Commodity Contract Template


[PDF]Commodity Contract Template - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 219 Views 666KB Size

Invitation 3003340

INVITATION TO BID DATE ISSUED: September 8, 2014 DeKalb County Government (the County) requests competitively sealed bids from qualified bidders to furnish “TECHNICAL SERVICES FOR INSTALLATION AND MAINTENANCE OF SEWER FLOW MONITORS” as listed on Page(s) 3 through 5 as Items No. 1 through 9 and in accordance with attached requirements. Submit bids in One (1) original and Two (2) sealed duplicate copies with the original clearly marked “Original” and the Duplicates clearly marked “Duplicate.” Address Bids To:

DeKalb County Department of Purchasing and Contracting The Maloof Center 1300 Commerce Drive, 2nd Floor Decatur, Georgia 30030

For minimum specification information before sealed bids are opened, attend the Non-Mandatory Pre-Bid Conference and Site Visit: October 7, 2014, at 9:00 am, 330 W. Ponce de Leon Ave, Decatur, Georgia 30030, Conference Room A, or contact Maceo Haywood at (404)-371-0814), (E-mail:[email protected]) or Facsimile: (404) 3717006. All requests must be in writing. Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation to Bid, drawings, specification, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. If any statement in the bidding documents, specifications, plans, etc., appear ambiguous to the bidder, the bidder is specifically instructed to make a written request to the Department of Purchasing and Contracting as outlined in the preceding sentence. Any information given to a prospective bidder concerning an Invitation to Bid will be furnished to all prospective bidders, as an addenda to the Invitation, if such information is necessary to bidders in submitting bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders. Bidder shall acknowledge addenda by signing and returning the Addendum form before the time set for opening bids. Oral explanations or instructions given before the award of the contract will not be binding. No responses to requests, answers to specification questions, or additional information shall be supplied after “October 14, 2014” Sealed bids for furnishing the commodities or services described in the following schedule will be received at the location listed above: until 3:00 P.M. on October 28, 2014, and at that time publicly opened. The official Department of Purchasing & Contracting Web Site is: http://yourdekalb.com/purchasing/index.html where bidding information will be available. For abstract information after sealed bids are opened, see website http://yourdekalb.com/purchasing/pc-cs-results.html, or email [email protected], or call (404) 371-7051. FIRM’S NAME AND ADDRESS (Street, City, State and Zip Code. Type or print)

SIGNATURE OF PERSON AUTHORIZED TO SIGN BID (Bid must be signed)

SIGNER’S NAME AND TITLE (Type or Print)

SIGNER’S CONTACT INFORMATION

Phone:

Page 1 of 54

E-mail:

DATE OF BID

Invitation 3003340

NOTICES TO BIDDER All bids are subject to the following: 1.

2. 3.

4.

The Price Schedule included below and/or attached hereto. Unit price for each unit bid on shall be shown and such price shall include packing unless otherwise specified. A total shall be entered in the amount column of the price schedule for each item bid on. In case of discrepancy between a unit price and extended price, the unit price will be presumed to be correct. Minimum Specifications on pages 6 through 30. Items offered in this bid must comply with all Federal, State, and local laws and regulations as applicable on date of delivery. Such other provisions, representations, certifications, and specifications as are attached hereto or incorporated by reference in the Schedule.

5.

If Federal Excise tax applies: show amount and deduct. DeKalb County is exempt from Federal Excise tax and Georgia Sales tax. 6. Local Small Business Enterprise Ordinance (LSBE) (Purchasing & Contracting Form No. 7) must be filled out and returned with the bid. 7. Federal Work Authorization Form (Purchasing & Contracting Form No. 33) must be filled out, Notarized and returned with the bid. 8. Insurance and bonding as required by the bid. (Purchasing & Contracting Form Nos. 23, 25, and 27. 9. Business License submitted with bid application. 10. Failure to observe any of the instructions and conditions in this Invitation to Bid may constitute grounds for rejection.

Bidder Note: Should any of the submittals not be identical to the original submittal, bidder may be deemed non-responsive and his bid may be rejected and not considered. It is the responsibility of the Bidder to ensure awareness of any addenda issued. Please acknowledge addenda by signing and returning the Addendum form. All addenda issued for this project will be posted on DeKalb County’s website, http://www.dekalbcountyga.gov/purchasing/index.htm. Bidder Note: It is the sole responsibility of bidder(s) to ensure that bids reach the Purchasing & Contracting Department on or before the closing date and time. Be aware that visitors to our office will go through a security screening process upon entering the building. Bidder should plan enough time to ensure that he will be able to deliver his bid submission prior to our deadline. The County shall in no way be responsible for delays caused by any occurrence. Offers by telephone, facsimile or telegram will not be accepted. Bidder Note: The County will not be responsible for late deliveries or delayed mail. The time/date stamp clock located in the Purchasing & Contracting Department shall serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly observed. Under no circumstances shall bids delivered after the specified time be considered. Late bids, for whatever reason will not be evaluated. Such bids will be returned unopened after the designated opening date and time. THE DECATUR POSTMASTER WILL NOT DELIVER CERTIFIED OR SPECIAL DELIVERY MAIL TO SPECIFIC ADDRESSES WITHIN DEKALB COUNTY GOVERNMENT. WHEN SENDING BIDS OR TIME SENSITIVE DOCUMENTS, YOU MAY WANT TO CONSIDER A COURIER THAT WILL DELIVER TO SPECIFIC ADDRESSES. BIDDERS SHOULD REGULARLY CHECK OUR WEB SITE WHERE BID UPDATES AND ADDENDA WILL BE POSTED.

All bids must be either typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. Errors, corrections or changes on any document must be initialed by the signatory of the bid. Bidders will not be allowed to modify their bids after the designated opening date and time. First page is to be signed and returned with your bid. The enclosed (or attached) bid in response to Invitation No. 3003340 is a firm offer, as defined by Section O.C.G.A. 112-205 of the Code of Georgia (Georgia Laws 1962 pages 156-178), by signatory. This offer shall remain open for acceptance for a period of ninety (90) calendar days from the date of the opening of the bids, as set out in the invitation for bids. The terms, conditions, and other limitations of the invitation for bids are accepted.

Page 2 of 54

Invitation 3003340

PRICE SCHEDULE ITEM NO.

ESTIMATED QUANTITY

UNIT PRICE

TOTAL AMOUNT

250

$__________

$__________

YEARLY TOTAL A – Bidder will multiply Total Amount x 12 months to get Yearly Total Amount.

$__________

SERVICES

UNIT

A. FLOW MONITORING PROGRAM SITES

1.

Monthly Cost for Flow monitor with wireless data unit maintenance and reporting.

SITE

B. INTER-JURISDICATIONAL FLOW MONITORING SITES

2.

Monthly Cost for Billing meter with wireless data unit maintenance and reporting.

SITE

20

$__________

$__________

YEARLY TOTAL B – Bidder will multiply Total Amount x 12 months to get Yearly Total Amount.

$__________

C. RAINFALL MONITORING PROGRAM SITES

3.

Monthly Cost for Rain Gauge with wireless data unit maintenance and reporting.

SITE

34

$__________

YEARLY TOTAL C – Bidder will multiply Total Amount x 12 months to get Yearly Total Amount.

$__________

$__________

D. INSTALLATION / RELOCATION

4.

5.

New site inspection and installation of flow monitor with wireless unit. Installation of new wireless data units for existing sites with initial data server connection.

SITE

100

$__________

$__________

SITE

50

$__________

$__________

Page 3 of 54

Invitation 3003340

PRICE SCHEDULE ITEM NO.

6.

7.

8.

SERVICES

Flow monitor site relocation, including relocating wireless unit.

New site inspection and installation, relocation of rain gauge with wireless data unit.

Fencing Around Permanent Sites – Materials and Installation.

UNIT

ESTIMATED QUANTITY

UNIT PRICE

TOTAL AMOUNT

SITE

150

$__________

$__________

SITE

20 $__________

$__________

$__________

$__________

LF

5,000

TOTAL D – Bidder adds the prices from the “Total Amount” columns for items 4 – 8, and enters the results here.

E.

FLOW/RAINFALL MONITORING DATA SUPPORT SOFTWARE AND SERVER

9.

Monthly Cost for Monitoring Data Hosting location

SITE

300

$__________

$__________

$__________

YEARLY TOTAL E – Bidder will multiply Total Amount x 12 months to get Yearly Total Amount.

$__________

GRAND TOTAL – Bidder adds the prices from the “Total Amount” columns for Total Items ONLY in Sections A through E.

$__________

NOTES TO SUPPLIER: NOTE 1: The quantities of services are estimated maximum. The actual number of flow monitoring program sites for maintenance will be less at the initiation of the Contract period. Depending on the needs and progress of Capacity, Management, Operations and Maintenance (CMOM) program. The new site installations will increase the number of sites for maintenance. DeKalb County reserves the right to reduce the quantities shown for both flow monitors and rain gauges for any line items during the term of Contract. Certain items might not be used during the Contract depending on program needs.

Page 4 of 54

Invitation 3003340

PRICE SCHEDULE NOTES TO SUPPLIER: NOTE 2: The successful contractor shall provide a Performance and 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. NOTE 3: The Contractor shall have an established office in the metropolitan Atlanta region, or establish an office in the metropolitan Atlanta region prior to issuance of the Contract Award. NOTE 4: The Contractor shall provide with bid submission written documentation of experience indicating that all crew supervisors and key staff for data review and Quality Assurance/Quality Control meet experience requirements, a list of project experience including client names, telephone numbers, number of meter sites, and contract date, etc. for reference. See page 34 for proving at least three (3) references of similar work.

NOTE 5: The Contractor shall provide with bid submission a copy of certifications indicating that their key personnel have undertaken training by Teledyne ISCO for using Flowlink 5.1 or Flowlink Pro. Any costs associated with such training shall be at Contractor’s sole expense.

End Price Schedule.

Page 5 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS INSTALLATION AND MAINTENANCE OF SEWER FLOW MONITORS AND RAIN GAUGES PART 1 – GENERAL 1.1

SCOPE

The purpose of flow monitoring of the wastewater collection system is to characterize the wastewater flowing through a designated flow monitoring site. Flow and rain gauge data will be used to calibrate the wastewater collection system hydraulic model and estimate the volume and time distribution of Rainfall Derived Inflow and Infiltration (RDII) entering the sewer system. In addition, the flow and rainfall data will be used to evaluate capacity availability in various sewer system segments; to prioritize the sanitary sewers for rehabilitation, repair and replacement; and to determine any capacity enhancement requirements.

1.1.1

FLOW MONITORING SITES UNDER FLOW AND RAINFALL MONITORING PROGRAM A. The DeKalb County Department of Watershed Management (DWM) currently has one hundred six (106) permanent flow monitoring sites. All flow monitors are area/velocity meters manufactured by Teledyne ISCO, Inc. B. DWM has two types of sites under the flow monitoring program, permanent and temporary. Permanent flow monitor and rain gauge sites are generally kept at fixed locations. Temporary sites could be relocated frequently depending on the program needs. All flow monitor and rain gauge sites are currently or will be equipped with wireless communication connections C. The flow monitoring site maintenance under this Contract will involve one hundred six (106) existing permanent sites, approximately additional one hundred thirty nine (139) newly added sites, including permanent and temporary. It is the Contractor’s responsibility to comply with all federal, state, and DeKalb County safety laws, regulations, standards, policies, and guidelines including those promulgated by Occupational Safety and Health Administration (OSHA). The Contractor shall provide written documentation that all workers have received the training required under these regulations and guidelines. D. The Contractor shall be responsible for generating monthly reports as herein specified. E. The details of the existing flow monitoring sites under this Contract, including site ID, address, pipe size, flow monitor type, and manufacturer, are provided in Attachment A on pages 24 through 27. F. This Contract will not include flow study or I / I analysis required by the Consent Decree.

1.1.2

INTER-JURISDICATIONAL BILLING FLOW MONITORING SITES A.

DWM has fifteen (15) permanent sites which are inter-jurisdictional billing flow monitoring sites, hereafter referred as “billing sites”, where flows enter or leave the County. These sites include six (6) area-velocity meters installed in manholes, and nine (9) ultrasonic meters installed at flume sites.

B.

The Contractor shall provide maintenance for all the billing site monitors.

Page 6 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

1.1.3

1.1.4

C.

The Contractor shall be responsible for generating monthly reports as specified under Section 1.7 below.

D.

The current site information sheets are provided in Attachment B on page 28. A non-mandatory site visit for one (1) flume site is required for all bidders after the pre-bid conference. The County will determine the flume site for the visit.

RAIN GAUGE SITES UNDER FLOW AND RAINFALL MONITORING PROGRAM A.

DWM has twenty-four (24) rain gauge sites installed and being maintained. All 24 rain gauges are ISCO 674 manufactured by Teledyne ISCO, Inc.

B.

The twenty-four (24) existing rain gauge sites plus approximately ten (10) newly added rain gauge sites will be maintained by the Contractor.

C.

The Contractor shall be responsible for generating monthly reports as specified herein.

D.

The details of rain gauges under this Contract, including site ID, address, Rain Gauge type, and manufacturer, are provided in Attachment C on page 29.

INSTALLATION AND RELOCATION

Flow monitor and rain gauge installation and relocation will involve these activities: A. B. C. D. E. 1.1.5

New site inspection and installation of flow monitors and wireless data units Installation of wireless data units Site relocations as determined by DWM New site inspection and installation of rain gauges and wireless data units Materials and installation of fencing around permanent sites

FLOW MONITOR /RAIN GAUGE DATA HOSTING AND SOFTWARE Data hosting and software will include providing: A. B. C. D.

1.2

Web-based data hosting and software for flow monitoring and rainfall data transmitted via wireless modem Frequent data backup Data submittals to DWM on external drives Time adjusting to reflect daylight savings time changes

QUALIFICATIONS

A. All crew supervisor(s) responsible for direct installation and maintenance of the flow monitors shall have a minimum of five (5) years’ experience in this field. Staff responsible for real-time flow monitoring data review and data QA/QC shall have a minimum of five (5) years’ experience in this field. B. The Contractor shall have staff experienced with Flowlink 5.1 or Flowlink Pro software for flow monitoring

data maintenance and monthly report preparation.

Page 7 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 1.3

FIELD SUPERVISION A.

1.4

ACCESS TO SITES A.

1.5

1.6

All sites under this Contract are accessible in the DeKalb County owned right-of-ways and/or easement. DeKalb County will be responsible for all easement maintenance to provide proper access to the flow and rain gauge sites.

RESPONSIBILITY FOR OVERFLOWS/SPILLS AND DAMAGE TO PROPERTY AND UTILITY A.

It shall be the responsibility of the Contractor to schedule and perform the Work in a manner that does not cause or contribute sanitary sewer overflows or spills from the sewer system.

