An Analysis of Quality-of-Life Summonses, Quality-of-Life ...
Quality Education for Quality Life - Floyd County Schools€¦ · A GEORGIA CHARTER SYSTEM Quality...
Transcript of Quality Education for Quality Life - Floyd County Schools€¦ · A GEORGIA CHARTER SYSTEM Quality...
A GEORGIA CHARTER SYSTEM
Quality Education
for Quality Life BOARD OF EDUCATION
DAVID JOHNSON, CHAIR
TERRY WILLIAMSON, VICE CHAIR
BRIAN BARCOMB GEORGE BEVELS
DAVID COX
JEFF McDANIEL, Ed. D., SUPERINTENDENT
600 Riverside Parkway, N. E. • Rome, Georgia 30161-2938 • (706) 234-1031 • www.floydboe.net
Request for Proposal Commercial Solid Waste Collection and Disposal Service (Including Recycling) for the Floyd County School Facilities
Floyd County Schools is soliciting proposals for the management of the commercial solid waste removal for all buildings operated by the school system, including 20 school campuses, central office complex, and the operations offices. This proposal requires that all locations must be serviced so that all containers at each location are emptied according to the provided schedule outlined in this proposal. The facilities are located throughout the county in different locations. All employees that are to be utilized by the prospective contractor shall be subject to criminal background checks and fingerprinting, which is currently required for prospective candidates for employment in the Floyd County School System. Floyd County reserves the right to accept or reject any or all candidates based on the results of the background checks. Floyd County also reserves the right to accept or reject any or all proposals. Each proposal will be evaluated on published criteria. The contract may not be awarded to the lowest proposal, but the proposal that best meets the needs of the Floyd County Schools. Bids will be opened at 2:00 PM on June 27, 2013, at the offices of the Floyd County Board of Education, 600 Riverside Parkway, Rome, Georgia. Proposal packets can be downloaded from our website or obtained by contacting: Sam Sprewell Chief of Operations Floyd County Schools 600 Riverside Parkway, N.E. Rome, Georgia 30161-2938 706-234-1031 [email protected]
1
REQUEST FOR PROPOSAL (RFP)
FOR
COMMERCIAL SOLID WASTE COLLECTION AND
DISPOSAL SERVICE
(INCLUDING A RECYCLING PROGRAM)
FLOYD COUNTY BOARD OF EDUCATION
600 RIVERSIDE PKWY, NE
ROME, GA 30161
JUNE 3, 2013
Proposals Due: June 27, 2013
BY 2:00 P.M.
2
SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS
1. INTRODUCTION a. To be entitled to consideration, sealed proposals shall be presented in accordance with the
instructions of this solicitation and within the time constraints stated.
b. Sealed proposals consisting of one (1) original and two (2) copies will be mailed or delivered to
the office of Mr. Sam Sprewell, Floyd County Board of Education, 600 Riverside Pkwy, NE, Rome,
GA 30161. Proposals are due on or before 2:00 p.m. on June 27, 2013
c. Proposals received after the date and time specified will not be considered.
d. The Floyd County Board of Education (FCBOE) reserves the right to accept or reject any or all
proposals and to waive minor irregularities and technicalities. The judgment of the FCBOE on such
matters shall be final.
2. REQUEST FOR PROPOSAL PROCESS: This solicitation is a Request For Proposal (RFP). In using this method for solicitation we are asking
the marketplace for its best effort in seeking a “best value” solution to our requirement. The Vendor
provided proposal(s) will be evaluated by an evaluation committee. Vendor(s) should make their
best effort to satisfy the requirements at their best price because a contract may be awarded based on
the initial evaluation. The Owner reserves the right to ask for clarity of the terms with any firm
should the Owner need clarification regarding the proposal. If the lowest overall price is out of range
of FCBOE’s budget, the School System reserves the right to negotiate with the Vendor whose
proposal is deemed the “best value” for the System. If an agreement cannot be reached, the System
may go to the next Vendor on the list until a satisfactory final deal can be reached with a Servicer.
