2024-017 Rescue Pumper Apparatus_Addendum 1

Agency: Cherokee County
State: Georgia
Type of Government: State & Local
Posted Date: Mar 20, 2024
Due Date: Mar 25, 2024
Solicitation No: 2024-017
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Attachment Preview

Cherokee County Board of Commissioners
Purchasing Department
1130 Bluffs Parkway, Canton, GA 30114
Phone: (678) 493-6000
Fax: (678) 493-6035
REQUEST FOR PROPOSALS
RFP# 2024-017
RESCUE PUMPER APPARATUS PUCHASES
THE PROJECT: The Cherokee County Board of Commissioners Purchasing Department (County) is
requesting competitive sealed proposals in support of the purchase of up to ten (10) engines over a
six (6) year period, meeting the specifications and as described herein.
There will not be a mandatory meeting to review the requirements. The meeting will be held at the
proposed work site and will include walking the area.
All times in the solicitation are local times to Cherokee County, Georgia in the Eastern Time Zone.
This Request for Opportunity Description is one of two documents making up this solicitation. The
second document is Cherokee County Standard Solicitation Terms and Conditions, which contains all
the standard forms potentially required to accompany a submission. Both of these documents
together constitute the entire solicitation at the time of issuance.
The County reserves the right to reject any or all bids/proposals, to waive technicalities and to make
a selection and final award as deemed to be in the best interest of the County, including using any
form of contract it deems most advantageous to the County.
SCHEDULE:
Issued
Questions Due
Answers Due
Bids/Proposals Due
Anticipated Award Date
February 21, 2024
March 5, 2024, by 4:00 PM
March 12, 2024
March 25, 2024, at 10:00 AM
April 16, 2024
Solicitation Requirements & Instructions, Page 2 of 68
THE EXPECTED PERIOD OF PERFORMANCE:
The base period of performance is broken down into two areas: Physical Delivery of Product(s) and
Service Delivery. This is a function of the Statement of Work (SOW) and/or specification and reflects
if there is physical item or items to be delivered and / or delivery of services. An X in the box
corresponding to item 1 below, Physical Delivery indicates a physical item or items are to be delivered
and an X in the 2. Delivery of Services indicates that Services are to be performed. Either or both may
apply to the work contemplated by this solicitation.
Additionally, should there be an X in the box corresponding item 3. Option Grant, then the County
requests the right to extend the period of performance beyond the Base Rate as specified.
1. NO PHYSICAL ITEMS/GOODS
PHYSICAL DELIVERY OF ITEMS/GOODS REQUIRED:
For Physical Delivery solicitations, the period of performance for an award shall begin with
either the placement of Purchase Order or the date indicated on the Agreement. All items to
be delivered are to be FOB Cherokee County at the address indicated in the solicitation.
Performance shall be complete upon final acceptance by the County. Time is of the essence
for the delivery of each item specified. Warranty requested as below:
Warranty Term Requested: ____
2. No SERVICES REQUIRED
PERFORMANCE OF SERVICES:
For Performance of Services solicitations, the period of performance shall begin with the
placement of either a Purchase Order or the date of the Agreement unless the Agreement, the
SOW or the Solicitation Terms indicate that performance shall begin upon the issuance of a
Notice to Proceed (NTP), in which case the NTP would represent the beginning of
performance. Term of services requested are as below:
Services Term:
One Year
Two Years
Three Years
Other: Up to 10 engines over 6 years
3. OPTION GRANT:
This solicitation contains requested options; please see Statement of Work for details.
Solicitation Requirements & Instructions, Page 3 of 68
SUBMITTAL INSTRUCTIONS:
Interested Bidders/Proposers should carefully review the requirements defined herein and provide
complete and accurate submissions that should include the following items (only items indicated with
an “X” in the corresponding boxes are required for this solicitation):
Information and Addenda Acknowledgement Form (Appendix A)
Non-Influence and Non-Collusion Affidavit (Appendix B)
E-Verify Affidavit (Appendix C)
References* (Appendix D)
Acceptance of County’ Standard Agreement**, as below: (Appendix E)
Professional Services Agreement (Sample provided)
Construction Services Agreement (Sample Provided)
Architectural & Engineering Services Agreement (Sample Provided)
Other: Purchase Agreement
Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Primary Covered Transactions (Appendix F)
Contractor’s License Certification (Appendix G)
Bonds Requirements if the price bid > $100K
Ability to Provide Performance, Labor & Matl. Payment Bond (Appendix H)
Bid Bond (See Appendix I)
Evidence of/ability to provide Insurance at the limits identified herein,***
Certifications, Licenses or Registrations as required by law and/or as requested
Pricing on Proposer’s Company Letterhead
Pricing on included pricing form
Contractor’s Qualifications Statement (Appendix J)
Added Terms to Construction Service Agreement (Attachment)
Substitutions Proposed: See Instructions Standard Solicitation Terms****, Item 9
Any other requirements as requested under the scope of work
Notes:
*The County reserves the right to contact not only those references provided, but may also use
previous performance for the County, other contacts it identifies and other sources of information
believed to be viable to evaluate capability, viability and performance.
