SLED Opportunity · GEORGIA · COUNTY OF DEKALB, GA

    Landscape Maintenance for Public Grounds (Annual Contract with 2 Options to Renew)

    Issued by County of DeKalb, GA
    countyRFQCounty of DeKalb, GASol. 210742
    Closed
    STATUS
    Closed
    due Feb 25, 2026
    PUBLISHED
    Nov 24, 2025
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    County of DeKalb, GA seeks bids for annual landscape maintenance of public grounds including mowing, pruning, fertilizing, irrigation repair, and more. Bids due by 3 PM ET on Feb 25, 2026 via the county's eProcurement portal.

    Opportunity details

    Solicitation No.
    210742
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    November 24, 2025
    Due Date
    February 25, 2026
    NAICS Code
    561730AI guide
    State
    Georgia
    Agency
    County of DeKalb, GA

    Description

    The County of DeKalb, GA (the "County"), is soliciting sealed Bids for Landscape Maintenance for Public Grounds (Annual Contract with 2 Options to Renew). Bids are to be submitted via the County's eProcurement Portal via https://procurement.opengov.com/portal/dekalbcountyga PRIOR TO 3:00 pm on Wednesday, April 29, 2026. Late Bids will not be accepted.

    Project work includes but is not limited to, landscape and grounds maintenance activities such as mowing, line trimming, edging, aerating, de-thatching, litter and debris removal, fertilizer and lime application, tree and shrub care (including pruning and selective removal), weed and invasive plant control, insect and disease management, herbicide application (pre- and post-emergence), watering, minor planting operations (including bedding plants and a limited number of trees and shrubs), pressure cleaning, irrigation maintenance and repair, mulching, soil testing, minor maintenance and repair, and site clean-up.

    Project Details

    • Reference ID: 2025-152-ITB
    • Department: Purchasing and Contracting
    • Department Head: Michelle Butler (Chief Procurement Officer)

    Important Dates

    • Questions Due: 2025-12-19T22:00:00.000Z
    • Pre-Proposal Meeting: 2025-12-08T15:00:00.000Z — https://teams.microsoft.com/l/meetup-join/19%3ameeting_NmNhMTA2MzAtMjI2MC00ZjY3LWIyZjItMjRmOGVjMzYwNmE3%40thread.v2/0?context=%7b%22Tid%22%3a%22292d5527-abff-45ff-bc92-b1db1037607b%22%2c%22Oid%22%3a%22f9c5904c-cb44-42bc-92a5-51bf71a5bf89%22%7d

    Meetings & Milestones

    EventDateLocation
    Mandatory DeKalb LSBE Meeting (Bidders must attend 1 meeting on either of the dates listed in person or via video conference.): *(attendance required)*For attendance instructions utilize the following link: www.dekalbcountyga.gov/purchasing-contracting/general-information (Meetings are held at 10:00 a.m. and 2:00 p.m.) NOTE: For the November 25, 2025, attendees may elect to attend in person. Meeting(s) will be held at the DeKalb County Library Administrative Center, 3560 Kensington Rd., Decatur, GA 30032.
    Mandatory Site Visit *(attendance required)*2025-12-15T18:00:56.823ZCallanwolde Fine Arts Center, 980 Briarcliff Road, Atlanta, GA

    Addenda

    • Addendum #1 (released 2025-12-06T00:13:25.956Z) —

      Pursuant to DeKalb County Solicitation 2025-152-ITB, Landscape Maintenance for Public Grounds (Annual Contract with 2 Options to Renew), Addendum No. 1 has been issued to remind bidders of the Mandatory Pre-Solicitation Meeting and the Mandatory RPCA site visit scheduled for Tuesday, December 9, 2025, at 1:00 p.m.

    • Official Notice #1: 2025-152-ITB Mandatory Pre-Bid Meeting Attendance Sheet (released 2025-12-17T15:32:29.202Z) —

      Pursuant to DeKalb County Solicitation 2025-152-ITB, Landscape Maintenance for Public Grounds (Annual Contract with two options to renew), Addendum No. 3 has been issued. The Mandatory Pre-Bid Meeting Attendance Sheet is now available for download.

    • Addendum #2 (released 2025-12-08T13:50:10.901Z) —

      Addendum 2 - Rescheduling of Mandatory Site Visit

    • Addendum #3 (released 2025-12-10T19:26:04.929Z) —

      Pursuant to DeKalb County Solicitation 2025-152-ITB, Landscape Maintenance for Public Grounds (Annual Contract with 2 Options to Renew), Addendum No. 3 has been issued to schedule the Mandatory RPCA site visit scheduled for Monday, December 15, 2025, at 1:00 p.m. 

    • Addendum #4 (released 2025-12-17T18:10:13.782Z) —

      Question Submission Deadline Extended.  All Questions must be submitted through the Question & Answer tab of the solicitation.

    • Addendum #5 (released 2026-01-22T16:36:41.481Z) —

      Pursuant to DeKalb County Solicitation No. 2025-152-ITB, Landscape Maintenance for Public Grounds (Annual Contract with Two Options to Renew), Addendum No. 5 has been issued. The response submission due date has been extended. Submissions are now due Thursday, February 5, 2026, at 3:00 PM.

    • Addendum #6 (released 2026-02-03T20:29:54.920Z) —

      Addendum No. 6 - Bid Extension to Wednesday, February 25, 2026

    • Addendum #7 (released 2026-02-24T21:25:31.310Z) —

      Pursuant to DeKalb County Solicitation No. 2025-152-ITB, Landscape Maintenance for Public Grounds (Annual Contract with Two Options to Renew), Addendum No. 5 has been issued. The Bid Submission due date has been EXTENDED. Submissions are now due Wednesday, March 18, 2026, at 3:00 PM.

    • Addendum #8 (released 2026-03-18T12:35:07.124Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #9 (released 2026-04-07T20:03:56.138Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • GENERAL REQUIREMENTS:
      1. General Description The Contractor shall provide all labor, materials, equipment, supervision, transportation, fuel, and supplies necessary to perform comprehensive landscape and grounds maintenance services for designated County properties.

      2. Scope of Services 
        The Contractor shall perform, but not be limited to, the following services: mowing, line trimming, edging, aerating, de-thatching, litter and debris removal, fertilizer and lime application, tree and shrub pruning and selective removal, weed and exotic pest plant removal, insect and disease control, herbicide application (pre- and post-emergent), watering, minor planting operations (including bedding plants and limited trees and shrubs), pressure cleaning, irrigation system maintenance and repair, mulching, soil testing, and site clean-up.

      3. Performance Standards
        The Contractor shall perform mowing and landscape maintenance using appropriate equipment such as tractors, small machine mowers, edgers, and weed eaters, in combination with hand labor. All work shall be conducted safely, efficiently, and in accordance with professional horticultural standards.

      4. Equipment And Operations
        The Contractor shall furnish a complete list of all equipment to be utilized (as required on Attachment “B” of the Bid). All equipment shall be fully operational, comply with state safety regulations, and be operated by qualified personnel.

      5. Use of Other County Contracts
        The Contractor shall acknowledge that other County contract(s) may be utilized as a supplement to enhance or support the services provided under this Contract. Such supplemental contracts are intended to assist in delivering efficient, high-quality services to the citizens of DeKalb County. The Contractor shall cooperate fully with any entities performing work under these Supplemental Contracts to ensure coordination, avoid duplication of effort, and maintain consistent service standards across all County-maintained sites.

      6. Alternate Volume Pricing
        The Contractor shall provide “Alternate Volume Pricing” in the Price Schedule. This pricing shall apply in the event that additional sites are added to the contract after the initial award. The Contractor shall ensure that the pricing submitted is accurate, reflective of all anticipated costs, and capable of being applied to any newly added sites without renegotiation.

