P
age 1 of 42
Revised 10/23/2018 P&C
DeKalb County
Department of Purchasing and Contracting
Maloof Administration Building, 1300 Commerce Drive, 2
nd
Floor, Decatur, Georgia 30030____
February 17, 2020
INVITATION TO BID (ITB) NO. 20-101231
FOR
DISASTER RECOVERY AND SEWAGE CLEANING SERVICES
(ANNUAL CONTRACT WITH 2 OPTIONS TO RENEW)
DEKALB COUNTY, GEORGIA
Procurement Agent:
Angel Frazier
Phone:
404-371-0814
Email:
amfrazier@dekalbcountyga.gov
Mandatory DeKalb First LSBE Meeting:
(Bidders must attend 1 meeting on either
of the dates listed in person or via video
conference.)
February 19 & February 26, 2020
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”
Pre-Bid Conference and Site Visit:
N/A
Deadline for Submission of Questions:
5:00 P.M. ET, March 11, 2020
Bid Opening:
3:00 P.M. ET, March 18, 2020
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.
Crystal
Creekmore
Digitally signed by Crystal
Creekmore
Date: 2020.02.10
09:07:27 -05'00'
click to sign
signature
click to edit
Page 2 of 42
Revised 10/23/2018 P&C
TABLE OF CONTENTS
FOR
INVITATION TO BID NO. 20-101231
TITLE PAGE
NO.
INVITATION TO BID OVERVIEW 3
INVITATION TO BID PROCEDURES 4
GENERAL TERMS AND CONDITIONS 8
MINIMUM SPECIFICATIONS 19
BID SCHEDULE 21
BID ACKNOWLEDGEMENT FORM 23
REQUIRED DOCUMENTS CHECKLIST AND ATTACHMENTS 24
Page 3 of 42
Revised 10/23/2018 P&C
INVITATION TO BID OVERVIEW
A. PURPOSE:
DeKalb County Government (the County) is soliciting bids for ITB No. 20-101231 Disaster Recovery and
Sewage Cleaning Services (Annual Contract with 2 Options to Renew) from responsible bidders.
B. GENERAL INFORMATION:
1. BID TIMETABLE:
The anticipated schedule for the bid process is as follows:
Date Issued:
Mandatory DeKalb First LSBE Meeting:
(Bidders must attend 1 meeting on either
of the dates listed.)
4572 Memorial Drive, Decatur, Georgia 30032 Main
Conference Room - A
Pre-Bid Conference and Site Visit:
Deadline for Submission of Questions:
Bid Opening:
Price Schedule Opening:
Bids Valid Until:
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, March 18, 2020.
***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***
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 Angel Frazier, 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 404-371-0814 or via email at amfrazier@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 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
Page 4 of 42
Revised 10/23/2018 P&C
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 “March 11, 2020.
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.
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.
Page 5 of 42
Revised 10/23/2018 P&C
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.
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. Price Schedule openings shall be conducted in the Department of Purchasing and Contracting three
(3) to five (5) days after the bid opening. Only the Price Schedules of responsive bidders shall be
opened. The County reserves the right to decide which bid(s) will be deemed responsive and said
determination shall be made in accordance with the requirements stated in this solicitation.
12. 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-
Page 6 of 42
Revised 10/23/2018 P&C
subcontractor’s current and continuing compliance with O.C.G.A. §13-10-91 throughout the
contract term.
13. 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 our LSBE Program representatives, at DekalbFirstLSBE@dekalbcountyga.gov or
(404) 371-4770.
14. 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 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.
15. 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.
Page 7 of 42
Revised 10/23/2018 P&C
16. Required Signatures
Bids must be signed by an officer or agent of the firm having the authority to execute contracts.
17. 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.
18. Business License
Bidders shall submit a copy of its current, valid business license with its 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.
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.
20-101231 Disaster Recovery and Sewage Cleaning Services 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).
Page 8 of 42
Revised 10/23/2018 P&C
2. The intent of this bid is to make an all-award; however, the County reserves the right to award by
line item or multiple awards. 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.
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 Bidder’s accepted bid; and the County’s ITB.
B. The Bidder’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 24 hours upon request. The contractor
must meet on site within two (2) hours of the service call.
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-
Page 9 of 42
Revised 10/23/2018 P&C
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.
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:
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
Page 10 of 42
Revised 10/23/2018 P&C
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.
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
its 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
Page 11 of 42
Revised 10/23/2018 P&C
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.
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. A copy of the original invoice(s) must be submitted to the department requesting
services.
Department of Watershed Management
1580 Roadhaven Drive
Stone Mountain, GA 30083
Page 12 of 42
Revised 10/23/2018 P&C
Facilities Management Department
1300 Commerce Dr. 3
rd
Floor
Decatur, GA 30030
b. 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. 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
Page 13 of 42
Revised 10/23/2018 P&C
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
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.
