ITB NO. 24-101659
Department of Purchasing and Contracting
Maloof Administration Building, 1300 Commerce Drive, 2
nd
Floor, Decatur, Georgia 30030
May 27, 2024
INVITATION TO BID (ITB) NO. 24-101659
FOR
2024 LMIG ROAD RESURFACING PROJECTS
DEKALB COUNTY, GEORGIA
Procurement Agent:
Kyheem Bristol
Email:
Kbristol@dekalbcountyga.gov
Mandatory DeKalb First LSBE Meeting:
(Bidders must attend 1 meeting on either
of the dates listed.)
May 29, 2024 or June 5, 2024
Via Video Conference: Utilize the link(s) supplied on our
webpage, www.dekalbcountyga.gov/purchasing-
contracting/general-information
(Meetings are held at 10:00 a.m. and 2:00 p.m.)
Deadline for Submission of Questions:
5:00 P.M. ET, June 7, 2024
Bid Opening:
3:00 P.M. ET, June 27, 2024
Via Zoom:
Bidder’s Unit Price Form Opening:
3 5 Business days after Bid Opening
____________________________________________________________________________________________________________
FIRM’S NAME AND ADDRESS:
(Street, City, State and Zip Code. Type or print):
_____________________________________________________________
_____________________________________________________________
Federal Tax ID No. ______________________________
ARE YOU A DEKALB COUNTY FIRM? Yes ____ No ____
TELEPHONE AND FAX NUMBERS WITH AREA
CODE:
Phone: ________________________________________
Fax: __________________________________________
E-mail: ________________________________________
SIGNATURE OF PERSON AUTHORIZED
TO SIGN BID AND DATE:
_______________________________________________
SIGNER’S NAME AND TITLE (Type of Print):
_______________________________________________
THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS BID TO THE
DEPARTMENT OF PURCHASING AND CONTRACTING OF DEKALB COUNTY
GOVERNMENT ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY
AND STRICTLY THE RESPONSIBILITY OF THE BIDDER.
DEKALB COUNTY
STANDARD FORM NUMBER 7
Crystal Creekmore
Digitally signed by Crystal
Creekmore
Date: 2024.05.23 09:33:51 -04'00'
ITB NO. 24-101659
Page 2 of 124
TABLE OF CONTENTS
TITLE ____________ PAGE NO.
Advertisement for Bids 3
Instructions to Bidders 5
Required Documents Checklist 15
Acknowledgement of Bidder 16
Bidder’s Unit Price Form 17
Bid Bond Form 21
DeKalb First Ordinance Information Sheet and LSBE Exhibits 23
First Source Jobs Ordinance Information and Exhibits 32
Public Works Construction Affidavit and Oath of Successful Bidder 36
Contractor and Subcontractor Evidence of Compliance with O.C.G.A. §13-10-91 37
and Affidavits
Contractor Reference and Release Form 40
Subcontractor Reference and Release Form 41
Exhibit I Sample Standard Form Contract for Construction 42
with Attachments A-J
Exhibit II Minimum Technical Specifications 103
Exhibit III Drawings 119
Exhibit IV Georgia Department of Transportation Standard Specifications 124
ITB NO. 24-101659
Page 3 of 124
ADVERTISEMENT FOR BIDS
DEKALB COUNTY, GEORGIA
INVITATION NUMBER 24-101659
Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The
Maloof Center, 2
nd
Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 27th day of
June, 2024, for furnishing all labor, materials, equipment, and all things necessary pursuant to Drawings,
Specifications, conditions, etc., for Invitation to Bid No. 24-101659 2024 LMIG Road Resurfacing Projects (“the
Project”). Bidder’s Unit Price Form shall be opened and read aloud three (3) to five (5) business days after Bid
Opening.
SUBMIT ONE ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID
DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM)
STAMPED “ORIGINAL” AND TWO SEALED IDENTICAL COPIES STAMPED “COPY” OF THE
BID PACKAGE TO THE ADDRESS LISTED ABOVE.
Bids will be considered only from experienced and well-equipped contractors.
QUESTIONS
All questions concerning the Project and requests for interpretation of the contract must be submitted to the
Department of Purchasing and Contracting in writing via email to Kyheem Bristol, Procurement Agent, at
[email protected]. Questions and requests for information or clarification concerning the
specifications in this ITB must be submitted to the above listed contact person via email no later than the date and
time listed in the bid timetable. Questions and requests for interpretation received after the established deadline
or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda.
No Bid may be revoked or withdrawn until one hundred twenty (120) days after the time set for opening the Bids.
THE COUNTY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, TO WAIVE
INFORMALITIES IN BIDDING, AND TO READVERTISE.
ITB NO. 24-101659
Page 4 of 124
This 27
th
day of May, 2024
DEKALB COUNTY, GEORGIA
By: ___________________________________
Kyheem Bristol
Procurement Agent
Department of Purchasing and Contracting
Digitally signed by Kyheem
Bristol
Date: 2024.05.23 09:42:19
-04'00'
ITB NO. 24-101659
Page 5 of 124
INSTRUCTIONS TO BIDDERS
GENERAL
Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The
Maloof Center, 2
nd
Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 27th day of
June 2024, for ITB No. 24-101659 2024 LMIG Road Resurfacing Projects according to the Drawings and
Specifications of the same title which are on file in the DeKalb County Public Works Roads and Drainage
Division and the Department of Purchasing and Contracting, The Maloof Administration Building, 1300
Commerce Drive, 2
nd
Floor, Decatur, Georgia 30030. Bid Price Forms shall be opened and read aloud 3 to 5
business days after Bid Opening Date. Sealed Bids shall be submitted on the form furnished by the County and
shall be submitted in triplicate, designated as original” or “copy”. SUBMIT ONE ORIGINAL BID
PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED
DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM) STAMPED “ORIGINAL” AND
TWO SEALED IDENTICAL COPIES STAMPED “COPY” OF THE BID PACKAGE TO THE
ADDRESS LISTED ABOVE.
Bids will be considered only from experienced and well-equipped contractors. Prior to beginning construction,
the successful Bidder will file with the County a Performance Bond and a Payment Bond, each equal to 100% of
the Contract Price, with the terms and surety to be approved by the County; and furnish satisfactory proof of
carriage of the insurance required.
SUBMITTING BIDS
Bids are to be submitted on the proper unaltered forms, and shall be addressed to the DeKalb County Department
of Purchasing and Contracting, The Maloof Administration Building, 2
nd
Floor, 1300 Commerce Drive, Decatur,
Georgia 30030, sealed, dated and enclosed in an envelope or package appropriately marked on the outside with
the name of the Bidder, the date and hour of opening, and the Invitation to Bid Number and Project Name.
FAILURE TO SUBMIT THE BIDDERS UNIT PRICE FORM IN A SEPARATE SEALED ENVELOPE
SHALL DEEM THE BID NON-RESPONSIVE. INCLUDING PRICE IN ANY AREA OUTSIDE OF ITS
SEPARATE, SEALED ENVELOPE WILL RESULT IN BIDDER’S BID BEING DEEMED NON-
RESPONSIVE.
It is the responsibility of each Bidder to ensure that its submission is received by 3:00 p.m. on the bid due date.
The time/date stamp clock located in the Department of Purchasing & Contracting shall serve as the official
ITB NO. 24-101659
Page 6 of 124
authority to determine lateness of any bid. The bid opening time shall be strictly observed. Be aware that visitors
to our offices will go through a security screening process upon entering the building. Bidders should plan
enough time to ensure that they will be able to deliver their submission prior to our deadline. Late submissions,
for whatever reason, will not be evaluated. Bidders should plan their deliveries accordingly. Telephone or fax
bids will not be accepted.
* Special Note: While the Maloof Administration Building remains closed to the public, the security desk
will accept hand-delivered proposals on behalf of the Department of Purchasing and Contracting. The
Bidder should request a bid receipt as verification that the bid was submitted by the prescribed due date
and time.
BIDDERS UNIT PRICE FORM OPENING
Bidders Unit Price Form openings shall be conducted in the Department of Purchasing and Contracting three (3)
to five (5) days after the bid opening. Only the Bid Price Forms of responsive bidders shall be opened. The County
reserves the right to decide which bid(s) will be deemed responsive and said determination shall be made in
accordance with the requirements stated in this solicitation.
BUSINESS LICENSE
Bidders shall submit a copy of its current, valid business license with its Bid or upon award. If the Bidder is a
Georgia corporation, Bidder shall submit a valid county or city business license. If Bidder is a joint venture,
Bidder shall submit valid business licenses for each member of the joint venture. If the Bidder is not a Georgia
corporation, Bidder shall submit a certificate of authority to transact business in the state of Georgia and a copy
of its current, valid business license issued by its home jurisdiction. If Bidder holds a professional license, then
Bidder shall submit a copy of the valid professional license. Failure to provide the business license, certificate of
authority, or professional license required by this section, may result in the proposed Bid being deemed non-
responsive.
UTILITY SYSTEMS CONTRACTOR’S LICENSE AND UTILITY MANAGER’S CERTIFICATE
As required by O.C.G.A. § 43-14-8, et seq., a Bidder responding to this Invitation to Bid must provide a copy of
its or its subcontractor’s Georgia Utility Systems Contractor’s License AND Utility Manager’s Certificate with
its Bid. All licenses and certificates must be issued in the name of the person or entity that will perform the utility
work. If a subcontractor’s Georgia Utility Systems Contractor’s License is submitted with the Bid, the
ITB NO. 24-101659
Page 7 of 124
subcontractor must be listed as such on appropriate Bidder’s Unit Price Form. All licenses and certificates must
be current, valid, and issued in compliance with applicable law. Failure to provide this license and necessary
certificates in this format will result in the proposed Bid being deemed non-responsive.
QUESTIONS, ADDENDA AND INTERPRETATION
Questions must be submitted to the Department of Purchasing and Contracting in writing via email to
[email protected]. Questions and requests for information or clarification concerning the
specifications in this ITB must be submitted to the above listed contact person via email no later than the date and
time listed in the bid timetable. Questions and requests for interpretation received after the above stated time or
sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. For
questions and requests for interpretation after the pre-bid conference, each response shall be given in written
addendum, separately numbered and dated, and published on the County website in sufficient time for interested
parties to review. No responses to requests, answers to specification questions, or additional information
shall be acknowledged after June 7, 2024.
ACKNOWLEDGMENT OF ADDENDA
Addenda may be issued in response to changes in the Invitation to Bid. Addenda must be acknowledged by
signing and returning the Addendum Acknowledgement with the Bid. Acknowledgments must be received by
the County before the Bid opening time and date. Failure to properly acknowledge any addendum may result in
the proposed Bid being deemed non-responsive. Bidder may call send an email to Kyheem Bristol at
[email protected] to verify the number of addenda prior to submission. All addenda issued for this
Project may be found on DeKalb County’s website, https://www.dekalbcountyga.gov/purchasing-
contracting/bids-itb-rfps.
AUTHORITY TO SIGN
If a Bid is submitted by an individual, his/her name and mailing address must be shown. If submitted by a
corporation, partnership, or joint venture, the name and physical mailing address of each member of the
corporation, partnership, or joint venture must be shown. If submitted by a corporation, the Certificate of
Corporate Bidder in the form attached to the Bid Document Package must be executed and submitted with the
Bid. If submitted by a joint venture, the Certificate of AuthorityJoint Venture in the form attached to the Bid
ITB NO. 24-101659
Page 8 of 124
Document Package must be executed and submitted with the Bid. A post office box is not acceptable as a physical
mailing address. The legal and proper name of the proprietorship, corporation, or partnership submitting the Bid
hall be printed or typed in the space provided on the Certificate of Corporate Bidder.
BID GUARANTEE TO ACCOMPANY BID
Each Bid must be accompanied by a Bid Guarantee in an amount of not less than ten percent (10%) of the amount
of the Bid. The Bid Guarantee may be in the form of an official bank check payable to DeKalb County, or a Bid
Bond in the form provided in the Bid Document Package. The Bid Bond shall be issued by a surety company
licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and
have a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better.
VALID INSURANCE, BONDS, LICENSES, PERMITS, AND CERTIFICATES
Bidder shall ensure that any bond, bid bond, payment bond, performance bond, insurance, license, permit or
certificate submitted in response to this Invitation to Bid or as part of the Contract for this Project shall be current
and valid when submitted, and shall remain valid, current and maintained in good standing for the Contract Term.
BUILDERS’ RISK INSURANCE COVERAGE
DeKalb County shall procure and maintain Builders Risk Insurance on the entire work which provides “All-risk”
form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework,
and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire,
lightning, extended coverage, theft, vandalism, malicious mischief, earthquake, collapse, debris removal,
demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by flood), and
such other perils or causes of loss as may be specifically required by Supplementary Conditions) until Final
Completion and Acceptance of the Project. Such policy of insurance shall contain at least the following sub-
limits of insurance and deductibles:
Sub-limits:
Property in Transit
$1,000,000
Property in Offsite Storage
$1,000,000
ITB NO. 24-101659
Page 9 of 124
Plans & Blueprints
$25,000
Debris Removal
25% of Insured Physical Loss
Delay in Completion / Soft Cost
TBD
Ordinance of Law (Increased Cost of
Construction)
$1,000,000
Flood and Earthquake
TBD Full Contract Value
Deductibles:
Flood and Earthquake
$25,000
Water Damage other than Flood
$100,000
All other Perils
$10,000
RIGHTS RESERVED
The County reserves the right to reject any or all Bids, to waive informalities, and to re-advertise. The County
reserves the right to decide which Bid will be deemed lowest, responsive and responsible. For consideration as a
responsible Bidder, the proposed Bidder shall, among other qualifications, demonstrate in its Bid that it has been
the general contractor engaged in construction and successful completion of facilities of similar character and
magnitude for at least three (3) years, and shall demonstrate the financial ability to perform the required Work.
Bidder may be required to submit evidence setting forth qualifications which entitle him to consideration as a
responsible Bidder. A list of work of similar character successfully completed within the last three (3) years may
be required as set forth in the Invitation to Bid giving the location and size of each project. Bidder shall complete
the Reference and Release Form attached to the Bidder Document Package. In addition, the Bidder shall submit
upon request by the County, a list of equipment available for use on this Work with its Bid. Any additions,
conditions, limitations, or provisions attached to the Bid shall render it informal, and will be cause for rejection
as non-responsive. No Bid may be revoked or withdrawn until one hundred twenty (120) days after the time set
for opening the Bids.
AWARD OF CONTRACT
The Contract, if awarded, will be awarded to that responsible Bidder whose responsive Bid will be most
advantageous to the County, price and other factors considered. The County is entitled to make the determination
in its sole discretion. The Contract between the County and the Contractor shall be executed in the form attached
to the Bid Document Package as Exhibit I, and shall form a binding contract between the contracting parties. A
Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, must be provided by the
successful Bidder, issued in proper form by a surety company licensed to write bonds in the State of Georgia,
ITB NO. 24-101659
Page 10 of 124
listed in the most current U.S. Treasury Circular No. 570, and which has a current A.M. Best rating of "A"
(Excellent) with a Financial Size Category of XII or better. Bonds given shall meet the requirements of the law
of the State of Georgia including, but not limited to, O.C.G.A. §13-10-1 and §36-91-21 et seq.
FAILURE TO EXECUTE CONTRACT
The County shall have one hundred twenty (120) days after the time set for openings of Bids to notify a Bidder
of the County’s acceptance of the Bid and its intent to award the Contract to such Bidder. If the County so notifies
a Bidder and the Bidder fails to enter into the Contract in the form attached to the Bid Document Package as
Exhibit I within ten (10) days of receiving such notice, or fails within that time to provide the required Payment
and Performance Bonds and proof of required insurance, the amount of the Bid Bond or other Bid Guarantee shall
be paid over to the County as liquidated damages. The acceptance of the payment of the Bid Bond shall not
operate to bar any claim the County might otherwise have against the Bidder, and the County shall be authorized
to pursue any claim against the Bidder for failure to consummate the Contract as may be authorized by law.
TIME AND LIQUIDATED DAMAGES
Construction must begin within ten (10) days from the date the Contractor acknowledges receipt of the Notice to
Proceed, by signing and inserting the acknowledgement date on the Notice to Proceed. Contractor shall fully
complete the Work within three hundred and sixty-five (365) days from and including the acknowledgement date.
For failure to complete the Work within this period, the Contractor shall pay the County liquidated damages in
the amount specified in Exhibit II, Minimum Technical Specifications for each day in excess of the Contract Time
unless an extension of the Contract Time has been obtained by Change Order, as defined in the Contract, prior to
the expiration of the Contract Term as defined in the Contract.
LOCATIONS AND SITE
The site of the proposed Work is at the stated location(s) within DeKalb County, Georgia. By submitting a Bid,
the Bidder accepts the site in its present condition and agrees, if awarded the Contract, to carry out all Work in
accordance with the requirements of the Contract, the Specifications and as shown on the Drawings. The Bidder
shall, before submitting a Bid, visit the site and acquaint itself with the actual conditions and the location of any
or all obstructions that may exist on the site. The documents comprising the Contract contain the provisions
ITB NO. 24-101659
Page 11 of 124
required for the completion of the Work to be performed pursuant to this Contract. Information obtained from an
officer, agent, or employee of the County, or any other person shall not affect the risks or obligations assumed by
the Contractor or relieve it from fulfilling any of the conditions of the Contract. Each Bidder, prior to submitting
his Bid, is responsible for inspecting the site and for reading and being thoroughly familiar with all of the
documents comprising the Contract and Bid Document Package. The failure or omission of any Bidder to so
familiarize himself shall in no way relieve any Bidder from any obligation in respect to his Bid. The Contractor
shall inspect all easements and rights-of-way to insure that the County has obtained all land and rights-of-way
necessary for completion of the Work to be performed pursuant to the Contract. The Contractor shall comply
with all stipulations contained in easements acquired by the County. If applicable to the Work, all easements and
rights-of-way documents are available for inspection in the office of DeKalb County Public Works Roads &
Drainage Division. The Contractor shall not be entitled to damages and agrees not to make any claim against the
County, its officials or employees for the failure to obtain necessary interests in land for this Project. The
Contractor shall accurately locate above-ground and below-ground utilities and structures which may be affected
by the Work using whatever means may be appropriate.
DEKALB FIRST ORDINANCE
It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide
maximum practicable opportunity for all businesses to participate in the performance of government contracts.
The current DeKalb County List of Certified Vendors may be found on the County website at
https://lsbecertification.info/pages/Directory/SearchPublic.jsp.
It is required that all responding Bidders attend the mandatory LSBE meeting within two weeks of the solicitation’s
advertisement, and comply, complete and submit all LSBE forms with the Bidder’s response in order to remain
responsive. Attendance may be via video conference and teleconference. Instructions for attendance can be found
on the County’s website at https://www.dekalbcountyga.gov/purchasing-contracting/dekalb-first-lsbe-program.
For further details regarding the DeKalb First Local Small Business Enterprise Ordinance, contact the LSBE
Program representatives at pcadmin-[email protected] or (404) 371-4770.
ITB NO. 24-101659
Page 12 of 124
FIRST SOURCE JOBS ORDINANCE
The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into any type of
agreement with the County, including purchase orders, regardless of what they may be called, for the procurement
or disposal of supplies, services, construction projects, professional or consultant services, which is funded in
whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or
more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or
community development block funds administered in the amount of $50,000 or more make a good faith effort to
hire DeKalb County residents for at least 50% of jobs using the First Source Registry (candidate database). The
work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs
Ordinance. Please complete the First Source Jobs Ordinance Acknowledgement and New Employee Tracking
Form included as Exhibit 2 of the First Source Jobs Ordinance Information (with Exhibits 1 4) and submit with
the Bid.
For more information on the First Source Jobs Ordinance requirement, please contact WorkSource DeKalb at
www.worksourcedekalb.org or 404-687-3400.
FEDERAL WORK AUTHORIZATION PROGRAM PARTICIPATION
All qualifying Contractors and Subcontractors performing work with DeKalb County, Georgia must register and
participate in the federal work authorization program to verify the work eligibility information of new employees.
In order for a Bid to be considered, it is mandatory that the Contractor Affidavit of Compliance with O.C.G.A.
§13-10-91 included as page 38 be completed and submitted with the Bid.
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 person or entity making the submission, unless a court order is presented with the submission. You may wish
to consult an attorney or obtain legal advice prior to making a submission.
ITB NO. 24-101659
Page 13 of 124
ETHICS RULES
Bidders are subject to the Ethics provision within the DeKalb County Purchasing Policy; the Organizational Act,
Section 22A, the Code of DeKalb County; and the rules of Executive Order 2014-4. Any violations will be
addressed, pursuant to these policies and rules.
To the extent that the Organizational Act, Section 22A, the Code of DeKalb County, and the rules of Executive
Order 2014-4 allow a gift, meal, travel expense, ticket, or anything else of value to be purchased for a CEO
employee by a contractor doing business with the County, the contractor must provide written disclosure,
quarterly, of the exact nature and value of the purchase to the Chief Integrity Officer, if created, or the
Finance Director or his/her designee. Every contractor conducting business with the County will receive a
copy of these ethical rules at the time of execution of the contract.
COOPERATIVE PROCUREMENT
The County, through Department of Purchasing and 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 governmental entity. Piggybacking shall only be available where competition was used to
secure the contract and only for a period of twelve (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.
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).
ITB NO. 24-101659
Page 14 of 124
RIGHTS RESERVED - AWARDS
The County reserves the right to make one (1) award or multiple awards.
STANDARD COUNTY CONTRACT
The attached sample contract is the Countys standard contract document, which specifically outlines the
contractual responsibilities. All bidders should thoroughly review the document prior to submitting a bid. Any
proposed revisions to the terms or language of this document must be submitted in writing with the bidder’s bid.
Since proposed revisions may result in a bid being rejected if the revisions are unacceptable to the County, bidders
should review any proposed revisions with an officer of the firm having authority to execute the contract. No
alterations can be made in the contract after award by the Board of Commissioners.
ITB NO. 24-101659
Page 15 of 124
REQUIRED DOCUMENTS CHECKLIST
Bidder shall complete and submit the following documents with their bid:
Bid
Page
No.
Title
Check This
Box If
Included
With Bid
1-14 Bid Package
15 Required Documents Checklist
16 Acknowledgement of Bidder*
17-20 Bidder’s Unit Price Form (in a separate, sealed envelope)*
21-22 Bid Bond *
23-31 LSBE Information, Exhibits 1 and 2*
32-35 First Source Jobs Ordinance Exhibits 1 and 2
36 Public Works Construction Affidavit and Oath of Successful Bidder
38 Contractor’s Affidavit*
39
Subcontractor Affidavit, (also applicable to LSBE vendors serving as
subcontractors)**
40 Contractor Reference and Release Form
41
Subcontractor Reference and Release Form (also applicable to LSBE
vendors serving as subcontractors)
- Utilities’ Systems Contractor’s License*
- Utility Manager’s Certificate*
- Business License
- Acknowledgements of all addenda issued to this ITB and any exceptions to
the sample County contract
* If these mandatory forms are not completed and submitted with the bid, the bidder may be
deemed non-responsive.
** These forms are applicable if a subcontractor will be utilized to fulfill the requirements of this
contract. If these forms are applicable, they must be completed and submitted with the bid.
Failure to submit these forms, if applicable, may result in the bidder’s bid being deemed non-
responsive.
I, the undersigned, acknowledge that
I have include
d the requested documents as listed above.
Printed Name
Signature
ITB NO. 24-101659
Page 16 of 124
ACKNOWLEDGEMENT OF BIDDER
I ___________________________ have had the opportunity to review and have reviewed
this Bid Document Package dated ________, 20___ in its entirety and I agree that it is accurate
and complete. I_______________________ am duly and properly in office and I am fully
authorized and empowered to execute this Acknowledgment for and on behalf of the Contractor.