B.

In the event that the Contractor’s activities contribute to overflows or spills, the Contractor shall immediately take appropriate action to contain and stop the overflow, clean up the spillage, disinfect the area affected by the spill, and notify the County Engineer immediately.

C.

The Contractor shall indemnify and hold harmless the County for any fines or third-party claims for personal or property damage arising out of a spill or overflow that is fully or partially the responsibility of the Contractor, including the legal, engineering, and administrative expenses of the County in defending such fines and claims.

D.

It is the Contractor’s responsibility to ensure that all equipment installations are completed in such a manner as to minimize potential damage to public or private property. Any damage to public or private property due to negligent work performed by the Contractor is the responsibility of the Contractor. Any damage to the sewer lines caused by the Contractor’s equipment or operation shall be repaired in a manner approved by the County Engineer at the Contractor’s expense. Any equipment stuck or left in the sewer line shall be retrieved by the Contractor within twenty four (24) hours at the sole expense of the Contractor. Any damage to the Contractor’s equipment is the Contractor’s responsibility. If the equipment that is stuck or left in the sewer line causes a sanitary sewer overflow (SSO)/spill or any damage to public or private property, then the Contractor is liable for that SSO/spill and damage. The County will determine if the Contractor is responsible for the damage and hold the Contractor responsible for the repairs.

MEETINGS A.

1.7

The Contractor shall provide, at all times, a competent field supervisor in charge of flow monitoring installation and maintenance on the site. The field supervisor shall be approved in writing by the County Engineer prior to commencement of the Work. Any change of supervisor must be approved in writing by the County Engineer prior to the change. The field supervisor shall be responsible for the safety of the Contractor’s workers and site installation conditions.

The Contractor will be required to attend monthly meetings as scheduled by the County Engineer.

SUBMITTALS A.

The Contractor shall provide County Engineer the following documentation prior to the set deadline, or at the indicated frequency, whichever is applicable.

Page 8 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

Type of Submittal 1 2

Qualification and Experience Record of Contractor/Subcontractor

3

Listing of Safety Precautions and Traffic Control Measures SITE INSPECTION REPORT:

4

One (1) hard copy and One (1) digital copy of written report describing the sitespecific conditions for each anticipated sites for new and relocated monitor and rain gauges to be installed, including: a) Map of the location, and photos b) Manhole / rain gauge site coordinate location c) Plan and Cross Section view of the manhole and pipes, proposed monitor position, and photos d) Access e) Safety Consideration f) Traffic Control g) Structural Conditions h) Hydraulic Suitability i) Level of flow, and J) Any other pertinent observations. INITIAL 30-DAYS SITE ASSESSMENT AND TESTING REPORT:

5

One (1) hard copy and One (1) digital copy of each Flow Monitor Site, including existing, newly installed and relocated sites under the flow and rain gauge monitoring program, as well as billing sites, including: a) Site Information, Map, Schematic, and Photos b) Manhole and Pipe Conditions c) Hydraulic Conditions d) Site Visit Records e) Diagnostics Reports f) Calibration Sheets g) Continuous Wireless Data Transmission h) Table of Brief summary of all sites i) Hydrograph and Scattergraph j) Data Quality Assurance/Quality Control ( QA/QC) Flow Balance Check k) Pole-Camera Recording for new/relocated sites. FLOW MONITOR AND RAIN GAUGE MONTHLY MAINTENANCE REPORTS One (1) hard copy and One (1) digital copy of including, as applicable: a) Table of Brief summary of all flow monitor and rain gauge sites b) Site Visit Records c) Diagnostics Reports d) Calibration Sheets e) Hydrograph and Scattergraph f) Data Quality Assurance/Quality Control ( QA/QC) g) Monthly Parts Replacement and Storage Summary h) Data backup / transfer to DWM

Page 9 of 54

Time/Frequency of Submittal with Sealed Bid before Bid Opening At Commencement

Seven (7) Days After Site Investigation.

Fifteen (15) Days after the End of Initial thirty (30) days.

Fifteen (15) Days After the End of the Month

Invitation 3003340 MINIMUM SPECIFICATIONS 6

BILLING SITE MONTHLY MAINTEANCE REPORT One (1) hard copy and One (1) digital copy of including: a) Table of Brief Summary of all billing sites b) Site Visit Records c) Diagnostics Reports d) Calibration Sheets e) Hydrographs and Scatter graphs f) Data Quality Assurance/Quality Control ( QA/QC) g) Monthly Parts Replacement and storage Summary h) Data backup / transfer to DWM

Fifteen (15) days after the End of each month

B.

Site Inspection Report – For all anticipated sites where new monitors and existing relocated monitors are to be installed, the Contractor shall submit a Site Inspection Report for each site to the County Engineer seven (7) days after the inspection is complete. The Contractor shall report to the County Engineer immediately if there are any issues with the new site that will impact the installation and meter performance, such as access, safety, structural, hydraulic, and any other conditions. The Contractor shall submit a map of the site location, coordinates, address, schematic showing the plan and cross section of manhole and pipes, and proposed flow monitor position; at least one photo of street view to show the site location and surrounding structures, one top view from the manhole and one section view showing the proposed pipe line for flow monitor sensor installation. The Contractor shall NOT install the flow monitors at new sites until it is approved by the County Engineer.

C.

An Initial Thirty (30) Day Site Assessment and Testing Report shall be required for all existing, newly installed and relocated sites under the flow monitoring program and billing sites. This report is not required for rain gauges. The Contractor shall submit an Initial Thirty (30) Day Site Assessment and Testing Report for each site to the County Engineer, fifteen (15) days after the end of the initial thirty (30) day site assessment and testing. The Report shall include but not be limit to the following: 1) Site Information, as described under Item B. 2) Manhole and Pipe Conditions, including structure conditions, materials and sizes of manhole and pipe, etc. for flow monitor site. 3) Site Visit Records, indicating the physical site visits and actions taken during the visits. 4) Observations on hydraulic conditions for flow monitor sites during the site visits, including flow depth and velocity, flow turbulence or jumps, backup water, blockage from sediments, fat, grease, and oils, and surcharging signs, etc. 5) Diagnostic Reports for each site visit. 6) Calibration Sheets for flow monitor site, indicating the date and time when depth is calibrated, and calibration results. Contractor shall conduct manual depth and velocity profiling during flow monitor installation and during servicing. Depth validation shall include confirmation that the monitor is recording depth within 0.25 inches without the usage of level adjustment within the flow monitor. The Contractor shall also complete manual velocity profiling using a point-velocity-meter to determine the average velocity. A comparison shall be made to the velocity measured by the flow monitor. Monitored velocity shall be within 10% of the profiled velocity. If compliance cannot be met through modification of sensor placement or replacement of monitoring components, Contractor shall locate an alternate location and request approval from County for alternate location installation.

Page 10 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 7) Continuous wireless data transmission. 8) Table of brief monthly summary for all flow monitor sites to include minimum, average, maximum of velocity, depth, and flow; data quality, calibration dates, wireless connection status, network uptime, monitor uptime, change of flow conditions, parts replacement, and any issues with the site. 9) For billing sites, the summary should also include the total flow volume and maximum 24 hour flow volume of the month. 10) Hydrograph for each site including velocity, depth, and flow with the rainfall on top of the graph, and with the mark of pipe size using the available tool of Flowlink Pro or Telog Enterprise software web access web access (See sample in Attachment D on page 30). 11) The scatter graph should be plotted using depth versus velocity, with the mark of pipe size, using the available tool of Flowlink Pro or Telog Enterprise software web access tool (See sample in Attachment D on page 30). 12) The data review and QA/QC shall be performed based on hydrographs and scatter graphs. Any issues on the site shall be flagged in the table of summary under number 8 of this section, such as missing data, sensor drifting, poor data quality, etc. 13) Flow Balance Check between upstream and downstream sites. Report any unbalanced sites to the County Engineer. 14) Pole-Camera Recording, in DVD format, for each new/relocated site demonstrating proper installation of the flow monitor and the hydraulic suitability of the site. Items 1) is not required for the existing flow monitor sites. The Contractor shall be responsible to ensure the proper installation and maintenance to provide high quality data and continuous wireless data transmission. The site will NOT be accepted or paid until the County Engineer approves the site based on the Initial Thirty (30) Day Site Assessment and Testing Report and data quality requirements described under Sections 3 – Execution and Section 4 – Measurement and Payment of the enclosed minimum specifications. D.

Flow Monitor and Rain Gauge Site Monthly Maintenance Report - For all existing, relocated, and newly installed sites under flow monitoring program, the Contractor shall submit a Flow and Rain Gauge Monthly Maintenance Report fifteen (15) days after the end of each month to the County Engineer, the Report shall include but not be limit to: 1) Table of brief summary of the month for all flow monitor sites, including minimum, average, maximum of velocity, flow, and depth; data quality, calibration dates, wireless connection status, network uptime, monitor uptime, change of flow conditions, parts replacement, and any issues with the site. Table of brief summary of the month for all rain gauges shall include visit time, data quality, wireless connection status, any issues with the site, etc.

Page 11 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 2) Site visit records, indicating that the Contractor has visited the site at least once per month but as frequently as required to physically check the sensors and equipment for their proper position, to clean the sensor, and to take any other actions as needed. Site visit records shall include documentation of field measured depth and velocity in comparison to real-time depth and velocity readings produced by the flow monitor. All modifications to the monitor settings, such as level adjustment, shall be recorded. 3) Diagnostic Reports for each site visit. 4) Calibration Sheets, indicating the date and time when depth was calibrated, completed velocity profile check and compare to metered velocity, and calibration and comparison results. 5) The hydrograph shall include velocity, depth, and flow with the rainfall on top of the graph, with the mark of pipe size. The calibration and site visits shall be included in the table of summary. 6) Scatter graphs should be plotted using depth versus velocity, with the mark of pipe size. 7) Rain Gauge site visit logs shall be submitted. 8) The data review and QA/QC shall be performed based on hydrographs and scatter graphs. Any issues on the site shall be flagged in the table of brief summary, such as missing data, sensor drifting, poor data quality, etc. The Contractor is responsible to ensure the rain gauge and flow monitor performance and provide high quality data and continuous wireless data transmission. The site will NOT be paid unless the County Engineer approves the Flow and Rain Gauge Monthly Maintenance Report and determines that the site performance and data quality have met the requirements stated under Sections 3 – Execution and Section 4 – Measurement and Payment. E.

Billing Site Monthly Maintenance Report – For all fifteen (15) billing sites, the Contractor shall submit a Billing Site Monthly Maintenance Report fifteen (15) days after the end of each month to the County Engineer, the Report shall include but not limit to: 1) Table of Brief summary of the month for all billing sites, including minimum, average, maximum of velocity, depth, and flow; data quality, total flow volume, calibration dates, wireless connection status, , network uptime, monitor uptime, change of flow conditions, parts replacement, and any issues with the site. 2) Site visit records, indicating that the Contractor has visited the site at least once per month to physically check the sensor and equipment in proper position and clean the sensor as needed, and take necessary actions as needed to ensure the monitor performance. The observations for the site and flow conditions shall be included. Site visit records shall include documentation of field measured depth and velocity in comparison to real-time depth and velocity readings produced by the flow monitor. All modifications to the monitor settings, such as level adjustment, shall be recorded. 3) Diagnostic Reports for each area-velocity site visit. 4) Calibration Sheets, indicating the date and time when depth was calibrated, completed velocity profile check and compare to metered velocity, and calibration and comparison results. 5) The hydrograph shall include velocity, depth, and flow with the rainfall on top of the graph, with the mark of pipe size.

Page 12 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 6) The scatter graph should be plotted using depth versus velocity, with the mark of pipe size. 7) The data review and QA/QC shall be performed based on hydrographs and scatter graphs. Any issues on the site shall be flagged in the table of summary, such as missing data, sensor drifting, poor data quality, etc. F.

The Contractor shall complete a daily written record (diary) detailing the Work carried out and any small items of Work which are incidental to the Work as described in this section.

G.

All data shall be real-time raw data. No editing shall be made to the bad data, no projected data shall be allowed for any missing data. DeKalb County shall take the necessary steps to bring sanctions to Contractor, which may include termination of the Contract, if such case is found.

PART 2 – PRODUCTS 2.1

FLOW MONITOR/RAIN GAUGE COMPLETED SYSTEM A.

2.2

The Contractor will not be responsible for purchasing the rain gauge or flow monitors under this Contract. DeKalb County will be responsible for purchasing the equipment, including the wireless communication system. The County will provide complete rain gauge and flow monitor systems to the Contactor for all new site installations.

FLOW MONITOR /RAIN GAUGE EQUIPMENT, PARTS, AND WIRELESS SYSTEM A.

The Contractor will not be responsible for purchasing rain gauge and flow monitoring equipment and parts, as well as communication equipment (wireless system) under this Contract for all sites including billing sites.

B.

DeKalb County will purchase the equipment and parts including batteries through separate Contracts. The purchasing contracts will be in effect before this Contract. County will provide the equipment and parts required for the existing flow monitor and rain gauge sites and new sites, including wireless communication units.

C.

The County will provide sufficient equipment and parts storage at County’s warehouse. The Contractor can move equipment and parts to their own storage to ensure the site uptime so long as they provide DWM with accurate inventory.

D.

The Contactor shall report to the County Engineer immediately if any parts are determined to be malfunctioning and need to be replaced, or any spare parts are needed. The Contractor shall return all replaced parts back to the County for inventory and tracking immediately after the replacement. The Contractor shall file a County Parts Request Form for each time parts are required, including Site ID, parts number, serial number, and reason for replacement. After the County Engineer approves the request, either new parts or repair of existing parts will be procured by DWM and placed in the County’s warehouse inventory for future use by the Contractor.

E.

A monthly summary of parts usage and storage on Contractor’s site shall be submitted with the monthly report, listing all parts replaced during the month, including site ID, parts name and serial number, and reason of the replacement, and replacement date. The spare parts stored at the Contractor’s site should also be included in this summary.

Page 13 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS PART 3 – EXECUTION 3.1

3.2

GENERAL STANDARDS AND REQUIREMENTS A.

In addition to DeKalb County General Conditions and Standard Specifications; the Contractor must comply with the latest editions of the following specifications and standards: Georgia Department of Transportation (GDOT) Specification Construction of Transportation Systems; the Georgia Erosion and Sedimentation Act; the Manual on Uniform Traffic Control Devices for Streets and Highways; the American Society for Testing and Materials, (hereinafter ASTM); the American Water Works Association (hereinafter AWWA); the American Association of State Highway and Transportation Officials (hereinafter AASHTO); American Wood Preservers Bureau (hereinafter AWPB); National Sanitation Foundation (hereinafter NSF); American Concrete Institute (hereinafter ACI); 33 CFR Parts 323 & 328; and 40 CFR Part 110; and any other applicable standards.