If approved by the Board and if other matters (insurance, etc.) are settled, a contract will be awarded.
SUBJECT: GARBAGE/RECYLING COLLECTION SERVICE RFP
You are invited to submit sealed proposals for a contract to provide the FCBOE with
garbage/recycling collection service. The company awarded the contract is expected to begin
collection services on July 3, 2013. If you are unable to meet these criteria, please do not submit
a proposal for this contract. Also note further requirements under the following general
conditions:
GENERAL CONDITIONS
1. TIME AND PLACE: The FCBOE will receive proposals until 2:00 p.m. on June 27, 2013 at
600 Riverside Parkway Rome GA 30161. Late proposals will not be considered.
2. PROPOSAL FORM: Each proposal must be submitted on the provided proposal forms.
3
3. SEALED PROPOSAL REQUIREMENT: Each proposal must be submitted in a sealed
envelope addressed to Mr. Sam Sprewell, Chief of Operations, Floyd County Board of Education
600 Riverside Parkway NE, Rome GA 30161. Each sealed envelope containing a proposal must
be plainly marked on the outside “GARBAGE/RECYCLING COLLECTION SERVICE
RFP”, and the envelope must bear on the outside the name and complete address of the vendor.
If forwarded by mail, the sealed envelope containing the proposal must be enclosed in another
envelope addressed to:
Mr. Sam Sprewell
Chief of Operations
Floyd County Board of Education
600 Riverside Parkway NE
Rome GA 30161
4. SERVICE REQUIREMENT: The successful vendor agrees to accomplish all work covered
by these specifications.
5. NON-WITHDRAWAL PERIOD: Request for Proposals may not be withdrawn for a period
of thirty (30) days from date of Proposal opening.
6. RIGHT TO RE-BID: The FCBOE reserves the right to reject any and all proposals. The right
is reserved to reject any and all quotations, to omit any items called for or to accept the proposal
deemed best for the FCBOE.
7. REJECTION OF PROPOSALS: The FCBOE reserves the right to reject, in whole or in
part, any and all proposals received, to waive any technicalities, or to negotiate any term(s) or
provision(s) of such proposals, such rejection, waiver, or negotiation to be accomplished in any
manner necessary to serve the best interests of the FCBOE. The FCBOE also reserves the right
to be the sole judge of the suitability of any and all proposals for use by the FCBOE. The
FCBOE reserves the right to reject or otherwise disregard, in whole or in part, any ambiguous
proposals or proposals which are uncertain as to terms or compliance with specifications.
8. AWARD METHOD: The FCBOE reserves the right to award complete proposal based on
either a one (1) year, three (3) year or five (5) year basis in accordance with State of Georgia
guidelines. The proposal shall be awarded for the period of time chosen by the FCBOE after
reviewing the proposals.
9. CANCELLATION: In the event at any time during the contract period the vendor cannot
provide acceptable service, the FCBOE reserves the right to terminate the agreement and make
other arrangements for services.
10. CONDITIONS ALLOWING REMOVAL FROM BID LIST: Any of the following
conditions, depending on severity, may cause removal from the bid list:
a) Failure to make timely services
b) Attempt to deliver substitutions
4
c) Failure to comply with the terms of the contract
11. BILLING: All invoices for the garbage/recycling contract are to be sent to the FCBOE 600
Riverside Parkway NE, Rome GA 3016.
I. SCOPE OF SERVICE
(1) Vendor is to collect all garbage and recyclable materials from dumpsters owned by the
FCBOE located at 21 sites throughout Floyd County on the exact days year round as outlined in
attached Service Locations and Schedule. Price for all transportation, labor and materials
must be included in the annual service price proposal.
(2) Vendor is to collect bulky waste from a designated area at school facilities on a monthly
basis. Items include broken desks, furniture and other bulky materials not suitable for front load
service. Price for all transportation, labor and materials must be included in the annual service
price proposal.
(3) Vendor shall provide all transportation, labor and materials to refurbish all FCBOE's
dumpsters within the first 8 months of the contract. A detailed list of dumpster refurbishing
requirements is listed on the attached DUMPSTER REFURBISHING REQUIREMENTS. Price
for all transportation, labor and materials must be included in the annual service price proposal.