By: ______________________(SEAL)
Signature
Name (Typed or Printed)
Title
Name of Business
Federal Tax I.D. Number
_________________________
Signature
ATTEST:
Name (Typed or Printed)
Title
ITB NO. 24-101659
Page 17 of 124
BIDDER’S UNIT PRICE
***NEW–BIDDERS UNIT PRICE FORM MUST BE SUBMITTED IN A SEPARATE SEALED
ENVELOPE OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE
CONSIDERED FOR AWARD***
TO: The Governing Authority of DeKalb County, Georgia
The undersigned, as Bidder, declares that he has carefully examined ITB No. 24-101659 2024 LMIG Road
Resurfacing Projects, an annexed proposed form of Contract, the Specifications therein contained, and the
Drawings therein referred to, and that he proposes and agrees that if his Bid is accepted, to provide the necessary
machinery, tools, apparatus, and other means of construction, and will furnish all materials and labor specified
in the Contract, or called for by the Drawings, or necessary to complete the Work in the manner therein specified
within the time specified, as therein set forth for the unit prices on the form following this page. If the Bidder’s
Unit Price exceeds one page in length it should be completed in an excel format, typewritten, printed out and
attached hereto. Handwritten Unit Prices exceeding one page in length may not be accepted and may result in
the proposed Bid being deemed non-responsive.
ITB NO. 24-101659
Page 18 of 124
BIDDER’S UNIT PRICE FORM
ITEM
NO.
DESCRIPTION
UNIT
APPROXIMATE
QUANTITY
UNIT PRICE
TOTAL
AMOUNT
A
(150-
1000)
Traffic Control
Lump
Sum
1 $_________ $___________
B
(402-
1802)
Recycled Asphalt Concrete
Patching including Bitum.
Material and H Lime
Ton 79,530 $_________ $___________
C
(423-
5010)
Mill Asphalt Concrete
Pavement Variable Depth
Square
Yard
25,000 $_________ $___________
D
(402-
3102)
Recycled Asphalt Concrete 9.5,
MM Superpave, Type II, Blend
1 included Bitum. Material and
H Lime
Ton 37,864 $_________ $___________
E
(611-
8055)
Adjust Minor Structures to
Grade
Each 5 $_________ $___________
F
(310-
5040)
Gr. Aggr. Base Crs, Incl
Excavation, Compacting &
Material
Cubic
Yard
7,730 $__________ $___________
TOTAL BID (ITEMS A THROUGH F): $______________________
*Please consult the G-DOT Specifications, the link to which is set forth in Exhibit IV, for descriptions of the
services denoted by the item-identifications numbers above.
TOTAL BID:
$
(State in words on the line above) (In figures)
Pricing shall be inclusive of all required duties associated with all services outlined within the Bid Price Form.
ITB NO. 24-101659
Page 19 of 124
BIDDERS UNIT PRICE FORM MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE OR
BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD.
These quantities are approximate and may be increased or decreased as to any and all units as necessary to
complete the construction of said Project without entitling the Contractor to any claim for extra compensation
because of any injury, damage or delay he may sustain on account of such increase or decrease. The Contractor
shall be entitled to compensation on the foregoing unit prices only on the quantities of materials actually furnished
and work actually done as determined and approved in writing by the County through an inspection of the work
completed. In no event shall the County be liable for payment in excess of the total Bid amount of $
____________________________(Insert same “TOTAL BID” figure as listed on the foregoing page) without
proper prior written authorization via Change Order from the County. The Total Bid includes and encompasses
the cost of all labor, materials, equipment, tools, supervision, scheduling, safety program,
coordination, engineering, testing, surveys, layout, cleanup, and other things and services required to complete
the entire Project in strict conformity with the Drawings, Specifications, the Contract, and all addenda and
authorized written clarifications issued prior to the Bid date. Without limitation, the Total Bid also includes all
applicable sales and use taxes, fees, temporary lighting, security for the site, heating and cooling, temporary
utilities, freight costs, handling costs, permit costs, field and main office costs, bond premiums, insurance
premiums, direct and indirect administrative costs, overhead, and profit.
Bidder has examined all documents comprising the Contract and is satisfied as to the conditions to be encountered
in performing the work and as to the requirements of the Contract.
No Bid may be revoked or withdrawn until one hundred twenty (120) days after the time set for opening the Bids.
Attached hereto is Bid Bond made by
, a surety company listed in the most recent US Treasury Circular
No. 570 and licensed to write surety bonds in the State of Georgia, payable to DeKalb County, Georgia (or an
official bank check), in the amount of ten percent (10%) of the Bid.
If this Bid shall be accepted by DeKalb County and the undersigned shall fail to execute a satisfactory contract in
the form of said proposed Contract, give satisfactory Performance and Payment Bonds, or furnish satisfactory
proof of the insurance required, as stated in the Instructions to Bidders within ten (10) days from the Notice of
Award of the Contract, then the County may at its option, determine that the undersigned abandoned the Contract
and thereupon this Bid shall be null and void, and the sum stipulated in the attached Bid Bond (or an official bank
check) shall be forfeited to the County as liquidated damages.
Bidder declares his intent to subcontract the portion of the Work as below stated. Bidder understands and agrees
that the use of any Subcontractor not listed below shall be strictly prohibited without prior written approval from
the County. (List names of all subcontractors and the work to be provided by the subcontractor on the lines
provided below.)
ITB NO. 24-101659
Page 20 of 124
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
Bidder further declares that the full names and residence addresses of all persons and parties interested in the
foregoing Bid as principals are as follows:
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________.
Bidder declares further that it is / is not a DeKalb County Firm.
Signed, sealed, and dated this day of , 20 .
By:___________________________(SEAL)
Signature
____________________________________
Print Name of Signer
____________________________________
Title of Signer
____________________________________
Name of Business Entity Submitting Bid
____________________________________
Bidder’s Street Address
____________________________________
Bidder’s City, State and Zip Code
____________________________________
Bidder’s Phone Number
____________________________________
Bidder’s Fax Number
____________________________________
Bidder’s E-Mail Address
ITB NO. 24-101659
Page 21 of 124
BID BOND
KNOW ALL MEN BY THESE PRESENT, that we,
(hereinafter called the
Principal) and (hereinafter
called the Surety), a corporation chartered and existing under the laws of the State of
_________________________with its principal offices in the City of ________,
___________________ and listed in the Federal Register and licensed to write surety bonds in the State of
Georgia, are held and firmly bound unto DeKalb County, Georgia, in the full and just sum of 10% of the
Principal’s Bid good and lawful money of the United States of America, to be paid upon demand of DeKalb
County, Georgia, to which payment well and truly to be made we bind ourselves, our heirs, executors,
administrators, and assigns, jointly and severally and firmly by these presents.
WHEREAS, the Principal is about to submit, or has submitted to DeKalb County, Georgia, a Bid for ITB 24-
101659 2024 LMIG Road Resurfacing Projects.
WHEREAS, the Principal desires to file this Bond in accordance with law to accompany this Bid.
NOW, THEREFORE, the conditions of this obligation are such that if the Bid be accepted within one hundred
twenty (120) days of the Bid opening, the Principal shall execute a Contract in accordance with the Bid and upon
the terms, conditions, and prices set forth therein, and in the form and manner required by DeKalb County,
Georgia, and within ten (10) days from the date of Notice of Award of the Contract, execute a sufficient and
satisfactory Performance Bond and Payment Bond payable to DeKalb County, Georgia, each in an amount of one
hundred percent (100%) of the total Contract Price, in form and with security satisfactory to DeKalb County and
furnish satisfactory proof of the insurance required, then this obligation to be void; otherwise, to be and remain
in full force and virtue in law; and the Surety shall, upon failure of the Principal to comply with any or all of the
foregoing requirements within the time specified above, immediately pay to the aforesaid DeKalb County,
Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a
penalty, but as liquidated damages.
IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed
this day of , 20 .
ITB NO. 24-101659
Page 22 of 124
PRINCIPAL
By: _______________________________(SEAL)
Signature of Principal
_________________________________________
Print Name and Title of Authorized Signer
_________________________________________
Print Name of Principal Business
ATTEST:
_________________________________________
Corporate Secretary
SURETY
By: ________________________________(SEAL)
Signature of Surety (by Power of Attorney)
_________________________________________
Print Name and Title of Authorized Signer
_________________________________________
Print Name of Surety Business
WITNESS:
________________________________________
ITB NO. 24-101659
Page 23 of 124
DEKALB FIRST LSBE INFORMATION
WITH EXHIBITS 1 – 2
SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION
OPPORTUNITY TRACKING FORM
The Chief Executive Officer and the Board of Commissioners of DeKalb County believe that it is important to
encourage the participation of small and local businesses in the continuing business of County government; and
that the participation of these types of businesses in procurement will strengthen the overall economic fabric of
DeKalb County, contribute to the County’s economy and tax base, and provide employment to local residents.
Therefore, the Chief Executive Officer and the Board of Commissioners have made the success of local small
businesses a permanent goal of DeKalb County by implementing the DeKalb First Local Small Business
Enterprise Ordinance.
PROVISIONS OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE
Percentage of LSBE Participation Required
20% of Total Award
Certification Designation
Request For Proposals
(RFP)
LSBE Within DeKalb (LSBE-
DeKalb)
Ten (10) Preference
Points
LSBE Outside DeKalb (LSBE-
MSA)
Five (5) Preference Points
Demonstrated GFE
Two (2) Preference Points
Certified Local Small Business Enterprises (LSBEs) located within DeKalb County and prime contractors
utilizing LSBEs that are locally-based inside DeKalb County shall receive ten (10) points in the initial evaluation
of their response to any Request for Proposal. Certified LSBEs located outside of DeKalb County but within the
nine (9) County Metropolitan Statistical Area (MSA) consisting of Cherokee, Clayton, Cobb, Douglas, Fayette,
Fulton, Gwinnett, Henry and Rockdale Counties shall receive five (5) points in the initial evaluation of their
response to any Request for Proposal. Prime Contractors who demonstrate sufficient good faith efforts in
accordance with the requirements of the ordinance shall be granted two (2) points in their initial evaluation of
responses to any Request for Proposal. Pro-rated points shall be granted where a mixture of LSBE-DeKalb and
LSBE MSA firms are utilized. Utilization of each firm shall be based upon the terms of the qualified sealed
solicitation.
Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) because they are
either a certified LSBE-DeKalb or LSBE-MSA firm or has obtained 20% participation of an LSBE-DeKalb or
LSBE-MSA firm, submits the lowest bid price shall be deemed the lowest, responsive and responsible bidder.
Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) and documented
good faith efforts, submits a lower bid price than a Prime Contractor that achieved 20% LSBE participation, or
otherwise required benchmark, then the Prime Contractor who actually met the benchmark will be given the
opportunity to match the lowest bid price of the Prime Contractor who only made good faith efforts. Prime
ITB NO. 24-101659
Page 24 of 124
Contractor(s) who choose not to match the lowest bid price, then the Prime Contractor who made the good faith
efforts will be deemed the lowest, responsive and responsible bidder.
For all qualified sealed solicitations, the Director of Purchasing and Contracting, DeKalb County Government,
shall determine if the bidder/proposer has included written documentation showing that at least twenty percent
(20%) of the total contract award will be performed by a certified LSBE. This written documentation shall be in
the form of a notarized Schedule of LSBE Participation (Attached hereto as “Exhibit 1”.) For all contracts, a
signed letter of intent from all certified LSBEs describing the work, material, equipment and/or services to be
performed or provided by the LSBE(s) and the agreed upon percentage shall be due with the bid or proposal
documents and included with “Exhibit 1”. The certified vendor list establishes the group of Certified LSBE’s
from which the bidder/proposer must solicit subcontractors for LSBE participation. This list can be found on our
website http://www.dekalbcountyga.gov/purchasing-contracting/about-purchasing-and-contracting or obtained
from the Special Projects LSBE Program team.
Prime Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in
accordance with the attached “Checklist for Good Faith Efforts” portion of “Exhibit 1.” The notarized Schedule
of LSBE Participation shall be due and submitted with each bid or proposal. Failure to achieve the LSBE
benchmark or demonstrate good faith efforts shall result in a bid or proposal being rejected. Prime Contractors
that fail to attend the mandatory LSBE meeting in person or via video conference shall mean that the Prime
Contractor has not demonstrated sufficient good faith efforts and its bid or proposal if submitted, shall be deemed
non-responsive without any further review.
Upon award, Prime Contractors are required to submit a report detailing LSBE Sub-Contractor usage with each
request for payment and not less than on a monthly basis. Prime Contractors shall ensure that all LSBE sub-
contractors have been paid within seven (7) days of the Prime’s receipt of payment from the County. Failure to
provide requested reports/documentation shall constitute a material breach of contract, entitling the County to
terminate the Contract for default or pursue other remedies. LSBE sub-contractors must confirm payments
received from the Prime(s) for each County contract they participate in.
For eligible bids/proposals valued over $5,000,000.00, the Mentor-Protégé provision of the Ordinance shall apply.
Prime Contractors must agree to become mentors and take on an LSBE protégé in an effort to enhance the
potential of future LSBEs. Qualifying projects shall be performed by both Mentor and Protégé through a
subcontract between both parties. This requirement is in addition to all other applicable sections of the DeKalb
First Ordinance. Please review the ordinance, section 2-214 or contact the LSBE Program Representative for
detailed information regarding this initiative.
ITB NO. 24-101659
Page 25 of 124
EXHIBIT 1
SCHEDULE OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION
OPPORTUNITY TRACKING FORM
As specified, Bidders and Proposers are to present the details of LSBE participation below:
PRIME BIDDER/PROPOSER___________________________________________________________
SOLICITATION NUMBER: ITB 24-101659
TITLE OF UNIT OF WORK 2024 LMIG Road Resurfacing Projects
1. My firm, as the prime bidder/proposer on this unit of work, is a certified (check all that apply):
____LSBE-DeKalb ____LSBE-MSA
2. If you are a Certified LSBE-DeKalb or MSA, please indicate below the percentage of work that your firm
will carry out directly: ____________________________________.
3. If the prime bidder/proposer is a joint venture, please describe below the nature of the joint venture and level
of work and percentage of participation to be provided by the LSBE-DeKalb or MSA joint venture firm.
________________________________________________________________________
________________________________________________________________________
4. List the LSBE-DeKalb or MSA subcontractors and/or firms (including suppliers) to be utilized in of this
contract, if awarded. No changes can be made in the subcontractors listed below without the prior written
approval of the County. Please attach a signed letter of intent from all certified LSBEs describing the work,
materials, equipment or services to be performed and/or provided and the agreed upon percentage of work to
be performed. A Letter of Intent form is attached hereto as “Exhibit 2”.
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
ITB NO. 24-101659
Page 26 of 124
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Name of Company
Address
Telephone
Fax
Contact Person
Indicate certification status and attach proof of
certification:
LSBE-DeKalb/LSBE-MSA
Description of services to be performed
Percentage of work to be performed
Please attach additional pages, if necessary.
ITB NO. 24-101659
Page 27 of 124
EXHIBIT 1, CONT’D
DEKALB COUNTY
CHECKLIST FOR GOOD FAITH EFFORTS
A bidder/proposer that does not meet the County’s LSBE participation benchmark is required to submit documentation
to support all “Yes” responses as proof of “good faith efforts.” Please indicate whether or not any of these actions were
taken:
Yes
No
Description of Actions
1.
Prime Contractors shall attend a MANDATORY LSBE Meeting in
person or via video conference within two-weeks of advertisement the
solicitation.
2.
Provide a contact log showing the company’s name, contact person,
address, email and contact number (phone or fax) used to contact the
proposed certified subcontractors, nature of work requested for quote,
date of contact, the name and title of the person making the effort,
response date and the percentage of work.
3.
Provide interested LSBEs via email, of any new relevant information, if
any, at least 5 business days prior to submission of the bid or proposal.
4.
Efforts made to divide the work for LSBE subcontracting areas likely
to be successful and to identify portions of work available to LSBEs
consistent with their availability. Include a list of divisions of work not
subcontracted and the corresponding reasons for not including them.
The ability or desire of a bidder/proposer to perform the contract work
with its own organization does not relieve it of the responsibility to
make good faith efforts on all scopes of work subject to subcontracting.
5.
Efforts were made to assist potential LSBE subcontractors meet
bonding, insurance, or other governmental contracting requirements.
Where feasible, facilitating the leasing of supplies or equipment when
they are of such a specialized nature that the LSBE could not readily
and economically obtain them in the marketplace.
6.
Communication via email or phone with DeKalb First Program Staff
seeking assistance in identifying available LSBEs. Provide DeKalb First
Program Staff representative name and title, and date of contact.
7.
For all contracts, a signed letter of intent from all certified LSBEs
describing the work, materials, equipment or services to be performed
or provided by the LSBE(s) and the agreed upon LSBE participation
percentage shall be due with the bid or proposal documents.
8.
Other Actions, to include Mentor/Protégé commitment for solicitations
$5M and above (specify):
Please explain all “no” answers above (by number):
ITB NO. 24-101659
Page 28 of 124
EXHIBIT 1, CONT’D
This list is a guideline and by no means is it exhaustive. The County will review these efforts, along with attached
supporting documents, to assess the bidder/proposer’s efforts to meet the County’s LSBE Participation benchmark. If
you require assistance in identifying certified, bona fide LSBEs, please contact the Purchasing and Contracting
Department - DeKalb First Program representatives at 404-371-4770.
ITB NO. 24-101659
Page 29 of 124
EXHIBIT 1, CONT’D
DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION
OPPORTUNITY TRACKING FORM
Bidder/Proposer Statement of Compliance
Bidder(s)/Proposer(s) hereby state that they have read and understand the requirements and conditions as set
forth in the objectives and that reasonable effort were made to support the County in providing the maximum
practicable opportunity for the utilization of LSBEs consistent with the efficient and economical performance of
this contract. The Bidder and any subcontractors shall file compliance reports at reasonable times and intervals
with the County in the form and to the extent prescribed by the Director of DeKalb County Purchasing and
Purchasing and Contracting Department. Compliance reports filed at such times as directed shall contain
information as to the employment practices, policies, programs and statistics of Contractors and their
subcontractors.
1. Non-Discrimination Policy
a. During the performance of this agreement, Contractor agrees to conform to the following Non-
Discrimination Policy adopted by the County.
b. Contractor shall not discriminate against any employee or applicant for employment because of
race, color, religion, sex, national origin, or disability. The Contractor will take action to ensure
that applicants are employed, and the employees are treated during employment without regard to
their race, color, religion, sex, national origin, or disability. Such action shall include, but not be
limited to, the following:
(1) Employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. Contractor agrees to post in conspicuous places
available to employees and applicants for employment, notices to be provided setting forth
provisions of this non-discrimination clause.
(2) Contractor shall, in all solicitations or advertisements for employees placed by or on behalf
of Contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex, national origin, or disability.
c. Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the
admission or access to, or treatment or employment in, the programs and activities, which form
the subject of the contract. The Contractor will take action to ensure that applicants for
participation in such programs and activities are considered without regard to disability. Such
action shall include, but not be limited to, the following:
(1) Contractor agrees to post in conspicuous places available to participants in its programs
and activities notices to be provided setting forth the provisions of this non-discrimination
clause.
(2) Contractor shall, in all solicitations or advertisements for programs or activities, which are
the subject of the contract, state that all qualified applicants will receive consideration for
participation without regard to disability.
2. Commitment
The undersigned certifies that he/she has read, understands, and agrees to be bound by the bid
specifications, including the accompanying Exhibits and other terms and conditions of the Invitation to
Bid and/or Request for Proposal regarding LSBE utilization. The undersigned further certifies that
he/she is legally authorized by the bidder or responder to make the statements and representations in
ITB NO. 24-101659
Page 30 of 124
EXHIBIT 1, CONT’D
Exhibit 1 and that said statements and representations are true and correct to the best of his/her knowledge
and belief. The undersigned will enter into formal agreement(s) with the LSBE(s) listed in this Exhibit 1,
which are deemed by the owner to be legitimate and responsible LSBEs. Said agreement(s) shall be for
the work and contract with the County. The undersigned understands and agrees that if any of the
statements and representations are made by the Bidder knowing them to be false, or if there is a failure of
the successful Bidder (i.e., Contractor) to implement any of the stated agreements, intentions, objectives,
goals and commitments set forth herein without prior approval of the County, then in any such events the
contractor’s act or failure to act, as the case may be, shall constitute a material breach of contract, entitling
the County to terminate the Contract for default. The right to so terminate shall be in addition to, and not
in lieu of, any other rights and remedies the County may have for other defaults under the Contract.
Additionally, the Contractor will be subject to the loss of any future contract awards by the County for a
period of one year.
Firm Name (Please Print):
_________________________________________________________ ______
Firm’s Officer: _________________________________________________________________
(Authorized Signature and Title Required) Date
Sworn to and Subscribed to before me this ____ day of_______________, 20__.
______________________________________________________________
Notary Public
My Commission Expires:__________________________________________________________
24
ITB NO. 24-101659
Page 31 of 124
EXHIBIT 2
LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR
PROVIDING MATERIALS OR SERVICES
Instructions:
1. Complete the form in its entirety and submit with bid documents.
2. Please be advised that LSBEs cannot be removed from a project without pre-approval from Contract
Compliance.
To:________________________________________________________________________
(Name of Prime Contractor Firm)
From: _______________________________________________ LSBE DeKalb LSBE MSA
(Name of Subcontractor Firm) (Check all that apply)
ITB Number: 24-101659
Project Name: 2024 LMIG Road Resurfacing Projects
The undersigned subcontractor is prepared to perform the following described work or provide materials or
services in connection with the above project (specify in detail particular work items, materials, or services to be
performed or provided).
Description of Materials or Services
Project
Commence Date
% of Contract
Award
Prime Contractor Sub-contractor
Signature:_________________________ Signature:______________________________
Title:_____________________________ Title:__________________________________
Date:_____________________________ Date: __________________________________
ITB NO. 24-101659
ATTACHMENT H
FIRST SOURCE JOBS ORDINANCE INFORMATION
(WITH EXHIBITS 1 – 4)
EXHIBIT 1
FIRST SOURCE JOBS ORDINANCE ACKNOWLEDGEMENT
The DeKalb County First Source Ordinance requires contractors or beneficiaries of eligible projects entering into
any type of agreement with the County, including purchase orders, regardless of what they may be called, for the
procurement or disposal of supplies, services, construction projects, professional or consultant services, which
is funded in whole or part with County funds or County administered funds in which the contractor is to receive
$50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment
action grants or community development block funds administered in the amount of $50,000 or more to make
a good faith effort to hire DeKalb County residents for at least 50% of jobs created using the First Source Registry
(candidate database) within one hundred twenty (120) days of contract execution. The work to be performed
under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. All contractors
will be asked to submit an Employment Roster and/or copies of active payroll registers on a monthly basis to
verify compliance. The undersigned acknowledges and agrees to comply with the provisions of the DeKalb
County First Source Jobs Ordinance.
CONTRACTOR OR BENEFICIARY INFORMATION:
Contractor or Beneficiary Name (Signature)
Contractor or Beneficiary Name (Printed)
Title
Telephone
Email
_______________________________
Name of Business
Please answer the following questions:
1. How many job openings do you anticipate filling related to this contract? _____
2. How many incumbents/existing employees will retain jobs due to this contract?
DeKalb Residents: _____ Non-DeKalb Residents: _____
3. How many work hours per week constitutes Full Time employment? ______
Please return this form to WorkSource DeKalb, (404)687-3900 or email to
WSDBusiness@dekalbcountyga.gov
WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals
with disabilities. Persons with hearing impairments may call 1-800-255-0135 or 711 TTY for assistance. WSD is 100% funded by the
U. S. Department of Labor and is a proud partner of the American Job Center Network.
ITB NO. 24-101659
Page 33 of 124
FIRST SOURCE JOBS ORDINANCE INFORMATION
EXHIBIT 2
NEW EMPLOYEE TRACKING FORM
Name of Bidder__________________________________________________________________
Address_________________________________________________________________
E-Mail____________________________________________________________________
Phone Number_________________________________________________________________
Fax Number_________________________________________________________________
Do you anticipate hiring from the First Source Candidate Registry? Y or N (Circle one)
If so, the approximate number of employees you anticipate hiring: ____________________________
Type of Position(s) you anticipate hiring:
(List position title, one position per line)
Attach job description per job title:
The number you anticipate hiring:
Timeline
Please return this form to WorkSource DeKalb, fax (404) 687-4099 or email to WSDBusiness@dekalbcountyga.gov
WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals
with disabilities. Persons with hearing impairments may call 1-800-255-0135 or 711 TTY for assistance. WSD is 100% funded by the
U. S. Department of Labor and is a proud partner of the American Job Center Network.
ITB NO. 24-101659
Page 34 of 124
FIRST SOURCE JOBS ORDINANCE INFORMATION
EXHIBIT 3
BUSINESS SERVICE REQUEST FORM
Please complete this form for each position that you have available.