B.

The Work under this Project shall comply with all specifications under this Contract, including requirements of work orders, and with all applicable codes, laws, and regulations of the County, State, and Federal Agencies having jurisdiction. In the event of any conflict between the terms of these specifications and such codes, federal laws, and/or regulations shall prevail. If the Contractor is aware that work performed is contrary to such codes, laws, or regulations, and without any notice to the County, the Contractor shall assume full responsibility and bear any and all costs necessary to correct the Work.

FLOW MONITOR /RAIN GAUGE SITE INSPECTION PRIOR TO INSTALLATION A.

This section provides the guidelines of choosing a proper site for rain gauge and flow monitor installation. The reliability of the data provided by the rain gauges and flow monitors significantly depends on the insurance of unobstructed rain gauges and flow monitors, hydraulic suitability of the installation site. Therefore, it is critical and important to inspect the site prior to the installation.

B.

For flow monitoring sites, in general, dirt, silt, sand, gravel, rocks, roots, grease, garbage, settled sludge, etc. could be present at a certain portion of the sewer lines, with unknown quantities and depths. The presence of these materials may cause the flow in the sewer line to be blocked and turbulent. If such condition presents, the Contractor shall search for an alternate location with more favorable hydraulic conditions and inform the County Engineer for alternative site selection. The goal is to choose a site that has the least amount of turbulence at all times to provide stable velocity and depth readings, especially the sewer line where the flow monitor will be placed.

C.

A pipe line with steep slope and splash flow shall be avoided for monitor installation. Under such condition, the depth sensor will not be able to read stable flow depth. The Contractor shall notify the County Engineer for an alternative site selection if such condition is presented at the site.

D.

The rainfall and flow monitoring sites for installation will be selected by the County based on the program needs.

E.

The Contractor shall examine the manhole where the flow monitor is to be installed and shall determine the hydraulic suitability of the site. Ideally, there shall be only one (1) incoming sewer line into the manhole and one (1) outgoing sewer line from the manhole with no alignment deflection. Secondary small diameter incoming lines with minimal flow may be allowed. Secondary lines larger than 8 inch diameter shall be avoided if possible.

Page 14 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

3.3

F.

The level of flow in the sewer line has to be at least one (1) inch to ensure the sensor is completely submerged and covered at all times. An alternative site shall be considered if significant velocity variance is observed at the proposed sensor location. For rain gauge sites, the Contractor shall make sure that rain gauge is not obstructed by objects within the vicinity such as trees, towers, or buildings. Rain gauges should be place is open areas and restricted to public access where possible.

G.

Once the Contractor has determined the site is suitable, the County Engineer must approve the site prior to the installation. If Contractor’s site inspection indicates some major issues with the site and does not meet the above criteria, the Contractor shall provide alternate locations for County approval. The Contractor shall repeat the site inspection procedure for alternative site until it is approved by the County for installation.

H.

All proposed rain gauge and flow monitoring sites are subject to approval by the County Engineer prior to installation. The Contractor will be solely responsible for all costs associated with monitor setup and dismantling before the site is approved by County Engineer.

I.

A Site Inspection Report shall be submitted to the County Engineer after the field inspection is completed. The written report shall describe site-specific conditions including access, safety consideration, traffic control, structural conditions, hydraulic suitability, the level of flow, and any other pertinent observations, as stated under Section 1.7 B.

J.

The site inspection and inspection report is considered as part of the rain gauge and flow monitoring installation and relocation. Therefore, it will not be paid as separated item.

FLOW MONITOR/RAIN GAUGE INSTALLATION A.

The Contractor shall furnish all manpower, materials, and equipment etc. necessary to install a flow monitor properly as required by the Contract.

B.

The ring and sensor shall be installed two (2) feet inside the incoming pipe. The ring shall be flush with the pipe wall. If the silt inside the pipe cannot be cleaned and has adhered to the pipe, the ring and sensor may be installed on top of the silt. The level of silt shall be measured and entered into the flow monitor setup and calculation. For sites with such condition, the Contractor shall check the silt depth at least once per month to adjust the flow monitor setup for accurate record the depth for flow calculation.

C.

The sensor shall be installed at the 6:00 o’clock position. If the site velocity is determined to be slow enough that debris could get caught on the sensor, then the sensor may be placed in an offset position. The offset has to be measured and entered into the flow monitor setup and calculation. Debris depths shall be recorded in the Site Visit documentation each time manual depth and velocity measurements are taken. Note that the sensor has to be covered, at a minimum, by one (1) inch of flow at all times.

D.

The flow monitor site setup includes, but is not limited to, naming the site properly in the software (naming convention will be provided by the County Engineer), measuring the pipe size, measuring the level of flow, setting up the correct flow conversion method, choosing the correct pipe geometry, setting the date and time, including adjusting for daylight savings time changes and proper time zone, and setting the data retrieval interval at every fifteen (15) minutes.

Page 15 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

3.4

3.5

E.

The level of flow shall be determined by measuring from the top of the flow to the top of the pipe and subtracting it from the pipe size. At no time shall the measuring device be put into the path of the flow. At no time during the level measurement shall the Contractor obstruct the path of the flow; this may cause a backup into the pipe which may alter the level measurement. The manual level measurement shall be used to calibrate the sensor level measurement.

F.

Rain gauge should be placed towards the center of the structure when placed on building structures and away from other building components located on the roof, such as HVAC units. Rain gauges should not be placed near building edges. Rain gauges should be secured such that they are not dislodged by high wind.

G.

The Contractor shall calibrate each rain gauge during the installation period. The Contractor shall conduct a manual drip-test to ensure each rain gauge is recording properly. The drip test shall be completed in accordance with manufacturer’s recommended testing procedure. Each gauge shall not exceed +/-3% error. The Contractor shall make adjustments per manufacturer’s recommendations and repeat the test until accuracy compliance is met. The testing shall be documented on the site maintenance log sheet. This procedure shall be repeated at the midpoint of the monitoring period.

H.

All installations are subject to approval by the County Engineer. If an installation does not meet the above criteria, then the Contractor shall re-install the flow monitor at the Contractor’s sole expense.

MOUNTING HARDWARE A.

Stainless Steel mounting ring shall be provided by the County for each site based on the pipe diameters determined during the site inspection.

B.

Sensor shall be mounted to mounting bands with stainless steel screws and the cable shall be secured to the band such that the sensor cord follows the contour of the band up to the crown of the pipe. The method used to secure the sensor cord to the band shall minimize potential for debris accumulation or fouling.

C.

There shall be a secure strap assembly, while pulling it, the mounting ring will be compressed and installed into the invert of the pipe for small pipe sizes up to fifteen (15) inches in diameter.

D.

Pipes with a diameter exceeding fifteen (15) inches and up to seventy-two (72) inches in diameter shall incorporate a stainless steel mounting band with scissor ring, to hold the band in the invert of the pipe.

INSTALLATION OF WIRELESS DATA UNIT A.

The wireless data unit installation shall include installing the antena.

B.

The wireless data unit installation will be considered as completely installed when it has been mounted, wired and has successfully communicated with the Data Hosting Sever. The transmitted data to the Data Hosting Server should be crosschecked and consistent with manual downloaded data at the site.

C.

The wireless data unit shall be set to transmit data to the Data Hosting Server at a minimum of once per day. Polling of the wireless data units from the Data Hosting Server will not be allowed without County approval.

Page 16 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 3.6

SITE RELOCATION A.

3.7

The County Engineer may request, in writing, that a flow monitor/ rain gauge site be relocated. The relocation will include the flow monitor and wireless unit. Upon receipt of such request the Contractor shall remove the monitor/rain gauge and all sensors and accessories from an existing site. A final collection of all data in the memory of the monitor/rain gauge shall be performed. The flow monitor’s settings shall be reset to factory standards. To setup a new flow monitoring location, the Contractor shall follow the guidelines described in Sections 3.2, and 3.3.

FLOW MONITOR /RAIN GAUGEING DATA SUPPORT SOFTWARE AND SERVER A.

The monitoring data from all flow monitor and rain gauge sites, including billing sites, will be transferred and stored on web-based data server through wireless data acquisition system. The data hosting and software services for flow monitors with ISCO wireless units will become the responsibility of the Contractor under this contract, using Flowlink Pro software. DeKalb County will provide Telog Enterprise software web view service to Contractor for any sites with data hosted by Telog. The Contractor shall be responsible for the collection of all existing data and equipment and any associated coordination activities with the previous contractor.

B.

The web-based data service provided by the Contractor shall have the following capabilities: 1) Implementation Schedule – Data hosting and software services shall be in place and available to accept and display data prior to DeKalb County issuing ”Notice to Proceed”. Data shall be available for review by remote users within five business days. Data hosting and software services shall remain in service throughout the duration of the contract period. Data collected and hosted under this Contract is the property of DeKalb County. 2) Map-Based Network Overview: point-and-click on any monitoring station to access data, using Flowlink Global; 3) Summary reports for daily and monthly statistics. The summary should also include the total flow volume and maximum 24 hour flow volume of the reporting period. Reports shall also include daily average, max, and min flows and daily peak hour flows. Rainfall shall be in inches per hour. 4) Graphing - The service shall be able to fit Manning and other curves to scatter plotted data of level, velocity, and flow. Graphing capabilities shall include the inclusion of more than one monitor hydrograph and rainfall on a single graph. The software must be able to display velocity, depth, and flow rate data in hydrographs, scatter graphs and tabular format; 5) Flexible download capability allowing data downloads for user defined time frame through highspeed data transfer service; 6) Microsoft© Compatibility – be compatible with all current Microsoft© operating systems for remote access; 7) Unlimited Users – Software must be accessible via password connection to unlimited remote users. Multiple data access levels shall be controlled by password access. 8) Data Downloads – The County or their designated Engineer may request data submittals on external hard-drives for large data downloads that may be excessive for online download. Requests shall not exceed once per quarter. 9) Data Backup – Service provider will be responsible for providing weekly full backups of all data with a minimum of two-week onsite retention. 10) Uptime – Service provider is expected to maintain a minimum server uptime availability of 95%. 11) Support Services – Service provider will provide initial training to County staff and their designated remote users along with unlimited phone support.

Page 17 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 3.8

INITIAL THIRTY (30) DAYS SITE ASSESSMENT AND TESTING A. The Contractor shall perform the initial site assessment and testing per Section 1.7 B. B. The Contractor shall provide documentation for each flow monitoring site showing that all sensors are calibrated and are reporting the level, velocity, and flow rate correctly, using on-site data. C. The Contractor shall demonstrate that each site maintains continuous wireless connectivity before and after the modem switch. D. If after the initial thirty (30) days the specific site does not meet the above criteria, the Contractor shall be responsible for the site’s maintenance and performance continuously and correct the problems until the above criteria are met. E. At the end of the thirty (30) days of assessment and testing period, the Contractor shall provide the County Engineer an Initial Thirty (30) Days Site Assessment and Testing Report, as detailed under Section 1.7 C, for approval. F. Payment will be made for the first month only after the County Engineer reviews and approves the specific site for the initial thirty (30) days assessment and testing. Any additional work to maintain the site until it is approved shall be part of the initial thirty (30) days assessment and testing and will NOT be paid separately.

3.9 FENCE INSTALLATION

A. The County Engineer may request, in writing, that a fence be installed around specific flow monitoring sites. B. The fencing for each site will be approximately ten (10) feet long and eight (8) feet wide in general. C. The fence should be six (6) feet galvanized commercial chain link with barbed wire. All line posts should be 2-inch outside diameter and eight (8) feet height with hardware every ten (10) feet, 1-5/8” top rail and 2” x 9 gauge mesh. A six (6) foot height gate should be included. D. The Contractor shall measure each site and make sure there is adequate space to setup a tripod for entry into the manhole in the fenced area. E. The Contractor shall provide a lock for the gate and three sets of keys to the County Engineer. F. Any poles/posts that are installed into the ground to accommodate flow monitoring, wireless data acquisition, fencing, or any other work incidental under this contract shall be stabilized using concrete blocks and by pouring concrete as necessary. G. The Contractor shall furnish all manpower, materials (including fence, barbed wire, posts, gates, lock and keys, concrete foundation for posts, etc.), and equipment necessary to satisfactorily install such fence.

Page 18 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS 3.10

FLOW MONITOR /RAIN GAUGE MONTHLY MAINTENANCE UNDER FLOW/RAIN GAUGE PROGRAM A.

Once a rain gauge and flow monitor site has been approved and accepted after the initial thirty (30) days test period, the County Engineer will authorize the Contractor, in writing, to maintain the flow monitor site.

B.

The Contractor shall visit a rain gauge and flow monitor site at least once per month to physically check the site and calibrate the sensors or more frequently if the Contractor’s data review indicates a condition that warrants a site visit to investigate as referenced below. During the visits the contractor shall insure sensor is free of debris buildup and calibrated. The site visit shall be documented and included in the Rain Gauge and Flow Monitor Monthly Maintenance Report.

C.

The Contractor shall check the monitoring sites online on a daily basis for data transmission and sensor performance. If any site requires additional visits for suspicious readings or lack of real time data display, the Contractor shall visit the site immediately until problem is solved. The multiple trips involved necessary to ensure the monitor is back in service will be considered as part of the monthly maintenance and will NOT be paid additionally.

D.

The Contractor shall measure the level of flow as described in section 3.3 F, and compare it to the level reading of the flow monitor during the monthly maintenance. If the two readings are within 0.25 inches of each other, then the level does not need to be calibrated. Otherwise, the Contractor shall calibrate the depth for accurate readings.

E.

If velocity readings differ from field measured velocity readings by more than 10%, the Contractor shall inspect the site for the causes and take necessary measures to bring the velocity reading back to normal. If there is no problem with the site, the Contractor shall use velocity sensor simulator to check the sensor to determine if the sensor is the cause and replace the sensor as necessary.

F.

A diagnostic report should be downloaded from the flow monitor at least once per month for the monitor performance check at each site visit.

G.

During each rain gauge visit the Contractor shall conduct a manual tip-test to insure the gauge is recording properly. The tip test shall include ten (10) tips of the bucket manually. The Contractor shall check to make sure the rain gauge has sufficiently recorded all ten (10) tips. The testing shall be documented onsite maintenance log sheets.

H.

The Contractor shall check all cable connections and battery levels. The Contractor shall replace any part that is not functioning properly, under the approval of County Engineer.

I.

The Contractor shall complete the County Parts Request Form for requesting new parts, as specified in section 2.2C. The desiccant shall be changed and documented. All sites visited shall be left functioning properly.

J.

The Contractor shall clean the site manhole and sewer lines (not in the pipe where the probe is placed) during the monthly maintenance and as necessary if there is any garbage, dirt, gravel, rocks, roots, grease, settled sludge, and all other solid or semi-solid materials present. This cleaning shall be performed for the manhole and sewer lines at Contractor’s reachable range. The multiple site visits for cleaning and other actions necessary to keep the meter function properly will be considered as part of the monthly maintenance and shall not be paid separately.

