Page 1 of 42
DeKalb County
Department of Purchasing and Contracting
Maloof Administration Building, 1300 Commerce Drive, 2
nd
Floor, Decatur, Georgia 30030____
October 21, 2019
INVITATION TO BID (ITB) NO. ITB # 19-101170
FOR
STEEL PLATES (ANNUAL CONTRACT WITH 2 OPTIONS TO RENEW)
DEKALB COUNTY, GEORGIA
Procurement Agent:
Kyheem Bristol
Phone:
(404) 371-6337
Email:
Kbristol@dekalbcountyga.gov
Mandatory DeKalb First LSBE Meeting:
(Bidders must attend 1 meeting on either
of the dates listed in person or via video
conference.)
October 23, 2019 or October 30, 2019
4572 Memorial Drive, Decatur, Georgia 30032
Main Conference Room - A
(Meetings are held at 10:00 a.m. and 2:00 p.m.)
Video Conference: Utilize the link supplied on our webpage
labeled “DeKalb First LSBE Video Meeting”
Deadline for Submission of Questions:
5:00 P.M. ET, November 1, 2019
Bid Opening:
3:00 P.M. ET, November 7, 2019
Price Schedule Opening:
3 5 Business days after Bid Opening
________________________________________________________________________________________________________
FIRM’S NAME AND ADDRESS:
(Street, City, State and Zip Code. Type or print):
Federal Tax ID No. ______________________________
ARE YOU A DEKALB COUNTY FIRM? Yes ____ No ____
TELEPHONE AND FAX NUMBERS WITH AREA
CODE:
Phone: ________________________________________
Fax: __________________________________________
E-mail: ________________________________________
SIGNATURE OF PERSON AUTHORIZED
TO SIGN BID AND DATE:
_______________________________________________
SIGNER’S NAME AND TITLE (Type of Print):
_______________________________________________
THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS BID TO THE DEPARTMENT OF
PURCHASING AND CONTRACTING OF DEKALB COUNTY GOVERNMENT ON OR BEFORE THE
STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE
BIDDER.
Cathryn G.
Horner
Digitally signed by
Cathryn G. Horner
Date: 2019.10.14
09:41:44 -04'00'
click to sign
signature
click to edit
Page 2 of 42
TABLE OF CONTENTS
FOR
INVITATION TO BID NO. 19-101170
TITLE PAGE NO.
INVITATION TO BID OVERVIEW 3
INVITATION TO BID PROCEDURES 5
GENERAL TERMS AND CONDITIONS 9
MINIMUM SPECIFICATIONS 20
BID SCHEDULE 21
BID ACKNOWLEDGEMENT FORM 22
REQUIRED DOCUMENTS CHECKLIST AND ATTACHMENTS 23
Page 3 of 42
INVITATION TO BID OVERVIEW
A. PURPOSE:
DeKalb County Government (the County) is soliciting bids for STEEL PLATES (Annual Contract with 2
Options to Renew) from responsible contractors.
B. GENERAL INFORMATION:
1. BID TIMETABLE:
The anticipated schedule for the bid process is as follows:
Procurement Agent:
Phone:
Email:
Mandatory DeKalb First LSBE Meeting:
(Bidders must attend 1 meeting on either
of the dates listed in person or via video
conference.)
Deadline for Submission of Questions:
Bid Opening:
Sealed bids are to be addressed and delivered to:
DeKalb County Department of Purchasing and Contracting
Maloof Administration Building
1300 Commerce Drive, 2
nd
Floor
Decatur, Georgia 30030, not later than 3:00 P.M. ET, November 7, 2019
***NEWPRICE SCHEDULE MUST BE SUBMITTED IN A SEPARATE SEALED
ENVELOPE OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE
CONSIDERED FOR AWARD***
Submit one original bid package (inclusive of the entire Invitation to Bid document and required
documents with the exception of the price schedule) stamped “Original” and two sealed identical copies
stamped “Copy” of the bid package to the address listed above.
2. CONTACT PERSON:
The contact person for this bid is Kyheem Bristol, Procurement Agent. General inquiries concerning the
meaning or interpretation of this Invitation to Bid (ITB) may be requested from the contact person via
telephone at (404) 371-6337 or via email at kbristol@dekalbcountyga.gov.
Questions and requests for information or clarification concerning the specifications in this ITB must be
submitted to the above listed contact person via email no later than the date and time listed in the bid
Page 4 of 42
timetable. Questions and requests received after the above stated time or sent to anyone other than the
listed contact person will not receive a response or be the subject of addenda.
3. QUESTIONS:
All requests must be in writing. Any explanation desired by a bidder regarding the meaning or
interpretation of the Invitation to Bid, drawings, specifications, requirements, etc., must be requested in
writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids.
If any statement in the bidding documents, specifications, plans, etc., appear ambiguous to the Bidder,
Bidder is specifically instructed to make a written request to the Department of Purchasing and
Contracting as outlined in the preceding sentence. Any information given to a prospective bidder
concerning an Invitation to Bid will be furnished to all prospective bidders, as an addenda to the
Invitation, if such information is necessary to bidders in submitting bids on the Invitation or if the lack
of such information would be prejudicial to uninformed bidders. Oral explanations or instructions given
before the award of the contract will not be binding. Questions must be submitted no later than 5:00
pm EST on November 1, 2019.
4. ADDITIONAL INFORMATION/ADDENDA:
The County will issue responses to inquiries and any other corrections or amendments it deems necessary
in written addenda issued prior to the bid opening date. Bidders should not rely on any representations,
statements or explanations other than those made in this ITB or in any addendum to this ITB. Where
there appears to be a conflict between the ITB and any addenda issued, the last addendum issued will
prevail. It is the responsibility of the Bidder to ensure awareness of all addenda issued for this solicitation.
Please acknowledge the addenda and submit to the DeKalb County Department of Purchasing and
Contracting as requested. Bidders may contact the above listed contact person to verify the number of
addenda prior to submission. Addenda issued for this ITB will be posted on DeKalb County’s website,
http://www.dekalbcountyga.gov/purchasing/pc_index_formal_solicitations.html. Bidder should
regularly check the County’s website for addenda.
Page 5 of 42
INVITATION TO BID PROCEDURES
A. BIDDER INFORMATION:
1. FAILURE TO SUBMIT THE PRICE SCHEDULE IN A SEPARATE SEALED ENVELOPE
SHALL DEEM THE BID NON-RESPONSIVE. INCLUDING THE PRICE SCHEDULE IN
ANY AREA OUTSIDE OF ITS SEPARATE, SEALED ENVELOPE WILL RESULT IN
BIDDER’S BID BEING DEEMED NON-RESPONSIVE.
2. Failure to return all pages of this Invitation to Bid may result in bid being deemed non-responsive.
3. Minimum specifications are intended to be open and non-restrictive. Contractors are invited to inform
the DeKalb County Department of Purchasing and Contracting whenever specifications or procedures
appear not to be fair and open. Such information should be supplied as early in the procurement
process as possible. Information received in less than five (5) days prior to the scheduled bid opening
will not be acted upon unless the DeKalb County Department of Purchasing and Contracting rules
that it is in the best interest of the County to consider.
4. Brand names and numbers when provided in solicitations are for reference and to establish a quality
standard. Any reference to a brand name shall not be construed as restricting Bidders to that
manufacturer (unless “no substitutes” is stated). Bids on equal items will be considered, provided
the bid clearly describes the article offered and it is equal or better in quality and function and fully
compatible with this requirement.
5. By submitting a bid, Bidder warrants that any goods or services supplied to DeKalb County
Government meet or exceed the specifications set forth in this solicitation.
6. If any supplies, materials, and equipment are provided to the County under this solicitation, then
such items shall be new and in first-class condition unless the solicitation specifically allows offers
of used, reconditioned, or remanufactured items. If newly manufactured products are specified, such
products shall be of recent origin and not previously used. No equipment of any type is acceptable if
serial numbers or any other manufacturer’s identification labels or marks have been removed,
obliterated, or changed in any way. A Contractor delivering any such equipment to the County will
be deemed to have breached the contract and appropriate action will be taken by the DeKalb County
Government Purchasing and Contracting Department.
7. Time of delivery is a part of the solicitation and an element of the contract that is to be awarded. If
the Bidder cannot meet the required service delivery dates, a bid should not be submitted. Failure to
deliver in accordance with the contract could result in the Contractor being declared in default.
8. Bid Withdrawal
Bids may be withdrawn at any time prior to the bid opening. After bids have been publicly opened,
withdrawal of bids shall be based upon Part 3, Section IV, F. within the DeKalb County Purchasing
Policy.