      7. Site Contract and Coordination
        The Contractor shall contact the assigned Supervisor/Inspector within ten (10) business days after receiving the Notice to Proceed. The Contractor shall verify the specific areas to be maintained as described in this solicitation and coordinate with the Supervisor/Inspector to ensure proper understanding of site boundaries, access points, and any special instructions prior to commencing work.
      8. Site Verification and Assessment 

      The Contractor shall verify the volume of mowing and other landscape maintenance required for all specified areas. The Contractor shall inspect each site to become fully familiar with site conditions, including terrain, accessibility, and vegetation type. The Contractor shall determine the effort, equipment, and personnel necessary to perform the work effectively prior to submitting a Bid. The Contractor shall perform all work in accordance with the Specifications described in the subsequent service sections. 

       

       

    • CONFLICT

      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 Response; and the County’s ITB.

    • PURPOSE

      DeKalb County Government (the County) is soliciting bids for ITB No. 2025-152-ITB Landscape Maintenance for Public Grounds (Annual Contract with 2 Options to Renew) from responsible bidders.  The Contractor shall perform, but not be limited to, the following services: mowing, line trimming, edging, aerating, de-thatching, litter and debris removal, fertilizer and lime application, tree and shrub pruning and selective removal, weed and exotic pest plant removal, insect and disease control, herbicide application (pre- and post-emergent), watering, minor planting operations (including bedding plants and limited trees and shrubs), pressure cleaning, irrigation system maintenance and repair, mulching, soil testing, and site clean-up. 

    • SCOPE OF WORK AND RESPONSIBILITIES

      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.

    • SITE CATEGORIES AND BASIS FOR BIDDING:

      The Contractor shall perform mowing, litter and trash removal, string trimming, and edging as the primary services for Bid evaluation purposes, and shall perform all other services as additional work, compensated according to the unit pricing identified for each site. The Contractor shall be prepared to add or eliminate any service at any site as requested by the County during the contract term and shall provide services in accordance with the established site categories and their typical service requirements. 

      1. Category I – Public Ground Sites 

      The Contractor shall provide services at Public Ground Sites (Category I), including mowing, string trimming, edging, litter pickup and trash removal, blowing, herbicide application, aeration, fertilization, landscape maintenance, installation of annuals, maintenance of nature trails and naturalized areas, ice and snow removal, and support for special events where applicable.

      1. Category II – Radio Tower Sites 
        The Contractor shall provide services at Radio Tower Sites (Category II), including mowing, string trimming, edging, litter and trash removal, blowing, and landscape maintenance.

      1. Category III – Fire Stations 
        The Contractor shall provide services at Fire Stations (Category III), including mowing, string trimming, edging, litter and trash removal, blowing, herbicide applications, aeration, fertilization, landscape maintenance, installation of annuals, maintenance of nature trails and naturalized areas, ice and snow removal, and support for special events as applicable.

      1. Category IV – Sanitation Sites 
        The Contractor shall provide services at Sanitation Sites (Category IV), including mowing, litter and trash removal, blowing, and landscape maintenance. 

      2. Category V - Recreation, Parks and Cultural Affairs:  

        The Contractor shall provide services at Fire Stations (Category IV), including, but not limited to, landscape and grounds maintenance such as mowing, line trimming, edging, aerating, de-thatching, litter and debris removal, fertilizer and lime application, tree and shrub care (including pruning and selective removal), weed and invasive plant control, insect and disease management, herbicide application (pre- and post-emergence), watering, minor planting operations (including bedding plants and a limited number of trees and shrubs), pressure cleaning, irrigation maintenance and repair, mulching, minor maintenance and repair, soil testing, and site clean-up.

    • GENERAL INFORMATION

      Sealed bids are to be submitted via the County's eProcurement Portal at https://procurement.opengov.com/portal/dekalbcountyga not later than 3:00 pm on Wednesday, April 29, 2026.

      ***PRICE SCHEDULE MUST BE SUBMITTED SEPARATELY OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD***

      Any pricing included in the bid package (original or copies) will cause the bidder to be deemed non-responsive.

      QUESTIONS/EXCEPTIONS:

      All requests must be in writing. Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation to Bid, bidder instructions, general terms and conditions, insurance requirements, drawings, scope/specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. If any statement in the bidding documents, specifications, plans, etc., appear ambiguous to the Bidder or if the Bidder would like to submit exceptions to general terms and conditions or insurance requirements for consideration, 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 on Friday, December 19, 2025.

      TERM

      Annual with Options to Renew. See GENERAL TERMS & CONDITIONS section for details.

      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 eProcurement Portal, https://procurement.opengov.com/portal/dekalbcountyga. Bidder should regularly check the Portal for addenda.

      REFERENCES:

      Bidder shall provide three (3) references for projects similar in size and scope within the last four (4) years, to the project specified herein using the Reference and Release Form in the VENDOR QUESTIONNAIRE. Each reference must include project name and location, project description, and the reference contact person who has direct knowledge of the services, a current telephone number and email address. The ineffectiveness of contact information and/or the reference’s lack of responsiveness may result in being deemed non-responsible.

    • DESCRIPTION OF SERVICES

      The Contractor shall perform mowing and landscape maintenance using appropriate equipment such as tractors, small machine mowers, edgers, and weed eaters, in combination with hand labor. All work shall be conducted safely, efficiently, and in accordance with professional horticultural standards. 

      1. Mowing 

      The Contractor shall mow all turf areas to a uniform height appropriate for the specific grass type, ensuring clean, even cuts. The Contractor shall alternate mowing patterns to prevent ruts, sharpen mower blades weekly, and remove or re-mow heavy clippings. All sidewalks, roads, and surrounding areas shall be kept free of debris and grass clippings.

      1. String Trimming 

      The Contractor shall perform string trimming on all areas that cannot be reached by mowing equipment, ensuring that trimmed turf matches the height of the surrounding mowed areas. The Contractor shall not use chemical applications as a substitute for string trimming in lawn areas. The Contractor shall trim areas inaccessible by mower to the same height as adjacent turf. Chemical application shall not replace trimming.

      1. Edging 

      The Contractor shall edge all turf areas along curbs, sidewalks, and plant bed areas using a metal blade edger, following the specified maintenance frequency of weekly, every ten (10) days, or monthly.

      1. Litter Pickup and Trash Removal 

      The Contractor shall pick up and remove all trash, paper, glass, debris, tree limbs (3” caliper and under), and other litter from the site prior to mowing on each scheduled visit, regardless of the amount of mowing required. The Contractor shall ensure proper disposal of all collected litter, including litter accumulated in curbs at roadside sites and parking lots, following the specified maintenance frequency of weekly, every ten (10 days), or monthly during the summer season.

      1. Blowing 

      The Contractor shall blow all curbs, sidewalks, parking lots, and roadways immediately after mowing, edging, and trimming to remove trash and grass cuttings. The Contractor shall ensure that all grass clippings left on sidewalks, shelters, streets, or other hard surfaces are either blown back into turf areas or raked, bagged, and removed from the site. Grass clippings shall be kept out of streets, gutters, and storm drains. Maintenance shall be performed according to the specified frequency of weekly, every ten (10) days, or monthly.

      1. Herbicide Application 

      The Contractor shall apply herbicides (e.g., Garlon 4 Ultra or equal) to control unwanted vegetation. Applications shall comply with label directions and state pesticide regulations. Any plant damage caused by negligence shall be corrected at the Contractor’s expense.