Page 19 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

3.11

K.

If site issues are out of the responsibility of Contractor to resolve, such as sewer system blockage is out of the range described in section 3.9 I, site vandalized, or failure of communication system, it is Contactor’s responsibility to report to County immediately to ensure the site continuous operation as required under this Contract.

L.

The Contractor shall be responsible for keeping all rain gauges and flow monitoring sites under their maintenance up and running at all times.

BILLING SITE MONTHLY MAINTEANCE A.

The Contractor shall be responsible for performing all work required to ensure that each billing site is fully operational and provides high quality, accurate, and defendable data for inter-jurisdictional billing, according to the specifications under this Project. This shall include all personnel, equipment and data analysis tools necessary to meet the requirements of the project.

B.

The Contractor shall visit the site as described above to physically check the site, equipment and sensors. The monthly billing site maintenance will include but not limited to: 1.

2. 3. 4. 5.

Site visits including monitor diagnostics, equipment and manhole/Flume cleaning/vacuuming (for area-velocity site manhole cleaning, refer to Section 3.9 I for range definition) and calibration defined in section 3.11.C below. Repair and or replacement of monitor and or parts Repair and or replacement of communication equipment Battery replacements Communication repair

C.

Contractor shall be responsible for ensuring that the flow monitors remain in calibration. If no major issues were observed, each flow meter site shall be calibrated every three (3) months for flume sites and once per month for area-velocity sites. If meter performance is questionable, bad, or malfunction, the field personnel will be required to visit the site to identify the problems, and perform the calibration as needed. The site visit and calibration records shall be included in the monthly report. Site problem and calibrations shall be displayed on the graphical presentation of the monthly data deliverable.

D.

In addition to confirmation of depth measurement equipment at flume locations, the Contractor shall conduct manual depth and velocity profiling and calculate an instantaneous flow rate. The flow rate shall be compared to the flow rate produced by the monitor. If the error exceeds 8%, the contractor shall notify the County. At the County’s discretion, the Contractor may be instructed to install a temporary flow monitor on the incoming line for a period of 30 days,

E.

The Contractor is required to review and check the data at least once per day to ensure the meter uptime and data quality. If the data review indicates abnormal behavior or malfunction at any specific meter, a field crew shall be sent to the site to bring the meter back to maximum functionality for high quality data. The Contractor shall maintain that each meter’s uptime produces 95% of high quality and reliable data. All visits necessary for the meter maintenance shall be part of the monthly maintenance and will not be paid separately.

F.

The Contractor shall be responsible to ensure that each meter’s communication uptime is 95% of the time.

Page 20 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS G.

H.

3.12

3.14

All data submitted shall be raw data without any editing. DeKalb County shall take the necessary steps to bring sanctions to Contractor, which may include termination of the Contract, if any bad data is replaced with edited data or any missing data is replaced with projected data.

TRAFFIC CONTROL A.

3.13

If site issues are out of the responsibility of Contractor to resolve, such as sewer system blockage from upstream or downstream of the sites, site vandalized, or failure of communication system, it is Contactor’s responsibility to report to County immediately to ensure the site continuous operation as required under this Contract.

The Contractor shall expedite the Work so as not to interfere with the traffic along and across the street and at entrances to properties. The Contractor shall not obstruct traffic on major streets or intersections between the hours of 6:00 am to 9:00 am and 4:00 pm to 6:00 pm, Monday through Friday. Major streets are defined as those included in Section 8-4011 of the DeKalb County Codes as approved by the Board of Commissioners on October 12, 1976, and as amended. The flow of traffic will be maintained at all times during all aspects of the Work being performed by permitting at least one lane of traffic to move through the Work site. The Contractor shall furnish all flagmen, warning signs, barricades, and lights (necessary to control traffic and protect the public) without any additional cost to the County. Traffic control devices shall be in accordance with “2009 edition of the Manual of Uniform Traffic Control Devices for Streets and Highways” or the latest version. The County and/or GDOT shall approve all traffic control plans and working hours prior to the start of Work.

PREPARATORY PROCEDURES A.

Prior to entering any private property, the Contractor shall ascertain the requirements of applicable permits or easements, and shall conduct the work in accordance with the requirements thereof; including the giving of notice and obtaining right-to-enter onto existing easement. The Contractor shall be fully responsible for complying with the requirements of any permit or easement granting entry. Such requirements may be more stringent than otherwise stipulated by this Contract. The Contractor shall compensate the County fully for any loss or expense arising from failure of the Contractor to comply with the aforementioned requirements.

B.

The Contractor shall provide, at his own expense and 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 or to gain access to a segment of sewer line for the purpose of installing and/or maintaining flow monitors. No additional measurement or payment will be made for access obtained by the Contractor.

SITE RESTORATION A.

The specific details relating to this section are contained in the Chapter 14 of DeKalb County Ordinance (Land Development). The intent is to return all items and all areas disturbed, directly or indirectly by the Work under this Contract, to their original condition or better, as quickly as possible after the Work is completed.

Page 21 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS B.

The Contractor shall conduct the Work such that upon completion of any part of the Work, the contour and topography of the construction area has not been substantially altered. No alteration of previously established storm drainage patterns will be permitted unless such alteration can be proven to the County Engineer’s satisfaction to substantially improve the drainage pattern. Damage to ground cover, grass, deep ruts, and gouges in the earth occasioned by the passage of heavy equipment or the depositing of any materials or equipment shall be repaired or replaced to its original or better condition as soon as possible. All work performed in accordance with this section shall not be paid for as a separate payment. All costs shall be included in the bid amount of the proposal for the item to which it pertains.

PART 4 - MEASUREMENT AND PAYMENT 4.1

FLOW MONITOR/RAIN GAUGE INSTALLATION A.

4.2

WIRELESS SYSTEM INSTALLATION A.

4.3

The wireless system installation is considered as completed as wireless data acquisition unit is setup and properly connected to the flow meter and rain gauge, all cables are properly enclosed and buried, and the unit is wired and has successfully communicated with the data hosting server. All other work performed under the installation is deemed incidental to the Work and shall NOT be paid as a separate payment. Payment for wireless system installation shall be ONLY be made once the installation is approved by the County Engineer in accordance with, the Cost Proposal Item D – Installation of wireless data acquisition unit.

SITE RELOCATION A.

4.4

Flow/rain gauge installation shall be measured per installation, which shall include a pole-cam recording, demonstrating that the monitor is installed properly. Digital videos to be submitted on an external hard drive. Installation payment includes furnishing all labor, tools, and site inspection necessary to install all flow monitors in the hydraulically suitable sites and the rain gauges at the sites coordinated with DWM. Payment for installations included the submittal of Site Inspection Report and Initial Thirty (30) Days Site Assessment and Testing Report under Section 1.7. All other work performed under the installation is deemed incidental to the Work and shall NOT be paid as a separate payment. Payment for flow monitors and rain gauges installation shall ONLY be made once the above reports and installation are approved by the County Engineer in accordance with, the Cost Proposal Item D - Flow Monitor and Rain gauge Installation pricing.

Site relocation shall be measured per site, which shall include removal of the monitor and all sensors and accessories from an existing site, final collection of all data in the memory of the monitor, and reset of the flow monitor’s settings to factory standards, as well as all procedures and requirements stated for the flow monitor installation. All other work performed under the relocation is deemed incidental to the Work and shall NOT be paid as a separate payment. Payment for site relocation shall ONLY be made once data on the previous site is collected, and the Site Inspection Report, installation, and Initial Thirty (30) Days Site Test Report for the new site are approved by the County Engineer, in accordance with, the Cost Proposal Item D - Site relocation, including relocating flow/rain gauge and wireless unit.

FLOW MONITOR/RAIN GAUGE MONTHLY MAINTENANCE A.

Measurement and payment for flow monitor maintenance shall be on a per site per month basis. The Contractor is responsible for the continuous gathering and/or transmitting of all the data at all times. In order to ensure quality of data, the Contractor shall make necessary multiple site visits as needed to ensure each site functions properly.

Page 22 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS

4.5

B.

During the Initial thirty (30) days, the Contractor shall ensure that all sensors are calibrated and are reporting the level, velocity, and flow rate accurately using field measured data at each flow monitoring site. During this period, the Contractor shall demonstrate that site maintains wireless connection before the County accepts the site. At the end of the assessment and testing period, the Contractor shall submit the Initial Thirty (30) Days Site Assessment and Testing Report to the County Engineer, with all documentation required under Section 1.7.

C.

All work performed under the initial inspections, calibrations and maintenance, and multiple trips necessary to ensure the site proper operation within this period is considered incidental to the first month maintenance fee, and shall NOT be paid for as a separate payment.

D.

If a monitoring site fails to gather data for a total of 48 consecutive hours during the dry weather period, or one (1) major storm event (total of 0.25 inch within a 24-hour period) during the wet weather days at that particular site, the Contractor shall NOT be compensated for the maintenance of that particular site for that month. If in the opinion of the County engineer the data is of poor quality, the data will be considered the same as “failed to gather data” and subject to the same compensation terms as described above. This excludes issues beyond Contractor’s control.

E.

It is Contractor’s responsibility to review the real-time data closely for any issues with the site, especially during the wet weather period and send crew staff to site when necessary to ensure the meter function properly. The Contractor shall report to County immediately if the meter’s malfunction is caused by surcharges, flooding, and debris in the system which is out of Contractor’s responsibility.

F.

All other work performed under maintenance, such as multiple trips to a site as necessary to maintain the site function properly, is deemed incidental to the monthly maintenance, and shall NOT be paid as an additional payment. Payment shall be made in accordance with, the Cost Proposal Items A and C - Flow Monitor and Rain Gauge Monthly Maintenance and Report pricing.

BILLING SITE MONTHLY MAINTENANCE A.

Measurement and payment for billing site maintenance shall be on a per site per month basis. To ensure the data quality and accuracy, necessary multiple site visits by Contractor will be considered as part of the monthly maintenance and shall NOT be paid separately.

B.

During the Initial thirty (30) days, the Contractor shall ensure that all sensors are calibrated and are reporting the level, velocity (for area-velocity site only), and flow rate accurately at each billing site. During this period, the Contractor shall demonstrate that sensor maintains calibration and site maintains wireless connection before the County accepts the site. At the end of the assessment and testing period, the Contractor shall submit the Initial Thirty (30) Days Site Assessment and Testing Report to the County Engineer, with all documentation required under Section 1.7.

C.

All work performed under the initial inspections, calibrations and maintenance, and multiple trips necessary to ensure the site proper operation within this period is considered incidental to the first month maintenance fee, and shall NOT be paid for as a separate payment.

D.

If more than 16 hours data (total accumulated hours in one month or 2% of the time) is missing for a monitoring site during a month, no payment will be compensated for the maintenance of that particular site for the month. If in the opinion of the County engineer the data is of poor quality, the data will be considered the same as missing data and subject to the same compensation terms as described above. This excludes issues beyond the Contractor’s control.

Page 23 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS E.

4.6

All other work performed under maintenance as necessary to maintain the site function properly, is deemed incidental to the monthly maintenance, and shall NOT be paid for as additional payment. Payment shall be made in accordance with, the Cost Proposal Item B - Billing Site Monthly Maintenance and Report pricing.

FENCING FOR PERMENANT SITES A.

Measurement and payment for fencing service shall be on linear foot basis, which should include all manpower, materials (including fence, barbed wire, posts, gates, lock and keys, concrete foundation, etc.), and equipment necessary to satisfactorily complete the fence installation.

B.

All other work performed as necessary to satisfactorily complete the fence installation, is deemed incidental to the fence installation, and shall NOT be paid for as additional payment. Payment shall be made in accordance with, the Cost Proposal Item D - Fencing around Permanent Sites - Materials and Installation pricing.

ATTACHMENT A Page 1 – DEKALB COUNTY EXISTING PERMENANT FLOW MONITOR SITE INFORMATION

SITE NAME 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

BAR1-16-005-S009-36 BAR2-16-004-S042-15 BAR3-16-003-S070-36 BAR4-16-001-S155-36 BAR5-18-039-S064-17 BAR6-18-073-S106-15 BLUE1-15-057-S001-18 BLUE2-15-056-S012-17 BLUE3-15-042-S005-14 CBF1-15-070-S016-30 CBF2-15-070-S030-15 CBF3-15-101-S005-30 CBF5-15-124-S008-18 CBF6-15-157-S108-18 CBF7-15-124-S005-24 CBF8-15-156-S077-24 CBF11-15-165-S219-15 CBF12-15-165-S220-15 CBF13-15-218-S096-14 CBF14-15-187-S030-9.75 CKC1-16-230-S002-30 CKC2-16 232-S003-24 CONS1-15-051-S002-18 CORN1-15-003-S008-24 CORN2-15-253-S007-16 DOL1-15-070-S053-30 DOL2-15-073-S009-30 DOL3-15-088-S016-15 DOL4-15-087-S024-24

MANHOLE ID

PIPE SIZE (IN.)

MONITOR

005-S009 1712 CANBERRA DR. STONE MOUNTAIN.GA.30088.

36

ISCO 2150

Area-Velocity

004-S042 1438 CROOKED TREE CIRCLE STONE MOUNTAIN GA.30088

15

ISCO 2150

Area-Velocity

003-S070 4957 REDAN RD. STN. MTN. 30088

36

ISCO 2150

Area-Velocity

001-S155 5084 GALBRAITH CIRCLE STONE MOUNTAIN GA. 30088

36

ISCO 2150

Area-Velocity

039-S064 5170 ROCKBRIDGE ROAD. STONE MOUNTAIN GA. 30088

17

ISCO 2150

Area-Velocity

073-S106 5158 ROCK EAGLE DRIVE STONE MOUNTAIN GA.30083

15

ISCO 2150

Area-Velocity

057-S001 3592 PANTHERSVILLE ROAD.DECATUR GA.30034

18

ISCO 2150

Area-Velocity

056-S012 2701 RIVERTREE DRIVE DECATOR GA. 30034

17

ISCO 2150

Area-Velocity

042-S005 2506 KRISS CROSSING ELLENWOOD GA30294

14

ISCO 2150

Area-Velocity

070-S016 3252 BORING RD DECATUR GA.30034

30

ISCO 2150

Area-Velocity

070-S030 3252 BORING ROAD DECATUR GA 30034

15

ISCO 2150

Area-Velocity

101-S005 3833 FREDA COURT DECATUR GA.30034

30

ISCO 2150

Area-Velocity

124-S008 3951 SNAPFINGER PARKWAY, DECATUR.30035

18

ISCO 2150

Area-Velocity

157-S108 3942 EMERALD NORTH DR. DECATUR.30035

18

ISCO 2150

Area-Velocity

124-S005 2333 TROY COVE RD. DECATUR..GA 30035

24

ISCO 2150

Area-Velocity

156-S077 2199 CHEVY CHASE,DECATUR GA 30035.