Page 6 of 42
9. Expenses of Preparing Responses to this ITB
The County accepts no responsibility for any expenses incurred by Bidders who submit bids in
response to this ITB. Such expenses are to be borne exclusively by the Bidders.
10. It is the responsibility of each Bidder to ensure that its submission is received by 3:00 p.m. on the bid
due date. The time/date stamp clock located in the Department of Purchasing & Contracting shall
serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly
observed. Be aware that visitors to our offices will go through a security screening process upon
entering the building. Bidders should plan enough time to ensure that they will be able to deliver their
submission prior to our deadline. Late submissions, for whatever reason, will not be evaluated.
Bidders should plan their deliveries accordingly. Telephone or fax bids will not be accepted.
11. Federal Work Authorization
Pursuant to O.C.G.A. §13-10-91, the County cannot enter into a contract for the physical
performance of services unless the Contractor, its Subcontractor(s) and sub-subcontractor(s), as that
term is defined by state law, register and participate in the Federal Work Authorization Program to
verify specific information on all new employees. The Bidder certifies that he/she has complied and
will continue to comply throughout the contract term with O.C.G.A. §13-10-91 and any related and
applicable Georgia Department of Labor Rule. Contractor agrees that in the event it employs or
contracts with any Subcontractor(s) in connection with this contract, Contractor will secure from
each Subcontractor an affidavit that certifies the Subcontractor’s current and continuing compliance
with O.C.G.A. §13-10-91 throughout the contract term. Each Subcontractor agrees that in the event
it employs or contracts with any sub-subcontractor(s), each Subcontractor will secure from each sub-
subcontractor an affidavit that certifies the sub-subcontractor’s current and continuing compliance
with O.C.G.A. §13-10-91 throughout the contract term.
12. LSBE Information
a. It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb
County to provide maximum practicable opportunity for all businesses to participate in
the performance of government contracts. The current DeKalb County List of Certified
Vendors may be found on the County website at
http://www.dekalbcountyga.gov/purchasing/pdf/supplierList.pdf
b. It is required that all responding Bidders attend the mandatory LSBE meeting within two-
weeks of the solicitation’s advertisement, and comply, complete and submit all LSBE forms
with the Bidder’s response in order to remain responsive. Attendance can be in person, via
video conference and teleconference. Video conferencing is available
through Skype/Lync. Instructions for attendance via video conference can be found on the
County’s website at https://www.dekalbcountyga.gov/purchasing-contracting/dekalb-first-
lsbe-program.
c. For further details regarding the DeKalb First Local Small Business Enterprise Ordinance,
contact the LSBE Program representative at pcadmin-ops@dekalbcountyga.gov or (404) 371-
7051.
13. First Source Jobs Information
The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into
any type of agreement with the County, including purchase orders, regardless of what they may be
called for the procurement or disposal of supplies, services, construction projects, professional or
Page 7 of 42
consultant services, which is funded in whole or part with County funds or County administered
funds in which the contractor is to receive $50,000 or more in County expenditures or committed
expenditures and recipient of urban redevelopment action grants or community development block
funds administered in the amount of $50,000 or more make a good faith effort to hire DeKalb
County residents for at least 50% of jobs using the First Source Registry (candidate database). The
work to be performed under this contract is subject to the provisions of the DeKalb County First
Source Jobs Ordinance.
For more information on the First Source Jobs Ordinance requirement, please contact WorkSource
DeKalb at www.dekalbworkforce.org or 404-687-3400.
14. Attention to General Terms and Conditions
Bidders are cautioned to thoroughly understand and comply with all matters covered under the
General Terms and Conditions section of this ITB. The successful Bidder(s) will enter into a
contract approved by the County. The County’s ITB document and attachments, subsequent County
addenda, and the Bidder’s response documents are intended to be incorporated into a contract. All
Bidders should thoroughly review this document prior to submitting a bid. Any proposed revisions
to the terms or language of this document must be submitted in writing with the bid. Since proposed
revisions may result in a bid being rejected if the revisions are unacceptable to the County, bidders
should review any proposed revisions with an officer of the firm having authority to execute the
contract. No alterations can be made in the contract after award is made.
15. Required Signatures
Bids must be signed by an officer or agent of the firm having the authority to execute contracts.
16. Ethics Rules
Bidders are subject to the Ethics provision within the DeKalb County Purchasing Policy; the
Organizational Act, Section 22A, the Code of DeKalb County; and the rules of Executive Order
2014-4. Any violations will be addressed, pursuant to these policies and rules.
To the extent that the Organizational Act, Section 22A, the Code of DeKalb County, and the rules of
Executive Order 2014-4 allow a gift, meal, travel expense, ticket, or anything else of value to be
purchased for a CEO employee by a contractor doing business with the County, the contractor must
provide written disclosure, quarterly, of the exact nature and value of the purchase to the Chief
Integrity Officer, if created, or the Finance Director or his/her designee. Every contractor
conducting business with the County will receive a copy of these ethical rules at the time of
execution of the contract.
17. Business License
Please provide a copy of a valid company business license with your bid or upon award. Georgia
companies are to submit a valid county or city business license. Contractors that are not Georgia
companies are to provide a certificate of authority to transact business in the State of Georgia and a
copy of a valid business license issued by its home jurisdiction. If Bidder holds a professional
certification which is licensed by the state of Georgia, then Bidder may submit a copy of its valid
professional license with Bidder’s bid or upon award unless the Minimum Specifications require
submittal with the bid. Any license submitted in response to this ITB shall be maintained by the
Contractor for the duration of the contract.
Page 8 of 42
B. BID SUBMITTAL:
1. All bids should be completed in ink or typewritten. Errors should be crossed out and corrections
entered in ink or typewritten adjacent to the error. The person signing the bid should initial
corrections in ink.
2. Bidders shall complete and submit Attachment A - Required Documents Checklist and all documents
responsive to this requirement with the bid submittal.
3. If applicable, provide evidence that the Bidder is a DeKalb County Firm.
4. Bids must be submitted in a sealed envelope(s) or box(es) with the Bidder’s name and ITB No. 19-
101170 for Steel Plates (Annual Contract with Options to Renew) on the outside of each
envelope or box. All Bidders delivering submittals via delivery services, please place the sealed
bid envelope(s) or box(es) inside the delivery service envelope(s) or box(es). Bidders are
responsible for informing any delivery service of all delivery requirements. No responsibility shall
attach to the County for the premature opening of a submission not properly addressed and/or
identified. The Decatur postmaster will not deliver certified or special delivery mail to specific
addresses within DeKalb County Government.
C. CONTRACT AWARD:
1. Bids submitted will be evaluated and recommended for award to the lowest, responsive, and
responsible Bidder(s).
2. The intent of this bid is to make an all-award; however, the County reserves the right to award by line
item. The County may accept any item or group of items on any bid, whichever is in the best interest
of DeKalb County.
3. The County reserves the right to reject any and all bids, to waive informalities, and to re-advertise.
4. The judgment of DeKalb County Purchasing and Contracting on matters, as stated above, shall be
final. The County reserves the right to decide which Bid will be deemed lowest, responsive and
responsible.
Page 9 of 42
GENERAL TERMS AND CONDITIONS
A. In the event of a conflict between any provisions contained in any of the documents governing this
transaction, the following shall be the order of precedence: Change Orders or modifications;
the Contractor’s accepted Response; and the County’s ITB.
B. The Contractor’s services shall include all things, personnel, and materials necessary to provide the
goods or services that are in compliance with the specifications as authorized by the County.
C. Bidder extends to the County the option to renew the contract for two (2) additional one year
terms, under the same price(s), terms and conditions, and in accordance with Paragraph L, Term.
D. DELIVERY:
1. Delivery of services or goods will commence within (5) calendar day upon request.
Bidder state agreement: Yes_____________ No______________
Contact Person: _______________________________________________________________
Telephone Number: ______________________ Cellular Phone Number: ________________
Address: ____________________________________________________________________
____________________________________________________________________________
Alternate delivery time may be considered provided it is so stated. Bidder state alternate terms for
delivery or services below.
2. All prices are to be firm, F.O.B. Destination, Freight Prepaid and Allowed. This shall include
delivered, unloaded, and placed in designated place. Delivery must be made between 9:00 A.M.
and 2:30 P.M. Monday through Friday, unless otherwise required. The successful bidder shall
give a 24-hour prior notice of delivery to Department or Division calling in the order, and must
ask for caller’s telephone number as well as Purchase Order form and address, since 24-hour
Notice of Delivery is required. The County will unload after prior notice.