DATE: FEDERAL TAX ID:
COMPANY NAME: WEBSITE:
ADDRESS:
(WORKSITE ADDRESS IF DIFFERENT):
CONTACT NAME: TITLE:
CONTACT E-MAIL ADDRESS: CONTACT PHONE:
Are you a private employment agency or staffing agency?
YES NO
JOB DESCRIPTION: (Please include a copy of the Job Description)
POSITION TITLE: ____________________________________________________________
NUMBER OF POSITIONS AVAILABLE: _________ TARGET START DATE: _________________
WEEKLY WORK HOURS: 20-30 hours
30-40 hours Other ________________
SALARY RATE (OR RANGE): ________________ SPECIFIC WORK SCHEDULE: ___________
PERM
TEMP TEMP-TO-PERM SEASONAL
PUBLIC TRANSPORTATION ACCESSIBILITY: YES
NO
SCREENINGS ARE REQUIRED: YES
NO SELECT ALL THAT APPLY:
CREDIT CHECK DRUG MVR BACKGROUND OTHER __________________
HOW TO APPLY:
__________________________________________________________________________
__________________________________________________________________________
Please return form to:
[email protected]ovmailto:jbblack@dekalbcountyga.gov
DO NOT WRITE BELOW THIS LINE - TO BE COMPLETED BY WORKSOURCE DEKALB ONLY
SYSTEM
TYPE: First Source Direct Hire Work Experience (WEX) ENTRY DATE: _________
ASSIGNED TO: _______________________________________ DATE: _____________
WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals
with disabilities. Persons with hearing impairments may call 1-800-255-0135 or 711 TTY for assistance. WSD is 100% funded by the
U. S. Department of Labor and is a proud partner of the American Job Center Network.
ITB NO. 24-101659
Page 35 of 124
FIRST SOURCE JOBS ORDINANCE INFORMATION
EXHIBIT 4
EMPLOYMENT ROSTER
DeKalb County
Contract Number: _________________________
Project Name: ____________________________
Contractor: ______________________________ Date: ___________
Name
Position:
Start
Date
Hourly
Rate of
Pay
Hired
for this
Project?
(yes/no)
Anticipated
Length of
Employment
(Months)
% of Time
Dedicated
to the
Project
Full or
Part
Time?
(No. of
Hours)
Georgia County of
Residency
WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals
with disabilities. Persons with hearing impairments may call 1-800-255-0135 or 711 TTY for assistance. WSD is 100% funded by the
U. S. Department of Labor and is a proud partner of the American Job Center Network.
ITB NO. 24-101659
Page 36 of 124
CONTRACTOR AFFIDAVIT AND OATH OF SUCCESSFUL BIDDER
Personally appeared before me, the undersigned officer, duly authorized to administer
oaths,_________________________,(insert name), who, after being duly sworn, deposes as follows:
I,_____________________________, (insert name), am a competent adult, and I have personal knowledge of
the facts set forth in this Affidavit and Oath which I make for any lawful use or purpose.
I,____________________________(insert name) swear or affirm that I have not prevented or attempted to
prevent competition in bidding or submitting a bid for this Project by any means whatsoever. I swear or affirm
that I have not prevented or endeavored to prevent anyone from making a Bid for this Project by any means
whatsoever, I swear I have not caused or induced any other person to withdraw a Bid for this Project. I swear or
affirm that I have not violated O.C.G.A. §36-91-21(d) in any way, directly or indirectly.
I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _____________
___, 20__ in __________________(city), ______(state).
By:_________________________________
Signature
____________________________________
Print Name of Affiant
____________________________________
Print Title of Affiant
Subscribed and Sworn before me on this the
______ day of ______________, 20______.
___________________________________
NOTARY PUBLIC
My Commission Expires:
________________________________
ITB NO. 24-101659
Page 37 of 124
CONTRACTOR & SUBCONTRACTOR EVIDENCE OF COMPLIANCE:
(1)
County contracts for the physical performance of services within the state of Georgia shall include the
following provisions:
1
a. the contractor has registered with and is authorized to use the federal work authorization program to
verify information on all newly hired employees or subcontractors;
b. by affidavit, the contractor must attest to the contractor’s name, address, user identification number,
date of authorization, and verification of the continual participation throughout the contract period,
and
c. the affidavit shall become a part of the covered contract and must be attached.
(2) No contractor or subcontractor who enters into a contract with the County shall enter into such a contract
or subcontract in connection with the physical performance of services within Georgia unless the
contractor or subcontractor registers and participates in the federal work authorization program to verify
information of all newly hired employees. Any employee, contractor, or subcontractor of such contactor
or subcontractor shall also be required to satisfy the requirements of O.C.G.A. § 13-10-91, as amended.
(3) Upon contracting with a new subcontractor, a contractor or subcontractor shall, as a condition of any
contract or subcontract entered into pursuant to O.C.G.A. § 13-10-91, as amended, agree to provide the
County with notice of the identity of any and all subsequent subcontractors hired or contracted by the
contractor or subcontractor. Such notice shall be provided within five (5) business days of entering into a
contract or agreement for hire with any subcontractor. Such notice shall include an affidavit from each
subsequent contractor attesting to the subcontractor’s name, address, user identification number, and date
of authorization to use the federal work authorization program.
(4) An affidavit shall be considered an open public record; provided, however, that any information protected
from public disclosure by federal law or by Article 4 of Chapter 28 of Title 50 shall be redacted. Affidavits
shall be maintained by the County for five years from the date of receipt.
(5) To verify compliance, the contractor agrees to participate in random audits conducted by the
Commissioner of the Georgia Department of Labor. The results of the audits shall be published on the
www.open.georgia.gov website, and on the Department of Labor’s website no later than December 31
of each year.
(6) Any person who knowingly and willfully makes a false, fictitious, or fraudulent statement in an affidavit
submitted pursuant to O.C.G.A. § 13-10-91 shall be guilty of a violation of Code § 16-10-20 and, upon
conviction, shall be punished as provided in such section. Contractors and subcontractors convicted for
false statements based on a violation of such section shall be prohibited from bidding on or entering into
any public contract for twelve (12) months following such conviction.
_______________________
1
O.C.G.A. § 13-10-91, as amended
ITB NO. 24-101659
Page 38 of 124
CONTRACTOR AFFIDAVIT UNDER O.C.G.A. §13-10-91
By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as
amended, stating affirmatively that the individual, firm or corporation which is contracting with DEKALB
COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is participating in a federal
work authorization program* [any of the electronic verification of work authorization programs operated by the
United States Department of Homeland Security or any equivalent federal work authorization program operated
by the United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability
provisions and deadlines established in O.C.G.A. § 13-10-91, as amended]. The affiant agrees to continue to use
the federal work authorization program throughout the contract period.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with the COUNTY, contractor will secure
from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10-91, as amended, on the
Subcontractor Affidavit form. Contractor further agrees to maintain records of such compliance and provide a
copy of each such verification to the COUNTY, within five (5) days from when the subcontractor(s) is retained
to perform such service.
______________________________________________ ____________________________________
BY: Authorized Officer or Agent Federal Work Authorization
(Bidder’s Name) Enrollment Date
______________________________________________ ____________________________________
Title of Authorized Officer or Agent of Bidder Identification Number
______________________________________________
Printed Name of Authorized Officer or Agent
______________________________________________
Address (* do not include a post office box)
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_______________ DAY OF _______________________, 20__
____________________________________________________
Notary Public
My Commission Expires: _______________________________
ITB NO. 24-101659
Page 39 of 124
SUBCONTRACTOR AFFIDAVIT UNDER O.C.G.A. §13-10-91
By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A. § 13-10-
91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of
services under a contract with ___________________(insert name of Contractor) on behalf of DEKALB
COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work authorization program
commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable
provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned Subcontractor will
continue to use the federal work authorization program throughout the contract period and the undersigned
subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-
subcontractors who present an affidavit to the Subcontractor with the information required by O.C.G.A. § 13-10-
91. Additionally, the undersigned Subcontractor will forward notice of the receipt of an affidavit from a sub-
subcontractor to the Contractor within five business days of receipt. If the undersigned Subcontractor receives
notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the
undersigned Subcontractor must forward, within five business days of receipt, a copy of the notice to the
Contractor. Subcontractor hereby attests that its federal work authorization user identification number and date
of authorization are as follows:
______________________________________________ ____________________________________
BY: Authorized Officer or Agent Federal Work Authorization
(Bidder’s Name) Enrollment Date
______________________________________________ ____________________________________
Title of Authorized Officer or Agent of Bidder Identification Number
______________________________________________
Printed Name of Authorized Officer or Agent
______________________________________________
Address (* do not include a post office box)
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
_______________ DAY OF _______________________, 20__
____________________________________________________
Notary Public
My Commission Expires: _______________________________
ITB NO. 24-101659
Page 40 of 124
CONTRACTOR REFERENCE AND RELEASE FORM
List below at least three (3) references, including company name, contact name, address, email address, telephone
numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/
service(s) listed in the solicitation.
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
REFERENCE CHECK RELEASE STATEMENT
You are authorized to contact the references provided above for purposes of this ITB.
Signed_______________________________________ Title___________________________
(Authorized Signature of Bidder)
Company Name _____________________________________Date ____________________
ITB NO. 24-101659
Page 41 of 124
SUBCONTRACTOR REFERENCE AND RELEASE FORM
List below at least three (3) references, including company name, contact name, address, email address, telephone
numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/
service(s) listed in the solicitation.
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
Company Name
Contract Period
Contact Person Name and Title
Telephone Number (include area code)
Complete Primary Address
City
State
Zip Code
Email Address
Fax Number (include area code)
Project Name and Description
REFERENCE CHECK RELEASE STATEMENT
You are authorized to contact the references provided above for purposes of this ITB.
Signed_______________________________________ Title___________________________
(Authorized Signature of Bidder)
Company Name _____________________________________ Date ___________________
ITB NO. 24-101659
Page 42 of 124
EXHIBIT I
SAMPLE STANDARD FORM CONTRACT
FOR
CONSTRUCTION
Exhibit I ITB NO. 24-101659
Sample Contract
Page 43 of 124
DEKALB COUNTY
STANDARD FORM
NUMBER 7
CONTRACT
FOR
CONSTRUCTION
BETWEEN
DEKALB COUNTY, GEORGIA
AND
__________________________
INVITATION NO. 24-101659
2024 LMIG Road Resurfacing Projects
(Contact Information to be Inserted Here)
Exhibit I ITB NO. 24-101659
Sample Contract
Page 44 of 124
CONTRACT FOR CONSTRUCTION
DEKALB COUNTY, GEORGIA
THIS CONTRACT, made as of this ____day of _____, 20___
1
, (hereinafter called the
“execution date”) by and between, DEKALB COUNTY, a political subdivision of the State of
Georgia (hereinafter called the “County”) and ________________, a ____________
organized pursuant to the laws of the State of _____________(hereinafter called the “Contractor”),
shall constitute the terms and conditions under which the Contractor shall provide services under the
2024 LMIG Road Resurfacing Projects in DeKalb County, Georgia.
I. SCOPE OF WORK
A. The term “Work” means the construction, labor, materials, equipment, tools, machinery,
testing, temporary services and utilities, supervision, administration, coordination,
planning, insurance, bonds, transportation, security, and all other services and things
necessary to provide the County with the facilities, improvements, features, and functions
in strict conformity with the General Requirements attached hereto as Attachment A, and
as described in the Scope of Services and Drawings included in the Bid Document Package
attached hereto as Appendix I. The Contractor agrees to complete the Work in a good, firm,
substantial and workmanlike manner in strict conformity with this Contract.
B. Unless otherwise stipulated, the Contractor shall furnish all of the Work in accordance with
the Contract and all incidental work necessary to complete the Project in an acceptable
manner, ready for use, occupancy, or operation by the County. The Contractor shall be
responsible for the entire Work and every part thereof.
II. TIME, TERM AND LIQUIDATED DAMAGES
A. Contract Time. 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”). Contractor shall fully complete the Work within three hundred sixty-five (365)
days from the Commencement Date. Contract Time may be extended only by Change
Order approved and executed by the DeKalb County Chief Executive Officer, or his/her
designee, and the Contractor in accordance with the terms of this Contract.
B. Contract Term (following OCGA language applies if performance (Contract Time) will
begin in one calendar year but end in the next calendar year). This Agreement shall take
effect on the Execution Date. As required by O.C.G.A §36-60-13, this Contract shall (i)
terminate without further obligation on December 31, 20__ unless terminated earlier in
accordance with the termination provisions of this Agreement; (ii) automatically renew on
1 The Execution Date is the date the Contract is sent from Purchasing and Contracting to the CEO for execution.
Ensure that all other parties have signed the Contract.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 45 of 124
January 1, 20__ unless terminated in accordance with the termination provisions of this
Agreement; and (iii) terminate absolutely, with no further renewals, on December 31, 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.
C. Liquidated Damages. The Contractor acknowledges that time is of the essence with
respect to the Work governed by this Contract. Contractor acknowledges and recognizes
that if it fails to achieve Substantial Completion of any portion of the Work within the
Contract Time as may be extended in accordance with the terms of this Contract, the
County will sustain substantial losses as a result of such failure. The Contractor further
acknowledges that the County will suffer damages that are difficult if not impossible to
accurately estimate. Contractor shall pay liquidated damages in accordance with Georgia
Department of Transportation Standard Specifications, Section 108, for each calendar day
in excess of the Contract Term unless that Substantial Completion of the Work is delayed
past the Contract Term has been obtained prior to the expiration date of the Contract.
III. PAYMENT
A. Contract Price. 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.
B. Retainage and Partial Payments. Partial payments to the Contractor shall be made
monthly, based on the value of Work completed as determined by the County, plus the
value of materials and equipment suitably stored, insured and protected at the construction
site. The Contractor shall submit a payment request for Work completed during the
preceding calendar month to _____________________ for review and approval on or
before last day of each month. If approved by the Project Manager or Designated
Representative, the approved amount, less retainage, shall be paid to the Contractor thirty
(30) days after the date the approved payment request is received by the County Finance
Department. If a payment request is not approved by the County, then no payment shall
Exhibit I ITB NO. 24-101659
Sample Contract
Page 46 of 124
be made to the Contractor until after the Project Manager or Designated Representative
approves the payment request. The amount of retainage shall be as follows:
(1) Ten percent (10%) of each partial payment shall be withheld as retainage until the
value of fifty percent (50%) of the Contract Price, including Change Orders and
other authorized additions provided in the Contract, is due;
(2) When fifty percent (50%) of the Contract Price, as described above, becomes due
and the manner of completion of the Work and its progress, quality, schedule are
reasonably satisfactory to the County, and there are no outstanding claims by the
Contractor, Subcontractors, lower tier subcontractors, as that term is defined by
state law, or Suppliers, the withholding of retainage shall be discontinued.
(3) If after discontinuing retainage, the County determines that the Work is
unsatisfactory or has fallen behind schedule, withholding of ten percent (10%) of
each request for payment may be resumed. When the Work has reached Substantial
Completion and the County determines the Work to be reasonably acceptable, the
Contractor shall submit an invoice or other documents as may be required and
receive payment of retainage within thirty (30) days. If minor items remain
incomplete at that time, an amount equal to two hundred percent (200%) of the
value of each item, as determined by the County, shall be withheld until such items
are completed.
(4) The Contractor shall within ten days from the Contractor’s receipt of each payment
from the County pass through payments to Subcontractors and shall reduce each
Subcontractor’s retainage in the same manner as the Contractor’s retainage is
reduced by the County. The Subcontractor shall, within ten (10) days from the
Subcontractor’s receipt of payment, pass through payments to lower tier
subcontractors and shall reduce each lower tier subcontractor’s retainage in the
same manner as the Subcontractor’s retainage is reduced.
(5) Contractor and County agree to abide by all applicable provisions of Georgia state
law concerning retainage, including but not limited to O.C.G.A. § 13-10-80 and 13-
10-81. If the terms of this contract concerning retainage conflict with state law,
state law governs.
C. Payment Requests and Invoices. Payment Requests and invoice(s) must be submitted as
follows:
(1) Original(s) must be submitted to:
DeKalb County, Georgia
Department of Finance - Accounts Payable
1300 Commerce Drive, 3
rd
Floor
Decatur, Georgia 30030
Exhibit I ITB NO. 24-101659
Sample Contract
Page 47 of 124
With a copy to:
DeKalb County Public Works Roads & Drainage Division
727 Camp Road
Decatur, Georgia 30032
Attn: Peggy Allen, Deputy Director, Public Works
(2) 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.
D. Title. All equipment, materials, and Work covered by partial payments shall, upon
payment thereof, become the sole property of the County, but this provision shall not be
construed as relieving the Contractor from the sole responsibility for the care and protection
of equipment, materials, and Work upon which payments have been made, or the
restoration of any damaged Work.
E. Final Payment. Within sixty (60) days after the Work is fully completed and accepted by
the County, the balance due hereunder shall be paid; provided, however, that final payment
shall not be made until said Contractor shall have completed all Work necessary and
reasonably incidental to the Contract, including final cleanup and restoration. Acceptance
of the Work and the making of final payment shall not constitute a waiver of any claims
by the County. All claims by the Contractor for breach of contract, violation of state or
federal law, or compensation and extensions of time shall be submitted in writing to the
Chief Executive Officer within sixty (60) days after completion and acceptance of the
Work as herein provided, or all such claims shall be forever barred.
IV. NOTICE
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 County’s Chief Executive Officer and the
Executive Assistant 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 County’s Executive Assistant 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 Executive Officer
Maloof Administration Building
1300 Commerce Drive, 6
th
Floor
Exhibit I ITB NO. 24-101659
Sample Contract
Page 48 of 124
Decatur, Georgia 30030
and
Executive Assistant
Maloof Administration Building
1300 Commerce Drive, 6
th
Floor
Decatur, Georgia 30030
With a copy to: Director of the Department of Purchasing and Contracting
Maloof Administration Building
1300 Commerce Drive, 2
nd
Floor
Decatur, Georgia 30030
With a copy to: DeKalb County Public Works Roads & Drainage Division
727 Camp Road
Decatur, Georgia 30032
If to the Contractor:
With a copy to: (Insert Contractor name and address)
___________________________
___________________________
___________________________
___________________________
V. FEDERAL WORK AUTHORIZATION
A. Pursuant to O.C.G.A. §13-10-91, the County cannot enter into a contract for the physical
performance of services unless the Contractor, its Subcontractor(s) and sub-
subcontractor(s), as that term is defined by state law, register and participate in the Federal
Work Authorization Program to verify specific information on all new employees.
B. Contractor certifies that it has complied and will continue to comply throughout the
Contract Term with O.C.G.A. §13-10-91 and any related and applicable Georgia
Department of Labor Rule.
C. Contractor agrees to sign an affidavit evidencing its compliance with O.C.G.A. §13-10-91.
The signed affidavit is attached to this Contract as Attachment C.
D. Contractor agrees that in the event it employs or contracts with any Subcontractor(s) in
connection with this Contract, Contractor will secure from each Subcontractor an affidavit
that certifies the Subcontractor’s current and continuing compliance with O.C.G.A. §13-
10-91 throughout the Contract Term. Any signed Subcontractor affidavit(s) obtained in
connection with this Contract shall be attached hereto as Attachment D.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 49 of 124
E. Each Subcontractor agrees that in the event it employs or contracts with any sub-
subcontractor(s), each Subcontractor will secure from each sub-subcontractor an affidavit
that certifies the sub-subcontractor’s current and continuing compliance with O.C.G.A.
§13-10-91 throughout the Contract Term. Any signed sub-subcontractor affidavit(s)
obtained in connection with this Contract shall be attached hereto as Attachment E.
VI. CORPORATE AUTHORITY
Contractor agrees to execute the Certificate of Corporate Authority, attached hereto as
Attachment F. The officials of the Contractor executing this Contract are duly and properly in
office and are fully authorized and empowered to execute the same for and on behalf of the
Contractor. Contractor warrants that it has all requisite power and authority to enter into and
perform its obligations under this Contract, and that the execution and delivery by the Contractor
of this Contract and the compliance by the Contractor with all of the provisions of this Contract
(i) is within the purposes, powers, and authority of the Contractor; (ii) has been done in full
compliance with applicable law and has been approved by the governing body of the Contractor
and is legal and will not conflict with or constitute on the part of the Contractor a violation of or a
breach of or a default under any indenture, mortgage, security deed, pledge, note, lease, loan, or
installment sale agreement, contract, or other agreement or instrument to which the Contractor is
a party or by which the Contractor is otherwise subject or bound, or any license, judgment, decree,
law, statute, order, writ, injunction, demand, rule, or regulation of any court or governmental
agency or body having jurisdiction over the Contractor; and (iii) has been duly authorized by all
necessary action on the part of the Contractor. This Contract is the valid, legal, binding and
enforceable obligation of the Contractor.
VII. PERFORMANCE AND PAYMENT BONDS AND INSURANCE REQUIREMENTS
A. Within ten (10) days from the date of Notice of Award of this Contract, the Contractor, as
principal, shall give a Contract Performance Bond, attached hereto as Attachment G and a
Payment Bond, attached hereto as Attachment H, each in the amount of $ ________,
for the use of all persons doing work or furnishing skills, tools, machinery, or materials
under or for the purpose of this Contract, in accordance with the applicable provisions of
Georgia state law, including but not limited to, O.C.G.A. §13-10-1 and §36-91-21 et seq.
The bonds shall be underwritten by a surety company licensed to write bonds in the State
of Georgia, listed in the most current U.S. Treasury Circular No. 570, and which have a
current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better.
The life of these bonds shall extend throughout the Contract Term including a sixty (60)
day maintenance period (where applicable) and a twelve-month guarantee period after the
completion of Work performed under this Contract. The bonds shall issue on the forms
provided by the County as part of this Contract.
B. It is further agreed between the parties hereto that if at any time after the execution of this
Contract and the surety bonds, the County shall deem the surety or sureties upon such
Exhibit I ITB NO. 24-101659
Sample Contract
Page 50 of 124
bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover
the performance of the Work, the Contractor shall, at its sole expense and within five (5)
days after the receipt of notice from the County to do so, furnish additional bond or bonds
in such form and amount and with such surety or sureties as shall be satisfactory to the
County.
C. The Contractor shall, without expense to the County, provide certificates of insurance, and
copies of signed insurance policies including declarations pages from companies that are
authorized to engage in the insurance business in the state of Georgia and are otherwise
acceptable to the County Finance Director or his/her designee, attached hereto as
Attachment I. 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) Workers Compensation Insurance. Statutory workers compensation insurance
is to be provided in compliance with the requirements of Georgia law with limits
not less than the following:
Employer’s liability insurance by accident, each accident $1,000,000
Employer’s liability insurance by disease, policy limit $1,000,000
Employer’s liability insurance by disease, each employee $1,000,000
(2) Commercial General Liability Insurance. Commercial general liability insurance
is to be provided with limits not less than the following:
$1,000,000 per occurrence for bodily injury and property damage liability
$1,000,000 personal and advertising injury liability
$2,000,000 general aggregate
$2,000,000 products-completed operations aggregate
$ 100,000 damage to rented premises (each occurrence)
$ 5,000 medical expense (any one person)
(3) 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
(4) Comprehensive Automobile Liability Insurance. Comprehensive automobile
liability insurance with form coverage is to be provided for all owned, non-owned
and hired vehicles with combined single limit of $1,000,000. Automobile liability
insurance shall be written on ISO Business Auto Coverage Form CA 0001 (1990
Exhibit I ITB NO. 24-101659
Sample Contract
Page 51 of 124
edition or later), or a substitute form providing equivalent coverage, and shall cover
liability for bodily injury and property damage arising from the use or operation of
any automobile, including those owned, hired or otherwise operated or used by or
on behalf of Contractor. The policy must include Broadened Pollution Liability
Endorsement CA9948 12 93.