24

ISCO 2150

Area-Velocity

165-S219 3601 LARKSPUR TERRACE DECATUR GA. 30032

15

ISCO 2150

Area-Velocity

165-S220 3601 LARKSPUR TERRACE DECATUR GA. 30032

15

ISCO 2150

Area-Velocity

218-S096 3601 LARKSPUR TERRACE DECATUR GA. 30032

14

ISCO 2150

Area-Velocity

ADDRESS

187-S030 3567 BROOKFIELD LANE. DECATUR GA. 30032

SENSOR

9.75

ISCO 2150

Area-Velocity

230-S002 4550 JACKAM RIDGE CT. LITHONIA GA.30038.

30

ISCO 2150

Area-Velocity

232-S003 6992 MAHONIA PLACE LITHONIA GA.30038

24

ISCO 2150

Area-Velocity

051-S002 1415 CONSTITUTION RD. S.E.ATLANTA.GA.30316

18

ISCO 2150

Area-Velocity

003-S008 4785 MAYER TRACE,ELLENWOOD.GA.30294

24

ISCO 2150

Area-Velocity

253-S007 4946 FLAKESMILL RD.,ELLENWOOD.GA.30294

16

ISCO 2150

Area-Velocity

070-S053 4347 FLATSHOALS PARKWAY,DECATUR GA.30034

30

ISCO 2150

Area-Velocity

073-S009 3370 PANTHERSVILLE RD DECATUR GA.30034

39

ISCO 2150

Area-Velocity

088-S016 2844 CLIFTON SPRINGS RD. DECATUR GA.30034

15

ISCO 2150

Area-Velocity

087-S024 2844 CLIFTON SPRINGS RD. DECATUR GA.30034

24

ISCO 2150

Area-Velocity

Page 24 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS ATTACHMENT A Page 2 – DEKALB COUNTY EXISTING PERMENANT FLOW MONITOR SITE INFORMATION

SITE NAME

30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59

DOL5-15-107-S060-12 DOL6-15-118-S022-18 IND1-15-228-S011-24 IND2-15-253-S048-9 IND3-15-252-S036-18 IND4-18-045-S067-09 LCKC1-16-161-S127-36 LCKC2-18-O25-S118-36 LCKC3-16-127-S027-20 LSF1-15-065-S035-54 LSF2-15-065-S014-16 LSF3-15-064-S016-21 LSF4-15-097-S001-48 LSF5-16-010-S008-15 LSF6-15-129-S004-48 LSF7-16-006-S014-18 LSF8-16-006-S004-48 LSM1-16-161-S008-36 LSM3-18-031-S115-30 PB1-16-054-S015-24 PB1A-16-110-S209-24 PB2-16-076-S020-48 PB5-16-071-S009-15 PB5-16-071-S009-21 PB6-16-078-S026-9.62 PB8-16-074-S001-30 PB9-16-087-S019-48 PB11-16-105-S029-48 PB12-16-105-S017-21 PB13-16-105-S031-42

MANHOLE ID

PIPE SIZE (IN.)

MONITOR

SENSOR

107-S060 2863 VERNA COURT. DECATUR GA.30034

12

ISCO 2150

Area-Velocity

118-S022 2266 DORIS DRIVE. DECATUR GA.30034

18

ISCO 2150

Area-Velocity

228-S011 1024 SOUTH INDIAN CREEK DRIVE STONE MOUNTAIN GA.30083

24

ISCO 2150

Area-Velocity

253-S048 631 GEORGE LUTHER DRIVE DECATUR GA.30032

9

ISCO 2150

Area-Velocity

252-S036 700 GEORGE LUTHER DRIVE DECATUR GA.30032

18

ISCO 2150

Area-Velocity

045-S067 421 WARREN AVENUE SCOTDALE GA.30079

9

ISCO 2150

Area-Velocity

161-S127 719 WOODSTONE RD. LITHONIA GA.30058

36

ISCO 2150

Area-Velocity

025-S118 765 MOUNTAIN OAKS PKWY. STONE MOUNTAIN GA.30087

36

ISCO 2150

Area-Velocity

127-S027 941 CARRIAGE TRACE CIRCLE. STONE MOUNTAIN GA.30087

20

ISCO 2150

Area-Velocity

065-S035 3265 SNAPFINGER RD. LITHONIA GA.30038

54

ISCO 2150

Area-Velocity

065-S014 4559 JACKYBELL TRACE, DECATUR GA.30034

16

ISCO 2150

Area-Velocity

064-S016 3484, EAGLE RISE. LITHONIA GA.30038

21

ISCO 2150

Area-Velocity

097-S001 4669 HUNTSMAN BEND. DECATUR GA.30034

48

ISCO 2150

Area-Velocity

010-S008 2960 ROLLING MEADOW.CT. LITHONIA. GA.30038.

15

ISCO 2150

Area-Velocity

129-S004 5189 GALLEON CROSSING. DECATUR GA 30035

48

ISCO 2150

Area-Velocity

006-S014 5440 COVINGTON HWY.DECATUR GA.30035 (HIDDEN HILLS )

18

ISCO 2150

Area-Velocity

006-S004 5440 COVINGTON HIGHWAY DECATUR GA.30035.

48

ISCO 2150

Area-Velocity

161-S008 818 STONEBRIDGE CRES. LITHONIA GA. 30058

36

ISCO 2150

Area-Velocity

031-S115 702 STEWART MILL RD.. STONE MOUNTAIN GA.30087

30

ISCO 2150

Area-Velocity

054-S015 5989 ROCKSPRING RD.

24

ISCO 2150

Area-Velocity

110-S209 NORTH GODDARD RD.

24

ISCO 2150

Area-Velocity

076-S020 6023 ROCKSPRING RD.

48

ISCO 2150

Area-Velocity

071-S009 5777 CEDAR CROFT CT. LITHONIA GA. 30058 .

15

ISCO 2150

Area-Velocity

071-S009 5777 CEDAR CROFT CT. LITHONIA GA. 30058 .

21

ISCO 2150

Area-Velocity

9.62

ISCO 2150

Area-Velocity

074-S001 5890 PAR THREE COURT LITHONIA GA. 30038

30

ISCO 2150

Area-Velocity

087-S019 HILL OF FAIRINGTON APTS. LITHONIA

48

ISCO 2150

Area-Velocity

105-S029 2675 LITHONIA INDUSTRIAL BLVD.

48

ISCO 2150

Area-Velocity

105-S017 2675 LITHONIA INDUSTRIAL BLVD.

21

ISCO 2150

Area-Velocity

105-S031 2675 LITHONIA INDUSTRIAL BLVD.

42

ISCO 2150

Area-Velocity

ADDRESS

078-S026 EVANS MILL RD. LITHONIA

MINIMUM SPECIFICATIONS Page 25 of 54

Invitation 3003340 ATTACHMENT A Page 3 – DEKALB COUNTY EXISTING PERMENANT FLOW MONITOR SITE INFORMATION

SITE NAME

60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89

PB14-16-104-S217-30 PB18-16-135-S014-36 PBPLNT1-11-251-S009-27 PBPLNT2-11-251-S003-36 PBPLNT4-11-251-S012-36 PBPLNT4-11-251-S037-54 PBPLNT5-16-079-S006-36 PBPLNT5-16-079-S016-54 PINEM1-16-200-S011-23 PINEM2-16-169-S011-15 SFPLNT1-15-037-S082-51 SFPLNT2-15-037-S102-42 SFPLNT3-15-035-S088-38 SFPLNT4-15-035-S094-20 SFPLNT5-15-064-S077-54 SHO1-15-070-S010-36 SHO3-15-103-S004-23 SHO5-15-136-S043-23 SHO7-15-168-S049-21 SHO8-15-168-S047-21 SHO9-15-201-S007-14 SHO10-15-202-S104-20 SHO11-15-215-S052-17.5 SHO12-15-136-S038-11.5 SHO13-15-153-S102-23.25 SUG1-15-074-S025-24 SUG2-15-074-S024-24 SUG3-15-075-S016-14 SUG4-15-085-S003-15 SUG5-15-052-S008-20

MANHOLE ID

PIPE SIZE (IN.)

MONITOR

SENSOR

104-S217 2550 LITHONIA WAY DRIVE.

30

ISCO 2150

Area-Velocity

135-S014 2101 RANDAL RD. LITHONIA.GA.30058.

36

ISCO 2150

Area-Velocity

251-S009 4606 POST RIDGE LANE

27

ISCO 2150

Area-Velocity

251-S003 4606 POST RIDGE LANE

36

ISCO 2150

Area-Velocity

ADDRESS

251-S012 POLE BRIDGE PLANT

36

ISCO 2150

Area-Velocity

251-S037 POLE BRIDGE PLANT

54

ISCO 2150

Area-Velocity

079-S006 POLE BRIDGE PLANT

36

ISCO 2150

Area-Velocity

079-S016 5778 CREST COVE

54

ISCO 2150

Area-Velocity

200-S011 VULCAN QUARRY COVE

23

ISCO 2150

Area-Velocity

169-S011 TURNER HILL RD.

15

ISCO 2150

Area-Velocity

037-S082 3261 JOHN CARROL DRIVE

51

ISCO 2150

Area-Velocity

037-S102 3261 JOHN CARROL DRIVE

42

ISCO 2150

Area-Velocity

035-S088 3601JOHN CARROL DRIVE

38

ISCO 2150

Area-Velocity

035-S094 4124 FLAKESMILL RD.

20

ISCO 2150

Area-Velocity

064-S077 4496 NEW CASTLE CIRCLE

54

ISCO 2150

Area-Velocity

070-S010 4347 FLATSHOALS PK. WAY DECATUR GA.30034

36

ISCO 2150

Area-Velocity

103-S004 2765 SHOAL CREEK DECATUR GA.30034

23

ISCO 2150

Area-Velocity

136-S043 3037 TONEY DRIVE DECATUR GA.30032

23

ISCO 2150

Area-Velocity

168-S049 3643 GLENWOOD RD DECATUR GA 30032

21

ISCO 2150

Area-Velocity

168-S047 3613 GLENWOOD RD DECATUR GA.30032

21

ISCO 2150

Area-Velocity

201-S007 1431 CONWAY RD. DECATUR GA.30030

14

ISCO 2150

Area-Velocity

202-S104 1504 OLD FIELD RD..DECATUR GA. 30030

20

ISCO 2150

Area-Velocity

215-S052 347 MIMOSA DRIVE, DECATUR, GA 30030

17.5

ISCO 2150

Area-Velocity

136-S038 3075 THRASHER CIRCLE CANDLER-MCAFEE, GA 30032

11.5

ISCO 2150

Area-Velocity

153-S102 2119 GLENDALE DRIVE CANDLER-MCAFEE, GA 30032

23.25

ISCO 2150

Area-Velocity

074-S025 2401 WILDCAT RD. DECATUR GA.30034

24

ISCO 2150

Area-Velocity

074-S024 2706 BOULDERCREST RD. S.E ATLANTA GA. 30316 .

24

ISCO 2150

Area-Velocity

075-S016 2300 WILDCAT RD. DECATUR GA 30034.

14

ISCO 2150

Area-Velocity

085-S003 3136 CLIFTON RD.. ATLANTA GA.30316

15

ISCO 2150

Area-Velocity

052-S008 2707 BOULDERCREST RD.ATLANTA GA.30316..

20

ISCO 2150

Area-Velocity

Page 26 of 54

Invitation 3003340 MINIMUM SPECIFICATIONS ATTACHMENT A Page 4 – DEKALB COUNTY EXISTING PERMENANT FLOW MONITOR SITE INFORMATION

90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106

SWIFT1-16-162-S023-36 SWIFT2-16-162-S037-14.5 USF1-16-161-S001-42 USF2-15-194-S048-36 USF3-15-195-S033-14 USF4-15-227-S065-36 USF5-15-254-S054-30 USF6-18-043-S073-30 USF7-18-042-S103-21 USF8-18-043-S025-15 USF9-18-069-S029-15 USF10-18-041-S034-21 USF11-18-041-S032-15 USF12-18-092-S135-21 USF13-18-071-S001-15 UCKC1-16-097-S046-15 UCKC2-16-097-S036-15

162-S023 1695 STEVENSON RD.. LITHONIA GA30058..

36

ISCO 2150

14.5

ISCO 2150

Area-Velocity

161-S001 1985 SOUTH HAIRSTON RD. STONE MOUNTAIN GA.30088

42

ISCO 2150

Area-Velocity

194-S048 14950HIGH MEADOW DRIVE SONE MOUNTAIN GA30083

36

ISCO 2150

Area-Velocity

195-S033 4398 CAROL WOOD DRIVE STONE MOUNTAIN GA30083

14

ISCO 2150

Area-Velocity

227-S065 1210 ROWLAND ROAD STONE MOUNTAIN GA30083

36

ISCO 2150

Area-Velocity

254-S054 4068 ARMSWOOD PLACE STONE MOUNTAIN GA 30083.

30

ISCO 2150

Area-Velocity

043-S073 4162 ROCKBRIDGE ROAD STONE MOUNTAIN GA. 30083.

30

ISCO 2150

Area-Velocity

042-S103 524 KENRIDGE CIRCLE STONE MOUNTAIN GA. 30083

21

ISCO 2150

Area-Velocity

043-S025 5019 MEMORIAL DR. STONE MOUNTAIN GA. 30083.

15

ISCO 2150

Area-Velocity

069-S029 693 HAWKE EYE DRIVE ,STONE MOUNTAIN.GA 30083.

15

ISCO 2150

Area-Velocity

041-S034 661 OAK HILL CIRCLE STONE MOUNTAIN GA. 30083

21

ISCO 2150

Area-Velocity

041-S032 1146 ASHLEY CIRCLE STONE MOUNTAIN GA .30083 .

15

ISCO 2150

Area-Velocity

092-S135 4605 ANDERSON ROAD STONE MOUNTAIN GA. 30083.

21

ISCO 2150

Area-Velocity

071-S001 909 ANDIRON COURT STONE MOUNTAIN GA. 30083

15

ISCO 2150

Area-Velocity

097-S046 1067 FALKIRK LANE STONE MONNTAIN GA 30087

15

ISCO 2150

Area-Velocity

097-S036 1067 FALKIRK LANE STONE MONNTAIN GA 30087

15

ISCO 2150

Area-Velocity

162-S037 1041 OLD GREYSTONE DRIVE LITHONIA GA. 30058.

Page 27 of 54

Area-Velocity

Invitation 3003340 MINIMUM SPECIFICATIONS ATTACHMENT B – DEKALB COUNTY INTER-JURISDICATIONAL BILLING METER SITE INFORMATION

Item

Site ID 1 DK1 2 DK2 3 DK4 4 DK5 5 DK7 6 DK8 7 DK9 8 DK10 9 DK11 10 DK12 11 DK14 12 DK15 13 DK16 14 DK17 15 DK18

Location 1630 Briar Cliff Road, Atlanta 2636 Buford Highway, (Just inside Atlanta Gate 9157) 1225 Lake Hearn Drive (Behind St. Joseph’s Hospital) 1225 Lake Hearn Drive (South Side of Road) 1145 Hammond Drive Next to Creek 6900 Central Parkway (Off Road 800 ft) 3969 E Conley Road (Clayton – Next to Rail Line) Abbott Lake Road (Next to DK-Rockdale) – Rockdale South Off Abbott Lake Road – Rockdale North 205 Wilnelmina Drive (in Field at End of Road) – Henry Co. 1830 Briarcliff Road, Atlanta 1611 Johnson Ferry Road (Nancy Creek Tunnel N) 1611 Johnson Ferry Road (Nancy Creek Tunnel S) Fulton North of I-285 Ellenwood Village Subdivision, Clayton County

Device Palmer-Bowlus Palmer-Bowlus Parshall Flume Parshall Flume Pipe Pipe Pipe Pipe Pipe Parshall Flume Palmer-Bowlus Palmer-Bowlus Palmer-Bowlus Pipe Parshall Flume

Page 28 of 54

Size / DiamMonitor Model 42” ISCO 2110 72” ISCO 2110 6” ISCO 2110 9” ISCO 2110 8” ISCO 2150 12” ISCO 2150 27” ISCO 2150 8” ISCO 2150 14.25” ISCO 2150 6” ISCO 2110 54” ISCO 2110 24” ISCO 2110 48” ISCO 2110 25” ISCO 2150 3” nested ISCO 2110

Sensor Ultrasonic Ultrasonic Ultrasonic Ultrasonic Area-Velocity Area-Velocity Area-Velocity Area-Velocity Area-Velocity Ultrasonic Ultrasonic Ultrasonic Ultrasonic Area-Velocity Ultrasonic

Communication Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit

Invitation 3003340 MINIMUM SPECIFICATIONS ATTACHMENT C – DEKALB COUNTY EXISTING RAIN GAUGE SITE INFORMATION SITE ID

ADDRESS

LOCATION

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21

RG-NFORK1 RG-NFORK2 RG-SFORK1 RG-PVIN1 RG-IND3 RG-USF1 RG-USF9 RG-UCKC1 RG-LCKC1 RG-JSC1 RG-HON1 RG-PBPLNT1 RG-CKC1 RG-PB1 RG-PB2 RG-PB18 RG-LSF1 RG-SFPLNT1 RG-CBF8 RG-SHO7 RG-SUG1

2454 Dresden Dr. NE Atlanta Ga. 30341 2005 Button Gwinnett DR. NW Atlanta Ga. 30340 3100 Mount Olive Dr. Decatur Ga. 30033 157 Heaton Park Dr. Atlanta Ga. 30307 700 George Luther Dr. Decatur Ga. 30032 1915 Manhattan Pkwy Decatur Ga. 30035 597 Hawkeye Dr. Stone Mountain Ga. 30083 1040 Kingway Dr. Lithonia Ga. 7136 Rockbridge Rd. Stone Mountain Ga. 30087 8326 Union Grove Rd. Lithonia Ga. 30058 7501 Rockland Rd. lithonia Ga. 30038 4664 Flatbridge Rd. Lithonia Ga. 30038 4550 Jackam Ridge Ct. Lithonia Ga. 30038 5779 Marbut Rd. Lithonia Ga. 30058 3900 Evans Mill Rd. Lithonia Ga. 30038 2101 Randall Rd. Lithonia Ga. 30058 2670 Old Wesley Chapel Rd. Decatur Ga. 30034 4124 Flakes Mill Rd. Decatur Ga. 30034 2199 Chevy Chase Ln. Decatur Ga. 30032 3643 Glenwood Rd. Decatur Ga. 30032 3132 Clifton Church Rd. Decatur Ga. 30316

22 23 24

RG-MARSH1 RG-NANCY1 RG-SFORK2

5323 Roberts Dr  Dunwoody GA, 30338 5305 E Nancy Creek Dr Atlanta GA 30319 4137 Livsey Rd Tucker GA 30084

Building Structure Building Building Flow Monitor Site Flow Monitor Site Flow Monitor Site Building Building Building Building Building - WWTP Flow Monitor Site Building Wood Post Flow Monitor Site Building Building - WWTP Flow Monitor Site Flow Monitor Site Building Builing Fire Station 12 Building

Page 29 of 54

MODEL

COMMUNICATION

ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674 ISCO 674

Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit Wireless data unit

Invitation 3003340 MINIMUM SPECIFICATIONS Attachment D – Hydrograph and Scattergraph

End of Minimum Specifications

Page 30 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS I.

Bidder must check and initial applicable blank below: Bidder affirms that specifications are exactly met: Yes ________

No ________

II.

ANY DEVIATION FROM SPECIFICATIONS MUST BE COMPLETELY EXPLAINED BY BIDDER. Bidder will explain exact particulars where bid does not meet exactly the specification if “No” is checked above.

III.

AWARDS: The contract if awarded will be awarded to the lowest, responsive and responsible bidder whose bid will be most advantageous to the county, price and other factors considered. The County reserves the right to make one award, multiple awards, or no award, reject or accept any or all bids and waive informalities, minor irregularities and technicalities in bids received, whichever is deemed to be in the best interest of the County. The County may accept any item or group of items of any bid, unless the bidder qualifies his bid by specific limitations.

IV.

CONTRACT PERIOD: From DATE OF AWARD through ANNUAL CONTRACT, inclusive. DeKalb County is soliciting competitive sealed bids from qualified contractors for Technical Services for Installation and Maintenance of Sewer Flow Monitors on an Annual Contract with two (2) annual options to renew, under the same prices, terms and conditions, provided option is exercised. Bidder must check and initial applicable blank below: Yes ______

No ______

Unless otherwise noted, quoted prices will remain firm for two (2) additional one (1) year terms when and if renewed each term. DeKalb County reserves the right to negotiate pricing / discounts for renewal consideration prior to approving any given renewal option. If a percentage decrease will be a part of this bid, please note this in the space provided together with an explanation. __________________________________________ If a percentage increase will be a part of this bid, please note this in the space provided together with an explanation. __________________________________________ If DeKalb County does not exercise the option to renew the contract and a new Invitation to Bid is issued, the current contract will not be renewed. V.

TERMINATION OF CONTRACT: The County may unilaterally terminate this contract, in whole or in part, for the County’s convenience, lack of funding or failure to fulfill the contractual obligations in any respect.

VI.

COUNTY REQUIREMENTS: The contract will be an “Indefinite Quantity” type with County requirements to be satisfied on an “as ordered” basis. The County makes no promise, real or implied, to order any quantity whatsoever. This invitation and resulting contract will provide for the normal requirements of DeKalb County, and contracts will be used as primary sources for the articles or services listed herein. Articles or services will be ordered from time to time in such quantities as may be needed. As it was impossible to determine the precise quantities of items described in this invitation that will be needed during the contract term, each contractor is obligated to deliver all articles and services that may be ordered during the contract term.

Page 31 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS VII.

DELIVERY: Delivery is required at any time on and around-the-clock, seven days a week basis. Generally, standard service requests can be dealt with in normal business hours. However, the nature of some of these needed work items also will require that the contractor be prepared to provide labor services outside of normal business hours. Normal business hours shall be considered from 7:00 a.m. to 3:30 p.m., Monday through Friday except for the County’s official holidays. Off-hours will include all other times Monday through Friday, and all day on Saturday, Sunday, and official holidays. The contractor will be expected to provide emergency responses and otherwise scheduled services during these periods when requested by the County. On occasion the County will request the contractor’s services on an emergency basis. The contractor shall be prepared to respond to such emergency calls on a 24 hour basis seven days per week. The County will make emergency requests by phone, fax, or e-mail. The contractor shall respond to the County within two (2) hours of the request and should be in the field for such emergency requests for repairs within three (3) hours from the time of the initial service request. Bidder must check and initial applicable blank below: Yes ______

VIII.

No ______

Bidder state below time required for his/her response to reach jobsite after emergency services are required by the County (Bidder state definite time and will not use such terms as “soon” or “as soon as possible”): _______________________________________________________________________________________

IX.

Bidder state what priority will be given to DeKalb County service calls for 1) regular service, and for 2) emergency service: ________________________________________________________________________________________

X.

FOREIGN PRODUCTS: DeKalb County prefers to buy items produced and/or manufactured in the United States of America; however, foreign products may be considered provided it is so stated. Bidder certifies that item(s) offered on this bid is/are manufactured and produced in the United States. Yes ______

No _____

If “No”, state the exact location of plant or facility where items will be produced _________________________________________________________________.

Page 32 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XI.

WARRANTY AND/OR GUARANTY: The bidder will state below or will furnish a separate letter attachment, which fully explains the conditions of Warranty and/or Guaranty. If no Warranty and/or Guaranty are applicable, it must be so stated. NOTE: FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY RESULT IN THE BID BEING DEEMED NON-RESPONSIVE. , .

XII.

BID BOND (TO BE FURNISHED BY ALL BIDDERS WITH THEIR BID): Attached hereto is Bid Bond with the

(Name and Address of Surety) a surety company listed in the Federal Register and licensed to write surety insurance in the State of Georgia, payable to the Director of Finance of DeKalb County, Georgia (or certified check), in the amount of ten percent (10%) of the amount bid. Company checks, personal checks, or cash will not be accepted. Facsimile Bonds will not be accepted. If this proposal shall be accepted by DeKalb County and the undersigned shall fail to accept the award and contract and give satisfactory Performance and Payment Bonds as stated in the Invitation to Bid within fifteen working days from the date of notification of acceptance by the County, then the County may at its option determine that the undersigned abandoned the contract and thereupon this proposal shall be null and void, and the sum stipulated in the attached bid Bond (or certified check) shall be forfeited to the County as liquidated damages.

XIII.

PERFORMANCE AND PAYMENT BONDS (TO BE FURNISHED BY SUCCESSFUL BIDDER ONLY): A.

Performance Bond: Successful contractor is required, as a condition precedent to the execution of the contract, to furnish to DeKalb County a Performance Bond in the penal sum equal to one hundred percent (100%) of the Contract Price. The bond to be furnished on DeKalb County Purchasing Form No. 26 (attached). Bidder state name of Federally Registered Surety licensed to write surety insurance in the State of Georgia, if awarded: ______________________________________________________________________________.

Page 33 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS B.

Payment Bond: Successful contractor is required, as a condition precedent to the execution of the contract, to furnish to DeKalb County a Payment Bond in the penal sum of one hundred percent (100%) of the Contract Price. The bond to be furnished on DeKalb County Purchasing and Contracting Form No. 23

(attached).

Bidder state name of Federally Registered Surety licensed to write surety insurance in the State of George, if awarded: ______________________________________________________________________________. XIV.

EXPERIENCE: Bidder certifies that bidder has had a minimum of five (5) years of successful experience in the type of work specified, and that the project foreman has a minimum of three (3) years of experience in the type of work specified: Yes _________ No __________

XV.

REFERENCES -- Bidder supply information about at least three (3) contracts of similar or greater magnitude bidder has performed, listing customer name and address, person to contact, and telephone number for each reference: (1)

CUSTOMER NAME: ___________________________________________________________ ADDRESS: ___________________________________________________________________ PERSON TO CONTACT: ________________________________________________________ TELEPHONE NUMBER: _________________________________________________________

(2)

CUSTOMER NAME: ____________________________________________________________ ADDRESS: ____________________________________________________________________ PERSON TO CONTACT: ________________________________________________________ TELEPHONE NUMBER: _________________________________________________________

(3)

CUSTOMER NAME: ____________________________________________________________ ADDRESS: ____________________________________________________________________ PERSON TO CONTACT: ________________________________________________________ TELEPHONE NUMBER: _________________________________________________________

Page 34 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XVI.

USUAL & CUSTOMARY RATES FOR SERVICE & REPAIR CONTRACTS: In Indefinite Quantity Contracts for maintenance, repair, and services where some items’ total costs are not fixed, but are based upon time and materials only; then, DeKalb County reserves the right to verify that the Successful Bidder’s prices are not in excess of usual and customary rates typically charged in the industry for the work requested. Should the County discover that the Successful Bidder is charging in excess of the usual and customary rates, then the County reserves the right to award such work outside the contract. In all such cases, Successful Bidder shall furnish the County with a not-to-exceed cost and completion time before beginning any work. At no time will Successful Bidder begin any work without prior approval from the Department or Division using the contract.

XVII.

CORRECTION OF WORK: The successful bidder will promptly correct all work rejected by the County as faulty, defective, or failing to conform to the Minimum Specifications and/or to consensus standards adopted by both government and industry governing the repairs, whether observed before or after substantial completion of the work, and whether or not fabricated, installed, or completed. The successful bidder will bear all costs of correcting such rejected work.

XVIII. FAMILIARITY WITH THE WORK: Bidder acknowledges, by signing the bid documents, full understanding of the extent and nature of the work required and the conditions surrounding the performance.

XIX.

FAILURE TO PERFORM: If the contract terms and conditions are not met, the County reserves the right to purchase commodities or services covered by this contract elsewhere if available from an alternate source. Should the successful bidder fail to provide services when ordered, and in accordance with the General Terms and Conditions, the Minimum Specifications, and any other requirements contained herein; the County will have the right to procure services elsewhere.

XX.

PERMITS AND LICENSES: In the performance of the contract, Contractor must comply with all relevant Federal, State, City, and County regulations and ordinances and must obtain all applicable Licenses and/or Permits. Contractor is responsible for paying any fees associated with obtaining any such licenses and/or permits.

XXI.

Associate Director, Public Works, DeKalb County Facilities Management, or his delegated representative, is the designated and authorized agent for performing the supervision, acceptance of work detail, and other operational features for DeKalb County.

XXII. ESCALATION CLAUSE: During the life of the contract, the successful bidder shall furnish price lists to the County for his/her increases and those of his/her supplier (e.g. factory) increases, as and if prices are changed. Furnish also a list of his/her supplier’s (e.g. factory) prices that had been in effect during bidder’s earlier prices; so that County can see the difference. Price change will be in effect only after receipt and approval of one copy of these price lists, (or catalogs), by the Dekalb County Purchasing and Contracting Department, (except as provided for reductions in Purchasing and Contracting Form #4). Price lists and changes thereto are to be furnished under the contract and without charge to the County. Catalogue(s) or Price List(s) are to be submitted to Purchasing and Contracting Department Director, Maloof Administration Building, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030.

Page 35 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XXIII. SILENCE OF SPECIFICATIONS: The apparent silence of these specifications and any supplemental specifications as to any details, or the omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement, with County interpretation to prevail. XXIV.

BRAND NAME OR TRADE NAME/MARK INSTRUCTIONS: If items in this Invitation to Bid have been identified, described, or referenced in the Invitation to Bid by a "brand name" or Trade Name/ Trade Mark description, such identification is intended to be descriptive, but not restrictive, and is to indicate quality and characteristics of products that may be offered. Unless the bidder clearly indicates in his bid that he is offering a product of another name or manufacturer, his bid may be considered as offering the item exactly as referenced in the Invitation to Bid. (a). If the bidder proposes to furnish another product, the Brand/Trade name, if any, of the product to be furnished shall be inserted in the space provided in the Invitation to Bid, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the County and will be based on information furnished by the bidder or identified in his bid as well as other information reasonably available to the Department of Purchasing and Contracting. The decision of the County is to be final. CAUTION TO BIDDERS: The Department of Purchasing and Contracting is not responsible for locating or securing any information, which is not identified in the bid and reasonably available to the Department of Purchasing and Contracting. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his bid all descriptive material (such as cut-sheets, illustrations, drawings, or other information) necessary for the Department of Purchasing and Contracting to: (i) determine whether the product offered meets the minimum requirements of the Invitation to Bid and (ii) establish exactly what the bidder proposes to furnish and what the County would be binding itself to purchase by making an award. (b). If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation to Bid, he shall (i) include in his bid a clear description of such proposed modifications and (ii) clearly mark any descriptive material to show the proposed modifications. Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation to Bid will not be considered.

XXV. LITERATURE: Bidder is required to furnish, with this bid, literature describing the item(s) being offered. Failure to furnish this literature may result in the bid being unconsidered. XXVI. ESCALATION CLAUSE: During the life of the contract, the successful bidder shall furnish price lists to the County for his/her increases and those of his/her supplier (e.g. factory) increases, as and if prices are changed. Furnish also a list of his/her supplier’s (e.g. factory) prices that had been in effect during bidder’s earlier prices; so that County can see the difference. Price change will be in effect only after receipt and approval of one copy of these price lists, (or catalogs), by the Dekalb County Purchasing and Contracting Department, (except as provided for reductions in Purchasing and Contracting Form #4). Price lists and changes thereto are to be furnished under the contract and without charge to the County. Catalogue(s) or Price List(s) are to be submitted to Purchasing and Contracting Department Director, Maloof Administration Building, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030.

Page 36 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XXVII. PRICE REDUCTIONS: If at any time after the date of the bid or offer, the Contractor makes a general price reduction in the comparable price of any article or service covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to the contract for the duration of the contract period (or until the price is further reduced). Such price reduction shall be effective at the same time and in the same manner as the reduction in the price to customers generally. For purpose of this provision, a "general price reduction" shall mean any reduction in the price of an article or service offered: (1) To Contractor's customers. (2) In the Contractor's price schedule for the class of customers; i.e., wholesalers, jobbers, retailers, etc., which was used as the basis for bidding on this contract. An occasional sale at a lower price, or sale of distressed merchandise at a lower price, would not be considered a "general price reduction" under this provision. The Contractor shall invoice the County at such reduced price indicating on the invoice that the reduction is pursuant to the "Price Reductions" article of the contract provisions.

XXVIII. OPTION TO AUDIT: Successful bidder will be required to maintain complete records during the life of the contract and for a period of one year after completion of the contract. Such records are to be made available to the County if officially requested, to be audited by a designated County auditing staff. If such audits reveal overcharges and/or undercharges, such will be adjusted and compensation made by either party to correct charges. XXIX. TORT IMMUNITY: No officer, employee, or agent of the County acting within the scope of his/her employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered because of any act, event, or failure to act. XXX. 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 to be public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. § 50-18-7- 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.

Page 37 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XXXI.

CONTRACTOR’S HOLD HARMLESS AGREEMENT: A. ENTER BIDDER’S FULL LEGAL FIRM NAME ON THE FIVE BLANK LINES BELOW: shall be responsible from the time of signing the CONTRACT, or from the time of the beginning of the first work, whichever shall be the earlier, for all injury or damage of any kind resulting from this work to persons or property, including employees and property of the COUNTY. shall exonerate, indemnify, and save harmless the COUNTY from and against all claims or actions, and all expenses incidental to the defense of any such claims, litigation, and actions, based upon or arising out of damage or injury (including death), to persons or property caused by or sustained in connection with the performance of this CONTRACT; and shall assume and pay for, without cost to the COUNTY, the defense of any and all claims, litigation, and actions suffered through any act or omission of , or any subcontractor or anyone directly or indirectly employed by or under the supervision of any of them. The expressly agrees to defend against any claims of actions filed against the COUNTY where such claims or actions involves, in whole or in part, the subject of indemnity contained herein, whether such claims or actions are rightfully or wrongfully brought or filed. shall furnish the following insurance requirements along with contract documents sent to the COUNTY for execution. If bidder is awarded service or installation under contract based upon this Invitation to Bid, the following two paragraphs shall apply.

B. INSURANCE REQUIREMENTS (TO BE FURNISHED BY SUCCESSFUL BIDDER ONLY): See DeKalb County Purchasing and Contracting Form No. 25.

C. Successful vendor shall mail insurance documents referenced in “INSURANCE REQUIREMENTS” paragraph to: DeKalb County Department of Purchasing and Contracting The Maloof Center, 2nd Floor 1300 Commerce Drive Decatur, Georgia 30030

Page 38 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XXXII. PAYMENT: Invoice charges, if any, are to be accumulated and paid a minimum of once each month. Invoices are to be signed by the Contractor or authorized delegate, and must contain the authorizing DeKalb County Purchase Order Number to be processed for payment. Purchase Order Number must also be on Delivery Ticket. Invoice must be mailed or sent to: (1) Accounting Services Division DeKalb County Finance Department Maloof Building 1300 Commerce Drive 3rd Floor Decatur, GA 30030 (2)

with a copy mailed to Department or Division utilizing the Contract, and

(3)

a COPY of the invoice(s) must be submitted with completed Prime Contractor LSBE (Local Small Business Enterprise) Utilization Report and LSBE Sub-Contractor Report to: Contract Compliance Division 1300 Commerce Drive 2nd Floor Decatur, GA 30030

NOTE:

In the event of a change in name and/or address by contractor’s company, (whether due to relocation, sale to another company or other causes), payment cannot be made under this contract until DeKalb County is properly notified in writing of such change; with notification sent (1) to the Finance Department Accounting Services Division, (2) to the Department of Purchasing & Contracting and (3) to the using Department Director, so that necessary changes can be made to computer records for future mailings. The payment terms adopted by DeKalb County are Net 30 unless otherwise established by law or by contract. Bidders may obtain more favorable payment terms by offering time payment discounts when they submit their sealed bids. Bidder states payment terms, including time payment discount(s): _______________________________________________________

XXXIII. BUSINESS LICENSE: Bidders shall submit with bid, a copy of their valid company business license. If the Bidder is a Georgia corporation, Bidder shall submit a valid county or city business license. 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 their valid business license issued by their home jurisdiction. If Bidder holds a professional certification which is licensed by the state of Georgia, then Bidder shall submit a copy of their valid professional license. Any license submitted in response to this requirement shall be maintained by the Bidder for the duration of the contract.

Page 39 of 54

Invitation 3003340 GENERAL TERMS AND CONDITIONS XXXIV.

“FIRST SOURCE” JOBS ORDINANCE: The DeKalb County First Source Ordinance requires contractors or entities employing 15 or more employees 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, 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 $50,000.00 or more in County expenditures or committed expenditures to make a good faith effort to hire DeKalb County residents for at least 50% of entry level jobs using the First Source Registry. For more information on this Ordinance requirement, please contact DeKalb Workforce Development at 404-687-3400.

XXXV.

CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization that in connection with this procurement: (a) The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor, (b) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor: and (c) No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition.

XXXVI.

ETHICS 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. Additionally, every contractor who conducts business with the County will receive a copy of these ethical rules at the time of execution of the contract. XXXVII.

XXXVIII.

Bidder is cautioned to make his bid complete and to furnish all information and details required by these specifications. Failure to comply may result in the bid being unconsidered due to incompleteness.

This Invitation to Bid consists of 54 pages: FAILURE TO RETURN ALL PAGES IN CORRECT NUMERICAL ORDER MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE.

End General Terms and Conditions

Page 40 of 54

Invitation 3003340 P & C Form 33, p. 1, Rev. 7/15/2014

CONTRACTOR & SUBCONTRACTOR EVIDENCE OF COMPLIANCE: (1)

County contracts for the physical performance of services within the state of Georgia shall include the following provisions: 1 a.

the contractor has registered with and is authorized to use the federal work authorization program to verify information on all newly hired employees or subcontractors;

b.

by affidavit, the contractor must attest to the contractor’s name, address, user identification number, date of authorization, and verification of the continual participation throughout the contract period, and

c.

the affidavit shall become a part of the covered contract and must be attached.

(2)

No contractor or subcontractor who enters into a contract with the County shall enter into such a contract or subcontract in connection with the physical performance of services within Georgia unless the contractor or subcontractor registers and participates in the federal work authorization program to verify information of all newly hired employees. Any employee, contractor, or subcontractor of such contactor or subcontractor shall also be required to satisfy the requirements of O.C.G.A. § 13-10-91, as amended.

(3)

Upon contracting with a new subcontractor, a contractor or subcontractor shall, as a condition of any contract or subcontract entered into pursuant to O.C.G.A. § 13-10-91, as amended, agree to provide the County with notice of the identity of any and all subsequent subcontractors hired or contracted by the contractor or subcontractor. Such notice shall be provided within five (5) business days of entering into a contract or agreement for hire with any subcontractor. Such notice shall include an affidavit from each subsequent contractor attesting to the subcontractor’s name, address, user identification number, and date of authorization to use the federal work authorization program.

(4)

An affidavit shall be considered an open public record; provided, however, that any information protected from public disclosure by federal law or by Article 4 of Chapter 28 of Title 50 shall be redacted. Affidavits shall be maintained by the County for five years from the date of receipt.

(5)

To verify compliance, the contractor agrees to participate in random audits conducted by the Commissioner of the Georgia Department of Labor. The results of the audits shall be published on the www.open.georgia.gov website, and on the Department of Labor’s website no later than December 31 of each year.

(6)

Any person who knowingly and willfully makes a false, fictitious, or fraudulent statement in an affidavit submitted pursuant to O.C.G.A. § 13-10-91 shall be guilty of a violation of Code § 16-10-20 and, upon conviction, shall be punished as provided in such section. Contractors and subcontractors convicted for false statements based on a violation of such section shall be prohibited from bidding on or entering into any public contract for twelve (12) months following such conviction.

________________________ 1

O.C.G.A. § 13-10-91, as amended

Page 41 of 54

Invitation 3003340 P & C Form 33, p. 2, Rev. 7/15/2014

CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the bidder submitting a bid, contractor, 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 (Bidder’s Name)

____________________________________ Federal Work Authorization Enrollment Date

______________________________________________ Title of Authorized Officer or Agent of Bidder

____________________________________ Identification Number

______________________________________________ Printed Name of Authorized Officer or Agent

______________________________________________ Company Name & Address (do not include a post office box)

SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______________ DAY OF _______________________, 20__

____________________________________________________ Notary Public My Commission Expires: _______________________________

Page 42 of 54

Invitation 3003340 P & C Form 33, p. 3, Rev. 7/15/2014

SUBCONTRACTOR AFFIDAVIT

By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the subcontractor, firm, or corporation which is engaged in the physical performance of services under a contract with _________________________________name of contractor) on behalf of DEKALB COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 1310-91, as amended]. The affiant agrees to continue to use the federal work authorization program throughout the contract period.]

______________________________________________ BY: Authorized Officer or Agent (Bidder’s Name)

____________________________________ Federal Work Authorization Enrollment Date

______________________________________________ Title of Authorized Officer or Agent of Bidder

____________________________________ Identification Number

______________________________________________ Printed Name of Authorized Officer or Agent

______________________________________________ Company Name & Address (* do not include a post office box)

SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______________ DAY OF _______________________, 20__

____________________________________________________ Notary Public My Commission Expires: _______________________________

Page 43 of 54

Invitation 3003340 Purchasing & Contracting Form No. 7, Rev. 01-31-07, – Page 1

SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION and Minority Business Enterprise/Women Business Enterprise 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 Local Small Business Enterprise Ordinance. PROVISIONS OF LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE Amount of LSBE Participation Required 20% of Total Award LSBE Within DeKalb (LSBE-DeKalb) LSBE Outside DeKalb (LSBE-MSA)

Request For Proposals (RFP) Ten (10) Percentage Points Five (5) Percentage Points

Invitations To Bid (ITB) Ten (10) Percent Preference Five (5) Percent Preference

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) percentage points in the initial evaluation of their response to any Request for Proposal and a ten (10) percent preference on all responses to any Invitation to Bid. Certified LSBEs located outside of DeKalb County but within the ten (10) County Metropolitan Statistical Area (MSA) consisting of Cherokee, Clayton, Cobb, DeKalb, Douglas, Fayette, Fulton, Gwinnett, Henry and Rockdale Counties shall receive five (5) percentage points in the initial evaluation of their response to any Request for Proposal and a five (5) percent preference on all responses to any Invitation to Bid. 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 “A”.) For all contracts, a signed letter of intent from all certified LSBEs describing the work, material, equipment and/or services to be performed or provided by the LSBE(s) and the agreed upon dollar value shall be due with the bid or proposal documents and included with Exhibit “A”. The certified vendor list compiled by the Contract Compliance Division, Purchasing and Contracting Department, DeKalb County Government establishes the group of Certified LSBE’s from which the bidder/proposer must solicit subcontractors for LSBE participation. Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in accordance with the attached “Checklist for Good Faith Efforts” portion of “Exhibit A.” Failure to achieve the LSBE benchmark or demonstrate good faith efforts may result in a bid or proposal being rejected. The notarized Schedule of LSBE Participation shall be due and submitted with each bid or proposal. Failure to complete and submit the notarized Schedule of LSBE Participation may result in a bid or proposal being rejected. 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 are also required to certify that all 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 may constitute a material breach of contract, entitling the County to terminate the Contract for default or pursue other remedies. LSBE subcontractors must submit a detailed report of their sub-contracting activity for each County contract they participate in. Sample Report Forms are attached as Exhibit C. For eligible bids over $5,000,000.00, The Director of Purchasing and Contracting or designee will determine if the Mentor-Protégé provision of the Ordinance will apply. 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, including Local Small Business Enterprises (LSBE), Minority Business Enterprises (MBE) and Women Business Enterprises (WBE). To achieve this purpose, the County would like to track and record information about participating vendors. The attached “Exhibit A,” also records who performs work and renders services to the County. Contractors are requested to indicate whether they are a LSBE, MBE or WBE and list the level of participation by subcontractors designated as such on each solicitation. COMPLETION OF THIS ENTIRE FORM IS MANDATORY

Page 44 of 54

Invitation 3003340 P & C Form No. 7, Rev. 1-31-07, – Page 2

“EXHIBIT A” SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION MINORITY /WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM As specified, Bidders and Proposers are to present the details of LSBE, MBE AND WBE participation below: PRIME BIDDER/PROPOSER_____________________________________ SOLICITATION NUMBER: TITLE OF UNIT OF WORK 1.

My firm, as the prime bidder/proposer on this unit of work, is a certified (check all that apply): ____LSBE-DeKalb ____LSBE-MSA ____MBE

____ WBE.

2.

If you are a Certified LSBE, MBE or WBE, please indicate below the portion of work (including the percentage of the amount bid/proposal) 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 financial participation to be provided by the LSBE, MBE or WBE joint venture firm.

LSBE, MBE, and/or WBE subcontractors and/or firms (including suppliers) to be utilized in performance 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 dollar value. A Letter of Intent form is attached hereto as Exhibit “B”. •

Name of Contractor Address Contact Person____________________________________________________Telephone Fax ____________________________ Email Check all that apply: ___LSBE-DeKalb, ___ LSBE-MSA, ___MBE, ___WBE; Attach proof of LSBE, MBE and/or WBE certification. Type of Work/Contract Item Percentage of Work or Estimated Contract Award Amount to be performed



Name of Contractor Address Contact Person____________________________________________________Telephone Fax ____________________________ Email Check all that apply: ___LSBE-DeKalb, ___ LSBE-MSA, ___MBE, ___WBE; Attach proof of LSBE, MBE and/or WBE certification. Type of Work/Contract Item Percentage of Work or Contract Award Amount to be performed

(Please use separate page to list additional LSBE, MBE or WBE subcontractors and/or firms [including suppliers] to be utilized in

performance of this contract, if awarded.)

COMPLETION OF THIS ENTIRE FORM IS MANDATORY

Page 45 of 54

Invitation 3003340 P & C Form No. 7, Rev. 1-31-07, – Page 3

DEKALB COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder/proposer that does not meet the owner’s LSBE participation benchmark is required to demonstrate that it made “good faith efforts.” Please indicate whether or not any of these actions were taken.

1.

2.

Yes

No

____

____

Advertisement for solicitation of Local Small Business Enterprises in general circulation media, trade association publications, and minority-focus media, to provide notice of subcontracting opportunities.

____

Advertisement in general circulation media at least seven (7) calendar days prior to bid or proposal opening any and all sub-contractor opportunities. Proof of advertisement must be submitted with the bid or proposal.

____

3.

____

____

Provided interested LSBEs with timely, adequate information about the plans, specification, and other such requirements of the contract to facilitate their quotation and conducted follow up to initial solicitations.

4.

____

____

Provided written notice to LSBEs that their interest in sub-contracting opportunities or furnishing supplies is solicited. Provide a contact log showing the name, 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 and the amount of the quoted price if one was obtained.

5.

____

____

Efforts made to divide the work for LSBE sub-contracting in areas likely to be successful and 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 work of a contract with its own organization does not relieve it of the responsibility to make good faith efforts on all scopes of work subject to subcontracting.

6.

____

____

Efforts made to assist potential LSBE sub-contractors 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(s) could not readily and economically obtain them in the marketplace.

7.

____

____

Utilization of services of available minority community organizations, minority contractor groups and other organizations that provide assistance in the recruitment and placement of LSBEs.

8.

____

____

Communication with the Contract Compliance Division seeking assistance in identifying available LSBEs.

9.

____

____

Joint venture opportunities.

10.

____

____

Other actions (specify): _________________________________________________)

Please explain any “No” answers (by number) . . This list is a guideline and by no means exhaustive. The County will review these efforts, along with other documents, towards assessing the bidder/proposer’s efforts to meet the owner’s LSBE Participation benchmark. If you require assistance in identifying certified, bona fide LSBEs, please contact the Purchasing and Contracting Department, Contract Compliance Division at (404) 371-4795. A copy of the list of LSBEs certified by the DeKalb County Government, Purchasing and Contracting Department, Contract Compliance Division is available on our website at www.yourdekalb.com.

COMPLETION OF THIS ENTIRE FORM IS MANDATORY

Page 46 of 54

Invitation 3003340 P & C Form No. 7, Rev. 1-31-07, – Page 4

DEKALB COUNTY LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION MINORITY/WOMEN BUSINESS ENTERPRISE 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 Contracting Department. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of Contractors and their subcontractors. 1. Non-Discrimination Policy a. During the performance of this agreement, Contractor agrees to conform to the following Non-Discrimination Policy adopted by the County. b. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or disability. The Contractor will take action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, national origin, or disability. Such action shall include, but not be limited to, the following: (1) Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided setting forth provisions of this non-discrimination clause. (2) Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, or disability. c. Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the admission or access to, or treatment or employment in, the programs and activities, which form the subject of the contract. The Contractor will take action to ensure that applicants for participation in such programs and activities are considered without regard to disability. Such action shall include, but not be limited to, the following: (1) Contractor agrees to post in conspicuous places available to participants in its programs and activities notices to be provided setting forth the provisions of this non-discrimination clause. (2) Contractor shall, in all solicitations or advertisements for programs or activities, which are the subject of the contract, state that all qualified applicants will receive consideration for participation without regard to disability. 2. Commitment The undersigned certifies that he/she has read, understands, and agrees to be bound by the bid specifications, including the accompanying Exhibits and other terms and conditions of the Invitation to Bid and/or Request for Proposal regarding LSBE utilization. The undersigned further certifies that he/she is legally authorized by the bidder or responder to make the statements and representations in Exhibit A and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with the LSBE(s) listed in this Exhibit A, 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) Sworn to and Subscribed to before me this _____ day of _____________________, 200____. Notary Public My Commission Expires: COMPLETION OF THIS ENTIRE FORM IS MANDATORY

Page 47 of 54

Date

Invitation 3003340 P & C Form No. 7, Rev. ITB-8-21-12, – Page 5

“EXHIBIT B” LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR OR PROVIDE MATERIALS OR SERVICES This form must be completed by ALL known sub-contractors and submitted with the bid/proposal. Photocopies of this form are acceptable. Complete a separate form for each sub-contractor.

*To:

______________

_______ (Name of Prime Contractor Firm)

*From:

LSBE-DeKalb

(Name of Subcontractor Firm)

LSBE-MSA

MBE

WBE___

(*Check all that apply)

*ITB Number:

_____________

*Project Name:

_

The undersigned 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): Project Commence Date

*Description of Materials or Services

*% of Contract Award

*Estimated Dollar Amount

* This form is used for ITBs only and will be rejected if items with an asterisk are left blank. **Please note: LSBEs cannot be removed from a project without pre-approval from Contract Compliance.

Prime Contractor *Signature:

______

Sub Contractor *Signature:

____

*Printed Name:__________________________

*Printed Name: ________________________

*Title:

*Title:

____

*Date:

*Date:

____

Please Submit this Mandatory Form with Bid Documents Page 48 of 54

Invitation 3003340

Page 49 of 54

Invitation 3003340

Page 50 of 54

Invitation 3003340 Purchasing & Contracting Form No. 25, 7/28/00

INSURANCE REQUIREMENTS IMPORTANT NOTICE

IMPORTANT NOTICE

IMPORTANT — PLEASE READ CAREFULLY & FOLLOW INSTRUCTIONS LISTED HEREIN ____________________________________________________________________________________

I.

If the County sends to you notice of Award on this bid, take this form to your insurance agent as this form contains requirements that may be non-standard in the insurance industry.

II.

Instruct your insurance agent that the County’s requirements are listed in Section III, and that you must comply with these requirements before you may proceed with the work.

III.

Before the starting of any work, the successful contractor must furnish to DeKalb County certificates of insurance from companies doing business in Georgia and acceptable to the County as follows: 1.

Certificates must cover: •

Statutory Workers Compensation



Business Auto Liability Insurance with a minimum $500,000 Combined Single Limit/Each Occurrence (Including operation of non-owned, owned, and hired automobiles).



Commercial General Liability Insurance (1) (2) (3) (4) (5) (6) (7)

Each Occurrence - $1,000,000 Fire Damage - $250,000 Medical Expense - $10,000 Personal & Advertising Injury - $1,000,000 General Aggregate - $2,000,000 Products & Completed Operations - $1,500,000 Contractual Liability where applicable

2.

DeKalb County, GA shall be named as Additional Insured under any General Liability, Business Auto and Umbrella Policies using ISO Additional Insured Endorsement forms CG 2010 or its equivalent. Coverage shall apply as Primary and non-contributory with Waiver of Subrogation in favor of DeKalb County, Georgia.

3.

The insurance carrier must have a minimum rating of A or higher as determined by the rating firm A.M. Best.

4.

Certificates to contain policy number, policy limits and policy expiration date of all policies issued in accordance with this contract. (Continued)

Page 51 of 54

Invitation 3003340 Purchasing & Contracting Form No. 25, (page 2) 7/28/00

5.

Certificates to contain the location and operations to which the insurance applies.

6.

Certificates to contain successful contractor’s protective coverage for any subcontractor’s operations. If this coverage is included in General Liability, please indicate on the Certificate of Insurance.

7.

Certificates to contain successful contractor’s contractual insurance coverage. If this coverage is included in the General Liability, please indicate this on the Certificate of Insurance.

8.

Certificates are to be issued to: DeKalb County, Georgia DeKalb County Courthouse Decatur, Georgia 30030

9.

The successful contractor shall mail insurance documents listed in this form to: DeKalb County Department of Purchasing and Contracting The Maloof Center 2nd Floor 1300 Commerce Drive Decatur, Georgia 30030

10.

The successful contractor shall be wholly responsible for securing certificates of insurance coverage as set forth above from all subcontractors who are engaged in this work.

IV.

Ask your insurance agent to review the form after it is typed so that the form will not have to be returned because the typist omitted a policy number, some other obvious omission, or made a material typographical error.

V.

Your insurance company or agent must mail or bring an original coverage certificate to the address listed in Section III.9. Do not mail the certificates to DeKalb County Courthouse, Decatur, GA 30030.

VI.

Thank you for your cooperation, as it will enable you to proceed with the work in an expeditious manner.

Page 52 of 54

Invitation 3003340 Purchasing and Contracting Form #23

(Rev. 7-00)

PAYMENT BOND KNOWN ALL MEN BY THESE PRESENTS: That____________________________________ (hereinafter called the Principal), as Principal, and ___________________________________________________, a corporation of the State of ______________________________ with its principal office in the city of ___________________________________, (hereinafter called the Surety), as surety, are held and firmly bound unto DEKALB COUNTY, GEORGIA, (hereinafter called the Obligee), for the use and protection of all subcontractors and all persons supplying labor, machinery, materials, and equipment in the prosecution of the work provided for in the contract hereinafter referred to in the full and just sum of $__________________________________ Dollars, to the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their, and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract, dated the _____________day of __________________________ A.D., with the Obligee for, _____________________________ which Contract is by reference made a part hereof. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall faithfully perform said Contract according to its terms, covenants and conditions, and shall promptly pay all persons furnishing labor material for use in the performance of said Contract, then this obligation shall be void; otherwise it shall remain in full force and effect. ALL persons who have furnished labor, material, machinery or equipment for use in the performance said Contract shall have a direct right of action on this Bond, provided payment has to been made in full within ninety (90) days after the last day on which labor was performed, materials, machinery, and equipment furnished or the subcontract completed, as provided in O.C.G.A. 36-82-104. PROVIDED, HOWEVER, that no suit or action shall be commenced hereunder by any person furnishing labor or material having a direct contractual relationship with a subcontractor but no contractual relationship express or implied with Principal: Unless such person shall have given written notice to the Principal within ninety (90) days after such person did, or performed the last of work or labor, or furnished the last the last of the materials for which claim is made, stating with substantial accuracy the amount claimed and the name of party to whom the materials were furnished, or for whom the work or labor was done or performed. Such a notice shall be served by mailing the same by registered mail, postage prepaid, in an envelop addressed to the Principal, at any place where an office is regularly maintained for the transaction of business, or served in nay manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer. PROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one (1) year after the acceptance of this public works covered by the contract by the proper authorities. Signed, Sealed and Dated this ________ day of _____________________ , A.D. 20________

ATTEST: _____________________________

__________________________________(SEAL) Principal: By: ______________________________________

WITNESS: _____________________________

__________________________________(SEAL) Surety By: ______________________________________

Page 53 of 54

Invitation 3003340 Purchasing & Contracting Form 27 (Rev. 9/00)

GENERAL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we, _______________________________________________, as Principal, and __________________________________________________________________________as Surety, are held and firmly bound unto DeKalb County, Georgia, hereinafter called the Obligee, in the sum of __________________________________________ Dollars ($_________________) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors jointly and severally, firmly by these presents. The condition of this obligation is that Principal has entered into a certain written contract dated the _________ day of ______________________ , 20 __________, with Obligee, a copy of which contract is attached hereto and incorporated herein by reference. If Principal shall indemnify Obligee against any pecuniary loss resulting from the breach of any of terms, covenants, and conditions of such contract to be performed by Principal and to faithfully account for all funds received by the Principal pursuant to said contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect subject to the following conditions. This obligation shall run continuously and shall remain in full force and effect until and unless the bond is terminated as provided herein or as otherwise provided by law. This bond covers the original contract and all duly authorized modifications of said contract that may hereafter be made. Any deviations from, or modifications in the obligations of original contract may be made without the consent or knowledge of Surety and without in any way releasing Surety from liability under this bond, except that no change will be made which increases the total contract price more than twenty percent in excess of the original contract price without notice to the surety. The business for transaction of this bond shall be deemed to have taken place in the City of Decatur, DeKalb County, Georgia, and if any action or proceeding is initiated in connection with this bond and any of its obligations arising hereunder, the venue thereof shall be the Courts of the County of DeKalb, State of Georgia. 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. This bond shall be binding upon and inure to the benefit of the parties hereto, their successors, assigns, and legal representatives.

IN WITNESS WHEREOF, Principal and Surety have executed this bond at Decatur, Georgia this ______ day of __________________ , 20 _______ ATTEST:

_____________________________(SEAL)\ Principal

______________________________

By: ____________________________ _______________________________ Typed Name and Title

WITNESS:

_____________________________ (SEAL) Surety

_______________________________

By: ____________________________ ________________________________ Typed Name and Title

Page 54 of 54