      1. Aeration 

      The Contractor shall perform aeration on areas identified prior to work. Aeration shall be done using a hollow tine to a depth of two to three inches, and each area shall be covered at least twice in perpendicular patterns. Initial aeration shall be performed in the spring or fall, depending on the grass type, in conjunction with thatch removal and pre-emergent practices. The Contractor shall aerate heavily compacted areas as required during the growing season, avoiding aeration under wet soil conditions. If soil is too dry, the Contractor shall water the area prior to aeration. All irrigation system components or areas susceptible to equipment damage shall be clearly marked before aeration begins.

      1. Fertilization 

      The Contractor shall perform fertilization on areas identified prior to work. The Contractor shall supply and apply all fertilizers according to the square footage, type of turf, and recommended rates determined by soil tests.

      Application rate Per* 

       

      1,000 sq. ft. 

      100 sq. ft. 

      10 sq. ft. 

      Source 

      LBS 

      Cups 

      LBS 

      Cups 

      Tablespoons 

      10-10-10 

      10 

      20 

      1 

      2 

      4 

      8-8-8 

      12.5 

      25 

      1.2 

      2.5 

      5 

      13-13-13 

      12.5 

      25 

      1.2 

      2.5 

      5 

      12-3-6 

      8 

      16 

      0.75 

      1.5 

      3 

      12-4-8 

      8 

      16 

      0.75 

      1.5 

      3 

      12-6-6 

      8 

      16 

      0.75 

      1.5 

      3 

      12-6-6 

      8 

      16 

      0.75 

      1.5 

      3 

      16-4-8 

      6 

      12 

      0.75 

      1.0 

      2 

      4-12-12 

      25 

      50 

      2.5 

      5 

      10 

      5-10-10 

      20 

      40 

      2 

      4 

      8 

      Note: 

      *The Contractor shall apply fertilizer at a rate that supplies 1 pound of actual nitrogen per 1,000 square feet for optimal growth of young shrubs, ground covers, and trees, with 3 to 6 applications recommended at 4-to-6-week intervals from March through August.  

      The Contractor shall provide 1 to 2 applications for established trees and shrubs during the growing season. Annual flowers and roses shall receive monthly applications from March through August. For volume measurement purposes, the Contractor shall assume that 2 cups of dry granular fertilizer generally weigh 1 pound.

      1. Landscape Maintenance 

        1. The Contractor shall perform landscape maintenance on a weekly, every 10-day, or monthly basis, depending on the site schedule. The Contractor shall prune all trees at sites bordering walkways, pavilions, parking areas, or other pedestrian traffic areas to a minimum height of 7 feet to ensure eye-level safety, following ANSI A-300 pruning standards. The Contractor shall remove all suckering growth, dead, broken, diseased, or crossing branches on trees under 4” caliper and ensure tree and shrub growth does not interfere with gutters, facilities, site lighting, security cameras, signage, fire hydrants, walls, walkways, driveways, or fences.
        2. The Contractor shall trim all shrubs to maintain a safe and aesthetically pleasing appearance according to ANSI A-300 standards, disposing of trimmings so they do not clutter beds, curbs, sidewalks, or hedges. Shrubs around administrative buildings, libraries, fire stations, and health departments shall be kept below windowsill height and shall not touch building walls, while all other hedges and shrubs shall be maintained as designed or as directed by the County.
        3. The Contractor shall apply cypress or premium hardwood mulch at a depth of 3 inches to all landscape beds and tree bases at public ground sites three times per year—in February, June, and October—and shall not use pine bark nuggets. The Contractor shall pick up and remove all leaves and debris from bedded/landscaped areas and parking lots starting in the Fall and continue this service per the site schedule until leaves cease falling.
        4.  Additionally, the Contractor shall prevent vines such as kudzu, poison ivy, and wisteria from climbing trees, and shall perform insect and disease control on trees and shrubs when requested by the Department, with any additional costs addressed separately.
      1. Installation of Annual 

        1. The Contractor shall install annual flowers twice yearly at select sites, with summer plantings occurring between April 15 and May 15, and winter plantings between September 15 and October 15. The Contractor shall provide recommendations for flower selection and the number of flats for each bed, subject to final approval by the Department.
        2. The Contractor shall clear all previous plant material and weeds, till the soil, and prepare the beds prior to installation. Following planting, the Contractor shall fertilize the beds and apply a pre-emergent weed suppressant. The Contractor shall perform weekly hand weeding and debris removal to ensure beds remain free of weeds, leaves, and other debris, and shall rake beds as needed to maintain a clean and attractive appearance.
        3. The Contractor shall annually replace the top 4 inches of soil in the beds with new topsoil. The Contractor shall ensure that irrigation systems and hardscape features are returned to their original condition, and any damage to irrigation or hardscape during the soil replacement or bed preparation shall be repaired at the Contractor’s expense.
      1. Nature Trails/Naturalized Areas 

        1. The Contractor shall maintain all existing nature trails and naturalized areas accessible to the public and County employees. The Contractor shall apply suitable mulch along trails, maintaining a clearance of five feet on either side, and shall keep trails and surrounding areas free of fallen limbs, trees, and other plant debris. The Contractor shall remove poison ivy, poison oak, sumac, brambles, and other hazardous vegetation from areas accessible to pedestrian traffic.
        2. The Contractor shall perform thinning of existing plant material where required based on individual site needs and shall implement control measures for biting or stinging insects as necessary.
        3. Note: The Contractor shall obtain prior approval from the County before making any changes to existing landscape features.
      2. Ice and Snow Removal
        The Contractor shall clear all public ground sites around recreation centers that are subject to pedestrian traffic of ice and snow before normal operating hours. The Contractor shall monitor all sites to prevent re-freezing and shall take precautions to minimize damage to landscape plants during ice and snow removal. Special precautions shall be taken to protect tree root systems from damage. The Contractor shall use only Calcium Chloride or an approved substitute for de-icing, and any sand or debris resulting from the removal process shall be collected and disposed of at the Contractor’s expense.
      3. Special Events

      The Contractor shall perform all necessary maintenance practices prior to special events, including government functions, dedications, memorials, concerts, weddings, and similar activities, with an emphasis on maintaining the overall aesthetic appearance and cleanliness of the facility. The Contractor shall take special care to prevent damage to property and ensure the safety of the public. The Contractor shall also promptly address all immediate site maintenance needs following the event, including the removal of trash and debris, irrigation adjustments, mulching, and any other required tasks. 

    • 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.

    • 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.

    • 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.

    • MAINTENANCE CYCLES AND OPERATIONAL GUIDELINES
      1. Seasonal Cycles

        1. The Contractor shall follow County-defined maintenance seasons, which include Spring/Summer from March through October and Fall/Winter from November through February, ensuring that all services are performed according to the seasonal schedule and frequency established for each site.

        2. Spring/Summer: March–October  

          Fall/Winter: November–February  

        3. The Contractor shall maintain each site according to the frequency specified on the Price Schedule, whether weekly or every 10 days, and shall continue this schedule until the season changes. The Spring/Summer schedule begins the first week of March, and the Fall/Winter schedule begins the first week of November. For sites scheduled every 10 days, maintenance shall occur on either the first and third weeks or the second and fourth weeks of each month; in months with five weeks, sites on the first and third-week schedule shall also be maintained during the fifth week.

        4. For sites maintained weekly, the Contractor shall provide services during the first through fourth weeks and, if necessary, the fifth week of each month. During the Fall/Winter schedule., if a site is maintained monthly, the Contractor shall select and follow a consistent week—first, second, third, or fourth—for performing the maintenance.