E. DELIVERIES BEYOND THE CONTRACTUAL PERIOD:
This contract covers all requirements that may be ordered, as distinguished from delivered, during
the contract term. This is for the purpose of providing continuity of supply by permitting the County
to place orders as requirements arise in the normal course of supply operations. Accordingly, any
order mailed (or received, if forwarded by other means than through the mail) to the Contractor on
or before the expiration date of the contract and providing for delivery within the number of days
specified in the contract, shall constitute a valid order.
Page 10 of 42
F. FOREIGN PRODUCTS:
DeKalb County prefers to buy items produced and/or manufactured in the United States of America;
however, foreign products may be considered provided it is so stated. Bidder certifies that items offered
on this bid is/are manufactured and produced in the United States.
Yes ______ No _____
If “No”, state the exact location of plant or facility where items will be produced:
_________________________________________________________________________________
_____________________________________________________________________________
G. COUNTY REQUIREMENT:
The contract will be an “Indefinite Quantity” type with County requirements to be satisfied on an “as
ordered” basis. The County makes no promise, real or implied, to order any quantity whatsoever.
This invitation and resulting contract will provide for the normal requirements of DeKalb County,
and contracts will be used as primary sources for the articles or services listed herein. Articles or
services will be ordered from time to time in such quantities as may be needed. As it was impossible
to determine the precise quantities of items described in this invitation that will be needed during the
contract term, each contractor is obligated to deliver all articles and services that may be ordered
during the contract term.
H. WARRANTY AND/OR GUARANTY:
Contractor warrants that its services under this Agreement shall be free of defects in materials and
workmanship for a period of ninety (90) days. The Contractor shall not be liable for indirect, special,
or exemplary damages. The Contractor shall be liable for direct damages.
or
The bidder will state below or will furnish a separate letter attachment, which fully explains the
conditions of Warranty and/or Guaranty. If no Warranty and/or Guaranty are applicable, it must be so
stated. NOTE: FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY
RESULT IN THE BID BEING DEEMED NON-RESPONSIVE.
,
.
I. SAMPLES & TESTING:
Samples of items, when required, must be submitted within the time specified, and unless otherwise
specified by the County, at no expense to the County. If not destroyed by testing, samples will be
returned at bidder's request and expense, unless otherwise specified by the Invitation to Bid. Since
tests may require several days for completion, the County reserves the right to use a portion of any
supplies before the results of the tests are known, without prejudice to any final adjustments, rejecting
the unused portion of the delivery and payment will be made on an adjusted basis for the used portion.
The costs of inspections and tests of any item which fails to meet the advertised specifications shall
be borne by the bidder.
Page 11 of 42
J. LITERATURE:
When the bidder proposes to furnish another product, he is required to furnish, with his bid, literature
describing the item(s) being offered. Failure to furnish this literature may result in the bid being
deemed non-responsive.
K. SILENCE OF SPECIFICATIONS:
The apparent silence of these specifications and any supplemental specifications as to any details, or
the omission from it of a detailed description concerning any point, shall be regarded as meaning that
only the best commercial practices are to prevail and that only materials of first quality and correct
type, size and design are to be used. All workmanship is to be first quality. All interpretations of this
specification shall be made upon the basis of this statement, with County interpretation to prevail.
L. TERM:
The Contractor shall commence the Work under this Contract within ten (10) days from the
acknowledgement of receipt of the Notice to Proceed (“Commencement Date”). The Initial Term of
this Agreement shall be for twelve (12) calendar months, beginning on the Commencement Date. This
annual contract comes with two (2) options to renew. Prior to the expiration of the Initial Term, the
parties have the option to renew this agreement for a First annual Renewal Term of twelve (12)
calendar months. Prior to the expiration of the First annual Renewal Term, the parties have the option
to renew this Agreement for a Second annual Renewal Term of twelve (12) calendar months. Without
further action by either party, this Agreement will terminate at the end of the Initial Term or at the end
of each annual Renewal Term. Each option to renew must be exercised prior to the beginning of each
annual Renewal Term and, is only effective upon adoption and approval by the DeKalb County
Governing Authority and the Contractor in accordance with the terms of this Contract.
M. PRICING:
1. Alterations to the Price Schedule may result in the Bidder being deemed non-responsive and his
bid may be rejected.
2. Price Reductions: If at any time after the date of award, the Contractor makes a general price
reduction in the comparable price of any article or service covered by the contract to customers
generally, an equivalent price reduction based on similar quantities and/or considerations shall
apply to the contract for the duration of the contract period (or until the price is further reduced).
Such price reduction shall be effective at the same time and in the same manner as the reduction
in the price to customers generally. An occasional sale at a lower price, or sale of distressed
merchandise at a lower price, would not be considered a general price reduction under this
paragraph. For purposes of this paragraph, a general price reduction shall mean any reduction in
the price of an article or service offered:
To Contractor's customers.
In the Contractor's price schedule for the class of customers; i.e., wholesalers,
jobbers, retailers, etc., which was used as the basis for bidding on this contract.
The Contractor shall invoice the County at such reduced price indicating on the invoice that the
reduction is pursuant to General Terms and Conditions, paragraph I. as stated within the ITB.
Page 12 of 42
3. Price Escalation Clause: During the life of the contract, the awarded bidder shall furnish price
lists to the County for increases, and those of the bidder’s supplier (e.g. factory) increases, as
prices change. The bidder must also provide a list of the supplier’s (e.g. factory’s) previous
price(s) to the County for purposes of comparison. Price changes will be in effect only after receipt
and approval by the Director of the Department of Purchasing and Contracting. Price lists and
changes thereto are to be furnished under the contract and without charge to the County.
Catalogue(s) or Price List(s) must be submitted to the Department of Purchasing and Contracting,
Maloof Administration Building, 1300 Commerce Drive, 2
nd
Floor, Decatur, Georgia 30030.
4. By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto
certifies as to its own organization that in connection with this procurement:
a. The prices in this bid have been arrived at independently, without consultation, communication,
or agreement, for the purpose of restricting competition, as to any matter relating to such prices
with any other bidder or with any competitor,
b. Unless otherwise required by law, the prices which have been quoted in this bid have not been
knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to
opening, directly or indirectly to any other bidder or to any competitor: and
c. No attempt has been made or will be made by the bidder to induce any other person or firm to
submit or not to submit a bid for the purpose of restricting competition.
N. PAYMENT:
1. The County shall pay the Contractor based upon the accepted bid prices submitted by Bidder.
Invoices should be signed by the Bidder or authorized delegate and must contain the authorizing
DeKalb County Purchase Order (PO) and/or Contract Purchase Agreement (CPA) Number in
order for payment to be processed. PO Number must also be on the delivery ticket.
A Contract Purchase Agreement is being issued in lieu of a formal contract. Any
reference to a
contract refers to the CPA.
2. Invoice(s) must be submitted as follows:
a. Original invoice(s) must be submitted
The Department of Accounts Payable
1300 Commerce Drive
Decatur, GA 30030
b. A copy of the original invoice(s) must be submitted to the department requesting
services.
Public Works - Roads & Drainage
Attn: Travis Cherry
727 Camp Road
Decatur, GA 30032
c. Upon award, Prime Contractor(s) with Local Small Business Enterprise (LSBE)
Subcontractor(s) shall enter utilization reports electronically at www.dekalblsbe.info. Proof
of payment to the LSBE Subcontractor must be uploaded and submitted.
Page 13 of 42
d. LSBE Subcontractors shall confirm receipt of payment from the Prime, electronically
also, at www.dekalblsbe.info.
3. The County’s official payment terms are Net 30. Payment dates that fall on a weekend or on
a holiday will be issued on the County’s next business day.
O. ACCURACY OF WORK:
The Contractor shall be responsible for the accuracy of the Work and any error and/or omission made
by the Contractor in any phase of the Work under this Agreement.
P. ADDITIONAL WORK:
The County shall in no way be held liable for any work performed under this section which has not
first been approved in writing by the County in the manner required by applicable law and/or the terms
of this Contract. The County may at any time order changes within the scope of the Work
without invalidating the Contract upon seven (7) days written notice to the Contractor. The Contractor
shall proceed with the performance of any changes in the Work so ordered by the County unless such
change entitles the Contractor to a change in Contract Price, and/or Contract Term, in which event the
Contractor shall give the County written notice thereof within fifteen (15) days after the receipt of
the ordered change, and the Contractor shall not execute such changes until it receives an executed
Change Order from the County. No extra cost or extension of time shall be allowed unless approved
by the County and authorized by execution of a Change Order. The parties’ execution of any Change
Order constitutes a final settlement of all matters relating to the change in the Work which is the subject
of the Change Order. The County shall not be liable for payment for any work performed under this
section which has not first been approved in writing by the County in the manner required by
applicable law and/or the terms of this Contract.