Page 14 of 42
Revised 10/23/2018 P&C
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 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
Page 15 of 42
Revised 10/23/2018 P&C
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, 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.
Page 16 of 42
Revised 10/23/2018 P&C
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 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.
Page 17 of 42
Revised 10/23/2018 P&C
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 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
Page 18 of 42
Revised 10/23/2018 P&C
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.
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 19 of 42
Revised 10/23/2018 P&C
MINIMUM SPECIFICATIONS
INDICATE
YES / NO
1. Contractor must provide jpeg photos of each job. Photos must be Digital on a disc. ________________
2. Contractor must provide satisfaction certificate within three (3) days of the ________________
completion of the job.
3. Contractor must be able to perform moisture monitoring at a level appropriate for
the individual job. ________________
4. Contractor must be able to respond to emergency calls within (2) Two hours,
Twenty Four (24) hours a day, Seven (7) days a week, Three Hundred Sixty Five
(365) days a year for Watershed Management. ________________
5. Contractor must be able to respond to emergency calls with 45 minutes,
Twenty-Four (24) hours a day, Seven (7) days a week, Three Hundred Sixty
Five (365) days a year for Facilities Management.
_______________
6. Contractor must provide DeKalb County with a live Twenty Four (24) hour
answering service with e-mail capabilities. ________________
7. Contractor must be able to legally dispose of contaminated items and debris. ________________
8. Contractor must have sufficient personnel and equipment to perform multiple
jobs at multiple DeKalb County locations simultaneously. ________________
9. Contractor must be National Association for Moisture Management certified
in mold /asbestos remediation and possess all necessary equipment to
perform remediation, Contractor must provide a copy of the certification
with bid. ________________
10. Contractor must be Institute of Inspection Cleaning & Restoration Certified
(IICRC) and Contractor must provide a copy of the
certification with bid. ________________
11. Contractor must be able to pack, move and store any customer contents/belongings
in a company owned and insured facility (warehouse) for cleaning and/or repair. ________________
12. Contractor must sign County Asbestos Release. ________________
13. Contractor must be able to perform both residential/commercial services. ________________
14. Contractor must be certified as a plumber provider. Contractor must
provide a copy of certification with bid. ________________
15. Contractor must be certified as a HVAC provider. Contractor must
provide a copy of certification with bid. ________________
Page 20 of 42
Revised 10/23/2018 P&C
OTHER REQUIREMENTS
To be considered for selection, the service providers must be able to meet the following
minimum requirements:
INDICATE
YES / NO
1. Contractor will furnish all transportation, insurance, materials, parts, supplies,
machinery, testing apparatus, equipment, labor, project management, engineering,
technical knowledge, expertise, and all things necessary to provide disaster
recovery and sewage cleaning services. ______________
2. Contractor cost shall include/reflect all necessary items needed to complete water
extraction. _____________
3. Contractor shall be responsible for all maintenance and repair of rental equipment
listed in the price schedule. _____________
4. Service calls should be referred to as pricing structure that charges a single fixed
fee for a service call not accepted by the customer or the customer has already
called another company to render the service.
_____________
5. Contractor shall make every effort to minimize the down-time of equipment and
services which impact the operation to provide disaster recovery and sewage
cleaning services. _____________
6. Contractor shall thoroughly complete each task in a professional and workmanlike
manner. ______________
7. Contractor
must have a clean appearance. ______________
8. Contractor must wear shirts with the company’s logo. ______________
9. Contractor must
have logo located on company vehicles ______________
10. Contractor must be able to work around the clock in a continuous cycle until _______
the project is completed, or the emergency component of the project has been
mitigated or satisfied.
11. The emergency board up fee is used on sites where either windows, doors, or ______
other areas of a structure or building have been damaged, broken out, or are
otherwise missing and there is a need to have these areas closed up with
wood or other durable materials in an effort to secure the area in an emergency
situation.
12. Business hours are defined as Monday- Friday 8:00AM-5:00PM, after hours are defined as
Monday-Friday after 5:00PM, and weekend hours are defined as Friday after 5:00PM until
Monday 8AM.
Page 21 of 42
Revised 10/23/2018 P&C
***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.***
PRICE SCHEDULE
ITEM
NO.
COMMODITIES OR SERVICES
AMOUNT
1.
Black Water (Sewage) Extraction per Square Foot.
$ ___________________
2.
Clear Water Extraction per Square Foot.
$ ___________________
3.
Treatment (Fungicide/Antimicrobial) per Square Foot.
$ ___________________
4.
Carpet/pad removal per Square Foot.
$ ___________________
5.
Carpet Cleaning per Square Foot.
$ ___________________
6.
Baseboard Cleaning per Linear Foot.
$ ___________________
7.
Vinyl/Tile removal per Square Foot.
$ ___________________
8.
Asbestos removal per Square Foot.