(4) The FCBOE intends to continue a recycling program system wide. Your administration of a
recycling program is required to bid on this RFP.
II. DESCRIPTION OF SPECIFICATIONS:
(1) The vendor shall furnish all labor, equipment and materials in performing all operations
related to the refurbishing of Floyd County School's dumpsters and the collection of
garbage/recycling/bulky waste located at designated schools, stadiums, offices, and departments
for the FCBOE.
(2) The vendor shall provide state-approved refuse-collection vehicles in the performance of
these specifications. Vehicles shall be front loading with complete enclosed containers for trash
removal and disposal.
(3) Vehicles shall be radio dispatched from a central control station. Vendor shall show proof of
current C.D.L. licenses (commercial driver’s license) for all employees employed in the capacity
of refuse disposal for the FCBOE.
(4) Vendor shall show proof of current E.P.A. license for trash removal as well as evidence of
current general liability coverage on vehicles and property. Vendor shall also show proof of
current policy covering Workman’s Compensation and a valid Department of Transportation
number.
5
(5) The vendor must provide an employee’s name and telephone number to troubleshoot solely
for the FCBOE. This contact person will be available weekdays during the hours of 6 A.M. to
5:00 P.M. There must not be an answering machine or voice mail that instructs the caller
to wait for service or to leave a number for returning calls. There must be an immediate
response to requests for emergency pickups or dumpsters that have not been picked up according
to schedule. This will include any containers designated regular trash or cardboard/co-mingle
recycling.
(6) The vendor shall refurbish approximately ninety-three (93) dumpsters for the purpose of
garbage/recycling collection from the designated schools, stadiums, offices, and departments for
the FCBOE. The service period of this contract shall begin on July 3, 2013, and end on June 30,
2014, for a one (1) year contract. The service period of this contract shall begin on June 27,
2013, and end on June 30, 2016, for a three (3) year contract. The service period of this contract
shall begin on July 3, 2013, and end on June 30, 2018, for a five (5) year contract.
(7) The vendor shall empty each dumpster completely. Dumpsters lids shall be in operable
condition and be maintained by the vendor. Dumpsters shall be pressure washed annually or as
needed.
(8) The collected garbage must be delivered to any state approved disposal site. However,
the recyclable materials, cardboard and comingled must be collected in two segregated -
routes from the vendors other accounts and must be delivered to the Rome/Floyd County
Recycling Center. PROPOSALS SUBMITTED FOR BID CONSIDERATION MUST
INCLUDE ALL OPERATING AND DISPOSAL COSTS.
(9) The vendor shall be responsible for the area immediately surrounding the dumpster for
garbage/recyclable spillage.
(10)EACH MISSED DUMPSTER PICKUP WILL RESULT IN A $50 CREDIT PER
OCCURANCE. MISSED PICKUPS WILL BE EMPTIED BEFORE 8AM THE
FOLLOWING DAY.
(11) Additional pickups on front-load service must be included in the annual service price at no
additional charge. (NO EXTRA PULL CHARGES)
(12) Fuel surcharge. There will be no fuel surcharge adjustment made to the contract until the
monthly average price of diesel fuel reaches $4.60 as posted by the US Energy Information
Administration for the Lower Atlantic Region. At that time the energy fuel surcharge table
listed below will determine the percentage increase of monthly billing surcharge.
6
OIL/ENERGY SURCHARGE CHART
Fuel Price Range
Adjustment % /monthly Charge
$4.60 - $4.70 3.3900%
$4.71 - $4.80 3.9550%
$4.81 - $4.90 4.5200%
$4.91 - $5.00 5.0850%
$5.01 - $5.10 5.6500%
$5.11 -$5.20 6.2150%
$5.21 - $5.30 6.7800%
$5.31 - $5.40 7.3450%
$5.41 - $5.50 7.9100%
$5.51 - $5.60 8.4750%
$5.61 - $5.70 9.0400%
III. BILLING AND INVOICE SPECIFICATIONS:
(1) Invoices must be submitted to FCBOE by the 10th day of the following month. Payments to
the vendor will be made in a 30-day cycle period.