Q. OWNERSHIP OF DOCUMENTS:
All documents, including drawings, estimates, specifications, and data are and remain the property of
the County. The Contractor agrees that the County may reuse any and all plans, specifications,
drawings, estimates, or any other data or documents described herein in its sole discretion without
first obtaining permission of the Contractor and without any payment of any monies to the Contractor
therefore. Any reuse of the documents by the County on a different site shall be at its risk and the
Contractor shall have no liability where such documents are reused.
R. RIGHT TO AUDIT:
The County shall have the right to audit all books and records, including electronic records, relating or
pertaining to this contract or agreement, including but not limited to all financial and performance related
records, property, and equipment purchased in whole or in part with County funds and any documents
or materials which support whose records, kept under the control of the Contractor, including but not
limited to those kept by the Contractor’s employees, agents, assigns, successors and subcontractors. The
County also has the right to communicate with Contractor’s employees related to the audited records.
The Contractor shall maintain such books and records, together with such supporting or underlying
documents and materials, for the duration of this contract and for seven (7) years after termination or
Page 14 of 42
expiration, including any and all renewals thereof. The books and records, together with supporting
documents and materials shall be made available, upon request to the County or its designee, during
normal business hours at the Contractor’s office or place of business. In the event that no such locations
is available, then the books, records and supporting documents shall be made available for audit at a
time and location which is convenient for the County.
S. SUCCESSORS AND ASSIGNS:
The Contractor agrees it shall not sublet, assign, transfer, pledge, convey, sell, or otherwise dispose
of the whole or any part of this Contract or his right, title, or interest therein to any person,
firm, or corporation without the previous written consent of the County. If the County consents
to any such assignment or transfer, then the Contractor binds itself, its partners, successors and
assigns to all covenants of this Contract. Nothing contained in this Contract shall create, nor be
interpreted to create privity, or any other relationship whatsoever, between the County and any
person, or entity or than Contractor.
T. REVIEWS AND ACCEPTANCE:
Work performed by the Contractor shall be subject to review and acceptance in stages as required by
the County. Acceptance shall not relieve the Contractor of its professional obligation to correct, at his
own expense, any errors in the Work.
U. TERMINATION OF AGREEMENT:
The Contractor understands and agrees that the date of the beginning of Work, rate of progress, and
time for completion of the Work are essential conditions of this Contract. Both parties may, for
its own convenience and at its sole option, without cause and without prejudice to any other right or
remedy of the party, elect to terminate the Contract by delivering to the other party, at the address
listed in the Notices article of this Contract, a written notice of termination specifying the
effective date of termination. Such notice shall be delivered to the other party at least thirty
(30) days prior to the effective date of termination. If Contractor’s services are terminated by the
County, the termination will not affect any rights or remedies of the County then existing or which
may thereafter accrue against Contractor or its surety. In case of termination of this Contract
before completion of the Work, Contractor will be paid only for the portion of the Work satisfactorily
performed through the effective date of termination as determined by the County. Neither party
shall be entitled to recover lost profits, special, consequential or punitive damages, attorney’s fees or
costs from the other party to this Contract for any reason whatsoever. This Contract shall not be
deemed to provide any third-party with any remedy, claim, right of action, or other right. The
parties’ obligations pursuant to this Section shall survive any acceptance of Work, or termination or
expiration of this Contract.
V. INDEMNIFICATION AGREEMENT:
The Contractor shall be responsible from the execution date or from the time of the beginning of
the Work, whichever shall be the earlier, for all injury or damage of any kind resulting from the
Work, to persons or property, including employees and property of the County. The Contractor shall
exonerate, indemnify, and save harmless the County, its elected officials, officers, employees, agents
and servants, hereinafter collectively referred to in this Section as “the County Indemnitees,” from
and against all claims or actions based upon or arising out of any damage or injury (including
without limitation any injury or death to persons and any damage to property) caused by or sustained
Page 15 of 42
in connection with the performance of this Contract or by conditions created thereby or arising out
of or any way connected with Work performed under this Contract, as well as all expenses incidental
to the defense of any such claims, litigation, and actions. Furthermore, Contractor shall assume and
pay for, without cost to the County Indemnitees, the defense of any and all claims, litigation, and
actions suffered through any act or omission of the Contractor, or any Subcontractor, or anyone directly
or indirectly employed by or under the supervision of any of them. Notwithstanding any language or
provision in this Contract, Contractor shall not be required to indemnify any County Indemnitee
against claims, actions, or expenses based upon or arising out of the County Indemnitee’s sole
negligence. As between the County Indemnitees and the Contractor as the other party, the Contractor
shall assume responsibility and liability for any damage, loss, or injury, including death, of any kind
or nature whatever to person or property, resulting from any kind of claim made by Contractor’s
employees, agents, vendors, Suppliers or Subcontractors caused by or resulting from the performance
of Work under this Contract, or caused by or resulting from any error, omission, or the negligent or
intentional act of the Contractor, vendors, Suppliers, or Subcontractors, or any of their officers, agents,
servants, or employees. The Contractor shall defend, indemnify, and hold harmless the County
Indemnitees from and against any and all claims, loss, damage, charge, or expense to which they or
any of them may be put or subjected by reason of any such damage, loss, or injury. The Contractor
expressly agrees to provide a full and complete defense against any claims brought or actions filed
against the County Indemnitees, where such claim or action involves, in whole or in part, the
subject of the indemnity contained in this Contract, whether such claims or actions are rightfully
or wrongfully brought or filed. The County has the sole discretion to choose the counsel who will
provide the defense. No provision of this Contract and nothing herein shall be construed as creating
any individual or personal liability on the part of any elected official, officer, employee, agent or
servant of the County, nor shall the Contract be construed as giving any rights or benefits hereunder
to anyone other than the parties to this Contract. The parties’ obligations pursuant to this Section shall
survive any acceptance of Work, or termination or expiration of this Contract.
W. INSURANCE:
Insurance must meet the County’s requirements and will be furnished by the successful Bidder(s)
upon award.
1. Successful Bidder(s) will advise their insurance agent of the County’s requirements as listed
below and that they may not proceed with any work until insurance is provided that is in
compliance with these requirements.
2. Contractor’s insurance company or agent must mail, email, or bring an original certificate of
insurance and applicable declarations or endorsements to the DeKalb County address listed
within this Insurance provision. Insurance must be from companies able to do business in
Georgia and acceptable to the County as follows:
a. Certificates must cover:
i. Statutory Workers Compensation
(1) Employer’s liability insurance by accident, each accident $1,000,000
(2) Employer’s liability insurance by disease, policy limit $1,000,000
(3) Employer’s liability insurance by disease, each employee $1,000,000
ii. Business Auto Liability Insurance with a minimum $500,000 Combined
Single Limit/Each Occurrence (Including operation of non-owned, owned,
Page 16 of 42
and hired automobiles).
iii. Commercial General Liability Insurance
(1) Each Occurrence - $1,000,000
(2) Fire Damage - $250,000
(3) Medical Expense - $10,000
(4) Personal & Advertising Injury - $1,000,000
(5) General Aggregate - $2,000,000
(6) Products & Completed Operations - $1,500,000
(7) Contractual Liability where applicable
b. DeKalb County, GA shall be named as Additional Insured under any General Liability,
Business Auto and Umbrella Policies. Coverage shall apply as Primary and non-
contributory with Waiver of Subrogation in favor of DeKalb County, Georgia. Such
additional insured coverage shall be endorsed to Contractor’s policy by attachment of ISO
Additional Insured Endorsement forms CG 20 10 10 01 (ongoing operations) and CG 20
37 10 01 (products- completed operations), or form(s) providing equivalent coverage.
c. This insurance for the County as the additional insured shall be as broad as the coverage
provided for the named-insured Contractor. It shall apply as primary insurance before any
other insurance or self-insurance, including any deductible, non-contributory, and waiver
of subrogation provided to the County as the additional insured.
d. Contractor agrees to waive all rights of subrogation and other rights of recovery against
the County and its elected officials, officers, employees or agents, and shall cause each
Subcontractor to waive all rights of subrogation for all coverages.
e. Certificates shall state that the policy or policies shall not expire, be cancelled or
altered without at least sixty (60) days prior written notice to the County.
f. Contractor understands and agrees that the purchase of insurance in no way limits
the liability of the Contractor.
g. The insurance carrier must have a minimum A.M. Best rating of not less than “A”
(Excellent) with a Financial Size Category of VII or better.
h. Certificates to contain policy number, policy limits and policy expiration date of all
policies issued in accordance with this contract.
i. Certificates to contain the location and operations to which the insurance applies.
j. Certificates to contain successful contractor’s protective coverage for any subcontractor’s
operations. If this coverage is included in General Liability, please indicate on the
Certificate of Insurance.
k. Certificates to contain successful contractor’s contractual insurance coverage. If
Page 17 of 42
this coverage is included in the General Liability, please indicate this on the
Certificate of Insurance.
l. Certificates shall be issued and delivered to the County and must identify the
“Certificate Holder” as follows:
DeKalb County, Georgia
Director of Purchasing and Contracting
Maloof Administration Building
1300 Commerce Drive, 2nd Floor
Decatur, Georgia 30030
m. The successful contractor shall be wholly responsible for securing certificates of
insurance coverage as set forth above from all subcontractors who are engaged in this
work.
