall provide the equipment requested herein and the buyer shall supply the rest before the engine is put into service. It is the intent of the purchaser to purchase an engine that meets 100% of the minimum standards defined and outlined in NFPA 1900 to current edition. There are to be no exceptions to this requirement. Custom Fire Engine 10 ---PAGE BREAK--- 4.0 Proposal Response Requirements Company Name: Authorized Proposer: The Proposal response should be in the following order. This sheet should be the first page of your response followed by each of the following. Check off each of the following to ensure your response is complete. If your response is not in the specified response format – this is reason to disqualify a proposal. Part 1 - Completed Cost Summary Sheet(s) Part 2 – Reference Sheet(s) Part 3 – Drawings Part 4 – Deviations Sheet noting the deviations from specifications Part 5 – Contractors Specifications Part 6 – Warranties Part 7 – Service Requirements Part 8 – Any other Information deemed critical to your proposal Part 9 – Forms Completed Acceptance of Terms of this Agreement Sheet. Completed Non-Collusion Affidavit Custom Fire Engine 11 ---PAGE BREAK--- 5.0 Cost Summary Sheet PRICE per unit as delivered to customer Detail any other associated costs: Custom Fire Engine 12 ---PAGE BREAK--- 6.0 Reference Sheet List 3 or more references with similar apparatus supplied to end customers as this bid. Include Company, Address, and name of contact person, telephone and e-mail Custom Fire Engine 13 ---PAGE BREAK--- 7.0 Forms 7.1 Acceptance of Terms of this Agreement Name of Proposer: Contact Person: Address: City/State/Zip: Telephone: E-mail: Authorized Signature Name Printed: It is agreed by the above signed proposer that the signature and submission of this proposal represents the proposer’s acceptance of all terms, conditions, and requirements of the proposal specifications and, if awarded, the proposal will represent the agreement between the parties. The proposer agrees that the cost of any work performed, materials furnished, services provided, or expenses incurred, which are not specifically delineated in the proposal documents, but which are incidental to the scope, intent, and completion of this contract, shall be deemed to have been included in the prices for the various items scheduled. Custom Fire Engine 14 ---PAGE BREAK--- 7.2 Non-Collusion Affidavit of Prime Proposer STATE OF COUNTY OF I being first duly sworn, depose and say that; He is the proposer that has submitted the attached proposal; He or she is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; Such proposal is genuine and is not a collusive or sham proposal; Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other proposer, firm or person to submit a collusive or sham proposal in connection with the contract for which the attached proposal has been submitted or to refrain from proposing in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other proposer, firm or person to fix the price or prices in the attached proposal or of any other proposer, or to fix any overhead, profit, or cost element of the proposal price or the proposal price of any other proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the Gordon County Board of Commissioners or any person interested in the proposed contract; and The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Proposer: By: Name Printed: Title: Date: Subscribed and sworn to me this day of NOTARY PUBLIC: Commission Expires: Custom Fire Engine 15