(2) Invoices for garbage/recycling services must be submitted in duplicate form.
(3) Invoices must not be sent to individual schools or offices. Invoices must be submitted by
mail to the FCBOE, Attention:
Sam Sprewell
Chief of Operations
600 Riverside Parkway NE
Rome GA 30161
(4) Payment will be made for actual scheduled collections only.
When it is determined scheduled collections have not been made, the amount for that collection
shall be deducted from the invoice before payment is made to the vendor.
7
PROPOSAL CONDITIONS
SECTION IV – OTHER
1. FCBOE NONDISCRIMINATION The Servicer, by the submission of a proposal or the acceptance of a contract, does agree that he will
not discriminate against any employee or applicant for employment because of race, color, religion,
sex, or national origin. The Servicer shall take appropriate action to ensure that applicants are
employed, and that employees are treated during employment without regard to their race, color,
religion, sex or national origin. Such action shall include, but not be limited to the following:
employment, upgrading, demotion, transfer, recruitment, layoff, termination, rates of pay or other
forms of compensation and training. In the event of the Servicer’s noncompliance with the
nondiscrimination policy of the FCBOE, any contract or purchase order may be canceled, terminated
or suspended in whole or in part and the Servicer may be declared ineligible to transact further.
2. DRUG-FREE WORKPLACE By submission of a proposal, the Vendor certifies that he/she will not engage in the unlawful
manufacture, sale distribution, dispensation, possession, or use of a controlled substance or drug
during the performance of the contract and that a drug-free workplace will be provided for the
Servicer’s employees during the performance of the contract. The Vendor also certifies that he will
secure from any subcontractor who works on the contract, written certification of the same drug free
workplace requirements. False certification or violation by failing to carry out requirements of
O.C.G.A. 50-24-3 may cause suspension, termination of contract, or debarment of such Vendor.
3. GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT The Servicer must comply with the Georgia Security and Immigration Compliance Act. By
submitting a proposal, the Servicer verifies that it is compliant with O.C.G.A. 13-10-91, stating
affirmatively that the individual, firm, or corporation which is contracting with the FCBOE 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 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.
The Servicer 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 FCBOE, the Vendor will
secure from such contractor(s) similar verification of compliance with O.C.G.A. 13-10-91 on the
Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Servicer
further agrees to maintain records of such compliance and provide a copy of each such verification to
the FCBOE at the time the subcontractor(s) is retained to provide the service should the System ask
for it to be provided.
4. CERTIFICATION OF NONCOLLUSION By submitting a proposal the Vendor certifies: “that this proposal is made without prior
understanding, agreement, or connection with any corporation firm, or person submitting a proposal
for the same materials, supplies, or equipment, and is in all respects fair and without collusion or
fraud. That collusive pricing is understood to be a violation of State and Federal law and can result in
fines, prison sentences, and civil damage awards.”
8
5. AUTHORIZED OFFICIAL It is agreed that all conditions of the proposal shall be abided and that the person signing this
proposal is authorized to sign the proposal for the Vendor.
6. SOLICITATION TERMINATION In any event in which this solicitation is terminated or cancelled, in whole or in part, or all proposals
are rejected, there shall be no liability on the part of FCBOE for any costs incurred by Vendors or
potential Vendors in relation to the solicitation.
7. RIGHTS AND REMEDIES The rights and remedies of FCBOE provided above shall not be exclusive and are in addition to any
other rights and remedies provided by law or under the contract.
9
ADDITIONAL CONDITIONS
1. CONTRACT TYPE The contract will be paid based on annual pricing established in the proposal.
The FCBOE reserves the right to reduce or increase the scope of the project if the lowest responsible
and responsive Vendor’s proposal is higher or lower than our budgeted amount for the project. The
FCBOE, at its sole discretion, reserves the right to increase or decrease the scope of work to facilitate
an award. This scope reduction clause will be enacted only if it is in the best interest of the FCBOE
and constitutes no guarantee of scope. The FCBOE reserves the right to add to the contract any future work, with the agreement of the
Servicer, at unit prices offered in this proposal.