X. GEORGIA LAWS GOVERN:
The laws of the State of Georgia shall govern the construction of this Contract without regard
for conflicts of laws. Should any provision of this Contract require judicial interpretation, it is agreed
that the court interpreting or construing the same shall not apply a presumption that the terms hereof
shall be more strictly construed against one party, by reason of the rule of construction, that a
document is to be construed more strictly against the party who itself or through its agent prepared
same; it being agreed that the agents of all parties have participated in the preparation hereof, and
all parties have had an adequate opportunity to consult with legal counsel. In interpreting this
Contract in its entirety, the printed provisions of this Contract, and any additions written or typed
hereon, shall be given equal weight, and there shall be no inference by operation of law or
otherwise; that any provision of this Contract shall be construed against either party hereto.
Y. VENUE:
This Agreement shall be deemed to have been made and performed in DeKalb County, Georgia. For
the purposes of venue, all suits or causes of action arising out of this Agreement shall be brought
in the courts of DeKalb County, Georgia.
Z. COUNTY REPRESENTATIVE:
The County may designate a representative through whom the Contractor will contact the County.
In the event of such designation, said representative shall be consulted and his written
recommendation obtained before any request for extra work is presented to the County. Payments to
the Contractor shall be made only upon itemized bill submitted to and approved by said representative.
AA. CONTRACTOR’S STATUS:
The Contractor will supervise and direct the Work, including the Work of all Subcontractors. Only
persons skilled in the type of work which they are to perform shall be employed. The Contractor
shall, at all times, maintain discipline and good order among his employees, and shall not employ any
unfit person or persons or anyone unskilled in the work assigned him. The relationship between the
County and the Contractor shall be that of owner and independent contractor. Other than the
Page 18 of 42
consideration set forth herein, the Contractor, its officers, agents, servants, employees, and any
Subcontractors shall not be entitled to any County employee benefits including, but not limited to
social security, insurance, paid annual leave, sick leave, worker's compensation, free parking or
retirement benefits. All services provided by Contractor shall be by employees of Contractor
or its Subcontractors and subject to supervision by Contractor. No officer or employee of Contractor
or any Subcontractor shall be deemed an officer or employee of the County. Personnel policies, tax
responsibilities, social security payments, health insurance, employee benefits and other
administrative policies, procedures or requirements applicable to the Work or services rendered
under this Contract shall be those of the Contractor, not the County.
BB. SOLE AGREEMENT:
This Contract constitutes the sole contract between the County and the Contractor. The terms,
conditions, and requirements of this Contract may not be modified. No verbal agreement or
conversation with any officer, agent, or employee of the County, either before or after the award of
the Contract, shall affect or modify any of the terms or obligations herein contained. No
representations, oral or written, shall be binding on the parties unless expressly incorporated herein.
CC. SEVERABILITY:
If any provision of this Contract or the application thereof to any person or circumstance shall to
any extent be held invalid, then the remainder of this Contract or the application of such provision to
persons or circumstances, other than those as to which it is held invalid, shall not be affected thereby,
and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law.
DD. NOTICES:
Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto
shall be in writing and shall be sent to the Director of the Department of Purchasing and Contracting
or to the Contractor or his authorized representative on the work site by (a) registered or certified
United States mail, return receipt requested, postage prepaid, (b) personal delivery, or (c) overnight
courier service. All notices sent to the addresses listed below shall be binding unless said address is
changed in writing no less than fourteen days before such notice is sent. Future changes in
address shall be effective upon written notice being given by the Contractor to the Director of
the Department of Purchasing and Contracting or by the County to the Contractor’s authorized
representative via certified first class U.S. mail, return receipt requested. Such notices will be
addressed as follows:
If to the County:
Chief Procurement Officer
Department of Purchasing and Contracting
Maloof Administration Building
1300 Commerce Drive, 2
nd
Floor
Decatur, Georgia 30030
If to the Contractor: Notices shall be sent to the contact information that is listed in the
Bidder’s Response to the ITB.
Page 19 of 42
EE. GEORGIA OPEN RECORDS ACT:
Without regard to any designation made by the person or entity making a submission, DeKalb County
considers all information submitted in response to this invitation or request to be a public record that will
be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. §50-18-70 et seq.,
without consulting or contacting the Responder person or entity making the submission, unless a court
order is presented with the submission. Bidders or Responders may wish to consult an attorney or obtain
legal advice prior to making a submission.
FF. COOPERATIVE PROCUREMENT
The County through the Department of Purchasing & Contracting may permit piggybacks to this contract
from other city, county, local authority, agency, or board of education if the vendor will extend the same
prices, terms, and conditions to the city. Piggybacking shall only be available where competition was
used to secure the contract and only for a period of 12-months following entry, renewal or extension of
the contract. This provision shall not apply to any contract where otherwise prohibited or mandated by
state law.
Page 20 of 42
MINIMUM SPECIFICATIONS
Steel Plates
Hot rolled, each plate having 2 inch diameter lifting holes on all 4 corners (see drawing below)
3 inch diameter hole, centered halfway on opposite ends of the length of the plate (see drawing below)
Each hole approximately 2 inches in from the edge
Type and tinsel strength of the steel shall be A-36 or greater.
Scoring-a 1 inch number to be scored on the top of each plate in the top right hand corner. The number
will be issued by the user department when the order is placed.
Logo for Roads and Drainage
3inch stencil cutout of RD in the center of plate
Sample Drawing
W I D T H
L
E
N
G
T
H
RD
Page 21 of 42
***NEW PRICE SCHEDULE MUST BE SUBMITTED IN A SEPARATE SEALED
ENVELOPE OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE
CONSIDERED FOR AWARD. INCLUDING THE PRICE SCHEDULE IN ANY AREA
OUTSIDE OF THE SEPARATE SEALED ENVELOPE WILL RESULT IN THE BID BEING
DEEMED NON-RESPONSIVE.***
BID SCHEDULE
ITEM
NO.
COMMODITIES OR
SERVICES
ESTIMATED
NUMBER
OF UNITS
UNIT
UNIT PRICE
AMOUNT
1.
4 feet x 4 feet ¾ inch
thick
10
Each
$___________
$___________
2.
4 feet x 4 feet 1 inch
thick
20
Each
$___________
$___________
3.
4 feet x 8 feet 1 inch
thick
20
Each
$___________
$___________
4.
5 feet x 5 feet 1 inch
thick
20
Each
$___________
$___________
5.
5 feet x 10 feet 1 inch
thick
20
Each
$___________
$___________
6.
6 feet x 6 feet 1 inch
thick
20
Each
$___________
$___________
7.
6 feet x 10 feet 1 inch
thick
10
Each
$___________
$___________
8.
8 feet x 8 feet 1 inch
thick
20
Each
$___________
$___________
9.
8 feet x 10 feet 1 inch
thick
20
Each
$___________
$___________
10.
10 feet x 10 feet 1 inch
thick
20
Each
$___________
$___________
11.
10 feet x 12 feet 1 inch
thick
10
Each
$___________
$___________
12.
10 feet x 17 feet 1 inch
thick
10
Each
$___________
$___________
13.
12 feet x 12 feet 1 inch
thick
20
Each
$___________
$___________
14.
Freight: Legal load (under 97 inches wide)
$___________
15.
Freight: Over width load (over 96 inches wide)
$___________
GRAND TOTAL
$___________
Page 22 of 42
BID ACKNOWLEDGEMENT FORM
I, the undersigned, acknowledge that I have read the Bid Document in its entirety and agree to conform to its
every requirement. I further acknowledge that failure to prepare, submit, or execute this bid in the exact manner
requested will be just cause to reject my entire bid.
________________________________________ ________________________________________
Name of Business Entity Submitting Bid Print Name and Title of Authorized Signer
________________________________________ ________________________________________
Business Entity Street Address Authorized Signature
________________________________________ ________________________________________
Business Entity City, State and Zip Code Contact Person’s Phone Number
________________________________________ ________________________________________
Business Entity County Contact Person’s E-mail Address
Bidder acknowledges addendum(s): No. 1__, No. 2__, No. 3__ (If Applicable) __________(Initial)
Bidder acknowledges that this bid is valid for 90 days from and including __________(Initial)
the bid opening date.