(5) Builder’s Risk Insurance Coverage (If Applicable). DeKalb County shall procure
and maintain Builders Risk Insurance on the entire work which provides “All-risk”
form that shall at least include insurance for physical loss or damage to the Work,
temporary buildings, falsework, and materials and equipment in transit, and shall
insure against at least the following perils or causes of loss: fire, lightning, extended
coverage, theft, vandalism, malicious mischief, earthquake, collapse, debris
removal, demolition occasioned by enforcement of Laws and Regulations, water
damage (other than caused by flood), and such other perils or causes of loss as may
be specifically required by Supplementary Conditions) until Final Completion and
Acceptance of the Project. Such policy of insurance shall contain at least the
following sub-limits of insurance and deductibles:
Sub-limits:
Property in Transit
$1,000,000
Property in Offsite Storage
$1,000,000
Plans & Blueprints
$25,000
Debris Removal
25% of Insured Physical Loss
Delay in Completion / Soft Cost
TBD
Ordinance of Law (Increased Cost of
Construction)
$1,000,000
Flood and Earthquake
TBD Full Contract Value
Deductibles:
Flood and Earthquake
$25,000
Water Damage other than Flood
$100,000
All other Perils
$10,000
D. 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 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.
E. All coverages required of the Contractor will be primary over any insurance or self-
insurance program carried by the County.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 52 of 124
F. 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.
G. In addition to procuring and maintaining commercial general liability insurance,
automobile liability and commercial umbrella insurance, for the Contract Term, Contractor
shall continue to procure and maintain the products-completed operations liability
insurance coverage and commercial umbrella insurance after the Work is substantially
complete for the entire Contract Term or for the applicable five-year statutory limitation,
whichever is greater. For such period of time, all terms and conditions of such coverage
shall remain unchanged, including the limits specified herein and the requirement to
provide the County with coverage as an additional insured.
H. 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.
I. 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.
J. Contractor understands and agrees that the purchase of insurance in no way limits the
liability of the Contractor.
VIII. CERTIFICATES OF INSURANCE
A. 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.
B. The Contractor agrees to name the County and its officers as additional insured on the
commercial general liability insurance, using the ISO Additional Insured Endorsement
forms CG20101001 (ongoing operations) and CG20371001 (products-completed
operations) forms, or form(s) providing equivalent coverage.
C. Certificates of Insurance must contain the policy number, policy limits, and policy
expiration date of all policies issued in accordance with this Contract; the location and
operations to which the insurance applies. Certificates must be provided annually for the
duration of the project. If applicable, a specific statement must be included that blasting
coverage is included to the extent such risk is present; that Contractor’s protective coverage
applies to any Subcontractor’s operations; and Contractor’s contractual liability insurance
coverage applies to any Subcontractor.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 53 of 124
D. This insurance for the County as the additional insured shall be as broad as the coverage
provided for the named-insured Contractor. It shall apply as primary insurance before any
other insurance or self-insurance, including any deductible, non-contributory, and waiver
of subrogation provided to the County as the additional insured.
E. The Contractor shall be wholly responsible for securing certificates of insurance coverage
as set forth above from all Subcontractors who are engaged in the Work.
F. 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.
G. Contractor shall be responsible and have the financial wherewithal to cover any
deductibles or retentions included on the certificate of insurance.
H. Such certificates should be sent to the County and must identify the “Certificate Holder”
as follows:
DeKalb County, Georgia
Director of Purchasing & Contracting
The Maloof Administration Building
1300 Commerce Drive, 2
nd
Floor
Decatur, Georgia 30030
I. Copies of Required Insurance policies with Declarations Page(s) shall be attached hereto as
Attachment I.
IX. CONTRACT DOCUMENTS
A. This Contract includes the following Attachments all of which are incorporated herein by
reference:
Attachment A, General Requirements, GR-1 through GR-46.
Attachment B, Contractor’s Bid Price Form
Attachment C, Contractor’s Affidavit.
Attachment D, Subcontractor’s Affidavit(s).
Attachment E, Sub-subcontractor’s Affidavit(s).
Attachment F, Certificate of Corporate Authority/Articles of Organization/Joint Venture
Certificates
Exhibit I ITB NO. 24-101659
Sample Contract
Page 54 of 124
Attachment G, Performance Bond and Accompanying Power of Attorney
Attachment H, Payment Bond and Accompanying Power of Attorney
Attachment I, Copies of Required Insurance policies with Declaration Page(s)
Attachment J, Other Required Documents
Appendix 1, The Bid Document Package
B. In addition to the foregoing, the Bid Document Package dated_________, the original of
which is maintained in the County’s Department of Purchasing and Contracting, forms an
essential part of this Contract as if fully set out herein.
X. FUNDING CLAUSE
The Contractor has been informed and understands that funding for this Contract is
provided under the DeKalb County Special Purpose Local Option Sales Tax (SPLOST) and
expressly agrees that performance of the Contract, in whole or in part, is contingent upon and
subject to the availability of such funding.
[SIGNATURES APPEAR ON NEXT PAGE]
Exhibit I ITB NO. 24-101659
Sample Contract
Page 55 of 124
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three (3)
counterparts, each to be considered as an original by their authorized representative.
COMPANY NAME
By: (SEAL)
Signature
Name (Typed or Printed)
Title
Federal Tax I.D. Number
ATTEST:
Signature
Name (Typed or Printed)
Title
APPROVED AS TO SUBSTANCE:
Department Director
DEKALB COUNTY, GEORGIA
by Dir.(SEAL)
MICHAEL L. THURMOND
Chief Executive Officer
DeKalb County, Georgia
________________
Date
ATTEST:
BARBARA H. SANDERS, CCC, CMC
Clerk of the Chief Executive Officer
and Board of Commissioners of
DeKalb County, Georgia
APPROVED AS TO FORM:
County Attorney Signature
County Attorney Name (Typed or Printed)
Exhibit I ITB NO. 24-101659
Sample Contract
Page 56 of 124
ATTACHMENT A
GENERAL REQUIREMENTS
INDEX TO GENERAL REQUIREMENTS
Section Title
GR-1 Definitions of Terms .................................................................
GR-2 Prior Use by County..................................................................
GR-3 Contractor’s Obligations ...........................................................
GR-4 Authority of the County ............................................................
GR-5 Changes in the Work and Change Orders .................................
GR-6 Time for Completion.................................................................
GR-7 Schedules, Reports, and Records ..............................................
GR-8 County’s Right to Suspend or Terminate Work .......................
GR-9 Final Inspection ........................................................................
GR-10 Warranties, Guarantees and Correction of Work ......................
GR-11 Contractor’s Personnel and Independent Contractor Status .....
GR-12 Subcontracting ..........................................................................
GR-13 Assignments ..............................................................................
GR-14 Indemnification and Hold Harmless .........................................
GR-15 Royalties and Patents ................................................................
GR-16 Laws and Regulations ...............................................................
GR-17 Permits and Inspection Fees ......................................................
GR-18 Land and Rights-of-Way...........................................................
GR-19 Protection of Work, Property, and Persons ...............................
GR-20 Prohibited Interests ...................................................................
GR-21 First Source Jobs Ordinance .....................................................
GR-22 Foreign Corporations ................................................................
GR-23 Specification and Drawings ......................................................
GR-24 Contractor’s Submittals ............................................................
GR-25 As-Built Drawings ....................................................................
GR-26 Examination of Work by Contractor .........................................
GR-27 Inspection and Testing of Materials ..........................................
GR-28 Inspection of Work ...................................................................
GR-29 Requests for Substitutions.........................................................
GR-30 Rejections of Work and Materials ............................................
GR-31 Materials, Services, and Facilities ............................................
GR-32 Utilities During Construction ....................................................
GR-33 Temporary Heat and Air Conditioning .....................................
GR-34 Maintenance Manual .................................................................
GR-35 Weather Conditions ..................................................................
GR-36 Lines, Grades, and Measurements ............................................
GR-37 Cleaning Up ..............................................................................
Exhibit I ITB NO. 24-101659
Sample Contract
Page 57 of 124
GR-38 Barricades .................................................................................
GR-39 No Third-Party Beneficiary………………………………….
GR-40 Severability ...............................................................................
GR-41 Interpretation .............................................................................
GR-42 Prior Contracts; Conflict in Documents……………………..
GR-43 Entire Agreement…………………………………………….
GR-44 Counterparts ..............................................................................
GR-45 Venue ........................................................................................
GR-46 Right to Audit…………………………………………………
GR-1. DEFINITIONS OF TERMS
The section captions contained in this Contract are for convenience only and do not in any
way limit or amplify any term or provision hereof. The use of the terms "hereof," "hereunder" and
"herein" shall refer to this Contract as a whole, inclusive of the Attachments, except when noted
otherwise. The use of the masculine or neuter genders herein shall include the masculine, feminine
and neuter genders and the singular form shall include the plural when the context so requires. The
following terms shall have the meanings indicated:
“Addendum” or “Addenda” shall mean written or graphic instruments issued prior to the
execution of the Contract, which modify or interpret the Work, or the Invitation to Bid by
additions, deletions, clarifications, or corrections.
Bid shall mean the offer of the Bidder submitted on the prescribed form setting forth the
price(s) for the Work to be performed.
Bid Document Package” shall consist of documents entitled as follows: Acknowledgement
of Contractor, Advertisement for Bids, Instructions to Bidders, Addenda, Business License,
Utility Systems Contractor’s License, Utility Manager’s Certificate, Utility Foreman’s
Certificate, General Contractor’s License, Bidder’s Unit Price and Bid Total, First Source Jobs
Ordinance Acknowledgment, LSBE Program Information Sheet with LSBE Exhibits, Certificate
of Corporate Authority or Certificate of Authority/Joint Venture, Contractor’s/Subcontractor’s
Affidavit of Compliance with O.C.G.A.13-10-91, Contractor’s/Subcontractor’s Reference and
Release Form, Preferred Employee Tracking Form, Subcontractor Tracking Form, Bid Bond and
Power of Attorney, Public Works Construction Affidavit and Oath of Successful Bidder, Technical
Specifications, and Drawings.
“Bidder” shall mean any person, firm, or corporation submitting a Bid for the Work.
“Bonds” shall mean Bid, performance, and payment bonds and other instruments of security,
furnished by the Contractor and his surety in accordance with the Contract.
Change Order” includes the term “amendment” and shall mean a written order authorizing
a change in the Work, if applicable, and an adjustment in the Contract Price, Contract Time or
Contract Term, as adopted and approved by the Contractor and the DeKalb County Governing
Exhibit I ITB NO. 24-101659
Sample Contract
Page 58 of 124
Authority, or the Chief Executive Officer, if exempted from Governing Authority adoption and
approval in accordance with the express terms of this Contract.
“Contract” or “Agreement” shall consist of the written Contract executed by the parties, all
attachments to the Contract, Change Orders, Field Orders, and the Bid Document Package. The
intent of these documents is for the Contractor to furnish all materials, appliances, tools, labor and
services of every kind necessary for the proper execution of the Work, and the terms and conditions
of payment therefore.
Contract Price” shall mean the total monies payable to the Contractor under the terms and
conditions of the Contract.
Contract Term” shall mean the length of time the Contract shall remain in effect.
“Contractor” or “General Contractor” shall mean the individual, firm, joint venture or
corporation undertaking the execution of the Work as an independent contractor under the terms
of the Contract and acting through his or its agents or employees.
“County” shall mean DeKalb County, Georgia.
Day(s)” shall mean calendar day(s).
Drawings” shall mean the part of the Contract which shows, largely through graphical
presentation, the characteristics and scope of the Work to be performed and which have been
prepared or approved by the County. The Drawings are included in the Bid Document Package.
Field Order” shall mean a written order issued by an authorized County official/employee
to the Contractor during construction effecting a change in the Work by authorizing an addition,
deletion, or revision in the Work within the general scope of the Work not involving an adjustment
in the Contract Price or a change to the Contract Time or Term. No Field Order shall be valid or
effective unless it is signed by the County employee(s) who has been authorized in writing by the
Chief Executive Officer or his/her designee to execute Field Orders.
Notice of Award” shall mean a written notice of the acceptance of the Bid from the County
to the successful Bidder.
Notice to Proceed” shall mean a written communication issued by the County authorizing
the Contractor to proceed with the Work and establishing the date of commencement of the Work.
The effective date of the Notice to Proceed shall be the date set forth on the Notice to Proceed.
Project” shall mean the undertaking to be performed as provided in the Contract.
Shall” is mandatory; “may” is permissive.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 59 of 124
“Specifications” or “Technical Specifications” shall mean a part of the Contract consisting
of written descriptions of a technical nature regarding materials, equipment, construction systems,
standards, and workmanship specified for this Project.
“Subcontractor” shall mean any person, firm, or corporation having a direct contract with the
Contractor or with any other Subcontractor for the performance of a part of the Work.
Submittals” shall mean all shop drawings, diagrams, illustrations, brochures, schedules,
samples, and other data which are prepared by the Contractor, a Subcontractor, manufacturer,
Supplier, or distributor, which illustrate how specific portions of the Work shall be fabricated or
installed.
Substantial Completion” or “Substantial Completion of the Work” shall mean that date
determined by the County when the construction of the Project or an expressly stipulated part
thereof is sufficiently completed, in accordance with the Contract, so that the Project or stipulated
part can be fully utilized for the purposes for which it is intended.
“Superintendent” shall mean the Contractor’s authorized on-the-job representative
designated in writing by the Contractor prior to commencement of any work.
“Supplier” shall mean any person, supplier, or organization who furnishes materials or
equipment for the Work, including that fabricated to a special design, but who does not perform
labor at the site.
“Work” shall have the meaning assigned to that term in the article in the Contract entitled
Scope of Work.”
GR-2. PRIOR USE BY COUNTY
Prior to completion of the Work, the County may take over operation and/or use of the
Project or portions thereof. Such prior use of facilities by the County shall not be deemed as
acceptance of any Work or relieve the Contractor from any of the requirements of the Contract.
GR-3. CONTRACTOR’S OBLIGATIONS
The Contractor shall, in good workmanlike manner, do and perform all work and furnish
all supplies and materials, machinery, equipment, facilities, and all things necessary or proper to
perform and complete all the Work within the time herein specified and in accordance with the
provisions of this Contract, the Specifications, the Drawings, and any and all supplemental
drawings pertaining to the Work. Contractor shall furnish, erect, maintain, and remove such
construction, plants, and such temporary works as may be required. Contractor alone shall be
responsible for the safety, efficiency, and adequacy of its plant, appliances, and methods, and for
any damage which may result from their failure or their improper construction, maintenance, or
operation. The Contractor shall observe, comply with, and be subject to all terms, conditions,
Exhibit I ITB NO. 24-101659
Sample Contract
Page 60 of 124
requirements and limitations imposed by the Contract and local ordinances, and state and federal
laws; and shall do, carry on, and complete the entire Work.
GR-4. AUTHORITY OF THE COUNTY
A. The Contractor shall perform all of the Work under the general direction, and to the
entire satisfaction, approval, and acceptance of the County. The County shall
decide all questions relating to measurements of quantities, the character and
acceptability of the Work performed, and as to whether the rate of progress is such
that the Work will be completed within the time limit of the Contract. All questions
as to the meaning of the Drawings and the Specifications will be decided by the
County.
B. The approval of the County of any materials, plant, equipment, Drawings, or of any
other items executed, or proposed by the Contractor, shall be construed only to
constitute an approval of general design. Such approval shall not relieve the
Contractor from the performance of the Work in accordance with the Contract, or
from any duty, obligations, performance guarantee, or other liability imposed upon
him by the provisions of the Contract.
C. Whenever in this Contract, the words “directed,” “required,” “permitted,”
“ordered,” or words of like import are used, it shall be understood that the direction,
requirement, permission, or order of the County is intended, and similar words,
“approved,” “acceptable,” “satisfactory,” or words of like import shall mean
approved by, acceptable to, or satisfactory to the County.
GR-5. CHANGES IN THE WORK, FIELD ORDERS, AND CHANGE ORDERS
A. All changes, alterations, or instructions in regard to any feature of the Work that
differ from the Drawings and Specifications must be approved in writing by Field
Order or Change Order in all cases. No verbal instruction or order will be regarded
as a basis for a claim for extra compensation or time.
B. If a minor change in the Work is found to be necessary due to actual field
conditions, the Contractor shall submit detailed drawings and written notification
of the problems necessitating such departure for approval by the County before
making the change. If the Contractor fails to make such request, no excuse will be
entertained thereafter for Contractor’s failure to carry out the Work in the required
manner and to provide required guarantees, warranties, and Bonds, and Contractor
shall not be entitled to any change in the Contract Price, Contract Time or the
Contract Term.
C. The County may at any time, by issuing a Field Order, make changes in the details
of the Work. The Contractor shall proceed with the performance of any changes in
Exhibit I ITB NO. 24-101659
Sample Contract
Page 61 of 124
the Work so ordered by the County unless such Field Order entitles the Contractor
to a change in Contract Price, Time, and/or 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.
D. The County may at any time order changes within the scope of the Work without
invalidating the Contract.
E. No claims for extra cost or time will be considered based on an escalation of prices
throughout the Contract Term. The value of any work covered by a Change Order
or of any claim for increase or decrease in the Contract Price shall be determined
by one of the following methods in the order of precedence listed below.
(1) Unit prices previously approved.
(2) An agreed lump sum.
(3) The actual cost for labor, direct overhead, materials, supplies, equipment,
and other services necessary to complete the changed Work. In addition,
there shall be added an amount agreed upon but not to exceed fifteen percent
(15%) of the actual cost of such work to cover the cost of general overhead
and profit.
F. 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,
including, but not limited to, all direct or indirect costs associated with such change
and any and all adjustment to the Contract Price and the construction schedule. In
the event a Change Order increases the Contract Price, Contractor must include the
Work covered by such Change Orders in requests for payment as if such Work were
originally part of the Contract.
GR-6. TIME FOR COMPLETION
A. 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.
B. The Contractor is expected to complete all assigned work orders within 14
business days of assignment or Liquidated Damages may be assessed.
C. The Contractor agrees that the Work shall be executed regularly, diligently, and
uninterrupted at such rate of progress as will insure its full completion thereof
Exhibit I ITB NO. 24-101659
Sample Contract
Page 62 of 124
within the Contract Time. It is expressly understood and agreed, by and between
the Contractor and the County, that the time for the completion of the Work
described herein is a reasonable time for the completion of the same, taking into
consideration the average climate range and usual industrial conditions prevailing
in this locality.
D. If extraordinary adverse weather conditions are the basis for a claim for additional
time, such claim shall be supported by the attachment of records of the National
Oceanic and Atmospheric Administration showing meaningful variances from
historic trends thereby substantiating the fact that weather conditions were
abnormal for the period of time, could not have been reasonably anticipated and
had an adverse effect on the scheduled construction activities. The Contractor shall
be entitled to an extension of the Contract Time only for extraordinary adverse
weather conditions that unavoidably delay activities scheduled at that time, and
then only for the number of days of delay which are due solely to such extraordinary
adverse weather conditions. The Contractor is not entitled to any costs associated
with extraordinary adverse weather conditions.
E. The County shall not be liable to the Contractor or any Subcontractor for claims or
damages of any nature caused by or arising out of delays, regardless of cause. The
sole remedy against the County for delays shall be the allowance of additional time
for completion of the Work, the amount of which shall be based on actual and
unavoidable delay.
GR-7. SCHEDULES, REPORTS, AND RECORDS
A. The Contractor shall submit to the County such schedule of quantities and costs,
progress schedules, payrolls, reports, estimates, records, and other data as the
County may request concerning the Work performed or to be performed. The
Contractor shall also submit a schedule of payments that he anticipates earning
during the course of the Work.
B. That Contractor shall coordinate and hold a meeting with its major Subcontractors
and the County to discuss the Project schedule. Such meeting shall be held prior to
Commencement of the Work under this Contract, but in no event later than ten (10)
days after execution of this Contract by all parties. At that meeting, the Contractor
shall present a draft Project schedule, and the Contractor and its Subcontractors
shall, in collaboration with the County, assist in the preparation of a detailed and
specific construction schedule. The Contractor shall be responsible for preparing
and updating such schedule, which shall be complete in all respects and shall, when
approved by the County, become the Construction Schedule and be automatically
incorporated into the Contract and shall not be changed without the prior written
consent of the County. The Construction Schedule shall not exceed the Contract
Time, shall be revised and updated at appropriate intervals as required by the
conditions of the Work and Project, shall be related to the entire Project to the extent
Exhibit I ITB NO. 24-101659
Sample Contract
Page 63 of 124
required by the Contract, shall utilize Critical Path Method (CPM) software that is
compatible with County software, and shall provide for expeditious and practicable
execution of the Work. The Construction Schedule shall be cost-loaded.
C. The Construction Schedule shall, in such detail as the County may require, show
the order in which Contractor will carry on the Work, including dates on which the
various parts of the Work will start, and the estimated date of completion of each
part. It shall also depict all requisite shop drawing submittals and approvals,
manufacturing, fabrication, the installation of materials, supplies and equipment,
testing, start-up, and training.
D. The Contractor shall prepare and keep current, for the County’s approval, a
schedule of submittals which is coordinated with the Construction Schedule and
allows the County reasonable time to review submittals. The Contractor shall
perform the Work in general accordance with the most recent schedules submitted
to the County.
E. In the event the County determines that the performance of the Work has not
progressed or reached the level of completion required by the Contract, the County
will have the right to order the Contractor to take corrective measures necessary to
expedite the progress of construction, including, without limitation, (1) working
additional shifts or overtime; (2) supplying additional manpower, equipment, and
facilities; and (3) other similar measures (hereinafter referred to collectively as
“Extraordinary Measures”). Such Extraordinary Measures must continue until the
progress of the Work complies with the stage of completion required by the
Contract and the Construction Schedule. The County’s right to require
Extraordinary Measures is solely for the purpose of ensuring the Contractor’s
compliance with the Construction Schedule. The Contractor is not entitled to an
adjustment in the Contract Price for undertaking Extraordinary Measures required
by the County. The County may exercise the rights furnished the County under or
pursuant to this paragraph as frequently as the County deems necessary to ensure
that the Contractor’s performance of the Work will comply with the completion
date set forth in the Contract as the Contract Time.
GR-8. COUNTY’S RIGHT TO SUSPEND OR TERMINATE WORK
A. Termination for Convenience. County may, for its own convenience and at its sole
option, without cause and without prejudice to any other right or remedy of County,
elect to terminate the Contract by delivering to the Contractor, 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 Contractor at least
thirty (30) days prior to the effective date of termination.
B. Termination for Default. If the Contractor is adjudged bankrupt or insolvent, or if
he makes a general assignment for the benefit of his creditors, or if a trustee or
Exhibit I ITB NO. 24-101659
Sample Contract
Page 64 of 124
receiver is appointed for the Contractor or for any of his property, or if he files a
petition to take advantage of any debtor’s act or to reorganize under the bankruptcy
or applicable laws, or if he fails to supply sufficient skilled workers or suitable
materials or equipment, make payments to Subcontractors or for labor, materials or
equipment, or if he disregards laws, ordinances, rules, regulations or orders of any
public body having jurisdiction of the Work, or if he otherwise violates any
provision of the Contract, then the County may, without prejudice to any other right
or remedy, and after giving the Contractor and his surety a maximum of seven (7)
days from delivery of a written notice, declare the Contract in default and terminate
this Contract. In that event, the County may take possession of the Project and of
all materials, equipment, tools, construction equipment and machinery thereon
owned by the Contractor. The County may cause the Work to be completed and
corrected by whatever method it deems expedient. If called upon by the County to
finish the Work, the Contractor’s surety shall promptly do so. In any case, the
Contractor and its surety shall be liable to the County for any and all damages and
costs incurred by the County as a result of any default by the Contractor, including
without limitation all costs of completion or correction of the Work, liquidated
damages, attorneys’ fees, expert fees, and other costs of dispute resolution.
Termination of this Contract pursuant to this paragraph may result in
disqualification of the Contractor from bidding on future County contracts for a
period of time not to exceed five (5) years.
C. If Contractor’s services are terminated by the County pursuant to paragraph A or B
in this General Requirement, the termination will not affect any rights or remedies
of the County then existing or which may thereafter accrue against Contractor or
its surety. Any retention or payment of moneys due Contractor by County will not
release Contractor from liability. If it is determined that the Contractor was not in
default or that the failure to perform is excusable, a termination for default will be
considered to have been a termination for the convenience of the County, and the
rights and obligations of the parties shall be governed accordingly.
D. In case of termination of this Contract before completion of the Work, Contractor
will be paid only for materials and equipment accepted by the County and the
portion of the Work satisfactorily performed through the effective date of
termination as determined by the County.