      1. Operational Guidelines 

        1. The Contractor is required to maintain ongoing coordination with the Department, with either party able to request a conference or quarterly meeting, to be scheduled within the same working week of the request. Prior to the start of each seasonal cycle, the Contractor must submit a work schedule indicating whether sites will be maintained on the 1st and 3rd (and possibly 5th) week or the 2nd and 4th week of each month. Any schedule changes must be submitted in writing for approval within 24 hours, except in cases of inclement weather, with approvals considered on a case-by-case basis.

        2. A Maintenance Schedule, based on the Price Schedule listings, must be submitted to each department by the third Friday of the month for inspection purposes. Department inspections will occur on Thursday, Friday, and Monday for sites maintained on Saturdays. If an Unsatisfactory Site Inspection is reported, the Contractor must correct deficiencies within seven (7) business days. Should the deficiency persist for more than thirty (30) days, the Department reserves the right to reassign the site or zone to another Contractor.

        3. If County operations, other contractors, or temporary weather conditions prevent mowing during a scheduled cycle, the Department may require the Contractor to perform the work later in the cycle without penalty. Areas saturated with standing water that would be damaged by equipment must be reported immediately; the Department will direct mowing during subsequent cycles.

        4. When mowing within ten (10) feet of travel ways, equipment must operate in the direction of traffic, unless protected by flagmen and warning signs in accordance with the Manual on Uniform Traffic Control Devices. Areas maintained by adjacent landowners must be avoided, either by raising the mowing deck, bypassing the area to prevent damage, or driving on the road.

        5. The Contractor is responsible for mowing within two (2) feet of routine objects (e.g., signs, mailboxes, guard rails, phone boxes) and must use string trimmers to ensure vegetation is cut to the same grade as surrounding turf. Operations must not cause rutting or damage to ditch slopes; the Contractor is solely responsible for repairs, and the County may require hand mowing if rutting occurs.

        6. When mowing equipment must cross bridges with full-width shoulders, crossings should be made on the shoulder, with extreme care and minimal crossings. Equipment storage or servicing on County property is prohibited.

        7. For delays caused by unforeseeable events beyond the Contractor’s control—not due to the Contractor’s fault or neglect, including acts of God, government actions, fires, floods, discovery of hazardous materials, utility conflicts, epidemics, quarantine, strikes, or lockouts—the Contractor must notify the Department immediately by telephone and in writing within two (2) business days of the delay’s commencement. Failure to notify will waive any right to request a time extension.

      1. Maintenance of Traffic (MOT) 

        1. The Contractor shall be responsible for all Maintenance of Traffic (MOT) wherever required, and all associated costs must be included in the bid price. MOT must comply with the Georgia Department of Transportation (GDOT) most current editions of Construction Standards and Details for design, construction, and maintained systems, as well as the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways. These documents are available online via the GDOT website: www.dot.ga.gov.

        2. Compliance includes providing proper signs, qualified flagmen, barricades, and any other necessary traffic control measures. Failure to comply may result in the County directing the Contractor to cease operations until deficiencies are corrected. No road closures are allowed except in emergencies, and all lane closures require prior written approval from the Department. These requirements represent minimum standards; the Contractor remains fully responsible for providing adequate traffic control devices to ensure the safety of the public and employees throughout the work area.

        3. Work must be performed in a manner that does not unnecessarily interfere with pedestrian or vehicle traffic, nor obstruct access to public or private roads, footpaths, or properties. If temporary traffic signals or illuminated signs are required, the Contractor is responsible for providing and maintaining them. 

    • WARRANTY AND/OR GUARANTY:

      The bidder will state in the VENDOR QUESTIONNAIRE 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.

    • SAMPLES & TESTING:

      Samples of items, when required, must be submitted within the time specified, and unless otherwise specified by the County, at no expense to the County. If not destroyed by testing, samples will be returned at bidder's request and expense, unless otherwise specified by the Invitation to Bid. Since tests may require several days for completion, the County reserves the right to use a portion of any supplies before the results of the tests are known, without prejudice to any final adjustments, rejecting the unused portion of the delivery and payment will be made on an adjusted basis for the used portion. The costs of inspections and tests of any item which fails to meet the advertised specifications shall be borne by the bidder.

    • MOWING EQUIPMENT REQUIREMENTS
        1. The Contractor shall provide sufficient equipment, both in type and quantity, to complete all work satisfactorily within the time frames specified. If the Department determines that the Contractor’s equipment is inadequate to complete the work on schedule, the Contractor must immediately provide additional equipment as directed at no extra cost to the County.

        2. The County reserves the right to inspect all equipment before and during service. Any equipment deemed deficient must be removed from service until corrected to the Department’s satisfaction. Approval or inspection of equipment does not relieve the Contractor of responsibility or liability for injuries, property damage, or failure to meet mowing cycle schedules.

        3. All riding-type mowing equipment operated on roadways must be legally equipped and marked, with the Contractor responsible for ensuring compliance with all applicable laws. Equipment must be in good repair, maintain a clean, sharp cut, and evenly distribute clippings. Mowers must have adjustable cutting heights, and any equipment that damages curbs, pavement, or turf is prohibited.

        4. Protective devices on mower decks must be used to prevent debris from being thrown into traffic, and all manufacturer-installed safety devices must remain in proper working order. Equipment found to be deficient in safety devices must be repaired immediately or removed from service until corrected.

        5. Mowing must be performed at a safe, factory-recommended speed. Excessive speed or abrupt maneuvers that cause damage such as broken irrigation heads, tire marks around trees, torn grass, or rubber marks on concrete will not be tolerated. The Contractor is solely responsible for correcting any such damage at their expense.

        6. Litter Removal Equipment

          1.  The Contractor shall ensure that any equipment or vehicle used to transport litter is designed and constructed to prevent the loss or redistribution of debris along roadways. All open-top carriers must be properly covered and secured with tarpaulins at all times during transport.
          2. The Contractor may submit a written request to the Department for approval to use specialized equipment designed for the mechanized removal of litter and debris. Prior to approval, the Department may require the Contractor to demonstrate, at the Contractor’s expense, that the proposed equipment can achieve satisfactory and high-quality litter removal results.
          3. The Department reserves the right to require additional safety devices or operational precautions specific to the equipment type. Under no circumstances shall equipment that causes damage to curbs, pavement, or turf be used. 
    • MOWER QUALITY AND PERFORMANCE STANDARDS
        1. The Contractor shall ensure that all mowing produces a clean, sharp cut with no streaks, scalping, or uneven surfaces, and that grass clippings are evenly distributed across the mowed area. All debris and litter must be removed prior to mowing. Accumulation or piling of clippings shall not be permitted, and areas of differing widths must transition smoothly to maintain a uniform appearance.
        2. The Department will inspect completed areas for quality and compliance. Any areas deemed unsatisfactory shall be re-mowed at no additional cost to the County, and all corrective mowing must be completed within the same cutting cycle.
        3. County personnel will perform inspections of all sites on Thursdays and Fridays during the same week maintenance is conducted. Performance will be measured against the specifications outlined in this contract. Inspection ratings will be classified as either Satisfactory or Unsatisfactory. A satisfactory rating indicates no further action is needed, while an unsatisfactory rating requires the Contractor to return and correct deficiencies. A site will be rated satisfactory when there is clear evidence of mowing, blowing, string trimming, edging, and litter/trash removal performed that same week.
        4. All additional services must be scheduled in advance and will be compensated only after completion and inspection. The Contractor shall not perform any additional work unless directed by authorized County personnel.
        5. If an Unsatisfactory Site Inspection is reported, the Contractor will be notified via email and must correct all deficiencies within seven (7) business days. If deficiencies persist beyond thirty (30) days, the Department reserves the right to reassign the affected site or zone to another Contractor. 
    • 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.