Bidder acknowledges that bid meets or exceeds minimum specifications. __________(Initial)
Any deviation from minimum specifications must be explained, in detail,
by bidder as to how the bid does not meet the exact specifications.
Bidder acknowledgement of Revisions to the above Terms and Conditions:
No revisions __________(Initial)
There are revisions and they are included with the bid submittal __________(Initial)
The above acknowledgment must be properly signed and firmly attached to your bid. The acknowledgment
becomes a part of your bid and without it your bid is not be complete and will be subject to rejection.
THIS PAGE MUST BE RETURNED WITH YOUR BID. FAILURE TO SUBMIT THIS COMPLETED
FORM WILL RESULT IN YOUR BID BEING DEEMED NON-RESPONSIVE.
Page 23 of 42
ATTACHMENT A
REQUIRED DOCUMENTS CHECKLIST
Bidder shall complete and submit the following documents with their bid:
Check page numbers and correct numbers as necessary.
Bid Page No.
Title
Check This Box If
Included With Bid
22
Bid Acknowledgement Form*
23
Required Documents Checklist*
24
Contractor Reference and Release Form
25
Subcontractor Reference and Release Form, if applicable
27
Contractor Affidavit*
28
Subcontractor Affidavit, if applicable
29-37
LSBE - Exhibits A and/or B of Attachment G*
38
Form First Source Jobs Acknowledgement Form
39
New Employee Tracking
42
Preferred Employee Tracking Form
*If these mandatory forms are not completed and submitted with the bid, the bidder will be
deemed non-responsive.
I, the undersigned, acknowledge that I have included the requested documents as listed above.
Printed Name Signature
Page 24 of 42
ATTACHMENT B
CONTRACTOR REFERENCE AND RELEASE FORM
List below at least three (3) references, including company name, contact name, address, email address, telephone
numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/
service(s) listed in the solicitation.
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
REFERENCE CHECK RELEASE STATEMENT
You are authorized to contact the references provided above for purposes of this ITB.
Signed_______________________________________ Title___________________________
(Authorized Signature of Bidder)
Company Name _____________________________________Date ____________________
Page 25 of 42
ATTACHMENT C
SUBCONTRACTOR REFERENCE AND RELEASE FORM
List below at least three (3) references, including company name, contact name, address, email address, telephone
numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/
service(s) listed in the solicitation.
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
REFERENCE CHECK RELEASE STATEMENT
You are authorized to contact the references provided above for purposes of this ITB.
Signed_______________________________________ Title___________________________
(Authorized Signature of Bidder)
Company Name _____________________________________Date ____________________
ATTACHMENT D
Page 26 of 42
CONTRACTOR & SUBCONTRACTOR EVIDENCE OF COMPLIANCE:
(1) County contracts for the physical performance of services within the state of Georgia shall include the
following provisions:
1
a. the contractor has registered with and is authorized to use the federal work authorization program to
verify information on all newly hired employees or subcontractors;
b. by affidavit, the contractor must attest to the contractor’s name, address, user identification number,
date of authorization, and verification of the continual participation throughout the contract period,
and
c. the affidavit shall become a part of the covered contract and must be attached.
(2) No contractor or subcontractor who enters into a contract with the County shall enter into such a contract
or subcontract in connection with the physical performance of services within Georgia unless the
contractor or subcontractor registers and participates in the federal work authorization program to verify
information of all newly hired employees. Any employee, contractor, or subcontractor of such contactor
or subcontractor shall also be required to satisfy the requirements of O.C.G.A. § 13-10-91, as amended.
(3) Upon contracting with a new subcontractor, a contractor or subcontractor shall, as a condition of any
contract or subcontract entered into pursuant to O.C.G.A. § 13-10-91, as amended, agree to provide the
County with notice of the identity of any and all subsequent subcontractors hired or contracted by the
contractor or subcontractor. Such notice shall be provided within five (5) business days of entering into
a contract or agreement for hire with any subcontractor. Such notice shall include an affidavit from each
subsequent contractor attesting to the subcontractor’s name, address, user identification number, and date
of authorization to use the federal work authorization program.
(4) An affidavit shall be considered an open public record; provided, however, that any information protected
from public disclosure by federal law or by Article 4 of Chapter 28 of Title 50 shall be redacted.
Affidavits shall be maintained by the County for five years from the date of receipt.
(5) To verify compliance, the contractor agrees to participate in random audits conducted by the
Commissioner of the Georgia Department of Labor. The results of the audits shall be published on the
www.open.georgia.gov website, and on the Department of Labor’s website no later than December 31
of each year.
(6) Any person who knowingly and willfully makes a false, fictitious, or fraudulent statement in an affidavit
submitted pursuant to O.C.G.A. § 13-10-91 shall be guilty of a violation of Code § 16-10-20 and, upon
conviction, shall be punished as provided in such section. Contractors and subcontractors convicted for
false statements based on a violation of such section shall be prohibited from bidding on or entering into
any public contract for twelve (12) months following such conviction.
_______________________
1
O.C.G.A. § 13-10-91, as amended
Page 27 of 42
ATTACHMENT E
CONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating
affirmatively that the individual, firm or corporation which is contracting with DEKALB COUNTY, GA, a political
subdivision of the State of Georgia, has registered with and is participating in a federal work authorization program* [any
of the electronic verification of work authorization programs operated by the United States Department of Homeland
Security or any equivalent federal work authorization program operated by the United States Department of Homeland
Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986
(IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91, as
amended]. The affiant agrees to continue to use the federal work authorization program throughout the contract period.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the
physical performance of services pursuant to this contract with the COUNTY, contractor will secure from such
subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10-91, as amended, on the Subcontractor Affidavit
form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the
COUNTY, within five (5) days from when the subcontractor(s) is retained to perform such service.
______________________________________________ ___________________________________
BY: Authorized Officer or Agent Federal Work Authorization
(Bidder’s Name) Enrollment Date
______________________________________________ ___________________________________
Title of Authorized Officer or Agent of Bidder Identification Number
______________________________________________
Printed Name of Authorized Officer or Agent
______________________________________________
Address (* do not include a post office box)
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_______________ DAY OF _______________________, 20__
____________________________________________________
Notary Public
My Commission Expires: _______________________________
ATTACHMENT F
Page 28 of 42
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating
affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a
contract with _________________________________name of contractor) on behalf of DEKALB COUNTY, GA, a
political subdivision of the State of Georgia, has registered with and is participating in a federal work authorization
program* [any of the electronic verification of work authorization programs operated by the United States Department of
Homeland Security or any equivalent federal work authorization program operated by the United States Department of
Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act
of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-
10-91, as amended]. The affiant agrees to continue to use the federal work authorization program throughout the contract
period.]
______________________________________________ ____________________________________
BY: Authorized Officer or Agent Federal Work Authorization
(Bidder’s Name) Enrollment Date
______________________________________________ ____________________________________
Title of Authorized Officer or Agent of Bidder Identification Number
______________________________________________
Printed Name of Authorized Officer or Agent
______________________________________________
Address (* do not include a post office box)
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_______________ DAY OF _______________________, 20__
____________________________________________________
Notary Public
My Commission Expires: _______________________________
Page 29 of 42
ATTACHMENT G
DEKALB FIRST LSBE INFORMATION
WITH EXHIBITS A B
SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION
OPPORTUNITY TRACKING FORM
The Chief Executive Officer and the Board of Commissioners of DeKalb County believe that it is important to
encourage the participation of small and local businesses in the continuing business of County government; and that
the participation of these types of businesses in procurement will strengthen the overall economic fabric of DeKalb
County, contribute to the County’s economy and tax base, and provide employment to local residents. Therefore, the
Chief Executive Officer and the Board of Commissioners have made the success of local small businesses a permanent
goal of DeKalb County by implementing the DeKalb First Local Small Business Enterprise Ordinance.