2. CONTRACT TIMEFRAME The award of a contract resulting from this RFP shall be effective on full execution by both parties.
The services shall commence on July 3, 2013.
3. OTHER PROCEDURES (if applicable) A. HB 1079 shall govern in case of conflict with any terms and conditions of this document or
contracts awarded. http://www.legis.ga.gov/legis/1999_00/leg/fulltext/hb1079_ap.htm
4. RECEIPT OF ADDENDUM CLAUSE Proposers are encouraged to contact the Administrator prior to submitting a bid or proposal to
determine if any addendum has been issued which they have not received. However, FCBOE shall
not bear responsibility for receipt of addenda by mail. If proposers do not acknowledge receipt of all
addenda the bid or proposal may be determined to be non-responsive.
5. OWNER’S REPRESENTATIVE Supervision of the contract will be performed by the Owner’s Representative, Sam Sprewell, Chief
of Operations, FCBOE.
10
REQUEST FOR PROPOSAL
3. SPECIFICATIONS
1. Equipment
Servicer’s vehicles shall be in good repair, present a clean and uniform appearance and be equipped
with rear warning lights and other industry standard safety devices. All collection vehicles shall be
enclosed trucks and shall be watertight, drip-proof and in sanitary condition at all times.
Container doors and lids must be operable at all times. Servicer must replace worn out or damaged
dumpsters/parts upon request within five (5) business days. Outside containers used to dispose of
garbage and trash will be rodent-proof with tight-fitting lids and must have drain plugs in place at all
times. Containers shall be cleaned and/or deodorized when odor problems are present or upon request
by the FCBOE.
2. Personnel
Servicer shall only hire and employ individuals performing services hereunder with suitable
training, experience and skills to perform the services and the position to which such individual
is assigned. Servicer shall, at its expense, conduct (or cause to be conducted), in compliance
with all applicable laws, the following checks on each individual performing services
hereunder:
a. a background check, including the: (i) name and all names used in the previous seven years,
(ii) date of birth, (iii) city, state, and country of birth, and (iv) passport number (if one is held)
and issuing country, issue date and expiration date;
b. criminal checks; and
c. drug testing.
At the FCBOE’s request, and to the extent permitted by law, Servicer shall provide copies of
such checks with respect to any individual performing services hereunder, and the FCBOE
shall comply with the law with respect to the use, retention, disposal and confidentiality of such
information.
With respect to any individual performing services hereunder that the FCBOE believes is (a)
not conducting him or herself in accordance with the applicable code of conduct as provided to
Servicer by the FCBOE from time to time, (b) improperly providing the services, (c) engaged in
conduct that is criminal, fraudulent or likely to cause harm to the FCBOE’s employees or
property or (d) not adequately complying with the terms of the service contract, Servicer shall,
upon the FCBOE’s request, as soon as reasonably practicable: (i) if applicable, terminate such
individual’s access to FCBOE property, and (ii) remove such individual of his or her
responsibility of providing services to the FCBOE.
3. Leakages/Clean-Up
Servicer shall ensure that each vehicle is equipped with spill kits and shall immediately address and
remove spills of any liquid or materials collected. Servicer shall notify the FCBOE of any such spills
11
immediately. After evaluation by the FCBOE of any damage to property of the FCBOE caused by a
spill, the FCBOE shall notify Servicer of any corrective action that Servicer must take with respect to
the damage. Servicer shall take such corrective action determined by the FCBOE within thirty (30)
days of such notification. If Servicer does not take such corrective action within the required time
period, the FCBOE may, without limiting its other available remedies, take such corrective action
and shall be reimbursed by Servicer for any such corrective action.
4. Ordinances and Regulations
Selected Servicer must comply with all pertinent federal, state and local ordinances and regulations.
Servicer shall adhere to all Floyd County/Rome ordinances where services per this contract are
provided.