E. Except as otherwise provided in this General Requirement, 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.
F. The parties’ obligations pursuant to this General Requirement shall survive any
Acceptance of Work, or expiration or termination of this Contract.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 65 of 124
GR-9. FINAL INSPECTION
Upon notice from the Contractor that the Work is completed, the County shall make a final
inspection of the Work, and shall notify the Contractor of all instances where the Work fails to
comply with the Drawings and Specifications, as well as any defects the County may discover. At
no cost to the County, the Contractor shall immediately make such alterations as are necessary to
bring the Work into compliance with the Contract, the Drawings, and Specifications.
GR-10. WARRANTIES, GUARANTEES AND CORRECTION OF WORK
A. The Contractor warrants to the County that materials and equipment furnished
under the Contract will be new and of good quality, unless otherwise required or
permitted by the Contract; that the Work will be free from defects not inherent in
the quality required or permitted; and that the Work will conform to the
requirements of the Contract. Work not conforming to these requirements,
including substitutions not properly approved and authorized, is considered
defective. The County, in its sole discretion, may exclude from the Contractor's
warranty; remedies for damage or defect which the County determines were caused
by abuse; modifications not executed by the Contractor; improper or insufficient
maintenance; improper operation; and normal wear and tear and normal usage.
B. Upon the completion of the Work, and as a condition of final payment, the
Contractor shall guarantee in writing that all Work has been accomplished in
conformance with the Contract. If required by the County, the Contractor shall also
furnish additional satisfactory evidence as to the kind and quality of materials and
equipment.
C. The Contractor shall promptly, and in no event later than 48 hours after receiving
written demand from the County, remedy any error, omission, defect, or non-
compliance in the Work discovered by the County during construction or at any
time thereafter until one year after the final completion of the Work. Nothing herein
shall be deemed to shorten any statutory period of limitation otherwise applicable
to any legal action by the County against the Contractor.
D. Contractor shall pay for any damage caused by any omission or defect in the Work,
including without limitation, any damage to other improvements or facilities. In
the event that the Contractor should fail to timely make repairs, adjustments, or
other remedy that may be made necessary by such defects, the County may do so,
and charge the Contractor the cost thereby incurred.
E. All warranties and guaranties shall extend for the greatest of one (1) full year
commencing on the dates of Substantial Completion of the Project or such longer
period of time as is required by the Contract. The one (1) year period shall be
extended with respect to portions of the Work first performed after Substantial
Completion for a period of one (1) year after the actual performance of the Work.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 66 of 124
If any defect or deviation should exist, develop, be discovered or appear within
such one (1) year period, the Contractor, at it sole cost and expense and immediately
upon demand, shall fully and completely repair, correct, and eliminate such defect.
The foregoing warranties and guarantees are cumulative of and in addition to, and
not restrictive of or in lieu of, any and all other warranties and guarantees provided
for or required by law. No one or more of the warranties contained herein shall be
deemed to alter or limit any other. The Performance Bond shall remain in full force
and effect throughout the applicable guarantee period set forth in this paragraph.
F. Neither the final payment nor any provision of the Contract, nor partial or entire
occupancy or use of the Work by the County, shall constitute an acceptance of any
part of the Work that is not in accordance with the Contract or relieve the Contractor
of liability for incomplete or faulty materials or workmanship.
G. All manufacturer warranties and guarantees shall be delivered to the County prior
to Substantial Completion and such delivery shall be a condition precedent to the
issuance of the Certificate of Substantial Completion. Before final payment, the
Contractor shall assign and transfer to the County all guarantees, warranties and
agreements from all contractors, Subcontractors, vendors, Suppliers, or
manufacturers regarding their performance, quality of workmanship or quality of
materials supplied in connection with the Work. The Contractor represents and
warrants that all such guarantees, warranties and agreements will be freely
assignable to the County, and that upon final completion of the Work, all such
guarantees, warranties and agreements shall be in place and enforceable by the
County in accordance with their terms. Contractor’s obligations pursuant to this
General Requirement shall survive any acceptance of Work, or termination or
expiration of this Contract.
GR-11. CONTRACTOR’S PERSONNEL AND INDEPENDENT CONTRACTOR
STATUS
A. The Contractor will supervise and direct the Work, including the Work of all
Subcontractors. Contractor will be solely responsible for the means, methods,
techniques, sequences, and procedures of construction. An experienced
Superintendent and necessary assistants competent to supervise the particular types
of work involved shall be assigned to the Project by the Contractor, and shall be
available at all times when work is in progress. The name of the Superintendent
shall be submitted with qualifications of same prior to the start of the Work. If
approved by the County, the Superintendent so named by the Contractor shall be
employed by the Contractor and shall have served in a supervisory capacity on at
least one Project of like description and size performed by the Contractor during
the previous twelve months. Under no circumstances shall an employee of any
Subcontractor serve as the Superintendent, unless approved by the County prior to
being named Superintendent. The Superintendent shall represent the Contractor,
and all directions given to the Superintendent shall be as binding as if given to the
Exhibit I ITB NO. 24-101659
Sample Contract
Page 67 of 124
Contractor. Important communications shall be confirmed in writing. Other
communications shall be similarly confirmed on written request in each case.
B. The Contractor shall not change key members of its staff without the prior consent
of the County, unless such staff members prove to be unsatisfactory to the
Contractor and cease to be in its employ. If the Contractor intends to change a key
staff member (defined as certain full-time personnel stationed at the site including
Project Manager, Superintendent, Project Engineer, Assistant Project Manager,
Assistant Superintendent, or Assistant Project Engineer) it shall give the County
written notice at least fifteen (15) days prior to the intended change. The written
notice shall include a description of qualifications for the new proposed key staff
member. The County shall have the right to approve or disapprove the proposed
key staff member.
C. 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.
D. 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.
GR-12. SUBCONTRACTING
A. The Contractor understands and agrees that it shall be a breach of this Contract to
subcontract any portion of the Work on this Project unless
1. The Work and the Subcontractor proposed to perform it have been declared
in the Bid Response; or
2. The Contractor shall have obtained advance written approval from the
County.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 68 of 124
G. The Contractor further understands and agrees that any work on this Project, which
the Contractor secures in violation of this General Requirement, shall be deemed a
donation from the Contractor for which the County shall not be obligated to pay.
Nothing contained in this Contract shall create any contractual relation between any
Subcontractor and the County. Upon request, Contractor shall provide the County
with copies of each of its contract(s) and amendments with each Subcontractor.
H. 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.
GR-13. ASSIGNMENTS
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.
GR-14. INDEMNIFICATION AND HOLD HARMLESS
A. 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 General Requirement 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.
B. 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
Exhibit I ITB NO. 24-101659
Sample Contract
Page 69 of 124
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.
C. 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.
D. 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.
E. The parties agree that Contractor shall be liable for all fines or civil penalties, which
may be imposed by any local, federal or state department or regulatory agency that
are a result of Contractor’s performance of the Work under this Contract.
Contractor shall pay the costs of contesting any such fines. The parties’ obligations
pursuant to this General Requirement shall survive any acceptance of Work, or
termination or expiration of this Contract.
GR-15. ROYALTIES AND PATENTS
The Contractor shall hold and save the County and its elected officials, officers, agents,
servants, and employees harmless from liability of any nature or kind, including cost and expenses
for, or on account of, any patented or unpatented invention, process, article, or appliance
manufactured or used in the performance of the Contract, including its use by the County, unless
otherwise specifically stipulated in the Contract.
GR-16. LAWS AND REGULATIONS
A. The Contractor’s attention is directed to the fact that all applicable federal, state,
and County laws, municipal ordinances, and the rules and regulations of all
authorities having jurisdiction over construction of the Project shall apply to the
Contract throughout, and they will be deemed to be included in the Contract the
same as though herein written out in full. The Contractor shall keep itself and its
employees and Subcontractors fully informed of all laws, ordinances, and
regulations in any manner affecting those engaged or employed in the Work or the
Exhibit I ITB NO. 24-101659
Sample Contract
Page 70 of 124
materials used in the Work or in any way affecting the conduct of the Work and of
all orders and decrees of bodies or tribunals having any jurisdiction or authority
over same. If Contractor discovers any discrepancy or inconsistency in this
Contract or in the Drawings or Specifications in relation to any such law, regulation,
ordinance, order, or decree, Contractor shall promptly report the same, in writing,
to the County. Contractor shall at all times observe and comply with all such laws,
ordinances, and regulations, and shall protect and indemnify the County and its
agents against any all damages and claims arising out of any violation of such law,
ordinance, regulation, order, or decree, whether by Contractor or its employees or
Subcontractors.
B. Contractor shall not discriminate against any person in its operations, activities or
performance of Work under this Contract. Contractor shall affirmatively comply
with all applicable provisions of federal, state and local equal employment laws and
shall not engage in or commit any discriminatory practice against any person based
on race, age, religion, color, gender, national origin, physical or mental disability,
or political affiliation. Contractor shall maintain a Drug Free Workplace.
GR-17. PERMITS AND INSPECTION FEES
A. Permits shall be secured by the Contractor, and inspections will be required, but the
County will not charge the Contractor for permits and inspections obtained from
the County. The Contractor shall secure and pay for any permits and inspection
fees required by any other governmental entity or agency.
B. Prior to execution of this Contract, Contractor shall provide the County with a copy
of its current, valid business license. If Contractor is not a Georgia corporation,
Contractor shall submit a certificate of authority to transact business in the state of
Georgia and a copy of their valid business license issued by their home jurisdiction.
Contractor shall provide the County with copies of all other required licenses,
certifications and permits for the Contractor and/or all of Contractor’s employees,
personnel, agents or Subcontractors performing services that require licensure by
the federal government, the State of Georgia, or the County. Contractor hereby
warrants and represents that at all times during the Contract Term it shall maintain
in good standing all required licenses, certifications, and permits required under
federal, state and local laws necessary to perform the services required by this
Contract.
GR-18. LAND AND RIGHTS-OF-WAY
Prior to entering on any land or right-of-way, the Contractor shall ascertain the
requirements of applicable permits or easements obtained by the County, and shall conduct his
work in accordance with requirements thereof, including the giving of notice. The Contractor shall
be fully responsible for performing work to the requirements of any permit or easement granting
Exhibit I ITB NO. 24-101659
Sample Contract
Page 71 of 124
entity, even though such requirements may exceed or be more stringent than that otherwise
required by the Contract, and shall compensate the County fully for any loss or expense arising
from failure of the Contractor to perform as required by such entity. The Contractor shall provide,
at its own expense without liability to the County, any additional land and access thereto that the
Contractor may desire for temporary construction facilities, or for storage of materials.
GR-19. PROTECTION OF WORK, PROPERTY, AND PERSONS
A. The Contractor is responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the Work. Contractor shall take all
necessary precautions for the safety of, and will provide the necessary protection to
prevent damage, injury or loss to all employees on the Project and other persons
who may be affected thereby, all the Work and all materials or equipment to be
incorporated therein, whether in storage on or off the site, and other property at the
site or adjacent thereto, including trees, shrubs, lawns, lakes, drainage ways, walks,
pavements, roadways, structures, and utilities not designated for removal,
relocation or replacement in the course of construction.
B. The Contractor shall erect and maintain, as required by the conditions and progress
of the Work, all necessary warning safeguards for devices and the safety and
protection of the Work, the public and adjoining property.
C. If existing utilities or structures are indicated by the Contract, no warranty is made
as to the accuracy or completeness of such indication or the information provided
regarding such utilities or structures. The Contractor shall comply with all
applicable state law concerning the marking and location of existing utilities. The
Contractor shall, prior to commencing other on-site work, accurately locate above
and below ground utilities and structures, which may be affected by the Work, using
whatever means may be appropriate, and shall verify the nature and condition of
such utilities and structures. The Contractor shall mark the location of existing
utilities and structures, if they are not otherwise readily visible, with flagging,
stakes, barricades, or other suitable means, and shall preserve and protect all
utilities and structures not designated for removal, relocation, or replacement in the
course of construction. Contractor shall notify the County promptly of discovery
of any conflict between the Contract and any existing facility.
D. All existing utilities, both public and private, including but not limited to, sewer,
gas, water, electrical, and telephone services, shall be protected and their operation
shall be maintained through the course of the Work. Any temporary shutdown of
an existing service shall be arranged between the Contractor and the responsible
agency. The Contractor shall assume full responsibility and hold the County
harmless from the result of any damage that may occur as a result of the
Contractor’s activities in this regard.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 72 of 124
E. In emergencies affecting the safety of persons or the Work or property at the site or
adjacent thereto, or unanticipated conditions where delay would substantially
impact the time or cost of work, the Contractor, upon notification to the County,
shall act to prevent threatened damage, injury, or loss. Any claim for compensation
or extension of time by the Contractor due to such extra work shall be submitted to
the County within ten (10) days of the date of performing such work or deviations
in the manner prescribed for a Change Order.
GR-20. PROHIBITED INTERESTS
No official of the County who is authorized in such capacity and on behalf of the County
to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or
approving any architectural, engineering, inspection, construction, or material supply contract, or
any subcontract in connection with the construction of the Project, shall become directly or
indirectly interested personally in this Contract or in any part hereof. No officer, employee,
architect, attorney, engineer, or inspector of or for the County who is authorized in such capacity
and on behalf of the County to exercise any legislative, executive, supervisory, or other similar
functions in connection with the construction of the Project, shall become directly or indirectly
interested personally in this Contract or in any part thereof, any material supply contract,
subcontract, insurance contract, or any other contract pertaining to the Project.
GR-21. FIRST SOURCE JOBS ORDINANCE
The Contractor is required to comply with the DeKalb County First Source Jobs Ordinance,
Code of DeKalb County as Revised 1988, section 2-231 et seq., and among other things, is required
to make a good faith effort to hire DeKalb County residents for at least fifty percent 50% of all
jobs created by an Eligible Project, as that term is defined in the First Source Ordinance, using the
First Source Registry.
GR-22. FOREIGN CORPORATIONS
In the event the Contractor is a foreign corporation, partnership, or sole proprietorship, the
Contractor hereby irrevocably appoints the Georgia Secretary of State as its agent for service of
all legal process for the purposes of this Contract only.
GR-23. SPECIFICATIONS AND DRAWINGS
A. The Specifications, the Drawings and the Contract shall be supplementary to each
other, and any material, workmanship, and/or service which may be in one, but not
called for in the others, shall be as binding as if indicated, called for, or implied by
all.
B. Each section or type of work is described separately in the Technical Specifications;
however, should any item of material, equipment, work, or combinations of such
Exhibit I ITB NO. 24-101659
Sample Contract
Page 73 of 124
be required in one section, and not be described in that section and a similar item
described in another section, that description shall apply regardless of the section
under which it is described.
C. Any discrepancies found between the Drawings and Specifications and site
conditions, or any inconsistencies or ambiguities in the Drawings or Specifications
shall be immediately reported to the County, in writing, who shall promptly correct
such inconsistencies or ambiguities in writing. Work done by the Contractor after
his discovery of such discrepancies, inconsistencies, or ambiguities shall be done
at the Contractor’s risk.
D. Upon award of the Contract, the Contractor will be supplied, free of charge, up to
three complete sets of the Contract Drawings and Specifications. Any prints and
Specifications in excess of these shall be furnished at cost at the Contractor’s
expense.
E. The Contractor shall furnish, with reasonable promptness, all samples as directed
by the County for approval for conformance with the design concept of the Project
and for compliance with the information stated in the Contract. The Work shall be
in accordance with approved samples.
F. The County may, without changing the scope of the Work, furnish the Contractor
additional instructions and detail drawings, as necessary to carry out the Work
required by the Contract. The additional drawings and instructions thus supplied
will become a part of the Contract. The Contractor shall carry out the Work in
accordance with the additional detail drawings and instructions.
G. Attention is directed to the fact that the detailed Specifications and separate sections
may be written in short or abridged form. In regard to every section of the
Specifications and all parts thereof, mentioned therein, or indications on the
Drawings of articles, materials, operations, or methods, requires that the
Contractor:
(1) Provide each item mentioned and indicated of a quality or subject to
qualifications noted;
(2). Perform according to conditions stated, each operation prescribed; and
(3) Provide therefore all necessary labor, equipment, and incidentals.
H. For convenience of reference and to facilitate the letting of contracts and
subcontracts, these Specifications are separated into titled sections. Such
separation shall not, however, operate to make the County an arbiter to establish
limits for the contracts between the Contractor and Subcontractors.
I. Notwithstanding the appearance of such language in the various sections of the
Specifications as, “The Paving Contractor,” “The Grading Contractor,” etc., the
Exhibit I ITB NO. 24-101659
Sample Contract
Page 74 of 124
Contractor is responsible to the County for the entire Contract and the execution of
all Work referred to in the Contract.
GR-24. CONTRACTOR’S SUBMITTALS
A. The Contractor shall submit all Submittals to the official or employee so designated
by the chief executive officer all Submittals as required under the Specifications
and in such time and manner that will allow at least ten (10) days for the County’s
review, pursuant to the Construction Schedule. No portion of the Work shall
commence until all Submittals relating to such portion have been approved by the
County.
B. The approved Drawings will be supplemented by such shop drawings as are needed
to adequately control the Work. Shop Drawings, product data, samples and other
Submittals are not parts of the Contract. The purpose of their submittal is to
demonstrate for those portions of the Work for which Submittals are required by
the Contract, the way by which the Contractor proposes to conform to the
information given and the design concept expressed in the Contract. Informational
Submittals, upon which a County employee, the Architect or Engineer, if retained
by the County in connection with the Project, is not expected to take responsive
action, may be so identified in the Contract. Submittals which are not required by
the Contract may be returned by the County without action. The approval of a
Submittal shall not authorize any deviation from or alteration of the Drawings or
Specifications absent a Change Order or Field Order.
C. Shop drawings to be furnished by the Contractor for any structure shall consist of
such detailed drawings as may be required for the execution of the Work.
D. Drawings for false work, centering, and form work may also be required per the
Specifications and in such cases shall be likewise subjected to approval unless
approval is waived.
E. The County’s review will be within reasonable promptness as to cause no delay in
the Work. Approval of the Contractor’s Submittals does not relieve the Contractor
of any responsibility for accuracy of dimensions and details or from otherwise
ensuring that the Work complies with the requirements of the Contract. It is
mutually agreed that the Contractor shall be responsible for agreement and
conformity of Submittals with the Drawings and Specifications. The County will
review and approve or take other appropriate action upon the Contractor's
Submittals such as shop drawings, product data and samples, but only for the
limited purpose of checking for conformance with information given and the design
concept expressed in the Contract. Review of submittals is not conducted for the
purpose of determining the accuracy and completeness of details such as
dimensions and quantities, or for substantiating instructions for installation or
performance of equipment or systems, all of which remain the responsibility of the
Exhibit I ITB NO. 24-101659
Sample Contract
Page 75 of 124
Contractor as required by the Contract. The County’s review shall not constitute
approval of safety precautions or of any construction means, methods, techniques,
sequences or procedures. The County’s approval of a specific item shall not
indicate approval of an assembly of which the item is a component.
D. It is the responsibility of the Contractor to check all Submittals before same are
submitted to the County for approval. Submittals which have not been checked and
approved by the Contractor will not be reviewed by the County.
E. Submittals shall be submitted only by the Contractor who shall indicate by a signed
stamp on the drawings that he has checked the Submittals and that the work shown
on them is in accordance with Contract requirements and has been checked for
dimensions and relationship with work of all other trades involved. Under no
conditions shall Submittals be accepted from anyone other than the Contractor.
F. The Contractor shall furnish the County with at least six copies of all Submittals
for approval. Two finally approved copies will be returned to the Contractor for
his use. The Contract Price shall include the cost of furnishing all Submittals and
the Contractor will be allowed no extra compensation for such drawings.
G. The approval of such Submittals shall not relieve the Contractor from responsibility
for deviations from Drawings or the Specifications unless he has in writing called
attention to such deviations, and the County has approved the changes or deviations
in writing at the time of submission, nor shall it relieve him from the responsibility
for errors of any kind in Submittals. When the Contractor does call such deviations
to the attention of the County, he shall state in writing whether or not such
deviations involve any extra cost. If this is not mentioned, it will be assumed that
no extra cost is involved for making the change.
H. The Contractor shall prepare and maintain a log of all Submittals which includes,
at a minimum, the submittal number, revision number, description, responsible
company, proposed submittal date, date actually submitted, date approved, any
comments received, approval status, and resubmittal information. The log shall be
updated at least on a monthly basis and made available to the County for review
upon request.
GR-25. AS-BUILT DRAWINGS (IF APPLICABLE)
The Contractor shall maintain a red-lined set of drawings on site during the progress of the
Work, indicating any Field Orders, Change Orders and the location of the portion of the Work or
equipment actually installed. The Contractor shall, upon completion of the Work, furnish a marked
set of reproducible drawings indicating any field changes and the location of Work as actually
installed, if different from the requirements of the Contract, and deliver them to the County in hard
copy as well as an electronic copy compatible with the County’s software and hardware system.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 76 of 124
GR-26. EXAMINATION OF WORK BY CONTRACTOR
It is understood and agreed that the Contractor has, by careful examination, satisfied
himself as to the nature and location of the Work, the configuration of the ground, the character,
quality, and quantity of the facilities needed preliminary to and during the prosecution of the Work,
the general and local conditions, and all other matters which can in any way affect the Work or the
cost thereof under this Contract.
GR-27. INSPECTION AND TESTING OF MATERIALS
Unless otherwise specifically provided for, the inspection and testing of materials and
finished articles to be incorporated in the Work as required by the Specifications shall be made by
the County, or bureaus, laboratories, or agencies selected by the County. The cost of such
inspection and testing shall be paid by the Contractor unless County agrees to pay the cost.
Materials and finished articles shall have passed the required tests prior to the incorporation of
such materials and finished articles in the Work. The County may require, and the Contractor shall
furnish if required to do so, certificates from manufacturers to the effect that the products or
materials furnished by them for use in the Work comply with the applicable specified requirements
for the materials or products being furnished.
GR-28. INSPECTION OF WORK
A. The Contractor shall, at all times, permit and facilitate inspection of the Work by
authorized representatives of the County and public authorities having jurisdiction
in connection with the Work of this Contract. The presence or observations of the
County or its representative at the site of the Work shall not be construed to, in any
manner, to relieve the Contractor of its responsibility for strict compliance with the
provisions of the Contract.
B. If the Drawings, Specifications, County’s instructions, laws, ordinances, or a public
authority require any work to be specially tested or approved, the Contractor shall
give the County timely notice of its readiness for observation or inspection. If the
inspection is by another authority, then the County shall be advised of the date fixed
for such inspection. Required certificates of inspection shall be secured by the
Contractor. Contractor, having secured all certificates of inspection, will deliver
same to the County upon completion. If any Work should be covered up without
approval or consent of the County, it shall, if required by the County, be uncovered
for examination at the Contractor’s expense. The recovering of such Work after
inspection shall be at Contractor’s expense.
C. Should any disagreement or difference arise as to the estimate, quantities, or
classifications or as to the meaning of the Drawings or Specifications, or any point
concerning the character, acceptability, and nature of the several kinds of work, any
Exhibit I ITB NO. 24-101659
Sample Contract
Page 77 of 124
materials and construction thereof, the decisions of the County shall be final and
conclusive and binding upon all parties to the Contract.
D. If the County determines that portions of the Work require additional testing,
inspection or approval beyond the requirements of the Specifications, the County
will instruct the Contractor to make arrangements for such additional testing,
inspection or approval by an entity acceptable to the County, and the Contractor
shall give timely notice to the County of when and where tests and inspections are
to be made so that the County may be present for such procedures. Such costs,
except as provided below, shall be at the County’s expense.
E. If such procedures for testing or inspection reveal failure of the portions of the
Work to comply with requirements established by the Contract, all costs made
necessary by such failure including those of repeated procedures shall be at the
Contractor's expense.
F. Required certificates of testing, inspection or approval shall, unless otherwise
required by the Contract, be secured by the Contractor and promptly delivered to
the County or the Architect if one is retained by the County in connection with the
Project. Tests or inspections conducted, pursuant to the Contract, shall be made
promptly to avoid unreasonable delay in the Work.