PROVISIONS OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE
Percentage of LSBE Participation Required
20% of Total Award
Certification Designation
Request For Proposals
(RFP)
LSBE Within DeKalb (LSBE-
DeKalb)
Ten (10) Preference
Points
LSBE Outside DeKalb (LSBE-
MSA)
Five (5) Preference Points
Demonstrated GFE
Two (2) Preference Points
Certified Local Small Business Enterprises (LSBEs) located within DeKalb County and prime contractors utilizing
LSBEs that are locally-based inside DeKalb County shall receive ten (10) points in the initial evaluation of their
response to any Request for Proposal. Certified LSBEs located outside of DeKalb County but within the nine (9)
County Metropolitan Statistical Area (MSA) consisting of Cherokee, Clayton, Cobb, Douglas, Fayette, Fulton,
Gwinnett, Henry and Rockdale Counties shall receive five (5) points in the initial evaluation of their response to any
Request for Proposal. Prime Contractors who demonstrate sufficient good faith efforts in accordance with the
requirements of the ordinance shall be granted two (2) points in their initial evaluation of responses to any Request
for Proposal. Pro-rated points shall be granted where a mixture of LSBE-DeKalb and LSBE MSA firms are utilized.
Utilization of each firm shall be based upon the terms of the qualified sealed solicitation.
Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) because they are either
a certified LSBE-DeKalb or LSBE-MSA firm or has obtained 20% participation of an LSBE-DeKalb or LSBE-MSA
firm, submits the lowest bid price shall be deemed the lowest, responsive and responsible bidder.
Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) and documented good
faith efforts, submits a lower bid price than a Prime Contractor that achieved 20% LSBE participation, or otherwise
required benchmark, then the Prime Contractor who actually met the benchmark will be given the opportunity to
match the lowest bid price of the Prime Contractor who only made good faith efforts. Prime Contractor(s) who choose
not to match the lowest bid price, then the Prime Contractor who made the good faith efforts will be deemed the
lowest, responsive and responsible bidder.
For all qualified sealed solicitations, the Director of Purchasing and Contracting, DeKalb County Government, shall
determine if the bidder/proposer has included written documentation showing that at least twenty percent (20%) of
the total contract award will be performed by a certified LSBE. This written documentation shall be in the form of a
Page 30 of 42
notarized Schedule of LSBE Participation (Attached hereto as “Exhibit A”.) For all contracts, a signed letter of intent
from all certified LSBEs describing the work, material, equipment and/or services to be performed or provided by the
LSBE(s) and the agreed upon percentage shall be due with the bid or proposal documents and included with “Exhibit
A”. The certified vendor list establishes the group of Certified LSBE’s from which the bidder/proposer must solicit
subcontractors for LSBE participation. This list can be found on our website
http://www.dekalbcountyga.gov/purchasing-contracting/about-purchasing-and-contracting or obtained from the
Special Projects LSBE Program team.
Prime Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in
accordance with the attached “Checklist for Good Faith Efforts” portion of “Exhibit A.” The notarized Schedule of
LSBE Participation shall be due and submitted with each bid or proposal. Failure to achieve the LSBE benchmark or
demonstrate good faith efforts shall result in a bid or proposal being rejected. Prime Contractors that fail to attend the
mandatory LSBE meeting in person or via video conference shall mean that the Prime Contractor has not
demonstrated sufficient good faith efforts and its bid or proposal if submitted, shall be deemed non-responsive without
any further review.
Upon award, Prime Contractors are required to submit a report detailing LSBE Sub-Contractor usage with each
request for payment and not less than on a monthly basis. Prime Contractors shall ensure that all LSBE sub-
contractors have been paid within seven (7) days of the Prime’s receipt of payment from the County. Failure to
provide requested reports/documentation shall constitute a material breach of contract, entitling the County to
terminate the Contract for default or pursue other remedies. LSBE sub-contractors must confirm payments received
from the Prime(s) for each County contract they participate in.
For eligible bids/proposals valued over $5,000,000.00, the Mentor-Protégé provision of the Ordinance shall apply.
Prime Contractors must agree to become mentors and take on an LSBE protégé in an effort to enhance the potential
of future LSBEs. Qualifying projects shall be performed by both Mentor and Protégé through a subcontract between
both parties. This requirement is in addition to all other applicable sections of the DeKalb First Ordinance. Please
review the ordinance, section 2-214 or contact the LSBE Program Representative for detailed information regarding
this initiative.
Page 31 of 42
EXHIBIT A
SCHEDULE OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION
OPPORTUNITY TRACKING FORM
As specified, Bidders and Proposers are to present the details of LSBE participation below:
PRIME BIDDER/PROPOSER___________________________________________________________
SOLICITATION NUMBER: 19-101170
TITLE OF UNIT OF WORK Steel Plates (Annual Contract with 2 Options to Renew)
1. My firm, as the prime bidder/proposer on this unit of work, is a certified (check all that apply):
____LSBE-DeKalb ____LSBE-MSA
2. If you are a Certified LSBE-DeKalb or MSA, please indicate below the percentage of that your firm will
carry out directly: ____________________________________.
3. If the prime bidder/proposer is a joint venture, please describe below the nature of the joint venture and level
of work and percentage of participation to be provided by the LSBE-DeKalb or MSA joint venture firm.
________________________________________________________________________
________________________________________________________________________
4. List the LSBE-DeKalb or MSA subcontractors and/or firms (including suppliers) to be utilized in of this
contract, if awarded. No changes can be made in the subcontractors listed below without the prior written
approval of the County. Please attach a signed letter of intent from all certified LSBEs describing the work,
materials, equipment or services to be performed and/or provided and the agreed upon percentage of work to
be performed. A Letter of Intent form is attached hereto as “Exhibit B”.
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Page 32 of 42
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Please attach additional pages, if necessary.
Page 33 of 42
EXHIBIT A, CONT’D
DEKALB COUNTY
CHECKLIST FOR GOOD FAITH EFFORTS
A bidder/proposer that does not meet the County’s LSBE participation benchmark is required to submit
documentation to support all “Yes” responses as proof of “good faith efforts.” Please indicate whether or not any of
these actions were taken:
Yes
No
Description of Actions
1.
Prime Contractors shall attend a MANDATORY LSBE Meeting in
person or via video conference within two-weeks of advertisement of
the solicitation.
2.
Provide a contact log showing the company’s name, contact person,
address, email and contact number (phone or fax) used to contact the
proposed certified subcontractors, nature of work requested for quote,
date of contact, the name and title of the person making the effort,
response date and the percentage of work.
3.
Provide interested LSBEs via email, of any new relevant information, if
any, at least 5 business days prior to submission of the bid or proposal.
4.
Efforts made to divide the work for LSBE subcontracting areas likely
to be successful and to identify portions of work available to LSBEs
consistent with their availability. Include a list of divisions of work not
subcontracted and the corresponding reasons for not including them.
The ability or desire of a bidder/proposer to perform the contract work
with its own organization does not relieve it of the responsibility to
make good faith efforts on all scopes of work subject to subcontracting.
5.
Efforts were made to assist potential LSBE subcontractors meet
bonding, insurance, or other governmental contracting requirements.
Where feasible, facilitating the leasing of supplies or equipment when
they are of such a specialized nature that the LSBE could not readily
and economically obtain them in the marketplace.
6.
Communication via email or phone with DeKalb First Program Staff
seeking assistance in identifying available LSBEs. Provide DeKalb First
Program Staff representative name and title, and date of contact.
7.
For all contracts, a signed letter of intent from all certified LSBEs
describing the work, materials, equipment or services to be performed
or provided by the LSBE(s) and the agreed upon LSBE participation
percentage shall be due with the bid or proposal documents.
8.
Other Actions, to include Mentor/Protégé commitment for solicitations
$5M and above (specify):
Please explain all “no” answers above (by number):
Page 34 of 42
This list is a guideline and by no means exhaustive. The County will review these efforts, along with attached
supporting documents, to assess the bidder/proposer’s efforts to meet the County’s LSBE Participation benchmark.
If you require assistance in identifying certified, bona fide LSBEs, please contact the Purchasing and Contracting
Department - DeKalb First Program, Felton Williams, Procurement Projects Manager at 404-371-6312.
click to sign
signature
click to edit
Page 35 of 42
EXHIBIT A, CONT’D
DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION
OPPORTUNITY TRACKING FORM
Bidder/Proposer Statement of Compliance
Bidder(s)/Proposer(s) hereby state that they have read and understand the requirements and conditions as set
forth in the objectives and that reasonable effort were made to support the County in providing the maximum
practicable opportunity for the utilization of LSBEs consistent with the efficient and economical performance of
this contract. The Bidder and any subcontractors shall file compliance reports at reasonable times and intervals
with the County in the form and to the extent prescribed by the Director of DeKalb County Purchasing and
Purchasing and Contracting Department. Compliance reports filed at such times as directed shall contain
information as to the employment practices, policies, programs and statistics of Contractors and their
subcontractors.