    • PAYMENT AND ADJUSTMENTS
      1. Additional or Decreased Compensation 

      The Department may authorize additional or decreased compensation at its discretion, subject to County budgetary conditions, for the deletion or addition of sites or for additional work performed by the Contractor.

      1.  Price Adjustment for Deletion of Site(s) 

        1. The County reserves the right to temporarily or permanently delete existing sites and/or services. Deleted sites or services shall be jointly evaluated by the County and Contractor to determine a fair unit cost, based on comparable sites receiving similar services.  If a site is deleted, the Contractor’s corresponding per-service rate for that location shall be removed from subsequent invoices.
        2. The Department shall initiate the above request/action in writing to the Contractor, with a copy of the letter and any/all invoices for invoices for Public Buildings, Facilities Management, 4380 Memorial Drive, Decatur, GA  30032, Invoices for residential lots, medians, cemetery, Beautification Department – Keep DeKalb Beautiful, 4380 Memorial Drive, Decatur, GA  30032. subsequent written correspondence to the Purchasing and Contracting Director. 
      1. Price Adjustments for Addition of Sites 

      The County reserves the right to add new sites to the respective contract(s) and to add services to existing sites as needed.

      1. Evaluation and Cost Determination: 

      All new sites and/or added services shall be jointly evaluated by both the County and the Contractor. A mutually agreed-upon fair unit cost shall be established based on comparable sites receiving similar services or similar services rendered at a comparable site.

      1. Re-Addition of Deleted Sites: 

      Any sites or services previously deleted and later re-added shall be reinstated at the original contract unit cost, plus any applicable index adjustment.

      1. Notification and Documentation: 

      The Department shall initiate the addition request in writing to the Contractor. Copies of all related correspondence and approvals shall also be provided to the Purchasing and Contracting Director.

      1. Development or Improvement of Existing Sites 

      The County reserves the right to develop or improve existing sites. Any additional maintenance or landscaping services required will be mutually evaluated by the County and Contractor to determine a fair unit cost consistent with comparable work.

      1.  Method of Award 

        1. Public ground sites will be awarded individually and/or by zone. Each Bid price must stand alone and not depend on award of another site, zone, or the entire contract. Awards will be based on categories: mowing, litter/trash removal, edging, string trimming, and blowing (see Section 1.0 Description/Scope of Work - A (1)).  
        2. Each zone may consist of multiple site types (e.g., public grounds, fire stations, and radio towers). One Contractor will be assigned per zone, responsible for maintaining that zone within the same week. A County Inspector will evaluate the zone after maintenance completion. Contractors may be awarded multiple zones. 
      1. Contractor Damages
        Any damage caused by the Contractor to County property, including roads, facilities, sewers, utilities, irrigation systems, or vegetation must be repaired by the Contractor at their own expense to the satisfaction of the County.  Failure to repair within three (3) working days after notification will result in: The reassignment of the site or zone to another Contractor, and a deduction from the Contractor’s next invoice equal to the County’s cost of repairs.

      2. Liquidated Damages
        If the Contractor fails to complete required work within the specified cycle or approved extension, the Contractor shall owe the County liquidated damages equal to one-half (½) of the total cost of the unmaintained site(s). Collected damages will cover administrative and re-inspection expenses incurred by the County.

      3. OSHA Compliance
        All products, services, and practices provided must fully comply with the Occupational Safety and Health Act (OSHA) of 1970, as amended. Any fines or penalties for non-compliance shall be borne solely by the Contractor. Failure to comply constitutes a breach of contract.

      4. Fuel Surcharges and Ecological Fees
        The County reserves the right to review and assess any fuel surcharges or ecological fees submitted by the Contractor for approval. 

       

       

    • 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.

    • ANNUAL WITH OPTIONS TO RENEW

      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.

    • QUALIFICATION REQUIREMENTS:

      Parties deemed qualified to service this contract shall be evaluated based on past performance, reliability, and current capacity to furnish all labor, materials, and equipment necessary to successfully meet the provisions of this contract. 

      1. Company Qualifications
        The company shall have been in continuous operation and incorporated in the State of Georgia for a minimum of five (5) years.

        1. The company must provide five (5) commercial references demonstrating successful completion of similar contracts.

        2. The company must employ or retain, under written agreement, a State Certified Commercial Pesticide Applicator (licensed through the Georgia Department of Agriculture).

        3. The company must maintain a drug- and alcohol-free workplace in compliance with applicable state and federal regulations. 

      1. Personnel Requirements and Management 

      The Contractor shall provide qualified managerial personnel with proven communication and organizational skills.

        1. Managers shall be capable of:

          1. Directing all routine maintenance and additional landscape services.

          2. Coordinating scheduling and performance with designated DeKalb County staff.

          3. Conducting regular site inspections to prevent, detect, and correct adverse landscape conditions.

          4. Managers shall use their experience and training to maintain high standards of workmanship, safety, and efficiency throughout all operations.

        2. Technical Services 

      The Contractor shall provide an adequate number of trained, licensed, and experienced personnel in the following specialized service areas: 

          1. Turf maintenance:
            1. Irrigation system maintenance and repair.
            2. Tree and shrub maintenance.
            3. Horticultural pest and disease control.
            4. Additionally, the Contractor shall ensure that a Certified Commercial Pesticide Applicator (licensed through the Georgia Department of Agriculture) is available to oversee and perform all pesticide-related operations.
        1.  Lead Crew Worker 
          1. On-Site Supervision Requirement 
             The Contractor shall maintain a Lead Crew Worker at each site at all times during scheduled maintenance service hours. The Lead Crew Worker must be reachable by pager, two-way radio, or cellular telephone to ensure constant communication with County representatives and Contractor management.
          2. Qualifications and Experience
            The Contractor shall possess:
            1.  Knowledge of horticulture, agronomy, or a related field, or hold a Georgia Certified Landscape Professional (GCLP) designation.
            2. A minimum of two (2) years of field supervisory experience in landscape maintenance or a related industry.
          3. Responsibilities: Direct and oversee all regular maintenance and additional landscape services at the site.  Coordinate all site activities and service schedules with designated County staff to ensure work is performed efficiently and in accordance with County standards. Inspect landscapes regularly to identify and prevent potential issues, including pest infestations, turf damage, or irrigation malfunctions. Utilize professional experience and training to guide and adjust maintenance programs to sustain optimal landscape health and appearance.
          4. Communication and Leadership: The Lead Crew Worker must demonstrate strong communication and leadership skills, effectively managing field personnel while maintaining responsive communication with the County’s representative(s). 
    • MULTI-YEAR WITH OPTIONS TO RENEW

      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 two (2) years, beginning on the Commencement Date. This annual contract comes with three (3) 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. Prior to the expiration of the Second annual Renewal Term, the parties have the option to renew this Agreement for a Third 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.

    • MULTI-YEAR

      The Contractor shall commence the Work under this Contract within ten (10) days from the written Notice to Proceed (“Commencement Date”) and fully complete the work within ____________ (XX) days from and including the Commencement Date.  As required by O.C.G.A §36-60-13, this Contract shall (i) terminate without further obligation on the part of the County each and every December 31st, as required by O.C.G.A. § 36-60-13, as amended, unless terminated earlier in accordance with the termination provisions of this Contract; (ii) automatically renew on each January 1st, unless terminated in accordance with the termination provisions of this Contract; and (iii) terminate absolutely, with no further renewals, on ___________, 20____, unless extended by Change Order adopted and approved by the DeKalb County Governing Authority and the Contractor in accordance with the terms of this Contract.

    • DISASTER RESPONSE
      1. The Contractor shall maintain a twenty-four (24) hour on-call emergency response capability to address unforeseen events or natural disasters, including but not limited to snow, hurricanes, tornados, floods, or other severe weather conditions that may impact DeKalb County.

      2. The Contractor shall ensure that a sufficient number of trained personnel and appropriate equipment are available at all times to respond to such emergencies.

      3. The Contractor shall be reachable at all times via pager, two-way radio, or cellular telephone for immediate communication and deployment.

      4. Upon notification by the County, the Contractor shall mobilize and respond without delay to mitigate and correct any emergency conditions affecting County property, facilities, or public safety.

      5. Compensation for emergency response services shall be based on the personnel and equipment classifications specified in the Bid Tabulation or approved contract rate schedule.  

    • PRICING:

      Alterations to the Price Schedule may result in the Bidder being deemed non-responsive and its bid may be rejected.

      1. Price Reductions: If at any time after the date of award, the Contractor makes a general price reduction in the comparable price of any article or service covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to the contract for the duration of the contract period (or until the price is further reduced). Such price reduction shall be effective at the same time and in the same manner as the reduction in the price to customers generally. An occasional sale at a lower price, or sale of distressed merchandise at a lower price, would not be considered a general price reduction under this paragraph. For purposes of this paragraph, a general price reduction shall mean any reduction in the price of an article or service offered:

        • To Contractor's customers.

        • In the Contractor's price schedule for the class of customers; i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this contract.

      The Contractor shall invoice the County at such reduced price indicating on the invoice that the reduction is pursuant to General Terms and Conditions, paragraph I. as stated within the ITB.

      1. Price Escalation Clause: With the exception of price reductions, prices shall remain firm for the first full twelve (12) months of the awarded contract. 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, 2nd Floor, Decatur, Georgia 30030.

      2. 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:

      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,

      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

      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.

    • Mandatory Site Visit Requirements

      Bidders must attend the Mandatory Site Visit for the Recreation, Park, and Cultural Affairs locations listed below. Failure to attend will result in the Bidder being deemed non-responsive. By submitting a bid, the Bidder affirms that they fully understand the performance requirements of this solicitation for all sites for which a bid amount is provided. Bidders must also complete the Mandatory Site Acknowledgment Form and upload it in the Vendor Questionnaire. Failure to submit the required form will likewise result in the bid being deemed non-responsive.

      Recreation, Parks and Cultural Affairs: 

      Mandatory site visit listed on Schedule A – Pricing – Items #88 through 92. 

      1. Callanwolde Fine Arts & Center, 980 Briarcliff Road, Atlanta, GA
      2. Porter Sanford & Community Center, 3181 Rainbow Dr, Decatur, GA 
      3. Community Achievement Center, 4522 Flat Shoals Parkway, Decatur, GA 
      4. Mason Mill Complex (Library, Tennis and Dog Park) 1282 McConnell Dr. Decatur, GA 
      5. East Central DeKalb 4885 Elam Road Stone Mountain, GA 

       

    • 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. Original invoice(s) must be submitted and uploaded in CV360-iSupplier: Vendor- CV360 Login.

      a. 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.

    • PAYMENT:
      1. The County shall pay the Contractor based upon the accepted bid prices submitted by Bidder.  Invoices should be signed by the Contractor or authorized delegate and must contain the authorizing a unique invoice number specific to the project, the DeKalb County Purchase Order (PO), and the Contract Purchase Agreement (CPA) Number in order for payment to be processed. The PO Number must also be on the delivery ticket, if applicable.
      2. As full payment for the faithful performance of this Contract, the County shall pay the Contractor, the Contract Price, which is an amount not to exceed ____________________________________________________ ($_____________), unless changed by written Change Order in accordance with the terms of this Contract. The term “Change Order” includes the term “amendment” and shall mean a written order authorizing a change in the Work, and an adjustment in Contract Price to Contractor or the Contract Term, as adopted and approved by the Contractor and the DeKalb County Governing Authority, or the Chief Executive Officer, if exempted from Governing Authority adoption and approval in accordance with the express terms of this Contract. The Chief Executive Officer or his/her designee shall have the authority to approve and execute a Change Order lowering the Contract Price or increasing the Contract Price up to twenty percent (20%) of the original Contract Price, provided that the total amount of the increase authorized by such Change Order is less than $100,000.00. If the original Contract or Purchase Order Price does not exceed $100,000.00, but the Change Order will make the total Contract Price exceed $100,000.00, then the Change Order will require approval by official action of the Governing Authority. Any other increase of the Contract Price shall be by Change Order adopted and approved by the DeKalb County Governing Authority and the Contractor in accordance with the terms of this Contract. Amounts paid to the Contractor shall comply with and not exceed the amounts listed below:
        1. Year One:  County shall pay the Contractor an amount not to exceed $______________.
        2. Year Two: County shall pay the Contractor an amount not to exceed $______________ minus the amount spent in Year One of the agreement.
        3. Year Three: County shall pay the Contractor an amount not to exceed $______________ minus the cumulative amount spent in Year One and Year Two of the agreement.

      Payment is to be made no later than thirty (30) days after submittal of undisputed invoice.

      Contract Purchase Agreement is being issued in lieu of a formal contract. Any reference to a contract refers to the CPA.

      3. Original invoice(s) must be submitted and uploaded in CV360-iSupplier: Vendor- CV360 Login.

        1. 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.

      4. 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.

    • 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.

    • 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.

    • 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.

    • RIGHT TO AUDIT:

      The County shall have the right to audit all books and records, including electronic records, relating or pertaining to this contract or agreement, including but not limited to all financial and performance related records, property, and equipment purchased in whole or in part with County funds and any documents or materials which support whose records, kept under the control of the Contractor, including but not limited to those kept by the Contractor’s employees, agents, assigns, successors and subcontractors. The County also has the right to communicate with Contractor’s employees related to the audited records.

      The Contractor shall maintain such books and records, together with such supporting or underlying documents and materials, for the duration of this contract and for seven (7) years after termination or 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.

    • 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.

    • 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.

    • 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.

    • 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.

    • INSURANCE:

      Prior to commencing work, Contractor shall, at its sole expense, procure and maintain insurance of the types and in the amounts described below from insurer(s) authorized to transact business in the state where the work or operations will be performed by Contractor. Such insurance shall be placed with admitted insurers that maintain an A.M. Best's rating of not less than “A” (Excellent) with a Financial Size Category of VII or better with coverage forms acceptable to Contractor. The insurance described below shall be maintained uninterrupted for the duration of the project, including any warranty periods, and shall protect Contractor, and others as required by contract, for liabilities in connection with work performed by or on behalf of Contractor, its agents, representatives, employees or Contractors.

      1. Certificates of Insurance in companies doing business in Georgia and acceptable to the County covering:
        1. Statutory Workers’ Compensation Insurance, or proof that Contractor is not required to provide such coverage under State law;
          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
        2. Professional Liability Insurance on the Contractor’s services in this Agreement with limit of $1,000,000;
        3. Commercial General Liability Insurance covering all operations with combined single limit of $1,000,000; 
        4. Comprehensive Automobile Liability Insurance with form coverage for all owned, non-owned and hired vehicles with combined single limit of $1,000,000.
        5. Umbrella or Excess Insurance. Umbrella or excess insurance is to be provided with General Liability, Auto Liability and Employers Liability scheduled as underlying policies with limits not less than the following: 
          $5,000,000 per occurrence 
          $5,000,000 aggregate
      2. Additional Insured Requirement:
        1. The County, its elected officials, officers, employees and agents, hereinafter referred to in this article and in the article entitled “Certificates of Insurance” as “the County and its officers” are to be named as additional insured on all policies of insurance except worker’s compensation and professional liability insurance with no cross suits exclusion. The County and its officers shall be included as additional insureds under commercial general liability and commercial umbrella insurance, for liabilities arising out of both the ongoing and completed operations of Contractor. 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.
        2. All coverages required of the Contractor will be primary over any insurance or self-insurance program carried by the County. 
        3. If the Contractor is a joint venture involving two (2) or more entities, then each independent entity will satisfy the limits and coverages specified here or the joint venture will be a named insured under each respective policy specified.
      3. Fidelity Bond coverage shall be provided. Coverage limits shall not be less than the amount scheduled in the contract. 
      4. Certificates of Insurance must be executed in accordance with the following provisions:
        1. Certificates to contain policy number, policy limits, and policy expiration date of all policies issued in accordance with this Agreement;
        2. Certificates to contain the location and operations to which the insurance applies;
        3. Certificates to contain Contractor’s protective coverage for any subcontractor’s operations;
        4. Certificates to contain Contractor’s contractual liability insurance coverage;
        5. Certificates are to be issued to:
          DeKalb County, Georgia
          Director of Purchasing & Contracting
          The Maloof Center, 2nd Floor
          1300 Commerce Drive
          Decatur, Georgia 30030
      5. The Contractor shall be wholly responsible for securing certificates of insurance coverage as set forth above from all subcontractors who are engaged in this work.
      6. The Contractor agrees to carry statutory Workers’ Compensation Insurance and to have all subcontractors likewise carry statutory Workers’ Compensation Insurance.
      7. Contractor agrees to waive all rights of subrogation and other rights of recovery against the County and its officers and shall cause each Subcontractor to waive all rights of subrogation for all coverage, excluding Professional E&O.
      8. Failure of the County to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the County to identify a deficiency from evidence provided will not be construed as a waiver of the Contractor’s obligation to maintain such coverage. Contractor understands and agrees that the purchase of insurance in no way limits the liability of the Contractor.
      9. 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. Policies and Certificates of Insurance listing the County and its officers as additional insureds (except for workers’ compensation insurance) shall conform to all terms and conditions (including coverage of the indemnification and hold harmless agreement) contained in this Contract. 
      10. If the County shall so request, the Contractor will furnish the County for its inspection and approval such policies of insurance with all endorsements, or confirmed specimens thereof certified by the insurance company to be true and correct copies. Contractor shall be responsible and have the financial wherewithal to cover any deductibles or retentions included on the certificate of insurance.
    • 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.

    • 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.

    • 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.

    • 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.

    • 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.

    • 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.

    • NOTICES:

      Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto shall be in writing and shall be sent to the Director of the Department of Purchasing and Contracting or to the Contractor or his authorized representative on the work site by (a) registered or certified United States mail, return receipt requested, postage prepaid, (b) personal delivery, or (c) overnight courier service. All notices sent to the addresses listed below shall be binding unless said address is changed in writing no less than fourteen days before such notice is sent. Future changes in address shall be effective upon written notice being given by the Contractor to the Director of the Department of Purchasing and Contracting or by the County to the Contractor’s authorized representative via certified first class U.S. mail, return receipt requested. Such notices will be addressed as follows:

      If to the County:

      Chief Procurement Officer
      Department of Purchasing and Contracting 
      Maloof Administration Building

      1300 Commerce Drive, 2nd 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.

    • 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.

    • DeKalb County, Georgia's Title VI Policy Statement

      DeKalb County, Georgia is committed to compliance with Title VI of the Civil Rights Act of 1964 and all related regulations and directives. DeKalb County assures that no person shall on the grounds of race, color, sex, or national origin, as provided by Title VI of the Civil Rights Act of 1964, the Federal-Aid Highway Transportation Act of 1973, and the Civil Rights Restoration Act of 1987 be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity. DeKalb County further assures that no person shall on the grounds of age, low income, disability, sexual orientation or gender identity be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity.

      DeKalb County assures every effort will be made to ensure nondiscrimination in all of its programs and activities, whether those programs and activities are federally funded or not. In addition, DeKalb County will take reasonable steps to provide meaningful access to services for persons with Limited English Proficiency (LEP).

    • 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.

    • Funding

      Funding for this contract may be provided under the Water Infrastructure Finance and Innovation Act (WIFIA) and performance of the contract, in whole or part, may be contingent and subject to availability of such funding under WIFIA to DeKalb County, Georgia. Proposers should become familiar with all laws, ordinances, rules, and regulations applicable to the execution and performance of the contract subject to WIFIA.

    • General Requirements

      Please reference the ATTACHMENTS for the General Requirements.

    Submission Requirements

    • Authorized representative contact info (required)

      Please include the name, title, phone and email of the authorized representative submitting this bid

    • Federal Tax ID No. (required)
    • Type of Organization (required)
    • Are you a DeKalb County Firm? (required)
    • Price Schedule (required)

      Please upload your price schedule here

    • Bid Bond (required)

      Please upload your bid bond here

    • Foreign Products (required)

      Bidder certifies that items offered on this bid is/are manufactured and produced in the United States.

    • If “No”, state the exact location of plant or facility where items will be produced: (required)
    • Warranty and/or Guaranty (required)

      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, select no. NOTE: FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY RESULT IN THE BID BEING DEEMED NON-RESPONSIVE.

    • Please explain the conditions of Warranty and/or Guaranty (required)
    • CONTRACTOR REFERENCE AND RELEASE

      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.

    • Reference 1: Company Name (required)
    • Reference 1: Contact Person Name and Title (required)
    • Reference 1: Complete Primary Address (required)

      Include city, state and zip code

    • Reference 1: Email Address (required)
    • Reference 1: Telephone Number (include area code) (required)
    • Reference 1: Project Name, Description and Contract Period (required)
    • Reference 2: Company Name (required)
    • Reference 2: Contact Person Name and Title (required)
    • Reference 2: Complete Primary Address (required)

      Include city, state and zip code

    • Reference 2: Email Address (required)
    • Reference 2: Telephone Number (include area code) (required)
    • Reference 2: Project Name, Description and Contract Period (required)
    • Reference 3: Company Name (required)
    • Reference 3: Contact Person Name and Title (required)
    • Reference 3: Complete Primary Address (required)

      Include city, state and zip code

    • Reference 3: Email Address (required)
    • Reference 3: Telephone Number (include area code) (required)
    • Reference 3: Project Name, Description and Contract Period (required)
    • Reference # 4: Company Name (required)
    • Reference #4: Contact Person Name and Title (required)
    • Reference #4: Complete Primary Address (required)
    • Reference #4: Email Address (required)
    • Complete Telephone Number (include area code) (required)
    • Reference #4: Project Name, Description, and Contract Period (required)
    • Reference #5: Company Name (required)
    • Reference #5: Contact Person Name and Title (required)
    • Reference #5: Complete Primary Address (required)
    • Reference #5: Email Address (required)
    • Reference #5: Telephone Number (include area code) (required)
    • Reference #5: Project Name, Description and Contract Period (required)
    • CONTRACTOR REFERENCE CHECK RELEASE CONFIRMATION (required)

      By confirming, you are authorizing the County to contact the references provided above for purposes of this ITB.

    • DELIVERY

      All prices are to be firm, F.O.B. Destination, Freight Prepaid and Allowed. This shall include delivered, unloaded, and placed in designated place. Delivery must be made between 9:00 A.M. and 2:30 P.M. Monday through Friday, unless otherwise required. The successful bidder shall give a 24-hour prior notice of delivery to Department or Division calling in the order, and must ask for caller’s telephone number as well as Purchase Order form and address, since 24-hour Notice of Delivery is required. The County will unload after prior notice.

    • Bidder state agreement? (required)
    • Alternate delivery time may be considered provided it is so stated. Bidder state alternate terms for delivery or services below.
    • 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.

    • If awarded, agree to extend to other public procurement entities? (required)
    • If so, please propose a percentage discount to be offered to DeKalb County if a piggyback is utilized. (required)

      i.e., 0%, 3%, 10%, etc.

    • CONTRACTOR AFFIDAVIT
    • CONTRACTOR AFFIDAVIT (required)

      Please download the below documents, complete and have notarized. Failure to complete, notarize and submit with the bid will deem the bidder non-responsive. An online notarization option will be provided for you when responding.

    • SUBCONTRACTOR INFORMATION

      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.

      If not using subcontractors, leave the following questions blank.

    • SUBCONTRACTOR AFFIDAVIT (required)

      Please download the below documents, complete and have notarized. These forms are applicable if a subcontractor will be utilized to fulfill the requirements of this contract. If these forms are applicable, it 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. An online notarization option will be provided for you when responding.

    • Subcontractor Reference 1
    • Subcontractor Reference 2
    • Subcontractor Reference 3
    • SUBCONTRACTOR REFERENCE CHECK RELEASE INFORMATION

      By confirming, you have verified that the County is authorized to contact the references provided by the subcontractors for the purposes of this ITB.

    • LSBE INFORMATION
    • Please Confirm (required)

      By confirming, I agree that I've reviewed the LSBE Information document in the ATTACHMENTS.

    • My firm, as the prime bidder/proposer on this unit of work, is a certified: (required)
    • If you are a Certified LSBE-DeKalb or MSA, please indicate below the percentage of work that your firm will carry out directly. (required)
    • 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. (required)
    • My firm, as the prime bidder/proposer on this unit of work, have successfully identified the required 20% LSBE participation. (required)

      If "No", please proceed, then complete section 17. GOOD FAITH EFFORTS.

    • 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 LSBE Company (required)
    • Address of LSBE Company (required)
    • Phone Number of LSBE Company (required)
    • LSBE Company Contact Person (required)
    • Indicate certification status and attach proof of certification: (required)
    • Description of services to be performed (required)
    • Percentage of work to be performed (required)
    • Would you like to include more than one (1) LSBE Company? (required)
    • Include any additional reference information here. (required)

      Please include the same information as requested above in detail, including:

      Name, address and phone number of LSBE Company, LSBE contact person, LSBE-DeKalb/MSA, Description of services to be performed, and Percentage of work to be performed.

    • SUBCONTRACTOR REFERENCE AND RELEASE FORM (LSBE)

      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.

      If not using subcontractors, mark the following questions "N/A".

    • Reference 1 (required)
    • Reference 2 (required)
    • Reference 3 (required)
    • Would you like to include more than 3 references? (required)

      This is not required, however is it recommended.

    • Include any additional reference information here (required)

      Please include the same information as requested above in detail

    • LSBE SUBCONTRACTOR REFERENCE CHECK RELEASE CONFIRMATION (required)

      By confirming, you have verified that the County is authorized to contact the references provided by the subcontractors for the purposes of this ITB.

    • SUBCONTRACTOR AFFIDAVIT (required)

      Please download the below documents, complete and have notarized. These forms are applicable if a subcontractor will be utilized to fulfill the requirements of this contract. If these forms are applicable, it 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. An online notarization option will be provided for you when responding.

    • Did the Prime Contractor(s) attend a MANDATORY LSBE Meeting in person or via video conference within two-weeks of advertisement of the solicitation? (required)
    • Please explain your "no" answer in detail. (required)
    • 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. If you meet the County's 20% LSBE benchmark by obtaining participation, you may enter "N/A".

    • Did you attend the MANDATORY LSBE Meeting? (required)

      Prime Contractors shall attend a MANDATORY LSBE Meeting in person or via video conference within two-weeks of advertisement of the solicitation. If you attended, select yes. If not, select no and explain.

    • Why were you unable to attend the Mandatory LSBE Meeting? (required)
    • Will you be uploading a contact log? (required)

      If yes, 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. If no, explain why.

    • Please upload your Contact Log (required)
    • If no, please explain below (required)
    • Did you notify interested LSBEs at least 5 business days prior to submission of the bid or proposal? (required)
    • Please upload proof of notification (required)
    • If no, please explain below (required)
    • Did you make efforts to divide work for LSBE subcontracting? (required)

      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.

    • Please upload evidence of efforts (required)
    • If no, please explain below (required)
    • Did you make efforts to assist potential LSBE subcontractors to meet bonding, insurance, or other governmental contracting requirements? (required)

      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.

    • Please upload evidence of efforts (required)
    • If no, please explain below (required)
    • Did you communicate with DeKalb First LSBE Program Staff? (required)

      Communication via email or phone with DeKalb First Program Staff seeking assistance in identifying available LSBEs. 

    • If yes, provide DeKalb First LSBE Program Staff representative name and title, and date of contact. (required)
    • If no, please explain below (required)
    • LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR (required)

      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. Please download the below documents, complete, and upload.

    • Did you perform any other actions, to include Mentor/Protégé commitment for solicitations $5M and above? (required)
    • If yes, please specify below (required)
    • If no, please explain below (required)
    • BIDDER/PROPOSER STATEMENT OF COMPLIANCE (required)

      Please download the below documents, complete and have notarized. Failure to complete, notarize and submit with the bid will deem the bidder non-responsive. An online notarization option will be provided for you when responding.

    • Please upload any additional information as necessary

      You may upload multiple files here. Note: DO NOT upload Price Schedule here.

    • Confirmation of LSBE Ordinance? (required)

      Bidder confirms they have read the full DeKalb First LSBE Ordinance and conducted a review of the proposed Scope of Work (SOW), and uploaded all supporting documentation as required.  Bidder further confirms the LSBE participation benchmarks unless waived by the LSBE Review Panel per the DeKalb First Ordinance Sec. 2-209.

    • Confirmation of First Source Jobs Ordinance? (required)

      Bidder confirms they have read the full WorkSource DeKalb information and agrees to comply with the provisions of the DeKalb County First Source Jobs Ordinance. 

       
    • Please upload any relevant licenses and/or certifications as required by this solicitation (required)
    • SITE VISIT ACKNOWLEDGEMENT (required)

      I hereby acknowledge I have visited the Mandatory Sites identified on the Schedule of Site Items for which I am providing a bid amount. I further state I have a full understanding of the performance requirements of this solicitation for the sites I have submitted a bid amount. 

    • Please upload the Site Visit Acknowledgment form as required by this solicitation (required)

      Please upload Attachment I - Site Visit Acknowledgement form.

    • BID ACKNOWLEDGEMENT (required)

      Bidder acknowledges that this bid is valid for 90 days from and including the bid opening date.

      Bidder acknowledges that bid meets or exceeds minimum specifications.  Any deviation from minimum specifications must be explained, in detail,
      by bidder as to how the bid does not meet the exact specifications.

      I, the authorized representative, 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. 

    • ITB Purpose? (required)

      If for construction, please use the other ITB template

    • How will you collect pricing? (required)

      Select Electronic Pricing Table for auto-tabulation

    • Will you be using the Scope of Work section or uploading the Scope as an attachment? (required)
    • Will the DeKalb First LSBE Ordinance apply? (required)
    • Bonding requirements? (required)
    • Contract term? (required)
    • Does the User Department require subcontractor reference checks? (required)
    • Will First Source Jobs Ordinance apply? (required)

      Select yes if budgeted amount is over $50,000

    • Will there be additional licenses/certifications collected from vendors? (required)
    • Funding Type? (required)

    Questions & Answers

    Q (Winterization ): Should Winterization cost be included in the overall bid or is it seperate?

    A: Please clarify which components are to be winterized.


    Key dates

    1. November 24, 2025Published
    2. February 25, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.