GR-29. REQUESTS FOR SUBSTITUTIONS
A. Requests for substitutions of proprietary products or of a particular manufacturer,
vendor, or Subcontractor must be accompanied by the following documentation:
(1) Full explanation of the proposed substitution and submittal of all
supporting data including technical information, catalog cuts, warranties,
test results, installation instructions, operating procedures, and other like
information necessary for a complete evaluation of the substitution;
(2) Reasons the substitution is advantageous or necessary, including benefits to
the County and the Work in the event the substitution is acceptable;
(3) The adjustment, if any, in the Contract Price, in the event the substitution is
acceptable;
(4) The adjustment, if any, in the Contract Term or Time and the construction
schedule in the event the substitution is acceptable;
(5) An affidavit stating that (1) the proposed substitution conforms and meets
all the requirements of the pertinent Specifications and the requirements
shown on the Drawings and (2) the Contractor accepts the warranty and
Exhibit I ITB NO. 24-101659
Sample Contract
Page 78 of 124
correction obligations in connection with the proposed substitution as if
originally specified;
(6) Proposals for substitutions must be submitted in triplicate to the County in
sufficient time to allow the County no less than ten (10) working days for
review; and
(7) No substitutions will be considered or allowed without the Contractor's
submittal of complete substantiating data and information as stated
hereinbefore.
B. Substitutions and alternates may be rejected at the County’s discretion without
explanation and will be considered only under one or more of the following
conditions:
(1) Required for compliance with interpretation of code requirements or
insurance regulations then existing;
(2) Unavailability of specified products, through no fault of the Contractor; or
(3) Subsequent information discloses inability or specified products to perform
properly or to fit in designated space;
(4) Manufacturer/fabricator refuses to certify or guarantee performance of
specified product as required; and
(5) When in judgment of the County, that a substitution would be substantially
to the County’s best interests, in terms of costs, time, or other considerations.
C. Whether or not any proposed substitution is accepted by the County, the Contractor
must reimburse the County for any fees charged by the Architect or other consultants
for evaluating each proposed substitute. By making requests for substitutions based
on the above, the Contractor:
(1) Represents and warrants that the Contractor has personally investigated the
proposed substitute product or Subcontractor and determined that it is equal
or superior in all respects to the product or Subcontractor previously
specified;
(2) Represents and warrants that the Contractor will provide the same warranty
for the substituted product or for the workmanship of the substituted
Subcontractor, as applicable, that the Contractor would have provided for
the product or Subcontractor previously specified;
(3) Certifies that the cost data presented, in the form of certified quotations from
Suppliers of both specified and proposed equipment is complete and
Exhibit I ITB NO. 24-101659
Sample Contract
Page 79 of 124
includes all related costs under this Contract, but excludes costs under
separate contracts, and waives all claims for additional costs related to the
substitution which subsequently become apparent; and
(4) Agrees that the Contractor will coordinate the installation of the accepted
substitution, making such changes as may be required for the Work to be
complete and in accordance with the Contract in all respects.
D. Contractor shall not propose an item for substitution unless it is equal to or superior
to the specified item or items in construction, efficiency, and utility. The opinion of
the County as to the equality or superiority of the item shall be final, and no
substitute material or article shall be purchased or installed without the County’s
written approval.
E. In case of a difference in price, the County shall receive all benefits of the difference
in cost involved in any substitution, when lower, and the Contract altered by
Change Order to credit the County with any savings to be obtained. However, the
County shall not be charged for any additional cost in the case of a price increase.
GR-30. REJECTION OF WORK AND MATERIALS
A. All Work that is defective or deviates from the Drawings or Specifications will be
rejected. All rejected Work shall be replaced immediately with other material,
equipment, or work which conforms with the Drawings and Specifications at no
additional cost to the County. If rejected Work is not removed within forty-eight
hours from the date of letter of notification, the County shall have the right and
authority to stop the Work immediately and/or to arrange for the removal of said
rejected Work at the cost and expense of the Contractor.
B. Inspection of the Work shall not relieve the Contractor of any of its obligations, and
defective Work shall be made good regardless of whether it has been previously
inspected by the County and accepted or estimated for payment. The failure of the
County to reject or condemn improper materials or workmanship shall not be
considered as a waiver of any defect that may be discovered later.
GR-31. MATERIALS, SERVICES, AND FACILITIES
A. The Contractor shall at all times employ sufficient labor and equipment for
executing the Work to full completion in the manner and time specified. Failure of
the Contractor to provide adequate labor and equipment shall constitute a default
of the Contract. The labor and equipment to be used in the Work by the Contractor
shall be sufficient to meet the requirements of the Work and shall be such as to
produce a satisfactory quality of work in accordance with accepted industry
practices and within the Contract Time.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 80 of 124
B. Materials and equipment shall be so stored and handled as to insure the preservation
of their quality and fitness for the Work. Stored materials and equipment to be
incorporated in the Work shall be located so as to facilitate prompt inspection. No
product which has in any way become unfit for the intended purpose shall be
incorporated into the Work.
C. Manufactured articles, materials, and equipment shall be applied, installed,
connected, erected, cleaned, and conditioned as directed by the manufacturer.
Contractor shall promptly notify the County of any conflict between the instructions
of any manufacturer and the requirements of the Drawings or the Specifications.
D. Materials, supplies, and equipment to be incorporated into the Work shall be new
and unused unless otherwise specifically stated in the Contract. The source of
supply for all such products shall be submitted to the County, together with detailed
descriptions thereof in the form of samples, shop drawings, tests, or other means
necessary to adequately describe the items proposed. Approval by the County of a
manufacturer or supplier shall not constitute the approval of materials, supplies, or
equipment obtained from such manufacturer or supplier if they do not comply with
the requirements of the Contract. If, after trial or installation, it is found that sources
of supply, even though previously approved by the County, have not furnished
products meeting the intent of the Contract, the Contractor shall thereafter furnish
products from other approved sources, and shall remove completed Work
incorporating products which do not meet Contract requirements.
E. The Contractor shall confine operations to areas permitted by law, ordinances,
permits and the Contract, and shall not unreasonably encumber the site with
materials or equipment. The Contractor shall provide parking for all
construction vehicles only within the construction limits as indicated on the
drawings or make appropriate arrangements as permitted by law.
F. Only materials and equipment which are to be used directly in the Work may be
brought to and stored on the Project site by the Contractor. After equipment is no
longer required for the Work, it must be promptly removed from the Project site.
Protection of construction materials and equipment stored at the Project site from
weather, theft, damage, and all other adversity is the sole responsibility of the
Contractor.
G. The Contractor and any entity for which the Contractor is responsible must not erect
any sign on the Project site without the prior written consent of the County, which
may be withheld in the sole discretion of the County.
H. Contractor must ensure that the Work, at all times, is performed in a manner that
affords reasonable access, both vehicular and pedestrian, and for emergency
response to the site of the Work and all adjacent areas. The Work must be
performed, to the fullest extent reasonably possible, in such a manner that public
Exhibit I ITB NO. 24-101659
Sample Contract
Page 81 of 124
areas adjacent to the site of the Work are free from debris, building materials and
equipment likely to cause hazardous conditions. Without limitation of any other
provision of the Contract, Contractor must use its best efforts to minimize any
interference with the occupancy or beneficial use of any areas and buildings
adjacent to the site of the Work, or the Project.
I. Without prior approval of the County, the Contractor shall not permit any worker
to use any existing facilities at the Project site, including, without limitation,
lavatories, toilets, entrances, and parking areas other than those designated by the
County for such use. Without limitation of any other provision of the Contract, the
Contractor shall use its best efforts to comply with all rules and regulations
promulgated by the County in connection with the use and occupancy of the Project
site, as amended from time to time. The Contractor shall immediately notify the
County in writing if during the performance of the Work, the Contractor finds
compliance with any portion of such rules and regulations to be impracticable,
setting forth the problems that may be caused by such compliance and suggesting
alternatives through which the results intended by such portions of the rules and
regulations can be achieved. The County may, in the County's sole discretion,
adopt such suggestions, develop new alternatives or require compliance with the
existing requirements of the rules and regulations. The Contractor shall also
comply with all insurance requirements applicable to the use and occupancy of the
Project site.
J. Unless otherwise provided in the Contract, Contractor shall provide and maintain a
suitable office on the site for its own use and for the use of representatives of the
County. Contractor shall furnish sufficient heat, artificial light, ventilation and
janitor’s service, and shall also provide a table or desk, plan rack and chairs, all for
the use of those visiting the job, in addition to such furnishings as he provides for
his own use. Temporary offices and other structures shall be located where
approved by the County, and shall be removed from the premises upon completion
of the Contract or earlier if so directed by the County.
K. Contractor may be required by the County, at the beginning of Work, to provide, at
the Project site, suitable and adequate temporary toilets and enclosure for use of
workers on the job, shall maintain same in sanitary condition, and shall remove
same at the completion of construction operations and/or when directed by the
County. Contractor shall not allow any sanitary nuisances to be committed in or
about the site and shall enforce sanitary regulations of local and state health
authorities.
L. The Contractor shall cooperate with the County in any required use of the property
and arrange for storage of materials on the Project site in such areas as are mutually
agreed upon. The Contractor shall allot suitable and proper space to its
Subcontractors for the storing of their materials and for the erection of their sheds
and tool houses. Should it be necessary at any time to move materials, sheds, or
storage platforms, the Contractor shall, at its own expense move same as and when
Exhibit I ITB NO. 24-101659
Sample Contract
Page 82 of 124
directed by the County.
M. Unless otherwise instructed by the County, the Contractor shall repair and return to
original condition all buildings, streets, curbs, sidewalks, utilities or other facilities
affected by the Contractor’s performance of the Work. The County’s decisions in
matters relating to aesthetic effect shall be final if consistent with the intent of the
Contract.
GR-32. UTILITIES DURING CONSTRUCTION
Contractor shall furnish all utilities and pay for all bills for utilities used during
construction. Utilities shall include electric power, fuel of any sort used for heating, etc., telephone
services, cable and internet, if necessary, and water. Contractor shall provide all temporary
connections to utilities when not provided by the utility company or others at no additional cost to
the County. Contractor shall, if required by the County, install and maintain at his own expense, a
job telephone and communications equipment necessary for the execution of the Work for the
Contract Time.
GR-33. TEMPORARY HEAT AND AIR CONDITIONING
The Contractor shall provide, at his own expense, temporary heat or air conditioning, as
necessary, to protect all Work and materials against injury from heat, dampness or cold. Fuel,
equipment and method of heating and cooling shall be satisfactory to the County and shall not
present a fire hazard. Contractor shall comply with the requirements in the Specifications for
specific temperatures to be maintained.
GR-34. MAINTENANCE MANUAL
Contractor shall, prior to completion of Contract, deliver to the County two (2) copies of a
manual, assembled, indexed, and bound, for the County’s guidance, full details for care and
maintenance of visible surfaces and of equipment included in Contract. Contractor shall, for this
manual, obtain from Subcontractors literature of manufacturers relating to equipment, including
motors; also furnish cuts, wiring diagrams, instruction sheets and other information pertaining to
same that will be useful to the County in over-all operation and maintenance. Where the above-
described manuals and data are called for under separate sections of the Specifications, they are to
be included in the manual described in this General Requirement.
GR-35. WEATHER CONDITIONS
The Contractor will be required to protect all work and materials against damage or injury
from the weather. If, in the opinion of the County, any work or materials shall have been damaged
Exhibit I ITB NO. 24-101659
Sample Contract
Page 83 of 124
or injured by reason of failure to protect such, all such materials or work shall be removed and
replaced at the expense of the Contractor.
GR-36. LINES, GRADES, AND MEASUREMENTS
A. Such stakes and markings as the County may set for either its or the Contractor’s
guidance shall be preserved by the Contractor. Failure to protect such stakes or
markings may, at the County’s discretion, shall result in the Contractor being
charged for their replacement.
B. The Contractor must exercise proper care and caution to verify the grades and
figures furnished by or on behalf of the County before proceeding with the Work,
and shall be responsible for any damage or defective work caused by its failure to
exercise such care and caution. Contractor shall promptly notify the County of any
errors or discrepancies it may discover in order that the proper corrections may be
made.
C. Before ordering materials or doing work, the Contractor shall measure and verify
the dimensions and locations of all existing structures, substrata, and features that
affect the Work and shall be responsible for the correctness of same. No
consideration will be given any claim based on the differences between the actual
dimensions and those indicated on the Drawings. Contractor shall promptly notify
the County of any difference which may be found, and shall obtain direction from
the County before proceeding with the affected Work.
GR-37. CLEANING UP
A. The Contractor shall at all times, keep the premises free from accumulation of waste
materials or rubbish caused by Contractor’s employees or work. Upon completion
of the Work, the Contractor shall remove all his plants, tools, materials, and other
articles from the property of the County.
B. If the Contractor fails to clean up, as provided in the Contract, the County may do
so, and the cost thereof shall be charged to the Contractor. Contractor shall ensure
that neither it, its Subcontractors, nor their employees or agents bring any hazardous
materials or other materials/waste regulated by state, federal or local law, which are
not commonly used in the construction process or which are not listed in any
Specifications for the Project onto the Project site without first obtaining the
County's advance written approval. Contractor agrees to ensure that any hazardous
materials/waste or other materials/waste regulated by state, federal or local law that
Contractor, its Subcontractors or their employees or agents, bring onto or generate
at the Project Site are handled in accordance with all applicable laws.
C. The Contractor shall pay all required material disposal fees and shall dispose of all
materials in accordance with all applicable laws and regulations. The Contractor
Exhibit I ITB NO. 24-101659
Sample Contract
Page 84 of 124
shall be responsible for all costs associated with improper disposal of materials,
including any clean-up costs, fines or penalties, whether levied against the
Contractor or the County.
D. In addition to removing rubbish on a periodic basis and leaving the building broom
clean, the Contractor shall clean all tile and glass; replace broken glass; remove
stains, paint spots, and dirt from all Work; clean and polish all plumbing fixtures
and equipment; and remove all temporary protection items. To the maximum
extent reasonably possible, the Contractor shall keep the interior of the building
free of combustible materials as the Work progresses.
E. The Contractor shall maintain and keep clean at all times the immediate approach
to the Project site, including the roads abutting the Project site.
GR-38. BARRICADES
A. Contractor shall provide barricades and protective barriers around excavations, so
that the public is adequately warned of such hazards. Lanterns shall remain lighted
from sundown to sunrise and at all other times when the labor forces are not on the
job site.
B. Delivery of construction materials and equipment shall be only to locations
approved by the County.
GR-39. NO THIRD-PARTY BENEFICIARY
Except as expressly and specifically set forth herein, this Contract shall not be deemed to
provide any third-party with any remedy, claim, right of action, or other right.
GR-40. 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.
GR-41. INTERPRETATION
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
Exhibit I ITB NO. 24-101659
Sample Contract
Page 85 of 124
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.
GR-42. PRIOR CONTRACTS; CONFLICT IN DOCUMENTS
The Contractor may in no case claim a waiver of any specification requirements on the
basis of previous approval of material or workmanship on other jobs of like nature or on the basis
of what might be considered “standard” for material or workmanship in any particular location.
The Contract for this Project shall govern the Work. If any portion of the Contract shall be in
conflict with any other portion, the various documents comprising the Contract shall govern in the
following order of precedence: Contract, Change Orders or modifications issued after execution
of the Contract; the General Requirements of the Contract; the Specifications; the Drawings, as
between schedules and information given on the Drawings, the schedules shall govern; as between
figures given on Drawings and the scaled measurements, the figures shall govern; as between
large-scale Drawings and small-scale Drawings, the larger scale shall govern; and detailed
Drawings shall govern over general Drawings; and the Bid Document Package.
GR-43. ENTIRE 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, except by Change Order
or Field Order. No verbal agreement or conversation with any officer, agent, or employee of the
County, either before or after the execution 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. No Change Order or Field Order shall be enforceable unless
approved by official action of the County as provided by law or in this Contract.
GR-44. COUNTERPARTS
This Contract may be executed in several counterparts, each of which shall be deemed an
original, and all such counterparts together shall constitute one and the same Contract.
GR-45. VENUE
The courts of DeKalb County, Georgia shall have exclusive jurisdiction to try disputes
arising under or by virtue of this Contract.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 86 of 124
GR-46. 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 those 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 location 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.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 87 of 124
ATTACHMENT B
CONTRACTOR’S BID PRICE FORM
Exhibit I ITB NO. 24-101659
Sample Contract
Page 88 of 124
ATTACHMENT C
Contractor Affidavit under O.C.G.A. §13-10-91
By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A.
§13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the
physical performance of services on behalf of DEKALB COUNTY has registered with, is authorized
to use and uses the federal work authorization program commonly known as E-Verify, or any
subsequent replacement program, in accordance with the applicable provisions and deadlines
established in O.C.G.A. §13-10-91. Furthermore, the undersigned Contractor will continue to use
the federal work authorization program throughout the Contract Term and the undersigned Contractor
will contract for the physical performance of services in satisfaction of such contract only with
Subcontractors who present an affidavit to the Contractor with the information required by O.C.G.A.
§13-10-91. Contractor hereby attests that its federal work authorization user identification number
and date of authorization are as follows:
_____________________________________________
Federal Work Authorization User Identification Number
_________________________________
Date of Authorization
_________________________________
Name of Contractor
_________________________________
Name of Project
DeKalb County Georgia Government___
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on __________, 20__ in _____________(city), ______(state).
By:_________________________________
Signature of Authorized Officer or Agent
____________________________________________
Printed Name and Title of Authorized Officer or Agent
Subscribed and Sworn before m on this the
______ day of ______________, 20 ___.
_________________________________
NOTARY PUBLIC
My Commission Expires:
_________________________________
Exhibit I ITB NO. 24-101659
Sample Contract
Page 89 of 124
ATTACHMENT D
Subcontractor Affidavit under O.C.G.A. § 13-10-91
By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A. § 13-
10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical
performance of services under a contract with ___________________(insert name of Contractor) on behalf of
DEKALB COUNTY, GEORGIA has registered with, is authorized to use and uses the federal work
authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance
with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the
undersigned Subcontractor will continue to use the federal work authorization program throughout the contract
period and the undersigned subcontractor will contract for the physical performance of services in satisfaction
of such contract only with sub-subcontractors who present an affidavit to the Subcontractor with the
information required by O.C.G.A. § 13-10-91. Additionally, the undersigned Subcontractor will forward
notice of the receipt of an affidavit from a sub-subcontractor to the Contractor within five business days of
receipt. If the undersigned Subcontractor receives notice that a sub-subcontractor has received an affidavit
from any other contracted sub-subcontractor, the undersigned Subcontractor must forward, within five business
days of receipt, a copy of the notice to the Contractor. Subcontractor hereby attests that its federal work
authorization user identification number and date of authorization are as follows:
_________________________________
Federal Work Authorization User Identification Number
_________________________________
Date of Authorization
_________________________________
Name of Subcontractor
_________________________________
Name of Project
DeKalb County Georgia Government___
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______ ___, 20__ in _____________(city), ______(state).
By:_________________________________
Signature of Authorized Officer or Agent
____________________________________________
Printed Name and Title of Authorized Officer or Agent
Subscribed and Sworn before me on this the
______ day of ______________, 20 ___.
_________________________________
NOTARY PUBLIC
My Commission Expires:
Exhibit I ITB NO. 24-101659
Sample Contract
Page 90 of 124
ATTACHMENT E
Sub-subcontractor Affidavit under O.C.G.A. § 13-10-91
By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with
O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged
in the physical performance of services under a contract for ___________________________(name
of subcontractor or sub-subcontractor with whom such sub-subcontractor has privity of contract) and
_________________________(name of Contractor) on behalf of DEKALB COUNTY, GEORGIA
has registered with, is authorized to use and uses the federal work authorization program commonly
known as E-Verify, or any subsequent replacement program, in accordance with the applicable
provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned sub-
subcontractor will continue to use the federal work authorization program throughout the contract
period and the undersigned sub-subcontractor will contract for the physical performance of services
in satisfaction of such contract only with sub-subcontractors who present an affidavit to the sub-
subcontractor with the information required by O.C.G.A. § 13-10-91(b). The undersigned sub-
subcontractor shall submit, at the time of such contract, this affidavit to
_____________________________(name of Subcontractor or sub-subcontractor with whom such
sub-subcontractor has privity of contract). Additionally, the undersigned sub-subcontractor will
forward notice of the receipt of any affidavit from a sub-subcontractor to
__________________________(name of Subcontractor or sub-subcontractor with whom such sub-
subcontractor has privity of contract). Sub-subcontractor hereby attests that its federal work
authorization user identification number and date of authorization are as follows:
_________________________________
Federal Work Authorization User Identification Number
________________________________
Date of Authorization
________________________________
Name of Sub-subcontractor
_________________________________
Name of Project
DeKalb County Georgia Government___
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______ ___, 20__ in _____________(city), ______(state).
By:_________________________________
Signature of Authorized Officer or Agent
____________________________________________
Printed Name and Title of Authorized Officer or Agent
Subscribed and Sworn before me on this the
______ day of ______________, 20 ___.
_________________________________
NOTARY PUBLIC
My Commission Expires:____________
Exhibit I ITB NO. 24-101659
Sample Contract
Page 91 of 124
ATTACHMENT F
CERTIFICATE OF CORPORATE AUTHORITY
I, _____________________________________, certify the following:
That I am the duly elected and authorized Secretary of __________ (hereinafter referred to
as the “__________”), an __________ organized and incorporated to do business under the laws
of the State of __________;
That said corporation has, through lawful resolution of the Board of Directors of the
corporation, duly authorized and directed ______________________________, in his official
capacity as ___________________________ of the corporation, to enter into and execute the
following described agreement with DeKalb County, a political subdivision of the State of
Georgia:
__________;
That the foregoing Resolution of the Board of Directors has not been rescinded, modified,
amended, or otherwise changed in any way since the adoption thereof, and is in full force and
effect on the date hereof.
IN WITNESS WHEREOF, I have set my hand and corporate seal;
This the ________ day of ___________________, 20____.
(CORPORATE
___________________________________SEAL)
(Secretary)
Exhibit I ITB NO. 24-101659
Sample Contract
Page 92 of 124
ATTACHMENT F
ARTICLES OF ORGANIZATION
(Insert)
Exhibit I ITB NO. 24-101659
Sample Contract
Page 93 of 124
ATTACHMENT F
CERTIFICATE OF AUTHORITY JOINT VENTURE
(Separate Certificate to be submitted by each joint venture partner)
I, ,
(1)
certify that
1. I am the ________
(2)
of __________________________,
(3)
(hereinafter “Venturer”);
2. Venturer is a partner and participant in the joint venture named as Contractor in that certain
Contract for Construction dated ______ with DeKalb County, issued pursuant to Invitation
to Bid or Request for Proposal No. _______;
3. Venturer is organized and incorporated to do business under the laws of the State of
___________;
4. , who executed this Contract on behalf of the Contractor was,
then and there, ; and
5. Said Contract was duly signed by said officer for and in behalf of said Venturer and the
Contractor pursuant to the authority of the governing body of each and within the scope of
its corporate powers.
6. I further certify that the names and addresses of the owners of all the outstanding stock or
ownership interest in Venturer as of this date are as follows:
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
This day of , 20 .
_________________________________
INSTRUCTIONS:
1. Name of secretary (if Venturer is a corporation), or Manager or CEO (if Venturer is a LLP) of Venturer.
2. Title of person executing Certification.
3. Name of joint venture partner.
MAKE COPIES OF THIS FORM AND SUBMIT A SEPARATE FORM FOR EACH JOINT VENTURE
PARTNER.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 94 of 124
ATTACHMENT G
(Consists of 3 pages)
PERFORMANCE BOND AND ACCOMPANYING POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS that ______________________ [Insert
name of contractor] (hereinafter called the “Principal”) and [Insert
name of surety]___________________________(hereinafter called the “Surety”), are held
and firmly bound unto _____________________County (hereinafter called the “County”)
and their successors and assigns, in the penal sum of
Dollars ($________________), lawful money of the United States of America, for the
payment of which the Principal and the Surety bind themselves, their administrators,
executors, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered, or is about to enter, into a certain written contract
with the County, awarded by the DeKalb County Governing Authority on ,
which is incorporated herein by reference in its entirety (hereinafter called the “Contract”),
for ITB 24-101659 2024 LMIG Road Resurfacing Projects, more particularly described in
the Contract (hereinafter called the “Project”); and
NOW, THEREFORE, the conditions of this obligation are as follows, that if the Principal
shall fully and completely perform all the undertakings, covenants, terms, conditions,
warranties, and guarantees contained in the Contract, including all change orders,
modifications, amendments, changes, deletions, additions, and alterations thereto that may
hereafter be made, then this obligation shall be void; otherwise, it shall remain in full force and
effect.
Whenever the Principal shall be, and declared by the County to be, in default under
the Contract, the Surety shall promptly remedy the default as follows:
1. Complete the Contract in accordance with the terms and conditions; or
2. Obtain a Bid or Bids for completing the Contract in accordance with its terms
and conditions, and upon determination by the Surety and the County of the
lowest responsible bidder, arrange for a contract between such bidder and County
and make available as the work progresses (even though there should be a default
or succession of defaults under the Contract or contracts of completion arranged
under this paragraph) sufficient funds to pay the cost of completion less the
balance of the contract price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder, the penal sum set forth in
the first paragraph hereof, as may be adjusted, and the Surety shall make available
and pay to the County the funds required by this Paragraph prior to the payment
of the County of the balance of the contract price, or any portion thereof. The
term “balance of the contract price,” as used in this paragraph, shall mean the total
amount payable by the County to the Contractor under the Contract, and any
amendments thereto, less the amount paid by the County to the Contractor; or, at
the option of the County; or
3. Allow County to complete the work and reimburse the County for all
Exhibit I ITB NO. 24-101659
Sample Contract
Page 95 of 124
reasonable costs incurred in completing the work.
In addition to performing as required in the above paragraphs, the Surety shall indemnify
and hold harmless the County from any and all losses, liability and damages, claims, judgments,
liens, costs, and fees of every description, including reasonable attorney’s fees, litigation costs
and expert witness fees, which the County may incur, sustain, or suffer by reason of the failure or
default on the part of the Principal in the performance of any or all of the terms, provisions, and
requirements of the Contract, including any and all amendments and modifications thereto, or
incurred by the County in making good any such failure to performance on the part of the
Principal.
The Surety shall commence performance of its obligations and undertakings under this
Bond promptly and without delay, after written notice from the County to the Surety.
The Surety hereby waives notice of any and all modifications, omissions, additions,
changes, alterations, extensions of time, changes in payment terms, and any other amendments in
or about the Contract, and agrees that the obligations undertaken by this bond shall not be
impaired in any manner by reason of any such modifications, omissions, additions, changes,
alterations, extensions of time, change in payment terms, and amendments.
The Surety hereby agrees that this Bond shall be deemed amended automatically and
immediately, without formal or separate amendments hereto, upon any amendment to the
Contract, so as to bind the Principal and Surety to the full and faithful performance of the
Contract as so amended or modified, and so as to increase the penal sum to the adjusted Contract
Price of the Contract.
The Surety’s obligations under this bond include all of the Contractor’s duties under the
Contract, including without limitation its maintenance and guarantee obligations.
No right of action shall accrue on this bond to or for the use of any person, entity, or
corporation other than the County and any other obligee named herein, or their executors,
administrators, successors or assigns.
This Bond is intended to comply with O.C.G.A. §36-91-70, and shall be interpreted so as
to comply with the minimum requirements thereof. However, in the event the express language
of this Bond extends protection to the County beyond that contemplated by O.C.G.A. §36-91-70,
or any other statutory law applicable to this Project, then the additional protection shall be
enforced in favor of the County, whether or not such protection is found in the applicable
statutes.
Exhibit I ITB NO. 24-101659
Sample Contract
Page 96 of 124
If any one or more of the provisions of this Bond are determined to be illegal
or unenforceable by a court of competent jurisdiction, all other provisions shall remain
effective.
IN WITNESS WHEREOF the undersigned have caused this instrument to be executed and
their respective corporate seals to be affixed and attested by their duly authorized representatives
this day of , 20 ___
PRINCIPAL
By: _ (SEAL)
Signature of Principal
Print Name and Title of Authorized Signer
Print Name of Principal Business
ATTEST:
Corporate Secretary
SURETY
By: _ (SEAL)
Signature of Surety (by Power of Attorney)
Print Name and Title of Authorized Signer
Print Name of Surety Business
WITNESS:
[Attach Original Power of Attorney]
Exhibit I ITB NO. 24-101659
Sample Contract
Page 97 of 124
ATTACHMENT H
(Consisting of 3 pages)
PAYMENT BOND AND ACCOMPANYING POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS that [Insert name
of contractor] (hereinafter called the “Principal”) and [Insert name of surety] (hereinafter
called the “Surety”), are held and firmly bound unto __________ County, (hereinafter
called the “County”), its successors and assigns as obligee, in the penal sum of
________________________[Insert contract amount], lawful money of the United States of
America, for the payment of which the Principal and the Surety bind themselves, their
administrators, executors, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered, or is about to enter, into a certain written contract
with the County, awarded by the DeKalb County Governing Authority on [insert date of award]
which is incorporated herein by reference in its entirety (hereinafter called the Contract”),
for the construction of a project known as ITB 24-101659 2024 LMIG Road Resurfacing
Projects, as more particularly described in the Contract (hereinafter called the “Project”);
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall
promptly make payment to all persons working on or supplying labor or materials under the
Contract, and any amendments thereto, with regard to labor or materials furnished and used in
the Project, and with regard to labor or materials furnished but not so used, then this obligation
shall be void; but otherwise it shall remain in full force and effect.
1.
A “Claimant” shall be defined herein as any Subcontractor, person, party, partnership,
corporation or other entity furnishing labor, services, or materials used, or reasonably
required for use, in the performance of the Contract, without regard to whether such
labor, services, or materials were sold, leased, or rented, and without regard to whether
such Claimant is or is not in privity of contract with the Principal or any Subcontractor
performing work on the Project, including, but not limited to, the following labor, services,
or materials: water, gas, power, light, heat, oil, gasoline, telephone service, or rental of
equipment directly applicable to the Contract.
2. In the event a Claimant files a claim against the County, or the property of the County, and
the Principal fails or refuses to satisfy or discharge it promptly, the Surety shall satisfy
or discharge the claim promptly upon written notice from the County, either by bond or as
otherwise provided in the Contract.
3. The Surety hereby waives notice of any and all modifications, omissions, additions,
changes, alterations, extensions of time, changes in payment terms, and any other
amendments in or about the Contract and agrees that the obligations undertaken by this
bond shall not be impaired in any manner by reason of any such modifications, omissions,
additions, changes, alternations, extensions of time, changes in payment terms, and
amendments.
4. The Surety hereby agrees that this Bond shall be deemed amended automatically and
immediately, without formal or separate amendments hereto, upon any amendment or
Exhibit I ITB NO. 24-101659
Sample Contract
Page 98 of 124
modification to the Contract, so as to bind the Principal and Surety, jointly and severally, to
the full payment of any Claimant under the Contract, as amended or modified, provided only
that the Surety shall not be liable for more than the penal sum of the Bond, as specified in the
first paragraph hereof.
5. This Bond is made for the use and benefit of all persons, firms, and corporations who or
which may furnish any materials or perform any labor for or on account of the construction
to be performed or supplied under the Contract, and any amendments thereto, and they and
each of them may sue hereon.
6. No action may be maintained on this Bond after one (1) year from the date the last
services, labor, or materials were provided under the Contract by the Claimant prosecuting
said action.
7. This Bond is intended to comply with O.C.G.A. §36-91-90, and shall be interpreted so as to
comply with the minimum requirements thereof. However, in the event the express
language of this Bond extends protection to the County beyond that contemplated by
O.C.G.A. §36-91-90, or any other statutory law applicable to this Project, then the additional
protection shall be enforced in favor of the County, whether or not such protection is
found in the applicable statutes.
IN WITNESS WHEREOF, the Principal and Surety have hereunto affixed their corporate seals
and caused this obligation to be signed by their duly authorized representatives this
day of , 20___.
PRINCIPAL
By: _ (SEAL)
Signature of Principal
Print Name and Title of Authorized Signer
Print Name of Principal Business
ATTEST:
Corporate Secretary
SURETY
By: _ (SEAL)
Signature of Surety (by Power of Attorney)
Print Name and Title of Authorized Signer
Exhibit I ITB NO. 24-101659
Sample Contract
Page 99 of 124
Print Name of Surety Business
WITNESS:
[Attach Original Power of Attorney]
Exhibit I ITB NO. 24-101659
Sample Contract
Page 100 of 124
ATTACHMENT I
COPIES OF REQUIRED INSURANCE POLICIES
WITH
DECLARATION PAGE(S)
Exhibit I ITB NO. 24-101659
Sample Contract
Page 101 of 124
ATTACHMENT J
OTHER REQUIRED DOCUMENTS
Exhibit I ITB NO. 24-101659
Sample Contract
Page 102 of 124
APPENDIX 1
BID DOCUMENT PACKAGE
Exhibit II ITB NO. 24-101659
Page 103 of 124
EXHIBIT II
MINIMUM TECHNICAL
SPECIFICATIONS
Exhibit II ITB NO. 24-101659
Page 104 of 124
2024 LMIG ROAD RESURFACING PROJECTS
FOR DEKALB COUNTY
Minimum Technical Specifications
I.
GENERAL CONDITIONS
A. The scope of work to be performed under the provisions of these contract documents
consists of furnishing
all materials, machinery, equipment, tools, and the performance
of all necessary labor, including all work
appurtenant thereto but is not necessarily
limited to, the patching, milling, leveling, repair and resurfacing of various roads
located
in DeKalb County, Georgia.
B. The work to be performed under this contract document shall be located in various parts
of DeKalb County, Georgia. For a list of locations see Section VI. Summary of
Quantities and Requirements of the Minimum Technical Specifications.
C. Work site access shall be granted by the Contractor. The County shall at all times have
access to the Work
wherever it is in preparation or in progress. The Contractor shall
provide proper facilities for such access
when instructed by the County Engineer.
D. Before ordering materials or commencement with work which is dependent on proper
sizing of an installation or resurfacing quantities, the Contractor shall verify all
dimensions or quantities
by taking measurements and shall be responsible for the
correctness or changes in measurements
made by the Contractor. No considerations
will be given to any claim based on the differences
between the actual dimensions
or quantities and those indicated in field conditions.
E. All materials shall be certified. The County may require, and the Contractor shall furnish
if required to do so,
certificates from manufacturers to the effect that the products or
materials furnished by them for use
in the Work comply with the applicable
specified requirements for the materials or products being
furnished. This shall
include but not be limited to the paint required for temporary striping, asphalt
materials,
binder, tact, and other materials used for road repair and resurfacing. The Contractor
shall
supply the County, in advance, an approved Georgia Department of Transportation
(GDOT) job mix formula for the topping mixes used in this contract.
F. The Contractor shall observe all restricted hours where specified when performing
work on County roads. All cost for restricted work hours shall be borne by the
Contractor. The Contractor shall adhere to the County Ordinance (Section 23-2)
pertaining to roads with restricted work hours and these restrictions shall be in effect
Monday thru Saturday. On roadways not covered by this County Ordinance the
working hours shall be 7:30am - 6:00pm (Monday-Friday) and 8:00am - 6:00pm
(Saturday). An assessment of damages of $500.00 per hour will be imposed if the
contractor fails to comply with any of these time restrictions. There will be no working
hours on Sundays and County- observed holidays. Contractor may be permitted to work
Exhibit II ITB NO. 24-101659
Page 105 of 124
outside the contract hours upon notification to and approval of the project manager
and/or County Official(s). It shall be the Contractor’s responsibility to provide all
necessary specialized equipment such as lights, personnel, labor, and notifications to
perform all activities when working during restricted hours.
G. Work shall commence within ten (10) days from the receipt of the written Notice to
Proceed.
H. After notification of award and prior to start of any work, the Contractor shall submit
a proposed construction schedule to the Engineer for approval. The construction
schedule shall be in the form of
tabulation, chart, or graph and shall be in sufficient
detail to show chronological relationship of all
activities of the projects. These
include, but are not limited to, estimated start and completion dates of
various
activities.
I.
The Contractor shall execute this Contract with all necessary equipment and
personnel to complete the work in 365 calendar days. Failure or delay in completing
work within the time stipulated in the Contract
or within such extra time that may
be allowed, charges shall be assessed in accordance with GDOT Standard
Specifications Construction of Transportation System, Edition 2001, Section
108.08, "Schedule
of Deductions for Each Day of Overrun in Contract Time". A
penalty of six hundred dollars ($600.00) per day shall be charged to the Contractor
for each day exceeding three hundred and sixty-five (365) days.
J.
ADDITIONAL RESPONSIBILITIES
1.
It shall be the Contractor's responsibility to conform with all the requirements
of the Specifications as they relate to cooperation with the utility owners and
the utility locations that exist on the site.
2.
It shall be the Contractor's responsibility to coordinate his work with any work
to be performed by the utility owners or others in any right-of-way clearance
and to arrange a schedule of operations that will allow for the completion of the
project without any undue delay.
3.
The Contractor will not be compensated for any delay or damage caused by
utility owner's failure to remove or relocate the utility facilities, obstruction, or
any other item to clear construction in advance of this work.
4.
All items which must be removed during construction and are not specifically
shown to be paid for otherwise, shall be removed and the cost shall be included
in other work. No claims will be considered for extra compensation.
5.
The adjustment of all sanitary and water main structures to final grade shall be
performed by the others and is not included in the scope of work for this project.
Exhibit II ITB NO. 24-101659
Page 106 of 124
6.
The Contractor will perform all work necessary for temporary striping. All
temporary striping shall be in compliance with "Manual on Uniform Traffic
Control Devices for Streets and Highways 2009 Edition and GDOT standards.
7.
The flow of traffic will be maintained at all times during construction by
permitting at least one lane of traffic to move through the construction site. All
flagmen, warning signs, barricades and lights necessary to control the traffic
and protect the public shall be furnished by the Contractor. All traffic control
devices will be in accordance with the "Manual on Uniform Traffic Control
Devices for Streets and Highways 2009 Edition.
8.
It shall be the Contractor's responsibly to protect driveways, sidewalks, curbs
and catch basins during construction. Damaged or broken sidewalks, curbs or
catch basins shall be replaced or repaired at the Contractor's own expense.
Replacement or repair must be completed within 15 days of occurrence, failure
to adhere to this time requirement will result in assessment of damages of
$500.00 per day.
9.
The Contractor shall be responsible for preserving the original height of
driveways entrances after paving operations are complete, and to ensure
consistency and avoid any unintended changes to the driveway elevation. 
10.
The contractor shall comply with the working hours as stipulated in the contract
document. Failing to adhere to the designated working hours will incur a
penalty of no less than $2,500.00 per day. Any loads placed after the agreed-
upon schedule hours will not be eligible for payment.
11.
Following milling operations, where the top layer of asphalt is removed to
prepare for resurfacing and patching, the contractor shall ensure that the new
layer of asphalt applied during paving operations has a depth of 1 1/2 inches
and the new layer for patching operations has a depth no less than 2 inches.
12.
The contractor shall use considerable care in protecting the riding surface of all
roadways. Gouges, edge failures and curb damage will be corrected to the
satisfaction of the County's Engineer at no additional cost to the County.
13.
Any clearing, grubbing, temporary grassing and erosion control items that are
necessary to the Project will be considered a part of other payment items and
will be provided to the satisfaction of the County's Engineer at no additional
cost to the County. All grassing will be replaced in kind, or as directed by the
Engineer.
14.
In areas that have been previously paved, edges are to meet flush and a coating
of topping asphalt mix shall be applied to existing pavement to blend with new
pavement.
Exhibit II ITB NO. 24-101659
Page 107 of 124
15.
The Contractor shall take considerable care when milling near signalized
intersections and shall not damage or destroy any traffic signal sensor loops.
This includes both presence and set back loops. Any damage to traffic signal
sensor loops shall be repaired at the Contractor's expense. Any damage to traffic
signal loops shall be reported to the DeKalb County Traffic Engineer
immediately.
16.
In the event that compliance with the objectives stated herein or contained in
the Contractor's approved alternate Sequences of Operations, GDOT Standard
Specifications, Section 150 is not achieved, the Engineer will close down all
operations being performed except traffic control and erosion control. The
County may also withhold any payments due, when necessary, until all the
requirements herein have been met.
II.
GENERAL CONSTRUCTION GUIDELINES & SPECIAL PROVISIONS
A. The Contractor shall comply with the following construction guidelines and special
provisions for this
project:
1.
Manual for Uniform Traffic Control Devices for Streets and Highways,
Millennium Edition
(MUTCD) Georgia Department of Transportation, 2009
Edition.
2.
Georgia Department of Transportation (GDOT Standard Specifications 2001
Edition).
3.
Georgia Department of Transportation Special Provision Sections 150, 400,
and 828 along with
GDOT Special Provision 402 shall be included in this bid
document for your convenience.
B.
The above listed specifications may be reviewed online. Direct links are provided as
Exhibit IV, GDOT Specifications.
C.
If
there is a conflict between the Special Provisions for DeKalb County and
the GDOT Standard
Specification, 2001 Edition or the GDOT Special Provisions,
the updated GDOT Special Provisions shall
govern.
D. In addition to the contract documents, the Contractor shall perform the Work in
accordance with the
Georgia Department of Transportation Standard Specifications,
2001 Edition, unless Special Provisions
and contract notes contained herein state
otherwise.
E. All traffic directions, signage and safety procedures shall be consistent with the
Manual for Uniform Traffic Control Devices for Streets and Highways, Millennium
Exhibit II ITB NO. 24-101659
Page 108 of 124
Edition (MUTCD) and the Georgia
Department of Transportation, 2009 Edition and
Georgia Department of Transportation (GDOT) Standard
Specifications, 2001
Edition.
F.
The Contractor shall cooperate with the utility owners and the utility locations
that exist on the site in
compliance with Georgia Department of Transportation
Standard Specifications, Section 105. All preparatory work, cleaning, tacking, and
temporary pavement markings shall be considered incidental
to the work and no
additional cost to the County shall be incurred.
G. Any complaints by the residents of DeKalb County shall be reported to the County's
Engineer and receive
immediate response from the Contractor.
III.
DEFINITIONS AND TERMS SPECIAL PROVISIONS FOR DEKALB COUNTY
SECTION 101- DEFINITIONS AND TERMS:
Unless otherwise direct all work performed under this contract
shall be in accordance with
the Georgia Department of Transportation Standard Specifications for Construction
of
Roads and Bridges, 2001 Edition, and the Special Provisions and Supplemental
Specifications modifying the
2001 Edition will be modified as indicated below:
Retain as written except as follows:
Section 101.14 COMMISSIONER: Delete in its entirety
Section 101.31 HOLIDAYS: Delete and replace with the following
County List:
JANUARY
1
NEW YEAR'S DAY
THIRD MONDAY IN JANUARY
MARTIN LUTHER KING JR.'S BIRTHDAY
THIRD MONDAY IN FEBRUARY
PRESIDENT'S DAY
LAST MONDAY IN MAY
MEMORIAL DAY
JUNE 19
JUNETEENTH
JULY 4
INDEPENDENCE DAY
FIRST MONDAY IN SEPTEMBER
LABOR DAY
NOVEMBER 11
VETERAN'S DAY
4TH THURDAY IN NOVEMBER
THANKSGIVING DAY
4TH FRIDAY IN NOVEMBER
DAY FOLLOWING THANKSGIVING
DECEMBER 25
CHRISTMAS DAY
IV.
ROAD REPAIR, PATCHING, MILLING, AND RESURFACING SPECIAL
Exhibit II ITB NO. 24-101659
Page 109 of 124
PROVISIONS
A.
It
is intended that all bituminous asphalt concrete furnished and placed shall be hot mix
recycled asphalt,
in accordance with Section 402 of the Standard Specification of
the Georgia Department of
Transportation. The Contractor shall have the right, upon
notifying the County of his intention, to
substitute bituminous asphalt concrete
consisting of 100% virgin material, for the recycle mix. The substitute mix shall meet
all the applicable Georgia Department of Transportation specifications for virgin mix,
and no additional compensation will be made to the Contractor for the use of this mix.
B. All temperature and maximum placement requirements of GDOT Specification
Section 400/402 must be adhered to. Maximum RAP is 35% rather than 40% allowed
by section 402 of GDOT specifications.
C. On roadways with striping paint striping must be placed daily as work progresses
(NO TAPE ALLOWED). Failure to adhere to this requirement will result in
assessment of damages of $500.00 pers day.
D. On roadways with thermoplastic striping thermoplastic traffic striping must be
placed no sooner than fifteen (15) days after placement of 9.5mm asphalt but must be
completed within thirty (30) days of placement of 9.5mm. Failure to adhere to this
requirement will result in assessment of damages of $500.00 per day.
E. All patching shall be performed prior to resurfacing. The Contractor shall patch and repair
the failed areas,
as indicated by the County Engineer. The Contractor shall not be
responsible for repair of base failure
repairs. All base failure repairs will be the
responsibility of the County. All patches shall be at a minimum
depth of two (2) inches.
F. Asphalt placement for patching should begin as soon as adequate space is available
after milling. Contractor shall not mill entire roadway before patching operation
commences.
G. The Contractor shall give the County at least 24 hours’notice before proceeding with
patching a particular
location.
H. Streets/areas that are milled for patching shall be paved the same day to seal the base
material.
I. Patching shall be filled to existing depth unless otherwise directed by the County
Engineer. All removal
and patching operations at any site shall be completed within the
same day. Where required, milling depth varies with conditions and shall be the
Contractor’s responsibility to verify depths.
J. The edges around the patch shall be tack coated using GDOT approved material.
K. Recycled asphalt concrete F-Mix (9.5mrn) with Bitum Material and H Lime or
Exhibit II ITB NO. 24-101659
Page 110 of 124
Binder (19mrn) shall be
used for road patching unless otherwise indicated by the
County Engineer. All patch work shall be in
compliance with GDOT Standard
Specifications and drawings entitled "Typical Patching Section" located under
Section VIII., Patching, Milling, Resurfacing and Technical Drawings
Specifications located in this
contract.
L.
The Contractor shall remove all speed humps from the roadway no sooner than five
(5) working days prior to resurfacing the roadway.
M. Existing speed humps/tables will be removed by the Contractor just prior to work
beginning or as a part of milling operation in area to be patched. Speed humps will
be replaced by the County.
N.
All road patch work and removal of speed humps shall be included under Pay
Item No. 402-1802. For
a list of roads requiring speed humps removal see
Section VI. Summary of Quantities.
O. On roads to be milled, all structures must be lowered sufficiently into the base
to allow for continuous
profiling unless otherwise specified. For manhole
adjustments specifications see Section V. Lowering of
Manhole
&
Minor
Adjustment Special Provisions.
P. All roads requiring milling shall be in compliance with GDOT standard
specifications and drawings entitled
"Typical Milling Section" located under Section
VIII., Patching, Milling, Resurfacing and Technical
Drawings Specifications
located in this contract. For road milling depths, see Summary of Quantities and
Requirements located in this contract document. Milling cost and lowering of
structures shall be included
in bid Pay Item No. 432-5010.
Q.
The cut edges shall be left neat, vertical and in straight lines. The Contractor shall
brush and sweep the milled surface by mechanical means to produce a clean and
regular running surface with a groove depth
not greater than 10 mm, and with a
uniform texture.
R. On roads where milling is carried out on a roadway open to traffic, temporary
ramping to ensure the safe
passage of vehicles shall be provided.
S. Immediately after milling, surplus materials shall be removed by a machine of
suitable and efficient design
and the milled surface swept to remove all dust and
loose debris. Every measure and effort shall be taken by the contractor to prevent
construction debris from entering into the storm drain system.
T.
The material removed from the roadway shall be removed from the site, unless
otherwise directed by the County. No stockpiling shall be allowed on site.
U. The Contractor shall ensure the job site and surroundings are free from the
Exhibit II ITB NO. 24-101659
Page 111 of 124
accumulations of waste materials or rubbish on a daily basis, prior to their departure.
Failing to comply may result in an assessment of damages in an amount of $500 per
day.
V.
Bitum tack coat shall be used in accordance with provisions of Section 413 of
the GDOT Standard
Specifications and included in the bid price for Recycled
Asphalt Concrete 9.5 MM Superpave, Type II, Blend 1 included Bitum Material
and H Lime.
W. All roads to be resurfaced shall be in compliance with GDOT standard
specifications and contract
drawing entitled "Typical Resurfacing Section" located
under Section VIII., Patching, Milling, Resurfacing
and Technical Drawings
Specifications located in this contract. The cost for resurfacing shall be included
under bid Pay Item No. 402-3102. All roads shall be resurfaced with 9.5MM
asphalt mix unless otherwise
directed by the County Engineer.
X.
The Contractor shall adjust all storm drain drop inlets and storm drain manholes
to final grade. Roads
requiring storm drain lid adjustments can be found on the
Summary of Quantities Sheet. The cost to adjust
storm drain drop inlets and drain
manholes shall be included in Pay Item No. 611-8055. The adjustment
of other
structures to final grade will be performed by others.
Y. Roads shall be resurfaced within ten (10) business days after patching is completed.
Failing to comply within the required timeframe may result in an assessment of
damages in an amount of $500 per day.
Z.
Equipment Mobilization
-
Any and all equipment being carried, greater than
one (1) mile, must be transported by a lowboy.
AA. Asphalt placement for patching should begin as soon as adequate space is
available after milling. Contractor shall not mill entire roadway before patching
operation commences.
BB. When intersection has radii and tying into a through road that is not being
resurfaced, remove radii by making a pass with the milling machine perpendicular to
the roadway being resurfaced (see illustration below).
Exhibit II ITB NO. 24-101659
Page 112 of 124
V.
LOWERING OF MANHOLE & MINOR ADJUSTMENTS SPECIAL PROVISIONS
A.
All work shall be performed in accordance with the Georgia Department
of Transportation
Standard Specifications, Section 611. All cost shall be
included in Pay Item No. 611-8055.
B.
The following method and procedure shall be used in the adjustment of
manhole structures:
Lowering the Manhole Approved Method.
1.
Remove the asphalt from the manhole cover and the lip of the manhole frame.
The Contractor shall
pre-mark the cover's position. At this time, the set of the
cover within the frame shall be checked and
the following actions taken:
a.
If the cover is worn so that it is not level with the top of the frame, the
existing frame and cover shall be removed and replaced with a new frame
cover, equipped with a gasket, and
the County Engineer shall be notified.
b.
If the cover can be made to rock within the frame due to uneven wear of the
contact surfaces,
either the frame or cover or both shall be replaced and the
County Engineer
shall be notified
.
c.
If neither condition (a) nor (b) exists, the Contractor shall continue the
process with Step 2.
2. The Contractor shall remove a thirty (30) inch area surrounding the manhole
ring (unless removing the
Barton-Southern style manhole then the entire section
Exhibit II ITB NO. 24-101659
Page 113 of 124
of concrete must be removed) and excavate to
a solid surface below the base of
the frame. This solid surface may be either compacted fill or concrete.
The depth
of the excavation shall be determined based on the frame height plus two 3-inch
ring risers
at all points.
3.
A jack hammer shall be used to extend the vertical cut down to the solid
surface. The Contractor shall
ensure that no undermining of the existing
surface occurs. The Contractor shall remove all asphalt,
concrete, and fill
from this excavation. Any loose material shall be shoveled and finally blown
out
with an air hose.
4. Remove the cover and lift the existing frame off the surface on which it rests.
Remove all loose mortar, loose bricks, and other material from this surface
down to the required elevation until a solid base is
attained both in the
excavation and beneath the existing frame.
5. Replace the frame measuring to the finish grade to verify that the correct depth
has been attained with
the addition of the two 3-inch rings. If the original frame
is to be used, the frame shall be wire brushed or sandblasted until all rust and
debris has been removed. Small pieces of concrete or asphalt bonded to the
frame need not be removed if they withstand the brushing or sand blasting.
6. Metallic shims shall be used under the manhole frame to level with the
pavement. Using strings
stretched cross the pavement in both directions (both
perpendicular to and parallel to the roadway);
ensure that the level of the
manhole matches the pavement. No tolerance shall be permitted.
7. The shims shall be cast iron, stainless steel, or hot dipped galvanized steel. They
may be built up with
flat plates made of the same material if necessary: Broken
pieces of
brick
rock, or other materials
are not to be used as shimming
material. The frame is to be shimmed in four locations only, at one
point on
each side of the frame, both perpendicular to and parallel to the roadway.
8. The Contractor shall place and inflate an expandable tube inside the frame so
that it seals off the open
area between the underside of the frame and the surface
on which the frame previously rested. This
allows the collar to be poured at
the same time the excavation is filled.
9. Using a hand or machine operated tamping device, moisten the excavation and
tamp the earth until it
is tightly compacted.
10.
Pour Class "A" concrete cap a minimum of 12 inches in diameter around
the entire manhole to a
minimum depth of 12 inches in height; under no
circumstance shall the concrete reach a height above
the frame
CAUTION: This is a critical step. The excavation must be moistened before
concrete is placed to keep
it from drawing water from the concrete and thereby
Exhibit II ITB NO. 24-101659
Page 114 of 124
contributing to defects in the concrete. Moisture
also improves the tamping
process. Tamping must be performed to ensure a solid surface that will not
settle when the concrete is placed.
Using trowels, work the concrete until it is level creating a smooth finish,
leaving no depressions or
ridges around the frame. This will require continual
reworking since the concrete will tend to flow
downhill and must be worked
until it holds its shape.
11.
Allow the concrete to cure as per GDOT Construction Standard Specifications.
CAUTION: Do not place concrete when the temperature is expected to drop
below 40 degrees in the
next 6 hours.
12. The Contractor shall replace manhole lid and repair the roadway by temporarily
paving over the
manhole until the milling and paving operation has been
completed. Once this has been completed
and smoothness testing has been
approved by the County Engineer, the Contractor shall notify the
County
Engineer to raise the Manhole upon completion of road resurfacing.
VI. SUMMARY OF QUANITITES AND REQUIREMENTS
(LMIG 2024 QUANTITIES
ESTIMATE, TWO PAGES)
STREET FROM TO LENGTH Milling LEVELING PATCHING RESURF
Spot Deep
Patching
GAB
(cu yds)
STRIPING LIDS
Milling Depth
PD RD Width DIST LL CMDST SPCMDST
Allgood Rd Redan Rd Dead End
0.18 0.00 0.00 541 270 108 55 N 5 3.00 1.50 28
15 223 5 7
Amor Ct Santa Leta Dr Cul De Sac @ 2274
0.03 0.00 0.00 100 75 30 15 N 2 2.00 1.50 24
15 54 3 6
Annie St E Ponce De Leon Ave Long Meadow Dr
0.27 0.00 0.00 377 283 113 57 N 2.75 2.00 1.50 20
18 9 4 6
Ashley Ln Alford Rd Cul De Sac @ 704
0.41 0.00 0.00 931 621 248 125 N 3.75 2.25 1.50 23
16 128 4 7
Battery Point Carriage Ln Carriage Trace Cir
0.25 0.00 0.00 406 305 122 62 N 2.75 2.00 1.50 23
16 128 4 7
Briarmoor Rd Briarcliff Rd Sylvan Ramble Rd
0.25 0.00 0.00 535 357 143 72 N 3.75 2.25 1.50 27
18 231 2 6
Broad Oak Ct Oakvale Rd Cul De Sac @ 3535
0.13 0.00 0.00 259 195 78 39 Y 2.5 2.00 1.50 24
15 57 3 6
Captains Row Galleon Crossing Cul De Sac @ 2600
0.15 0.00 0.00 318 212 85 43 N 3.75 2.25 1.50 23
15 129 5 7
Carriage Ln Alford Rd Cul De Sac @ 6486
0.26 0.00 0.00 528 396 158 80 N 2.25 2.00 1.50 26
16 128 4 7
Central Dr Goldsmith Rd E. To Dead End @ 5074
0.07 0.00 0.00 102 77 31 15 N 2 2.00 1.50 20
18 125 4 6
Cherokee Ct Cherokee Rd Cul De Sac
0.04 0.00 0.00 118 89 36 18 N 2 2.00 1.50 27
18 312 1 7
Conley Rd Moreland Ave County Line
0.30 0.00 0.00 623 312 125 63 Y 5 3.00 1.50 20
15 15 3 6
Deer Park Rd Black Fox Dr Princess Cir
0.17 0.00 0.00 576 288 115 58 Y 5 3.00 1.50 32
18 150 3 6
Donald Rd Norris Lake Rd 8495 Donald Rd
0.27 0.00 0.00 414 311 124 63 N 2.25 2.00 1.50 22
16 255 5 7
East Rock Springs Rd City Limit (Atlanta) N.Decatur Rd
0.53 0.00 0.00 1790 895 358 181 Y 4.5 3.00 1.50 31
18 55 2 6
Edenfield Dr S Deshon Rd Cul De Sac @6531
0.53 0.00 0.00 984 738 295 149 N 2.25 2.00 1.50 25
16 100 5 7
Fama Dr N Druid Hills Rd Cul De Sac
0.71 0.00 0.00 1479 986 394 199 N 3.75 2.25 1.50 25
18 151 2 6
Fisher Tr Crestline Dr Abby Ln
1.30 0.00 0.00 3747 1874 749 378 Y 5 3.00 1.50 27
18 195 2 6
Glen Cove Ln Misty Brook Cir Cul De Sac @ 7292
0.71 0.00 0.00 1214 911 364 184 N 3 2.00 1.50 23
18 27 4 7
Glenside Ct Parkwest Ln Island Cul De Sac
0.06 0.00 0.00 75 56 22 11 N 2 2.00 1.50 20
16 2 4 7
Golf Vista Cir Snapfinger Woods Dr Golf Vista Cir
0.46 0.00 0.00 828 621 248 125 N 2.25 2.00 1.50 23
15 127 5 7
Gothic Elm Ct Wakefield Dr Cul De Sac @ 3800
0.07 0.00 0.00 172 129 52 26 N 2 2.00 1.50 25
15 93 3 7
Greencrest Dr Greenoaks Cir Greencrest Dr
0.38 0.00 0.00 712 534 213 108 N 3 2.00 1.50 25
18 208 1 7
Gresham Ave City Limit (Atl) @ 811 926 Gresham Ave
0.29 0.00 0.00 766 383 153 77 N 5 3.00 1.50 26
15 145 3 6
Grove Park Ct Grove Park Way Cul De Sac @ 1646-7
0.06 0.00 0.00 134 100 40 20 N 2 2.00 1.50 24
18 161 2 6
Hairston Crossing Rd N Hairston Rd Cul De Sac @ 4700
0.23 0.00 0.00 635 318 127 64 N 5 3.00 1.50 23
18 71 4 7
Horseshoe Bend Rockbridge Rd Co Line (Gwinnett)
0.07 0.00 0.00 121 91 36 18 Y 2 2.00 1.50 23
16 193 4 7
Kingway Dr Shadow Rock Dr Shadow Lakes Dr
0.46 0.00 0.00 1538 769 308 155 Y 4.75 3.00 1.50 26
16 66 4 7
Knollview Dr Rainbow Dr Cul De Sac @ 2912
0.31 0.00 0.00 926 463 185 94 N 5 3.00 1.50 27
15 123 3 7
Landgraf Cv Landgraf Close River Rd
0.13 0.00 0.00 219 165 66 33 Y 3.5 2.00 1.50 24
15 39 3 6
Laredo Dr E Ponce De Leon Ave Pine St Scottdale
0.53 0.00 0.00 1311 656 262 132 Y 5 3.00 1.50 30
18 9 4 6
Laurel Hill Dr N Druid Hills Rd Shetland Dr
0.19 0.00 0.00 383 287 115 58 N 2 2.00 1.50 28
18 114 2 6
Lincoln Jones Way Sims Rd Lincoln Jones Rd
0.08 0.00 0.00 105 79 32 16 N 2 2.00 1.50 18
15 5 3 7
Lyndale Dr Gresham Ave City Limit (Atlanta)
0.18 0.00 0.00 334 250 100 51 N 3 2.00 1.50 25
15 145 3 6
Marsh Rabbit Ln South Hairston Rd Galleon Crossing
0.19 0.00 0.00 308 231 92 47 N 3 2.00 1.50 23
15 160 5 7
Martindale Ln Martin Rd Martindale Ct
0.25 0.00 0.00 480 320 128 65 N 3.75 2.25 1.50 24
18 18 4 7
Maryland Dr Doraville City Limits Cul De Sac @ 3730
0.37 0.00 0.00 752 564 226 114 N 2.5 2.00 1.50 27
18 320 1 7
Mayfair Dr Briarcliff Rd Kingsley Cir
0.28 0.00 0.00 797 399 159 81 Y 5 3.00 1.50 27
18 153 2 6
Mcelroy Rd 3925 Mcelroy Rd 3705 Mcelroy Rd
0.51 0.00 0.00 1690 845 338 171 Y 5 3.00 1.50 31
18 320 1 7
Mincey Woods Ct Mincey Rd Cul De Sac @ 672
0.15 0.00 0.00 290 218 87 44 Y 3 2.00 1.50 23
18 34 4 7
Muirforest Way Muirforest Dr Cul De Sac @ 1274
0.15 0.00 0.00 283 212 85 43 N 2 2.00 1.50 23
16 35 5 7
Norma Cir Flat Shoals Rd Whites Mill Rd
0.17 0.00 0.00 475 237 95 48 Y 5 3.00 1.50 26
15 118 3 6
North Druid Hills Rd Lawrenceville Hwy Orion Dr
0.34 0.00 0.00 2155 1077 431 218 Y 5 3.00 1.50 60
18 100 2 6
Oakview Trail Mountain Oaks Pkwy Cul De Sac @ 725
0.38 0.00 0.00 698 523 209 106 N 3 2.00 1.50 24
18 25 4 7
Oakwoods Ct Rays Rd Culdesac @ 4279
0.20 0.00 0.00 417 313 125 63 N 3.5 2.00 1.50 26
18 121 4 6
Ohm Ave Rockbridge Rd Old Rockbridge Rd
0.16 0.00 0.00 408 272 109 55 N 3.75 2.25 1.50 24
18 9 4 6
Old Rockbridge Rd Palmer Dr Ridge Ave
0.46 0.00 0.00 455 341 136 69 N 2 2.00 1.50 14
18 37 4 7
Oxford Court Rockdale Dr Culdesac @ 2722
0.03 0.00 0.00 92 69 28 14 N 2 2.00 1.50 23
15 117 3 6
Parker Branch Rd Gresham Rd Dead End @ 2115
0.26 0.00 0.00 520 347 139 70 N 3.75 2.25 1.50 25
15 117 3 6
Pintail Cv Mallard Tr Culdesac @ 2092
0.08 0.00 0.00 175 131 53 27 N 2 2.00 1.50 23
16 59 5 7
Poconno Ct Yemasee Tr Culdesac @ 4059
0.05 0.00 0.00 122 92 37 19 N 2 2.00 1.50 24
15 228 5 7
Preston Way Preston Dr Dead End @ 2642
0.04 0.00 0.00 63 47 19 10 N 2 2.00 1.50 24
15 120 3 6
Rainforest Cir Santa Leta Dr Dead End @ 2272
0.03 0.00 0.00 100 75 30 15 N 2 2.00 1.50 24
15 54 3 6
Riverbrook Ct Riverbrook Rd Culdesac @ 2236
0.05 0.00 0.00 135 101 41 21 N 2 2.00 1.50 24
15 130 5 7
Riverset Ct River Ridge Ct Culdesac @ 2942
0.05 0.00 0.00 117 87 35 18 N 2 2.00 1.50 23
15 40 3 6
Rockaway Ct Rockaway Rd Cul De Sac
0.05 0.00 0.00 131 99 39 20 N 2 2.00 1.50 27
18 285 1 7
Rose Arbor Ct Cul De Sac @ 3410 Cul De Sac @ 3477
0.16 0.00 0.00 520 260 104 53 N 4.25 3.00 1.50 24
18 294 1 7
Sargent Ave Young St Glynn Dr
0.14 0.00 0.00 358 179 72 36 N 5 3.00 1.50 24
15 143 3 6
Seville Dr Verdi Way Dead End @ 1093
0.45 0.00 0.00 904 602 241 122 N 3.75 2.25 1.50 24
18 65 4 7
Shadowridge Dr Skyhaven Rd City Limits Atl (@ 791)
0.69 0.00 0.00 1825 912 365 184 Y 5 3.00 1.50 26
15 145 3 6
Shane Ct Shane Tr Culdesac @ 3800
0.14 0.00 0.00 359 215 86 44 N 4 2.50 1.50 24
15 29 3 7
Sharpsburg Ct Lloyd Rd Culdesac @ 2518
0.07 0.00 0.00 163 122 49 25 N 2.5 2.00 1.50 24
15 106 3 6
Shasta Way Payton Rd Cul De Sac @ 2171
0.41 0.00 0.00 820 615 246 124 N 2.5 2.00 1.50 27
18 207 2 7
Six Oaks Ct Oakvale Heights Culdesac @ 3543
0.14 0.00 0.00 257 193 77 39 N 3.5 2.00 1.50 23
15 57 3 6
Spring Branch Way Spring Meadow Rd Cul De Sac
0.22 0.00 0.00 460 345 138 70 N 2.75 2.00 1.50 27
18 290 1 7
LMIG 2024 - LIST OF STREETS
LMIG-2024
PAGE 1 OF 2
ITB NO. 24-101659
Page 115 of 124 Page 115 of 124 Page 115 of 124
Page 115 of 124
STREET FROM TO LENGTH Milling LEVELING PATCHING RESURF
Spot Deep
Patching
GAB
(cu yds)
STRIPING LIDS
Milling Depth
PD RD Width DIST LL CMDST SPCMDST
LMIG 2024 - LIST OF STREETS
Spring Meadow Ct Spring Meadow Rd N&S Cul De Sac (N) D. E. (S)
0.29 0.00 0.00 73 55 182 92 N 3.5 2.00 1.50 27
18 290 1 7
Stantondale Dr Chamblee Tucker Rd Cul De Sac
0.18 0.00 0.00 523 261 105 53 Y 5 3.00 1.50 27
18 283 1 7
Stephenson Rd Stonebrook Dr Rock Mountain Rd
2.33 0.00 0.00 5349 2674 1070 540 Y 5 3.00 1.50 24
16 191 5 7
Stonebrook Cv Stonebrook Dr Culdesac @ 7117
0.04 0.00 0.00 107 80 32 16 N 2 2.00 1.50 23
16 160 4 7
Stoneybrook Dr Lyndale Dr City Limit (Atlanta)
0.21 0.00 0.00 361 271 108 55 N 2.25 2.00 1.50 24
15 145 3 6
Sunset Ct Boring Rd Cul De Sac @ 2874
0.25 0.00 0.00 454 341 136 69 N 2.5 2.00 1.50 23
15 100 3 7
Swazey Dr. Second Ave Dead End
0.24 0.00 0.00 605 302 121 61 Y 4.5 3.00 1.50 24
15 172 3 6
Tanner Dr Mclendon Dr Mclendon Dr
0.41 0.00 0.00 1131 565 226 114 N 4.75 3.00 1.50 26
18 65 4 6
Teal Cv Mallard Tr Culdesac @ 2033
0.07 0.00 0.00 163 122 49 25 N 2.25 2.00 1.50 23
16 59 5 7
Tiffany Tr Marbut Rd S Culdesac @ 2177
0.14 0.00 0.00 276 207 83 42 N 2.75 2.00 1.50 23
16 90 5 7
Timbers East Dr S Deshon Rd Timbervale Ln
0.57 0.00 0.00 949 712 285 144 N 3 2.00 1.50 24
16 159 4 7
Toney Dr Miriam Ln Candler Rd
0.85 0.00 0.00 1566 1174 470 237 N 3.25 2.00 1.50 26
15 136 3 7
Trake Way Lombard Rd Culdesac @ 4395
0.08 0.00 0.00 179 135 54 27 Y 2 2.00 1.50 24
15 3 5 7
Valerie Bluff Louisa Ln Cul De Sac @ 6403
0.14 0.00 0.00 280 210 84 42 N 2 2.00 1.50 24
16 127 5 7
Venus Way Comet Cir Rainbow Dr
0.09 0.00 0.00 176 132 53 27 N 2.75 2.00 1.50 27
15 123 3 7
Wesley Chapel Rd Covington Hwy S. Hairston Rd
1.32 0.00 0.00 7827 3913 1565 791 Y 5 3.00 1.50 64
15 162 5 7
West Austin Rd Brookcrest Cir Austin Dr
0.50 0.00 0.00 1276 638 255 129 Y 5 3.00 1.50 24
15 188 5 7
Wild Creek Tr Beech Haven Rd Citadel Dr
0.39 0.00 0.00 802 601 240 121 N 3 2.00 1.50 29
18 108 2 6
Wilkins Ct Wilkins Rd Culdesac @ 2291
0.10 0.00 0.00 164 123 49 25 N 2.5 2.00 1.50 23
16 7 5 7
Wood Trail Ln Pine Bluff Dr Medlock Rd
0.49 0.00 0.00 1892 946 378 191 Y 5 3.00 1.50 37
18 101 2 6
Woodland Forest Dr Brer Rabbit Rd Culdesac @ 4517
0.22 0.00 0.00 436 262 105 53 N 4 2.50 1.50 22
18 140 4 7
25.65 64224 37864 15306 7730
LMIG-2024
PAGE 2 OF 2
ITB NO. 24-101659
Page 116 of 124
Exhibit II ITB NO. 24-101659
Page 117 of 124
VII.
HOT MIX RECYCLED ASPHALTIC CONCRETE SPECIAL PROVISIONS
A. The Contractor shall, submit to the County a written job mix formula proposed for
each mixture type to be used based on an approved mix design. Job mix Formula
shall be in compliance with GDOT
Standard Specifications Construction 2001
Edition. The following data for each mix shall be provided
to the County:
1.
Specific project for which the mixture will be used.
2.
Source and description of the materials to be used.
3.
Mixture I.D. Number.
4.
Proportions of the raw materials to be combined in the paving mixture.
5.
Single percentage of the combined mineral aggregates passing each specified
sieve.
6.
Single percentage of asphalt by weight of the total mix to be incorporated in
the completed mixture.
7.
Single temperature at which to discharge the mixture from the plant.
8.
Theoretical specific gravity of the mixture at the designated asphalt content.
9.
Name of the person or agency responsible for quality control of the mixture during
production.
B. To ensure quality job mix formula, the Contractor shall:
1.
Submit proposed job mix formulas for review at least two (2) weeks before
beginning the
mixing operations for work to be performed under this contract
document. For a general description of asphalt mix see proposal pay items as
specified in this document.
2.
The Contractor shall not start hot mix asphaltic concrete work until the County
has approved
a job mix formula for the mixture to be used. No mixture will be
accepted until GDOT and
the County has given approval.
3.
Upon receiving approved mix, the Contractor shall submit the following to the
County:
a.
A prepared submittal showing each job mix formula approved by GDOT
and the
asphalt plant manager prior to production.
Exhibit II ITB NO. 24-101659
Page 118 of 124
b.
The Contractor shall provide all quality control test including load test
results.
c.
Upon request, provide material certifications to the Engineer.
d.
Submit Hot Mix Asphalt certifications for all bid items with HMA
quantities
according to GDOT Standard Specifications Construction, 2001
Edition, Section 400.
e.
Weight receipts should include mix size and type and/or correlate to the
bid item as
specified in the contract document.
VIII.
PATCHING, MILLING, RESURFACING, AND TECHNICAL DRAWINGS
SPECIFICATIONS
Typical Milling Section
DS - 1
Typical Patching Section
DS - 2
Typical Resurfacing Section DS - 3
Typical Manhole Adjustment Diagram Section DS - 4
Exhibit III ITB NO. 24-101659
Page 119 of 124
EXHIBIT III
DRAWINGS
Exhibit III ITB NO. 24-101659
Page 120 of 124
Exhibit III ITB NO. 24-101659
Page 121 of 124
Exhibit III ITB NO. 24-101659
Page 122 of 124
Exhibit III ITB NO. 24-101659
Page 123 of 124
Exhibit IV ITB NO. 24-101659
Page 124 of 124
EXHIBIT IV
GDOT STANDARD
SPECIFICATIONS
Link to the Georgia Department of Transportation
Standard Specifications:
http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf
Link to the Georgia Department of Transportation
Supplemental Specifications Modifying the
Standard Specifications:
http://www.dot.ga.gov/PartnerSmart/Business/Source/special_provisions/2016
%20Supplemental%20Specifications/2016SupplementalSpecBook.pdf
Link to the Georgia Department of Transportation
Special Provisions:
http://www.dot.ga.gov/BuildSmart/Projects/Documents/I285SR400/Contracts/A
7a%20GDOT%20Special%20Provisions.pdf