1. Non-Discrimination Policy
a. During the performance of this agreement, Contractor agrees to conform to the following Non-
Discrimination Policy adopted by the County.
b. Contractor shall not discriminate against any employee or applicant for employment because of
race, color, religion, sex, national origin, or disability. The Contractor will take action to ensure
that applicants are employed, and the employees are treated during employment without regard
to their race, color, religion, sex, national origin, or disability. Such action shall include, but not
be limited to, the following:
(1) Employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. Contractor agrees to post in conspicuous places
available to employees and applicants for employment, notices to be provided setting forth
provisions of this non-discrimination clause.
(2) Contractor shall, in all solicitations or advertisements for employees placed by or on behalf
of Contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, national origin, or disability.
c. Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the
admission or access to, or treatment or employment in, the programs and activities, which form
the subject of the contract. The Contractor will take action to ensure that applicants for
participation in such programs and activities are considered without regard to disability. Such
action shall include, but not be limited to, the following:
(1) Contractor agrees to post in conspicuous places available to participants in its programs
and activities notices to be provided setting forth the provisions of this non-discrimination
clause.
(2) Contractor shall, in all solicitations or advertisements for programs or activities, which are
the subject of the contract, state that all qualified applicants will receive consideration for
participation without regard to disability.
2. Commitment
The undersigned certifies that he/she has read, understands, and agrees to be bound by the bid
specifications, including the accompanying Exhibits and other terms and conditions of the Invitation to
Bid and/or Request for Proposal regarding LSBE utilization. The undersigned further certifies that he/she
is legally authorized by the bidder or responder to make the statements and representations in Exhibit A
and that said statements and representations are true and correct to the best of his/her knowledge and
belief. The undersigned will enter into formal agreement(s) with the LSBE(s) listed in this Exhibit A,
click to sign
signature
click to edit
Page 36 of 42
which are deemed by the owner to be legitimate and responsible LSBEs. Said agreement(s) shall be for
the work and contract with the Prime Contractor. The undersigned understands and agrees that if any of
the statements and representations are made by the Bidder knowing them to be false, or if there is a failure
of the successful Bidder (i.e., Contractor) to implement any of the stated agreements, intentions,
objectives, goals and commitments set forth herein without prior approval of the County, then in any such
events the contractor’s act or failure to act, as the case may be, shall constitute a material breach of
contract, entitling the County to terminate the Contract for default. The right to so terminate shall be in
addition to, and not in lieu of, any other rights and remedies the County may have for other defaults under
the Contract. Additionally, the Contractor will be subject to the loss of any future contract awards by the
County for a period of one year.
Firm Name (Please Print):
_________________________________________________________________
Firm’s Officer:
_________________________________________________________________
(Authorized Signature and Title Required) Date
Sworn to and Subscribed to before me this ____ day of_______________, 201__.
_________________________________________________________________
Notary Public
My Commission Expires:_____________________________________________
Page 37 of 42
EXHIBIT B
LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR
PROVIDING MATERIALS OR SERVICES
Instructions:
1. Complete the form in its entirety and submit with bid documents.
2. Attach a copy of the LSBE’s current valid Certification Letter.
To:________________________________________________________________________________
(Name of Prime Contractor Firm)
From: _______________________________________________ LSBE DeKalb LSBE MSA
(Name of Subcontractor Firm) (Check all that apply)
ITB Number: 19-101170
Project Name: Steel Plates (Annual Contract with 2 Options to Renew)
The undersigned subcontractor is prepared to perform the following described work or provide materials or
services in connection with the above project (specify in detail particular work items, materials, or services to be
performed or provided).
Description of Materials or Services
Project/Task Assignment
% of
Contract
Award
Prime Contractor Sub-contractor
Signature:_________________________ Signature:______________________________
Title:_____________________________ Title:__________________________________
Date:_____________________________ Date: __________________________________
Page 38 of 42
FIRST SOURCE JOBS ORDINANCE INFORMATION
(WITH EXHIBITS 1 4)
EXHIBIT 1
FIRST SOURCE JOBS ORDINANCE ACKNOWLEDGEMENT
Contract No.________________________
The DeKalb County First Source Ordinance requires contractors or beneficiaries of eligible projects entering into
any type of agreement with the County, including purchase orders, regardless of what they may be called, for the
procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded
in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more
in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community
development block funds administered in the amount of $50,000 or more to make a good faith effort to hire DeKalb
County residents for at least 50% of jobs created using the First Source Registry (candidate database) within one hundred
twenty (120) days of contract execution. The work to be performed under this contract is subject to the provisions of
the DeKalb County First Source Jobs Ordinance. All contractors will be asked to submit an Employment Roster and/or
copies of active payroll registers on a monthly basis to verify compliance. The undersigned acknowledges and agrees
to comply with the provisions of the DeKalb County First Source Jobs Ordinance.
CONTRACTOR OR BENEFICIARY INFORMATION:
Contractor or Beneficiary Name (Signature)
Contractor or Beneficiary Name (Printed)
Title
Telephone
Email
_______________________________________
Name of Business
Please answer the following questions:
1. How many job openings do you anticipate filling related to this contract? _____
2. How many incumbents/existing employees will retain jobs due to this contract?
DeKalb Residents: _____ Non-DeKalb Residents: _____
3. How many work hours per week constitutes Full Time employment? ______
Please return this form to WorkSource DeKalb, fax (404) 687-4099 or email to
FirstSourceJobs@dekalbcountyga.gov.
WorkSource DeKalb 774 Jordan Lane, Building #4, Decatur, GA 30033 (404) 687-3400 www.worksourcedekalb.org
An Equal Opportunity Employer/Program and auxiliary aids and services are available upon request to individuals with disabilities.
Page 39 of 42
EXHIBIT 2
NEW EMPLOYEE TRACKING FORM
Name of Bidder______________________________________________________________________
Address_____________________________________________________________________________
E-Mail______________________________________________________________________________
Phone Number_______________________________________________________________________
Fax Number_________________________________________________________________________
Do you anticipate hiring from the First Source Candidate Registry? Y or N (Circle one)
If so, the approximate number of employees you anticipate hiring: _____________________________
Type of Position (s) you anticipate hiring:
(List position title, one position per line)
Attach job description per job title:
The number you
anticipate hiring:
Timeline
Please return this form to WorkSource DeKalb, fax (404) 687-4099 or email to
FirstSourceJobs@dekalbcountyga.gov.
Page 40 of 42
EXHIBIT 4
FIRST SOURCE JOBS ORDINANCE INFORMATION
EXHIBIT 3
BUSINESS SERVICE REQUEST FORM
Please note: We need one form completed for each position that you have available.
DATE: FEDERAL TAX ID:
COMPANY NAME: WEBSITE:
ADDRESS:
(WORKSITE ADDRESS IF DIFFERENT):
CONTACT NAME:
CONTACT PHONE: CONTACT FAX:
CONTACT E-MAIL ADDRESS:
Are you a private employment agency or staffing agency? YES NO
JOB DESCRIPTION: (PLEASE INCLUDE A COPY OF JOB DESCRIPTION)
POSITION TITLE:
NUMBER OF POSITIONS AVAILABLE:_________ TARGET START DATE:__________
WEEKLY WORK HOURS: 20-30 hours 30-40 hours Other
SPECIFIC WORK SCHEDULE:
SALARY RATE(OR RANGE):
PERM TEMP TEMP-TO-PERM SEASONAL
PUBLIC TRANSPORTATION ACCESSIBILITY YES NO
IF SCREENINGS ARE REQUIRED, SELECT ALL THAT APPLY:
CREDIT DRUG MVR BACKGROUND OTHER __________________________
Please return form to: Business Solutions Unit (First Source)
774 Jordan Lane Bldg. #4
Decatur, Ga. 30033
Phone: (404) 687-3400
FirstSourceJobs@dekalbcountyga.gov
Page 41 of 42
EMPLOYMENT ROSTER
DeKalb County
Contract Number: ______________________
Project Name:__________________________
Contractor: ____________________________ Date: _______________________
Name
Position:
Start
Date
Hourly
Rate of
Pay
Hired
for this
Project?
(yes/no)
Anticipated
Length of
Employment
(Months)
% of Time
Dedicated
to the
Project
Full or
Part
Time?
(No. of
Hours)
Georgia County
of Residency
Page 42 of 42
ATTACHMENT K
PREFERRED EMPLOYEE TRACKING FORM
Name of Proposer: _____________________________________________________________
Address: _____________________________________________________________________
Email: _______________________________________________________________________
Phone Number: _______________________________________________________________
Fax Number: _________________________________________________________________
Do you anticipate hiring from the WorkSource DeKalb Preferred Employee Candidate Registry: Yes or
No (Circle which applies.)
If so, approximate number of employees you anticipate hiring: _____________
Type of Employee(s) or Position(s) you anticipate hiring:
The # you anticipate hiring: