SLED Opportunity · GEORGIA · COBB COUNTY, GA

    Purchase of Trophies for Athletic Leagues, Tournaments and Special Events

    Issued by Cobb County, Ga
    countyRFQCobb County, GaSol. 253645
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    Cobb County,
    county
    NAICS CODE
    339920
    AI-classified industry

    AI Summary

    Cobb County seeks quotes for trophies to be used in athletic leagues, tournaments, and special events. Quotes are due by April 23, 2026, via the County's eProcurement Portal.

    Opportunity details

    Solicitation No.
    253645
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    April 9, 2026
    Due Date
    April 23, 2026
    NAICS Code
    339920AI guide
    Jurisdiction
    Cobb County, Ga
    State
    Georgia
    Agency
    Cobb County, Ga

    Description

    Cobb County (“County” or “Owner”) is soliciting quotes from qualified vendors (“Vendor” or “Contractor”) to provide trophies for athletic leagues, tournaments and special events located at 1828 West Oak Parkway, Marietta, Georgia 30062, per the specifications contained herein. Quotes shall be received before 12:00PM ET on Thursday, April 23rd, via the County's eProcurement Portal at https://procurement.opengov.com/portal/cobbcoga. Late quotes will not be accepted.

    Project Details

    • Reference ID: 26-05
    • Department: Procurement Services
    • Department Head: Stephanie Brice (Deputy Director)

    Important Dates

    • Questions Due: 2026-04-14T21:00:00.000Z

    Evaluation Criteria

    • Contract Period

      Contract Period: Contract awarded as a result of bids submitted under this Sealed Bid shall extend from the date of award for a period of 12 full months.

    • Preparation of Bids/General Information

      Invitations to Bid (ITB) issued by Cobb County are publicly advertised on the Cobb County website, (www.cobbcounty.org/procurement-services), in the Marietta Daily Journal every Friday, and, if applicable, such notice shall be posted in the David Hankerson Building and advertised on the Georgia Procurement Registry as provided for in O.C.G.A. § 50-5-69.

      A bidder is responsible for reviewing and understanding the requirements and specifics of this solicitation. A bidder shall examine the instructions, drawings, specifications, schedule, scope of work or services, and deadlines associated with the solicitation. Failure to do so will be at the bidder’s risk, as the bidder may be held accountable for the bidder’s submitted response.

      Bidders shall furnish all information required by the bidding document or form, sign the bid, and submit it through the County’s e-procurement portal (https://procurement.opengov.com/portal/cobbcoga).

      By responding to this solicitation, a bidder understands that the selection and award by County does not constitute a written contract. Once a contract, purchase order, or other purchase instrument is executed by the proper authorities for each party, County, on its part, may order, accept, and pay for at the agreed prices, all articles specified in this solicitation.

    • Specifications

      I. GENERAL INFORMATION

       

      1. Unit Cost shall include all engraving/printing costs and all delivery costs. No additional fees or charges will be allowed. Orders will be released to the PARKS accounting division, for payment, when the complete order is received and verified to be correct.

       

      1. Engraving shall be done with no abbreviations and no type set engraving is allowed. Wood columns must be first quality hardwood turning.  Eagles shall be used as the screw tops on trophies.  A plastic number indicating the year shall be included on all trophies.  All plaques shall be double plated. All hardware shall be securely fastened upon delivery.

       

      1. The Cobb County PARKS Department logo will be required for all trophies. 

       

      1. All action figures and risers shall represent the specific sports league in “Plastic Dress-up Company” (PDU) products, please see Exhibit B for examples.

       

      1. Delivery:

       

      1.  In most cases, orders will be placed for weekend Tennis Center tournaments no later than Tuesday at 11:00 AM EST, to be delivered to the tournament site the following Friday before 3:00 PM EST.
      1. The tournament schedule is listed in Exhibit A. The 2023-2024 tournaments are planned, but tentative, based on approval from USTA-Georgia. Any revisions will be provided to the Vendor as soon as they are approved. There may be more or less tournaments on the final schedule.

       

      1. Delivery of league awards will depend on the date the league is scheduled to finish.  A minimum of two (2) weeks’ notice will be given for league and special event trophy orders.  The PARKS department intends to order approximately 30 sets, with the possibility of more, but no quantities are guaranteed, and the County is under no obligation to purchase any quantities listed. PARKS department staff will determine which trophies and/or plaques will be used for each season.

       

      1. Delivery of the tournament awards will be made prior to the start of the event. A minimum of two (2) business days’ notice will be given for tournament and special event trophy orders.

       

      1. Quantities for each trophy/medal have been estimated based on historical usage. Winner and finalist trophies will be needed in most cases, along with additional places for many tournaments. Because of the nature of the County’s tournaments, exact numbers are impossible to predict. However, great care and thought has gone into this bid preparation to ensure that all totals are as close as possible. The estimated total of trophies/awards for the 2026-2027 season is 550. Quantities are estimates only. The County is under no obligation to purchase any particular quantity and no quantities are guaranteed.

       

      1. At times, the County has leftover trophies that were not picked up by players. When possible, the leftover trophies will be re-used for future tournaments. The second section of the Bid Form is for replacement plates and parts. Quantities are unknown as the County cannot predict the number of leftover trophies.

       

      1. Substitution of lesser quality materials will not be accepted. Different brands may be used but must be of equal or better quality. The County will be the sole determiner in whether or not a proposed trophy meets the specifications, as required in this bid document.  If quotes for alternate brands are submitted, Bidder shall list the brand name on the Bid Form. Vendors shall also be prepared to provide samples of alternate brands if requested, at the expense of the Vendor.

       

       

      1. Trophy Info & PARKS Staff

       

      A Cobb County PARKS logo will be supplied to add to the trophies where there is a space for the 2” round disc. Logos shall be transferred to plates using full color sublimation process. NOTE: A sample of the sublimation process to be used must be submitted for quality inspection before the bid is awarded.

       

      Special Consideration:

       

      Cobb County will not accept trophies with misspelled engraving or other mistakes.  All costs for reworking (including pick-up and delivery) shall be absorbed by the Vendor.

       

      If the Vendor requires trophies to be ordered earlier than the Tuesday prior to a tournament, Cobb County will not be responsible for payment of trophies not needed. Vendor may pick up the extra trophies not needed. Cobb County will only pay for trophies and engraving once. Any re-working costs shall be absorbed by the Vendor.

       

      Below is a list of the six Cobb Tennis Centers and facility managers. Also listed is the Athletic Unit Staff. Trophies will be ordered by the PARKS staff below.

       

      1.

      Fair Oaks Tennis Center

      1460 West Booth Road Ext

      Marietta, GA  30008

       

      Tyler Couch

      (770) 528-8480

      2.

      Harrison Tennis Center

      2653 Shallowford Road

      Marietta, GA  30066

       

      Darcie Wallace

      (770) 591-3151

      3.

      Kennworth Tennis Center

      3900 South Main Street NW

      Acworth, GA  30101

       

      William Fawcett

      (770) 917-5160

      4.