**If Acceptance of County’s Standard Agreement is checked, all work/items defined herein are to be
quoted according to these requirements. Copies of these agreements can be located at the County’s
Procurement web page.
***Insurance levels requested are those identified in the County’s Standard Agreement, section “I.”
****Standard Solicitation Terms Refer to Cherokee County Standard Solicitation Terms and
Conditions
Solicitation Requirements & Instructions, Page 4 of 68
EVALUATION CRITERIA:
Bids/Proposals that contain options or additive work above and beyond the base bid will be evaluated
financially according to the criteria described in the solicitation. However, should the use of options
or additive work proposed exceed the County budget, the County retains its rights to address such
situations as described in its Standard Terms For Bid and Proposal Solicitation as well as the right to
award based on the base bid only or the base bid plus quoted additive work that is within its budget.
Bids determined to be Responsive and Responsible will be ranked based Bid Form Criteria.
OR
Proposals determined to be Responsive and Responsible will be evaluated on the following
criteria:
30%
Price
50%
Technical
5%
Service
15%
Delivery
100%
TOTAL
1. Technical (50%): Engine must meet the minimum current NFPA standards to be considered responsive.
Vendor shall provide documentation to evaluate design and quality of engine.
Vendor shall provide documentation on sound apparatus design and well-made products
that are consistent with internal controls and customer specifications via a 3rd party
compliance or with internal documentation.
Vendor shall provide documentation of certified trades including welders, electricians,
etc.
Vendor shall provide detailed information on all exceptions to the specifications
including cost savings associated with the change(s).
Vendor to provide detailed information that demonstrates that the cab meets or exceeds
all standards for crashworthiness.
Vendor shall provide detailed quality program information and/or ISO Certificate.
Vendor should address the entire Quality Process to include at a minimum the Design,
Order Acceptance, Specification Control, Procurement to the Specifications, Supplier
Verification of Conformance to Purchased Part Specifications, Management
Responsibility, and Document Control, Manufacturing Control, Final Testing, Third Party
Process Control and Final inspection of the engine.
Ability to meet specifications
2. Service (5%):
Vendor shall provide service center location address and distance from Cherokee
County’s Fleet Department located at 421 Chattin Drive, Canton, Georgia 30115.
Solicitation Requirements & Instructions, Page 5 of 68
Vendor shall provide information on their ability to provide on-site service and response
time from time service is requested for both critical and non-critical issues with a goal of
a 48 hour response time.
Vendor shall provide resume(s), qualifications and certifications on their Emergency
Vehicle Technician (EVT) certified service personnel.
Vendor shall provide warranty information.
3. Delivery (15%): The County considers delivery to be an important factor.
The Proposer shall provide information on their ability to deliver the completed unit and
provide their time schedule of completion from NTP and order.
o It is not required that engines be delivered at the same time.
o If delivery of one or more engines is available earlier than others, vendors should
provide timing of such delivery on each engine.
References may be contacted should the evaluation team deem them necessary.
Proposals will be scored on the above evaluation criteria. Failure to provide information necessary to
evaluate proposal, may result in a lower scoring proposal.
The County reserves the right to reject the bid of any vendor who has previously failed to perform
properly or complete on time contracts of a similar nature, or who upon investigation shows is not in
a position to perform the contract.
ECONOMIC PRICE ADJUSTMENT:
1. Purpose: This Economic Price Adjustment is incorporated into this contract to provide for an
equitable adjustment in the contract price due to significant changes in market conditions as
reflected by the Producer Price Index (PPI) and Consumer Price Index (CPI).
2. Basis for Adjustment:
Primary Index: Adjustments will be based primarily on the Producer Price Index for
Motor Vehicle Body Manufacturing (PCU336211336211).
Secondary Index: The Consumer Price Index for New Vehicles (HTRUCKSSAAR) will be
used as a secondary measure in the event of significant discrepancies with the PPI.
4. Adjustment Frequency: Price adjustments under this clause will be made annually,
coinciding with the contract's anniversary date.
5. Calculation of Adjustment:
Percentage Change: The percentage change in the selected index from the baseline
(index value at the time of contract signing) to the current index value at the time of
adjustment will determine the rate of price adjustment.
Price Adjustment Formula: The contract price will be adjusted in direct proportion to
the percentage change in the index, subject to the cap and floor limits stated below.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

SOLICITATION DESCRIPTION DUE DATE RFB No. 24-0035 Swim Gear and Lifeguard Accessories (Re-Bid)

City of Columbus

Bid Due: 5/01/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/01/2024

SOLICITATION NUMBER DESCRIPTION DUE DATE RFB No. 24-0035 Swim Gear and Lifeguard Accessories

Consolidated Government of Columbus

Bid Due: 5/01/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/21/2024