$ ___________________
9.
Furniture Clearing per Hour.
$ ___________________
10.
Miscellaneous Labor per Hour.
$ ___________________
11.
Move/Block Furniture per Hour.
$ ___________________
12.
Cleaning Surfaces per Square Foot.
$ ___________________
13.
Rental of Fans per 24 Hour Day.
$ ___________________
14.
Plumbing per Hour.
$ ___________________
15.
Rental of Dehumidifiers per 24 Hour Day.
$ ___________________
Page 22 of 42
Revised 10/23/2018 P&C
16.
Rental of Air Scrubber per 24 Hour Day.
$ ___________________
17.
Disposal Fee.
$ ___________________
18.
Service Call Charges. (See Other Requirements # 4).
$ ___________________
19.
Trip Charge.
$ ___________________
20.
Cost per Hour HVAC Repair.
$ ___________________
21.
Cost per Hour Plumbing.
$ ___________________
22.
Cost for Storage per 24 Hour Day.
$ ___________________
23.
Parts and Material Cost: Bidder state percentage above
invoice cost for parts and materials required.
$ ___________________
24.
Emergency Board Up Fee. (See specs for description)
$ ___________________
25.
Emergencies During Business Hours
$ ___________________
26.
Emergencies During Weekends
$ ___________________
27.
Emergencies After Hours
$ ___________________
Page 23 of 42
Revised 10/23/2018 P&C
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 24 of 42
Revised 10/23/2018 P&C
ATTACHMENT A
REQUIRED DOCUMENTS CHECKLIST
Bidder shall complete and submit the following documents with their bid:
Bid Page No. Title
Check This Box If
Included With Bid
23 Bid Acknowledgement Form*
24 Required Documents Checklist
25 Contractor Reference and Release Form*
26 Subcontractor Reference and Release Form, if applicable**
28 Contractor Affidavit*
29 Subcontractor Affidavit, if applicable**
30-38 LSBE - Exhibits A and/or B of Attachment G*
39 First Source Jobs Acknowledgement Form
40 New Employee Tracking Form
*If these mandatory forms are not completed and submitted with the bid, the bidder will be
deemed non-responsive.
**These forms are applicable if a subcontractor will be utilized to fulfill the requirements of
this contract. If these forms are applicable, they must be completed and submitted along with
the bid. Failure to submit these forms, if applicable, will result in the bidder being deemed
non-responsive.
I, the undersigned, acknowledge that I have included the requested documents as listed above.
Printed Name Signature
Page 25 of 42
Revised 10/23/2018 P&C
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 26 of 42
Revised 10/23/2018 P&C
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 ____________________
Page 27 of 42
Revised 10/23/2018 P&C
ATTACHMENT D
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 28 of 42
Revised 10/23/2018 P&C
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: ______________________________
Page 29 of 42
Revised 10/23/2018 P&C
ATTACHMENT F
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 30 of 42
Revised 10/23/2018 P&C
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
Page 31 of 42
Revised 10/23/2018 P&C
(20%) of the total contract award will be performed by a certified LSBE. This written documentation shall be in
the form of a 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 32 of 42
Revised 10/23/2018 P&C
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: 20-101231
TITLE OF UNIT OF WORK Disaster Recovery and Sewage Cleaning Services
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 33 of 42
Revised 10/23/2018 P&C
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 34 of 42
Revised 10/23/2018 P&C
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 35 of 42
Revised 10/23/2018 P&C
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 36 of 42
Revised 10/23/2018 P&C
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
click to sign
signature
click to edit
Page 37 of 42
Revised 10/23/2018 P&C
in this Exhibit A, 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 38 of 42
Revised 10/23/2018 P&C
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: 20-101231 ____________
Project Name: Disaster Recovery and Sewage Cleaning Services _______________________________
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 39 of 42
Revised 10/23/2018 P&C
FIRST SOURCE JOBS ORDINANCE INFORMATION
(WITH EXHIBITS 1 – 4)
EXHIBIT 1
FIRST SOURCE JOBS ORDINANCE ACKNOWLEDGEMENT
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, (404)687-3900 or email to fkadkins@dekalbcountyga.gov,
malee@dekalbcountyga.gov, vlnicksion@dekalbcountyga.gov, or jmjones@dekalbcountyga.gov
WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to
individuals with disabilities. Persons with hearing impairments may call 1-800-255-0135 or 711 TTY for assistance. WSD is
100% funded by the U. S. Department of Labor and is a proud partner of the American Job Center Network. Revised March 2018
Page 40 of 42
Revised 10/23/2018 P&C
FIRST SOURCE JOBS ORDINANCE INFORMATION
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 41 of 42
Revised 10/23/2018 P&C
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 42 of 42
Revised 10/23/2018 P&C
FIRST SOURCE JOBS ORDINANCE INFORMATION
EXHIBIT 4
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