      Lost Mountain Tennis Center

      4845 Dallas Highway

      Powder Springs, GA 30127

       

      Clifford Malivert

      (770) 528-8525

      5.

      Sweetwater Tennis Center   

      2447 Clay Road

      Austell, GA  30106

       

      Tim Tanko

      (770) 819-3221

      6.

      Terrell Mill Tennis Center   

      480 Terrell Mill Road

      Marietta, GA  30067

      TBD

      (770) 644-2771

      7.

      Tennis Manager

      Alice Reen

      770-528-8839

      8.

      Athletic Manager

      Brody Whitlock

      770-528-8831

      9.

      Athletic Coordinator

      Conor Hoyne

      770-528-8861

      10.

      Athletic Coordinator

      Stephen Bibbs

      770-528-8896

      11.

      Athletic Coordinator

      Jay McCaskey

      770-528-8824

      12.

      Athletic Coordinator

      Alyssa Brumelow

      770-528-8860

      13.

      Athletic Coordinator

      Alex Reisz

      770-528-8862

       

       

      1. ATHLETIC LEAGUE TROPHIES

       

      40” League Trophy-Square Base

        All trophies must include the following:

      1. 4 Post wood base set: Minimum size 9” x 9” x 1.625”
      2. (4) 18” Wood turnings
      3. “PDU” #11455 Eagle trims
      4. 2.5” x 4” marble base
      5. 7” rectangle color column
      6. 2” x 3” marble lid
      7. “PDU” # 5033-G tulip riser with 2” logo
      8. “PDU” #5063-G (male) figures or #5062-G (female) figures
      9. “PDU” “2010” trim- year date
      10. 3” round color column
      11. “PDU” #1013-G pedestal

       

      37” League Trophy-Square Base

        All trophies must include the following:

      1. 4 Post wood base set: Minimum size 9” x 9” x 1.625”
      2. (4) 16” Wood turnings
      3. “PDU” #11455 Eagle trims
      4. 2.5” x 4” marble base
      5. 6” rectangle color column
      6. 2” x 3” marble lid
      7. “PDU” # 5033-G tulip riser with 2” Logo
      8. “PDU” #5063-G (male) figures or #5062-G (female) figures
      9. “PDU” “2010” trim - year date
      10. 3” round color column
      11. “PDU” #1013-G pedestal

       

       

      1. SPECIAL EVENT AWARDS FOR LEAGUES OR TOURNAMENTS

       

      Softball:

      G5 resin glove #G5R200 mounted onto #SB52115 cup base with full color sublimation logo, and text

       

      GML 10” x 10” Home plate plaque #HP10 with GML plaque relief #GPM1262 with aluminum plate with full color sublimation logo and text, 2 leaf trims on sides of plate

       

      Basketball:

      JDS #SBR151  11 ½” color sport basketball resin mounted onto GML #SB52115 cup base with full color sublimation logo and text

       

      GML #SCT810 stand up award with G5 #SL757 oval resin plate mounted with aluminum plate and full color sublimation logo and text

       

      Large Gold/Silver Sports Ball (RG3103 gold basketball, RG3203 silver basketball) on 854 Wood base

       

      Flag Football:

      JDS #SBR152 11 ½” color sport football resin mounted onto GML #SB52115 cup base with full color sublimation logo and text

       

      GML #SCT810 stand up award with G5 #GPM1272 plaque relief, aluminum plate with full color sublimation logo and text

       

      GML #G2M03 gold, silver, or bronze with 2-inch aluminum disk front with full color sublimation logo and back aluminum disk with text; Standard neck ribbon color of choice

       

      Large Gold/Silver Sports Ball (RG3106 gold Football, RG3206 silver football) Wood Base 854 , 853 Wood Base

       

      Sports Awards:

       

      Large Color Sports Ball ( RG3017) on 854 Wood Base

      Large Crystal 3D Sports (CRY1216) 

       

      Individual Awards

       

      15” Individual Trophy

      All trophies must include the following:

      1. 2.5” x 4” Marble base
      2. 4” Round color column
      3. Eagle riser “PDU” #5031-G
      4. 2” Logo
      5. Figure “PDU” #503 (male) or #520 (female)

       

      11” Individual Trophy

      All trophies must include the following:

      1. 2.5” x 4” Marble base
      2. Eagle Riser “PDU” #5031-G
      3. 2” Logo

            4.  Figure “PDU” #503 (male) or #520 (female)

                                                                                                                       

      Individual Plaques

       

      Individual Plaque 8” x 10” with Figure

      Individual Plaque 8” x 10” with Logo Wreath                                        

      Individual Plaque 6” x 8” with Logo Wreath                                          

      Individual Plaque 5” x 7” with Logo Wreath                                          

       

      Replacement Items

       

      Single Plate w/Logo Wreath for 8” x 10” Plaque                                    

      Single Plate w/Logo Wreath for 6” x 8” Plaque                                      

      Single Plate w/Logo Wreath for 5” x 7” Plaque                                      

      Single Description Plate for Front of Trophy                                          

       

      Tournament Plaques

       

      At times, plaques are awarded to tournament winners instead of trophies. Plaques shall be 15” x 18” made of simulated cherry board. Each plaque shall be double plated with logo wreath and shall include a logo holder and, when applicable. Plaque shall feature an action figure on a pedestal and a generic plaque mount relief. Two corner leaf trims shall also be included. 1st and 2nd place equals 1 set.

       

      Fusion Medals                                                                                                    

       

      3" Fusion Medal Gold

      3" Fusion Medal Silver 

      3" Fusion Medal Bronze 

       

      Championship Belts       

       

      • Gold/Black Leather fits waist up to 52 inches (snap buttons) comes with lined box 
      • Silver/White Leather fits waist up to 52 inches (snap buttons) comes with lined box 
      • Bright Silver Finish/ White Leather fits waist up to 52 inches (snap buttons) comes with velvet bag 
      • Bright Gold Finish/ Black Leather fits waist up to 52 inches (snap buttons) comes with velvet bag
    • Questions and Explanation to Bidders

      From the issue date of this solicitation until the final award(s) are announced, bidders shall not communicate with County about the solicitation except as described below:

      All questions must be submitted in writing. Any question or explanation about this solicitation, or any drawing, specification, requirement, etc., must be received by the date and time specified. Questions must be submitted through the County’s e-procurement portal (https://procurement.opengov.com/portal/cobbcoga).

      Any information concerning a solicitation, including answers to bidder questions, will be posted as an addendum through the County’s e-procurement portal. Written bid documents, including addenda, supersede any verbal or written communication about the solicitation. County is not bound by oral representations, clarifications, or changes made by County employees, unless such clarification or change is provided in a written addendum from County and posted via the e-procurement portal. Receipt of addenda shall be acknowledged by the bidder via the e-procurement portal.

      It is a bidder’s ultimate responsibility prior to the close of the solicitation to, as applicable, 1) ensure that the bidder has all applicable addenda and 2) make any necessary or appropriate changes to a bid.

      County reserves the right to reject a bid, proposal, or quote if a bidder violates this provision. The Procurement Services Director will review violations of this provision and, if determined that such communication has compromised the competitive process, the bidder’s response to this solicitation may be disqualified from consideration for award.

    • Pricing

      Prices shall remain firm for the duration of the initial Contract period. Reasonable price changes based on market conditions and price/cost analysis may be made after the initial Contract period. The Contractor shall supply documentation satisfactory to Cobb County, such as: documented changes to Producers Price Indexes; Consumer Price Indexes; or a manufacturer’s published notification of price change(s).

      Cobb County will evaluate this information to determine if revising the pricing is considered fair and reasonable to the satisfaction of Cobb County. Requests for any such change must be received in writing by the Cobb County Purchasing Department thirty (30) days prior to the expiration of the original contract term. The County may cancel the contract if the price increase request is not approved.

      All price reductions at the manufacturers or distributors’ level shall be reflected in a reduction of the contract price(s) to Cobb County retroactive to the effective date of the price reduction(s).

    • Submission of Bids

      The cost for developing each bid, proposal, or quote and participating in the solicitation is the sole responsibility of the bidder. County assumes no expense, responsibility, or obligation of bidder.

      1. Delivery of Bids

      Bids shall be submitted through the e-procurement portal on the Cobb County Procurement Services’ website, https://procurement.opengov.com/portal/cobbcoga. Physical, emailed or telegraphic/faxed bids will not be considered. Unsigned bids will not be considered.

      Bids, including any revisions, must be received by the Procurement Services Department no later than the date and time set forth in the solicitation. It is the sole responsibility of the bidder to ensure that the bidder’s solicitation response is submitted to the County.

      1. Specifications in Solicitation

      Full identification of each item bid upon, including brand name, model, catalog number, etc., must be furnished to identify exactly what the bidder is offering. The bidder must certify that items to be furnished are new and that the quality has not deteriorated so as to impair its usefulness.

      1. Prices Quoted

      The price and all unit price(s) shown in bid, proposal, or quote shall be deemed to include all costs of bidder’s goods and/or performance of services as set forth in the bid documents, including, but not limited to, the costs of labor, supervision, travel, services, materials, equipment, tools, scaffolds, hoisting, transportation, storage, insurance, and taxes. A bidder’s response shall bind the bidder to furnish and deliver the goods and/or services quoted at the price(s) stated in accordance with the bid documents.

      Price(s) quoted by a bidder shall be the bidder’s firm and best price(s) and must be valid for a minimum of ninety (90) days from the date of bid opening unless otherwise specified in the solicitation.

      Unit price(s) for each bid, proposal, or quote shall be shown and such price(s) shall include shipping/delivery unless otherwise specified, along with a total and grand total, where applicable. In case of discrepancy between a unit price and extended price, the unit price will be presumed correct.

      1. Discounts

      Time payment discounts may be considered in arriving at net prices and in award of bids. Offers of discount for payment within ten (10) days following the end of the month are preferred.

      1. County Furnished Services or Property

      No material, labor, services, or facilities will be furnished by County unless so provided in the bid documents or solicitation.

      1. Substitutions

      Bidders offering and quoting substitutions or that deviate from the bid specification(s) shall list such deviation(s) on a separate sheet to be submitted with the solicitation response. The absence of such a substitution or deviation list shall indicate that the bidder has taken no exception to the specification(s) of the solicitation.

      1. No Bid

      If no item or service is bid on, a “Statement of No Bid” must be provided to County. The statement of no bid must be plainly marked “No Bid” and include the bid number. Where more than one item or service is listed, any items not bid upon must be indicated “No Bid”.

      1. Contents of Bid After Submission

      Each bidder is required to keep the contents of its response confidential once submitted to County until the award to the successful bidder is made or the solicitation is cancelled with no intent to rebid. Releasing any information regarding a bidder’s response to third parties or the media prior to the conclusion of the award process will be immediate grounds for County to reject the bid as non-responsive.

      Cobb County reserves the right to revise processes as needed during emergencies or extenuating circumstances. Processes may include, but are not limited to, pre-bid conferences, and bid submittal.

    • Option to Extend the Term of Contract

      Contract is renewable, at the option of Cobb County Government, and upon written agreement by the vendor. However, the total duration of this contract, including the exercise of any options, shall not exceed three (3) years (basic year and two (2) one (1) year options).

    • Obligation to Defend, Indemnify, and Hold Harmless

      By submitting a response, a bidder hereby agrees to indemnify, defend and hold harmless County, its elected officials, departments, employees, and contractors from and against any and all claims, demands, liabilities, losses, costs or expenses, including attorneys’ fees, due to liability to a third party or parties, for any loss due to bodily injury (including death), personal injury, and property damage, including but not limited to intellectual property claims, arising directly or indirectly from the submission of the bid hereunder to the extent such claims are caused by the negligence, recklessness or intentionally wrongful conduct of the bidder or its agents, employees, associates, subcontractors or others working at the direction of bidder. This indemnity obligation does not include liabilities caused by or resulting from the sole negligence of County. This indemnification obligation survives beyond the submission date of the bid and the dissolution or, to the extent allowed by law, the bankruptcy of the bidder.

    • Opening Bid

      Bids will be publicly opened and read at the time and place set forth in the solicitation. Unsigned bids will not be considered except where the bid is enclosed with other documents, which have been signed. County has the sole discretion to make said determination. 

    • Withdraw Bid Due to Errors

      A bidder shall give notice in writing of the bidder’s intent to withdraw a bid without penalty due to an error within two (2) business days after the conclusion of the bid opening. Bid withdrawal is not automatically granted and will be allowed solely at the discretion of County. 

      Bids may be withdrawn from consideration if the price was substantially lower than the other bids due solely to bidder’s mistake, provided that the bid was submitted in good faith and: 1) the mistake was a clerical; and 2) it can be clearly shown by objective evidence. The bidder’s original work papers shall be the sole acceptable evidence of mistake. If a bid is withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be the low bid. 

      No bidder allowed to withdraw a bid shall, for compensation, supply any material or labor, perform any subcontract or other work agreement for the person, company, or firm to whom the solicitation is awarded or may otherwise benefit, directly or indirectly, from purchase of goods or performance of services for which the withdrawn bid was submitted.

    • Amendment or Cancellation of Solicitation

      County reserves the right to amend this solicitation at any time. Any revisions will be made in writing prior to the closing date and time of the solicitation and posted on e-procurement portal (https://procurement.opengov.com/portal/cobbcoga). County also reserves the right to cancel a solicitation based on defects or changes in the solicitation or specifications, unreasonable bid pricing, lack of funding, when only one bid is received and County cannot determine if the reasonableness of the bid, or when it is otherwise in County’s best interest. Notification will also be provided on the e-procurement portal.

    • Delivery

      Each bidder shall include the time of proposed delivery of goods or services. Words such as “immediate”, “as soon as possible”, etc. shall not be used. The earliest known date or the minimum number of calendar days required after receipt of order (delivery A.R.O.) shall be stated (if calendar days are used, include Saturday, Sunday, and holidays in the number).

    • F.O.B. Point

      Unless otherwise stated by County, items shall be shipped “Freight on Board (F.O.B.) Destination”. Bidder shall retain title for the risk of transportation, including the filing for loss or damages. The invoice covering the items is not payable until items are delivered and the contract of carriage has been completed. Unless the F.O.B. clause states otherwise, bidder assumes transportation and related charges either by payment or allowance.

    • Taxes

      Cobb County is exempt from federal excise tax and Georgia sales tax with regards to goods and services purchased directly by Cobb County. Suppliers and contractors are responsible for federal excise tax and sales tax, including any taxes for materials incorporated in County construction projects. Bidders should contact the State of Georgia Sales Tax Division for additional information. Tax Exemption Certificates may be furnished upon request.

    • Open Records; Confidential or Proprietary Information

      Except as otherwise provided by law, information submitted to County is subject to disclosure in accordance with the Georgia Open Records Act, O.C.G.A. § 50-18-70, et seq. It is a bidder’s responsibility to identify confidential or proprietary information. Marking an entire bid as “proprietary” or “confidential” will neither be accepted nor honored. In general, County does not consider pricing information to be proprietary, confidential, or a trade secret. If a bidder claims that certain information in its response should not be disclosed because it is entitled to trade secret protection, the bidder shall include with its submission the appropriate affidavit as required by law and County will follow the requirements of O.C.G.A. § 50-18-72(a)(34). In addition, if a bidder claims information is exempt from disclosure under Georgia’s Open Records Act, a bidder must specify which exception(s) is/are applicable.

    • County’s Confidential Information; Location of County Data

      Bidder acknowledges that some information which may come into its possession or knowledge may consist of confidential information of County, its elected and appointed officials, officers, boards, commissions, employees, representatives, consultants, servants, agents, attorneys and volunteers the disclosure of which to, or use by, third parties may violate applicable law(s). 

      Bidder agrees to hold County’s confidential information in strictest confidence, not to make use of it other than as reasonably necessary to respond to this solicitation and not to release or disclose it to any other person or entity except as may be required by law. Bidder shall inform and instruct all employees, subcontractors, or other agents or representatives of this obligation of confidentiality. For the purposes hereof, “confidential information” includes, without limitation, all personally identifiable data, trade secrets, copyrighted material, and other confidential and proprietary information not subject to disclosure or use, as such terms may be respectively defined in O.C.G.A. § 10-1-761, O.C.G.A. § 50-18-72, 45 C.F.R. §164.524, 45 C.F.R. § 84.14(d). This provision survives expiration or cancellation of this solicitation.

      Notwithstanding any other provision in this solicitation or its incorporated or referenced documents, all of County’s data shall remain, and be stored, processed, accessed, viewed, transmitted, and received, always and exclusively within the United States.

    • Samples, Testing, and Inspection

      Samples of items, when required, must be submitted within the time specified and, unless otherwise specified at no expense to County. Samples will be returned at the bidder’s request and expense if items are not destroyed by testing, unless otherwise specified. Since tests may require several days for completion, County reserves the right to use a portion of any supplies before the results of tests are determined. Cost of inspections and tests of any item, which fails to meet specifications, shall be borne by the bidder.

    • Originality, Title, and Intellectual Property Rights

      Bidder represents and warrants that all the concepts, materials, goods, and services produced or provided to County shall be: 1) wholly original with the bidder; or 2) that the bidder has secured all applicable interests, rights, licenses, permits, or other intellectual property rights in such concepts, materials, and works. Bidder represents and warrants that the concepts, materials, goods, and services provided by vendor to County and County’s use of same shall not infringe upon any other work or violate the rights of publicity or privacy of, or constitute a libel or slander against, any person, firm, or corporation and that the concepts, materials, and works will not infringe upon the copyright, trademark, trade name, trade dress patent, literary, dramatic, statutory, common law, or any other rights of any person, firm, corporation, or other entity.

    • Award

      Award will be made to the lowest responsive and responsible bidder. Conditional bids are not accepted. The quality of articles or performance of services to be supplied, their conformity with the specifications, their suitability to the requirements of County, and the delivery terms will be taken into consideration in making the award. County may make such investigations as it deems necessary to determine the ability of the bidder to perform, and the bidder shall furnish to County all such information and data for this purpose as County may request. 
      County reserves the right to make an award as deemed in its best interest, which may include awarding a bid to a single bidder or multiple bidders, or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest. In case of tie bid, the award will be made as follows:

      1. The bid will be awarded to the in-county vendor.
      2. The bid will be awarded to the in-state vendor.
      3. The bid will be awarded to the vendor with the lesser total dollar volume.

      County reserves the right to award by line item to more than one vendor or negotiate a lower price than the bid award price on any line item with the successful vendor, should the quantity required significantly exceed those on the bid documents, and to purchase related items/services from the awarded bidder(s) when necessary, provided the pricing granted is in accordance with the cost structure awarded for similar items/services.

      If County is unable to negotiate an acceptable price, it reserves the right to rebid the item or services(s). If after the award of the bid there is a decrease in the price of a product from the manufacturer, or a rebate, the successful bidder shall pass that price decrease and/or rebate onto County.

      Unless specifically stated herein, a bidder does not have the exclusive right to fill all of County’s requirements for the goods or services awarded, nor will County be obligated to purchase the estimated annual quantity, or any quantity contained in the bid documents.

    • Rejection of Bids

      Failure to observe any of the instructions or conditions in this solicitation may constitute grounds for rejection of a bid, including but not limited to, incomplete bid, bid received after the due date, or those not submitted as provided in the solicitation. County reserves the right to reject or accept any or all bids and to waive any technicality, informality, or irregularity at the County’s sole discretion, when to do so would be in County’s best interest. County also reserves the right to reject any bid if the evidence submitted by, or investigation of such bidder, fails to satisfy County that such bidder is properly qualified or equipped to carry out the obligations of the solicitation.  

    • Delivery Failures and/or Delays

      The bidder shall make delivery of goods and services to County as required by the bid documents, or within the schedule agreed by the parties. If the goods or services are not delivered on the date due then, without prejudice to any other rights which it may have, County reserves the right to: 

      1. Cancel the order/contract in whole or in part; 
      2. Refuse to accept any subsequent delivery of the goods or services which vendor attempts to make; 
      3. Withhold that portion of the bidder’s compensation which represents payment for services or products that were not performed or delivered as required; 
      4. Recover from the bidder any expenditure reasonably incurred by County in obtaining goods and services in substitution from another supplier; or/and
      5. Claim damages for any additional costs, losses or expenses incurred by County which are in any way attributable to bidder’s delay or failure to deliver the goods and services on the date due.
    • Non-Collusion

      By submission of a bid, the bidder certifies, under penalty of perjury, that to the best of its knowledge and belief:

      1. The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. 
      2. Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor.
      3. No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition.

      Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Department of Justice and can result in fines, prison sentences, and civil damage awards.

    • Conflict of Interest and Prohibition Against Contingent Fees

      By submission of a bid, the bidder certifies, under penalty of perjury, the bidder represents, that, to the best of its knowledge no circumstances exist that will cause a conflict of interest in performing the requirements of this solicitation. Should a bidder become aware of any circumstances which may cause a conflict of interest during its performance pursuant to this solicitation, or any resulting contract, the bidder shall immediately notify County. If County determines that a conflict of interest exists, County may require that the bidder take action to remedy the conflict of interest or terminate the bid, or resulting contract, without liability. County shall have the right to recover any fees paid for services rendered by the bidder which were performed while a conflict of interest existed if the bidder had knowledge of the conflict of interest and did not notify County within one week of becoming aware of the existence of the conflict of interest. 

      A bidder warrants that it and its subcontractor(s) have not employed or retained any company or person, other than a bona fide employee working solely for the bidder or its subcontractor(s), to solicit or secure its submitted bid and that it and its subcontractor(s) have not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for Consultant or its subcontractor(s) any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award of this solicitation. For any breach or violation of this provision, County shall have the right to terminate the bid, or resulting contract, without liability and, at its discretion, to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment, or consideration. 

      A bidder shall require each of its subcontractor(s) to sign a statement certifying to and agreeing to comply with the terms in this provision.

    • Immigration Compliance

      A bidder must be in full compliance with all applicable federal and state security and immigration laws including without limitation the Georgia Security and Immigration Compliance Act. Bidder is required to affirm bidder’s compliance by completing and returning the Georgia Security and Immigration Compliance Documents with the bidder’s response. A successful bidder must comply with the requirements of this provision for five (5) years after completion of all obligations of any awarded contract or purchase order are fulfilled.

    • Sample Contract

      Upon submitting a bid containing a sample contract as part of the bid documents, it is understood that the bidder has reviewed the contract with the understanding that County will require the parties to enter into an agreement that is substantially the same as the sample contract. Contract terms are subject to periodic review by County and County reserves the right to require changes to said terms, provided that any such change is reasonable and in County’s best interest. 

    • Purchase Order

      If a Sample Contract is not included in a solicitation, County reserves all of its contractual rights. In that case, the terms and conditions of this solicitation are incorporated into County’s purchase order and shall control. In case of conflict or ambiguity between this solicitation and the purchase order, the solicitation shall control. County rejects any additional or conflicting terms in a bidder’s form-purchasing document(s) (order form, invoice, quote, license agreement, etc.).

      A purchase order may be canceled or annulled by the Purchasing Director, in whole or in part, by written notice of default to the bidder upon non-performance or violation of purchase order’s terms. An award may be made to the next low responsive and responsible bidder, or articles specified may be purchased on the open market similar to those so terminated. In either event, the defaulting bidder (or bidder’s surety) may be liable to County for costs to County more than the defaulted contract prices; provided, however, that the bidder shall continue the performance to the extent not terminated under the provisions of this clause. Failure of the bidder to deliver materials or services within the time stipulated on the bid, unless extended in writing by the Purchasing Director, shall constitute default.

    • Duration/Multi-Year Contract Compliance

      Any contract or purchase order shall begin and end on the dates specified in the solicitation, or as otherwise agreed, unless earlier terminated in accordance with the terms of the contract or purchase order. Pursuant to O.C.G.A. § 36-60-13, any contract or purchase order shall not be deemed to create a debt of County for the payment of any sum beyond the fiscal year in which the appropriations have been made.

    • Termination

      The successful bidder understands that, in addition to compliance with O.C.G.A. § 36-60-13, any contract or purchase order with County shall include provision for termination for cause and for County’s convenience. The following is a sample of the provision:

      “County may terminate this contract for cause upon ten (10) days’ prior written notice to the vendor of the vendor’s default in the performance of any term or condition of this agreement. Such termination shall be without prejudice to any of County’s rights or remedies by law.

      County may terminate this contract at any time for any or no reason upon thirty (30) days’ prior written notice to vendor. The effective date of the termination shall be set forth in the notice. As the sole remedy for County’s termination for convenience, vendor shall be paid for any validated services or accepted goods delivered pursuant to this contract up to the time of termination. Vendor shall not incur new obligations upon receipt of such notice and shall cancel as many outstanding obligations as possible.”

    • Indemnification

      The successful bidder understands that any contract or purchase order with County shall include a provision in which the vendor agrees to defend, indemnify, and hold County harmless. The following is a sample of the provision:

      “Vendor covenants and agrees to take and assume all responsibility for the services or goods rendered in connection with this agreement. Vendor shall bear all losses and damages directly or indirectly resulting to it and/or County on account of the performance or character of the goods sold or services rendered pursuant to this contract. To the fullest extent permitted by law, Vendor shall defend, indemnify and hold harmless County and County’s elected and appointed officials, officers, boards, commissions, employees, representatives, consultants, servants, agents, attorneys and volunteers (individually an “Indemnified Party” and collectively “Indemnified Parties”) from and against any and all claims, suits, actions, judgments, injuries, damages, losses, costs, expenses and liability of any kind whatsoever, including but not limited to attorney’s fees and costs of defense (“Liabilities”), which may arise from or be the result of alleged willful, negligent or tortious conduct arising out of the goods sold or performance of contracted services, or operations by Vendor, any subcontractor, anyone directly or indirectly employed by Vendor or subcontractor or anyone for whose acts Vendor or subcontractor may be liable, regardless of whether or not the negligent act is caused in part by a party indemnified hereunder. This indemnity obligation does not include Liabilities caused by or resulting from the sole negligence of an Indemnified Party. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this provision.

      In any and all claims against an Indemnified Party, by any employee of Vendor, its subcontractor, anyone directly or indirectly employed by Vendor or subcontractor or anyone for whose acts Vendor or subcontractor may be liable, the indemnification obligation set forth in this provision shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Vendor or any subcontractor under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. 

      This obligation to indemnify, defend, and hold harmless the Indemnified Party(ies) shall survive expiration or termination of this contract, provided that the claims are based upon or arise out of actions or omissions that occurred during the performance of this contract and applies notwithstanding any contrary provision.”

    • Additional Agreements, Alternate Terms, or Exceptions

      If a bidder desires to propose additional terms and conditions, including but not limited to a bidder-drafted contract, privacy policy, end user agreement, warranty, or invoice, then the bidder must disclose and submit those terms and conditions in writing with its initial solicitation response for evaluation by County via the e-procurement portal. Links, hyperlinks, or documents incorporated by reference are not allowed and will be rejected as nonresponsive.

      If exceptions are taken to any part of the solicitation, sample contract, or purchase order, each exception must be stated in detail and submitted as part of the bidder’s response. Exceptions which give the bidder a competitive advantage or which reject mandatory bid requirements cannot be accepted. County has the discretion to accept or reject bidder’s exceptions, if any, and negotiate alternate terms. In no event is a bidder to submit its own standard contract terms and conditions as a bid, proposal, or quote to this solicitation unless requested to do so in the solicitation. County is under no obligation to consider terms or conditions proposed by the bidder that are not included in the bidder’s initial response and not disclosed in the manner as outlined in this paragraph. Said terms will be rejected by County as nonresponsive.

    • Alteration of Documents

      Alteration of County documents is strictly prohibited and will result in automatic disqualification of a bidder’s response. If there are “exceptions” or comments to any of the bid proposal documents, solicitation requirements, or otherwise, the bidder shall comply with the requirements outlined herein. See Additional Agreements, Alternate Terms, or Exceptions.

    • Invalid Terms

      In no event will any term contained in a bid, quote, or document attached thereto or referenced therein, including exhibits, attachments, or hyperlinks, be valid or enforceable against County if it:

      1. Requires County to:
        1. Defend, indemnify, or hold harmless any another person or entity; or
        2. Be bound by terms and conditions that are unknown or that may be unilaterally changed by another party; or
        3. Waive all damages, release all liability, or assume all risk; or
        4. Warrant or guarantee any term or condition; 
        5. Waive the right to a jury trial; or
        6. Pay attorney’s fees, court costs, or other litigation costs of a vendor in the event of a dispute that would constitute an illegal gratuity under Georgia law; or
        7. Pay late payment fees, cancellation charges, penalties, interest, liquidated damages, or any other fee that would constitute an illegal gratuity under Georgia law; or
      2. Provides for:
        1. The contract, purchase, or transaction to be construed in accordance with the laws of a state other than the State of Georgia, or a venue for any action or dispute other than a court of competent jurisdiction in Cobb County, Georgia; or
        2. Binding arbitration or binding mediation; or
        3. An automatic renewal, lease, or financial arrangement such that County funds are or would be obligated in subsequent fiscal years; or
        4. Payment of taxes or reimbursement of taxes; 
      3. Is inconsistent with the provisions of O.C.G.A. § 50-18-70 et seq., relating to open records.
    • Disputes and Governing Law

      The laws of the State of Georgia shall govern and determine matters arising out of or in connection with this solicitation and any contract or purchase, if awarded, without regard to the choice of law provisions of state law. Except as otherwise provided in the solicitation documents, any dispute concerning a question the solicitation shall be resolved by Procurement Service Department’s policies and procedures.

    • Ineligible Bidders

      County reserves the right to reject the proposal, bid, or quote from a bidder who is in default on the payment of taxes, licenses, or other monies due to County. Failure to respond three (3) consecutive times for any given commodity or service may result in removal from the supplier list under that commodity or service.

    • Inter-Governmental Agreement

      Other cities and authorities located in Cobb County may be allowed to purchase identical items at the same price and upon the same terms and conditions, pursuant to the Intergovernmental Cooperative Purchasing Agreements entered into between County and Cobb County Governmental entities. These entities include the Cobb County Board of Education and Cities of Acworth, Austell, Kennesaw, Smyrna, Marietta, and Powder Springs and the Cobb County-Marietta Water Authority and the Cobb-Marietta Coliseum and Exhibit Hall Authority. 

    • Small and Minority Business Participation

      County encourages the participation of all businesses in offering their products and services with the goal of fairly and competitively procuring those products and services at the most reasonable cost. County seeks to build a diverse, inclusive, and prosperous group of suppliers who can effectively compete in business while obtaining quality goods and services in a competitive and efficient manner. 

    • Electronic Signatures

      In compliance with the Georgia Electronic Records and Signature Act Electronic, O.C.G.A. § 10-12-1, et seq., electronic signatures are permitted.

    • Special Terms and Conditions

      Should these General Terms and Conditions be in conflict with any of the solicitation’s Special Terms and Conditions, the Special Terms and Conditions will control.

    • Authorized Representative

      The individual whose name appears as signatory of this bid, proposal, or quote represents that the individual has or has been accorded by its governing or executive body the authority to bind the entity on whose behalf the individual has executed the document. Bidder further represents and warrants that it has full authority submit bidder’s response and, if awarded, contract with County.

    • Independent Contractor

      Neither bidder nor any of its employees, agents, or subcontractors shall be deemed to be employees or agents of County. The bidder is an independent contractor for all purposes, and at all times. Bidder shall, at its own and sole expense, comply with all local, state, and federal laws, rules and regulations that are now or may in the future become applicable to the bidder, bidder’s business or bidder’s employees or agents engaged in the scope work of this solicitation. Should County be the prevailing party in any legal action with the bidder arising out of this solicitation or the services or goods performed hereunder, then in such event, County shall be entitled to recover its reasonable attorneys’ fees and costs from bidder. County shall be considered a prevailing party if: (i) any lawsuit filed against it results in a dismissal, judgment, jury verdict, or appellate decision in its favor, or (ii) it substantially prevails on any claims brought by it against the bidder.

    • Warranties

      In addition to any warranty or contractual rights provided to County under state or federal law, by submitting a response to this solicitation, the bidder warrants and agrees that the good(s) purchased by County will be defect-free in materials and workmanship and be of the quality, size, and dimensions ordered. This express warranty shall not be waived because of acceptance of the goods or payment thereof by County. Bidder is fully aware of County’s business requirements and intended uses of the product(s) and warrants that the product(s) shall be fit for such intended uses. County shall give written notice to the bidder of any breach of warranties in this section, and such notice shall contain information concerning the deficiencies found, the location of the nonconforming good(s), and the quantity involved, including County’s notification of the remedy for the non-conforming or defective good(s). 

      All work performed by the successful respondent shall be performed in compliance with the Americans with Disabilities Act.

    • Occupation Tax Certificate

      Each successful bidder shall provide evidence of a valid Cobb County occupation tax certificate if the bidder maintains an office within the unincorporated area of Cobb County. Incorporated, out of County, and out of State bidders are required to provide evidence of a certificate to do business in any town, County or municipality in the State of Georgia, or as otherwise required by County ordinance or resolution.

    • General Contractor’s License

      Effective July 1, 2008: All General Contractors must have a current valid license from the State Licensing Board for Residential and General Contractors, unless specifically exempted from holding such license pursuant to Georgia law, O.C.G.A. § 43-41-17.

    • Insurance

      INSURANCE REQUIREMENTS

      1. Requirements

      Without limiting or qualifying Contractor’s liabilities, obligations, or indemnities otherwise set forth in this Agreement, Contractor shall, at Contractor’s sole expense, procure and maintain in full force and effect for the duration of this Agreement the following insurance coverage protecting against claims for injuries or damages which may arise from or in connection with Contractor’s performance of services or provision of goods:

      Commercial General Liability:  $1,000,000 combined single limit per occurrence and $2,000,000 in the aggregate.

      1. Coverage must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG 00 01 (2001 or newer addition), or otherwise acceptable to County, for comprehensive coverage including personal and advertising injury, sickness, disease or death, injury to or destruction of property, including loss of use resulting therefrom, damage for premises/operations, products/completed operations, independent contractors and contractual liability   broad-form property damage, and underground, explosion and collapse hazard.  
      2. The policy or policies shall be on “an occurrence” basis unless “claims made” coverage provides continuing liability coverage (“tail”) is in force for at least two (2) years. 
      3. Cobb County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives, servants, volunteers, and agents (hereinafter referred to as “Insured Party” or “Insured Parties”) are to be covered as additional insureds via endorsement.  The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence.

      Commercial Automobile Liability: $1,000,000 combined single limit per occurrence covering liability for bodily injury and property damage arising out of the ownership, maintenance or use of all owned, non-owned, and hired automobiles utilized by Contractor in connection with its performance under this Agreement. 

      1. Cobb County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives, servants, volunteers and agents are to be covered as additional insureds via endorsement. The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence.

      Workers’ Compensation: Contractor shall maintain statutory Workers’ Compensation insurance in accordance with the laws of the State of Georgia.

      Employer’s Liability: Employer’s Liability Insurance:  Contractor must cover all of Contractor’s employees in the amount of $1,000,000 per accident for injury, $1,000,000 per employee for disease, and $1,000,000 per policy disease limit.   

      Sexual Abuse or Molestation (SAM) Liability: If the Commercial General Liability policy referenced above is not endorsed to include affirmative coverage for sexual abuse or molestation, Contractor shall obtain and maintain a policy covering Sexual Abuse and Molestation with a limit no less than $1,000,000 per occurrence or claim when Contractor has access to minors, seniors, disabled, inmates, and other vulnerable populations. The policy must provide continuing liability coverage (“tail”) in force for at least five (5) years.

      Professional Liability (Errors & Omissions) Coverage: $1,000,000 per occurrence or claim and $2,000,000 in the aggregate in the event that Contractor is performing professional services (such as design, architectural, legal, medical, engineering, technology, etc.) 

      1. In the event Contractor is performing technology services and/or providing software or data, Technology and Errors & Omissions coverage shall include, but not be limited to, claims involving security breach, system failure, data recovery, business interruption, cyber extortion, social engineering, infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, and alteration of electronic information. The policy shall provide coverage for breach response costs, regulatory fines and penalties as well as credit monitoring expenses.
      2. No professional liability policy written on an occurrence form will include a sunset or similar clause that limits coverage unless such clause provides coverage for at least two (2) years after the expiration of cancellation of this Agreement.
      3. If Contractor’s professional liability policy is a “claims made” policy, then continuing liability coverage (“tail”) shall be in force for at least five (5) years.

      Cyber Liability Insurance: $1,000,000 per occurrence is required in the event that Contractor provides information technology services, including cloud-based, to County, accesses County’s networks/systems, and/or collects, processes, manages, or stores sensitive electronic data.  Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Contractor in this Agreement and shall include, but not be limited to, claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security.  The policy shall provide coverage for breach response costs as well as regulatory fines and penalties as well as credit monitoring expenses with limits sufficient to respond to these obligations.

      Builder’s “All Risk” Insurance: If applicable and in the event Contractor is performing vertical construction services under the Agreement, Contractor shall procure and maintain “All-Risk: Builder’s insurance, written on a commercially recognized policy form, providing coverage for the Work performed under the contract, and the materials, equipment or other items incorporated therein, while the same are located at the construction site, stored off-site, or at the place of manufacture. The policy limit shall be in a minimum amount equal to the “full insurable value “of such equipment and 100% of the value of the Agreement, including any additional costs which are normally insured under such policy.  The insurance coverage shall include boiler and machinery insurance on a comprehensive basis and include coverage against damage or loss caused by earth movement (including but not limited to earthquake, landslide, subsidence and volcanic eruption), fire, flood, hurricanes, explosion, hail, lighting, weather, vandalism, malicious mischief, wind, collapse, riot, aircraft, smoke, or other cataclysmic events, and coverage against damage or loss caused by machinery accidents and operational and performance testing, commissioning and start-up, with extended coverage, and providing coverage for transit, with sub-limits sufficient to insure the full replacement value of the property or equipment removed from its site and while located away from its site until the date of final acceptance of the services.  The making of progress payments to Contractor shall not be construed as relieving the Contractor or its subcontractors or insurance carriers providing the coverage described herein for responsibility for loss or direct physical loss, damage or destruction occurring prior to final acceptance of the services.

      Pollution Liability: Contractor is required to provide and maintain Pollution Liability Insurance if Contractor’s scope of work: requires the handling and/or transportation of  non-household chemicals, hazardous materials (including, but not limited to, asbestos, lead, silica, contaminated soil, or any other hazardous material as defined by applicable law), or involves grading, concrete, de-watering, underground utilities, exterior insulation and finish systems (EIFS); fire protection; HVAC; plumbing; roofing; exterior siding, stucco, or skin of any type, flashing, installation of skylights, windows, storefronts, or exterior doors; waterproofing, exterior sheet metal; rough carpentry; or any other trades as County may designate.  The Pollution Liability Insurance shall meet or exceed the following:

        1. Limits of not less than $5,000,000 per incident and $5,000,000 aggregate for Bodily Injury, Property Damage, Environmental Damage or Clean-Up Costs, including coverage for Non-Owned Disposal Sites.
        2. For Contractors whose scope of work includes transportation of hazardous materials, the insurance must also include coverage for pollution conditions arising from the transportation of hazardous materials.
        3. Whether written on an “Occurrence” basis or on a “Claims Made” basis, coverage shall either be renewed continuously or shall provide an extended claims reporting period through all applicable stature of limitation periods following completion of the work.
        4. Cobb County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives, servants, volunteers and agents are to be covered as additional insureds via endorsement. The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence.

      Umbrella Liability Coverage:  $2,000,000 in liability coverage per occurrence above the Agreements stated minimum coverage limits for policies of insurance except Cyber Liability, and Professional Liability. 

      1. Cobb County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives, servants, volunteers, and agents are to be covered as additional insureds via endorsement.  The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence.
      2. If Contractor’s Umbrella Liability policy is a “claims made” policy, then continuing liability coverage (“tail”) shall be in force for at least five (5) years.

      2. Self-Insurance, Captives, Fronting Policies, and Monetary Conditions Precedent

      If Contractor is meeting its obligations contained in these Insurance Requirements through self-insurance, a captive, a fronting policy, and/or any monetary conditions precedent to coverage or a transfer of risk, Contractor shall be required to notify County and provide additional information upon request. If Contractor is self-insured, insured by a captive, utilizing a fronting policy, having a monetary condition precedent to coverage or a transfer of risk, or any combination thereof to meet its obligations to County, County may require Contractor to provide to County additional financial security. Contractor’s failure to notify and/or adequately disclose the requirements of this provision shall be considered a material breach of the Agreement. 

      3. Primary Insurance

      Contractor’s insurance coverage shall be endorsed as primary and noncontributory with respect to the performance of this Agreement and in the protection of the County.  Any insurance or self-insurance maintained by the Insured Parties shall be in excess of Contractor’s insurance and shall not contribute to it.

      4. Waiver of Subrogation

      Each policy or policies of insurance required by this Agreement shall be endorsed to provide a waiver of subrogation, or waiver of right to recover from others, in favor of the Insured Parties for losses arising from services performed or goods provided by Contractor for or to County.  Contractor agrees to obtain any endorsement that may be necessary to affect the above waiver of subrogation, but this provision applies regardless of whether Contractor has received a waiver of subrogation endorsement from an insurer.   

      5. Deductibles, Self-Insured Retention, and Monetary Conditions Precedent

      Contractor shall pay all deductibles and be liable for all claims, losses and damages for which it self-insures.  Contractor shall notify County of any deductible or self-insured retention greater than $100,000 or any increase thereto.  County may require additional financial security for deductibles and self-insured retentions greater than $100,000.

      6. Separate Coverage

      Coverage shall state that the Contractor’s insurance shall apply separately to each Insured Party against whom claim is made or suit is brought.

      7. Defense Costs and Cross Liability

      Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits.  There shall be no cross-liability exclusion.

      8. Notice Requirement

      Each insurance policy or policies required by this Agreement shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to County.  All notices must be mailed to the attention of Cobb County Government at 100 Cherokee Street, Suite 300, Marietta, Georgia 30090.  County reserves the right to accept alternate notice terms and provisions provided they meet the minimum requirements under Georgia law.

      The project number and name must be referenced in the description section of the insurance certificate.

      9. Reporting Requirement

      Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Insured Parties.

      10. Acceptability

      Each insurance policy or policies required by this Agreement must be issued by a Contractor licensed, authorized or approved by the Georgia Insurance Commissioner to write business in the State of Georgia.  Such insurance shall be placed with insurers with a minimum AM Best’s Policyholder’s Rating of “A-”, or better, and with a financial rating of Class VII, or greater, or be otherwise acceptable to Cobb County.  Unrated or unlicensed captives or insurers must be submitted to Risk and Safety for review and consideration prior to commencement of work.

      11. Failure of Insurers

      Notwithstanding anything else in this Agreement, Contractor shall be responsible for any delay resulting from the failure of any insurer to furnish proof of coverage in the prescribed form.

      12. Verification of Coverage

      Contractor shall furnish County with certificates of insurance, declarations page for each insurance policy listed on the certificate of insurance, and endorsements to the policies evidencing all coverages required by this Agreement.  The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. 

      The certificates, declarations page, and endorsements for each policy required shall be received and approved by County before any work commences.  County reserves the right to require complete, certified copies of all required insurance policies at any time.

        If Contractor changes, renews, or replaces any coverage required by this Agreement, Contractor shall provide proof of the change, renewal, or replacement to County prior to the change, renewal, replacement, or expiration of the coverage. Contractor’s failure to comply with this provision shall be considered a material breach of the Agreement.  County may, but has no obligation to, review any and all of the required insurance policies, declaration pages, and/or endorsements.  Failure to demand evidence of full compliance with the insurance requirements set forth herein or failure to identify any insurance deficiency shall not relieve Contractor from, nor be construed or deemed a waiver of, its obligation to maintain the required insurance at all times during the performance of this Agreement.

      13. Subcontractors and subcontracts

      Contractor shall require all subcontractors to maintain insurance that is industry standard for the scope and risk of the services being provided by that subcontractor. All coverage for subcontractor(s) shall be subject to all of the requirements stated in this Agreement, including, but not limited to naming the insured parties as additional insured.

      14. Duration

      Each insurance policy or policies required by this Agreement shall be maintained during the entire term of the Agreement, including any renewal or extension terms, and until all Work has been completed to the satisfaction of County.  Any requirement for insurance to be maintained after completion of the work shall survive termination of expiration of this Agreement. Contractor’s notification (Paragraphs 2, 5, and 8), acceptability (Paragraph 10), and verification (Paragraph 12) obligations are continuous and shall remain in effect throughout the entire duration of this Agreement.  Failure to comply with the requirements of this provision shall be considered a material breach of the Agreement.

      15. Periodic Review

      Insurance requirements are subject to County’s periodic review and County can require changes, including requiring additional types of insurance coverage or higher coverage limits, as it determines is necessary, provided that any such change is reasonable in light of past claims, inflation, or any other item reasonably related to County’s risk.  Any change requiring additional types of insurance coverage or higher coverage limits must be made by amendment to this Agreement.  Contractor agrees to execute any such amendment within thirty (30) days of receipt. Any failure, actual or alleged, on the part of County to monitor or enforce compliance with any of the insurance and indemnification requirements will not be deemed as a waiver of any rights on the part of the County.

      16. Failure to Comply

      Notwithstanding anything else in this Agreement, failure to comply with the insurance requirements set forth herein will not relieve Contractor from any liability under the Agreement and will not be construed to conflict with or limit Contractor’s indemnification obligations under the Agreement.

       

    • Contract Term

      The term of the contract will be for a period of twelve (12) months from the date of award.

    • Renewals

      The County holds two (2) renewals with a length of one (1) year(s) each.

    Submission Requirements

    • BIDDER'S INFORMATION
    • Authorized agent contact information: (required)

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

    • Please confirm (required)

      THE AUTHORIZED REPRESENTATIVE HAVING EXAMINED THE PROPOSED CONTRACT DOCUMENTS TITLED:

      Request for Quote
      Purchase of Trophies for Athletic Leagues, Tournaments and Special Events
      Cobb County PARKS Department
      Sealed Quote # 26-05

      The authorized representative understands and agrees also to comply with and be bound by the entire contents of the Request for Bid including all Addenda.

    • CONTRACTOR AFFIDAVIT & AGREEMENT (EXHIBIT A) (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Advertisement dates? (required)
    • Will insurance requirements apply? (required)
    • What is the intended bid opening date? (required)
    • Do you have pricing table information? (required)
    • Will you be using the electronic pricing table or have vendors upload pricing? (required)
    • Will there be a pre-bid/pre-proposal conference? (required)
    • Will the pre-bid/pre-proposal meeting be mandatory or not? (required)
    • Will bonds be required? (required)
    • If yes, what type of bonds? (required)

      Select all that apply. 

    • E-Verify required? (required)
    • Funding source(s)?
    • Project purpose? (required)

      Format: Cobb County (“County” or “Owner”) is soliciting bids from qualified vendors (“Vendor” or “Contractor”) to _____________

      Example: replace the roof at East Cobb Government Service Center

    • Project location?

      Format: 4400 Lower Roswell Road, Marietta, GA 30068

    • Are there specifications or separate SOW attachments? (required)

      Select yes to show Scope of Work section in the Document Editor

    Key dates

    1. April 9, 2026Published
    2. April 23, 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.