5. Default and Termination
a. Default
The FCBOE may with thirty (30) days notice to the Servicer terminate the service contract, and
without prejudice to any other remedy it may have, when the Servicer materially defaults in the
performance of any provision of this specification, or materially fails to carry out the work in
accordance with the provisions of the service contract. Default by the Servicer will include, but is
not limited to, the following:
i. Failure by the selected firm to provide service in accordance with the specifications.
ii. Servicer fails to continually perform the service for three (3) consecutive business days during the
term hereof for reasons other than a force majeure event.
iii. Insolvency or filing of a voluntary or involuntary petition in bankruptcy court by the Servicer.
iv. Commencement of a foreclosure proceeding of a lien against the facility or its conveyance in lieu
of foreclosure.
v. Servicer fails to pay taxes or fees of failure to maintain all necessary licenses and permits to
operate a solid waste transfer or landfill disposal facility.
vi. Servicer fails to cure any other breach of default in the performance of its duties or obligations set
forth in the contract within five (5) days of receipt by Servicer of written notice of such breach or
default.
b. Termination
The FCBOE may terminate the contract, for convenience purposes, upon sixty (60) days written
notice. Upon any termination of the contract, the Servicer shall, unless notified in writing otherwise,
take all reasonable precautions to complete the work in progress and to minimize the expenses of the
FCBOE incident to such termination and the completion of the work. Thereafter, the Servicer shall
promptly discontinue the work. The FCBOE will pay the Servicer all monies owed for work
completed.
12
c. Termination Assistance Services
If requested by the FCBOE, Servicer shall provide the FCBOE with such assistance as may be
required to transition the provision of the services from Servicer to a successor service provider
without interruption to, or degradation of, the services, including, without limitation, continued
provision of the services and any additional services as are reasonably requested by the FCBOE.
6. Performance Quality
Servicer shall perform the services under the service contract in accordance with the service levels
set forth in the service contract (SERVICE LOCATIONS AND SCHEDULE).
If Servicer fails to perform in accordance with the Service Levels, Servicer will provide to the
FCBOE service credit(s) in the amounts set forth in the service contract (the “Service Credits”).
Service Credits will be applied to any installment owed by the FCBOE to Servicer in the payment
period immediately following the failure or, if no such monies are owed, then Servicer shall refund
such Service Credit to the FCBOE within fifteen (15) days of the end of the term of the service
contract.
13
**RECYCLING PROGRAM**
The FCBOE intends to continue a recycling program system wide. Your administration of a
recycling program is required to bid on this RFP.
RECYCLING PROGRAM
1. INTRODUCTION This section provides information on System’s purpose and objectives of this solicitation and the
resource management program.
Program Purpose The purpose of FCBOE’s recycling program is to obtain the expert management services of a waste
management contractor (henceforth “Contractor”) to eliminate, reduce, re-use and recycle materials
generated at FCBOE’s facilities. The program will include an economic incentive for the Contractor
to divert materials currently going to the landfill, or otherwise reduce waste generation. This
initiative is a strategic sourcing partnership in which FCBOE wishes to collaborate closely with the
selected Contractor to meet FCBOE’s goals while creating value for both parties through savings
from improved resource efficiency. It is intended that the successful bidder will be the driving force
behind increased diversion, working in partnership with FCBOE’s employees and contractors.
2. RECYCLING PROGRAM OBJECTIVES
The Contractor’s program shall meet the following objectives:
1. Pursue continuous improvement in resource efficiency (waste reduction, reuse, recycling), and
with FCBOE’s approval, take a lead role in identifying, designing, and implementing innovative,
cost-effective means to reduce waste generation and increase diversion at FCBOE’s facilities.
2. Optimize current recycling operations and services to reduce overall waste management system
costs.
3. Develop a detailed tracking, reporting, and billing/invoicing system to support FCBOE’s goal
setting, performance tracking, and decision-making ability.
4. Collaborate with FCBOE’s staff to continue/implement the recycling program. This includes
conducting educational training and outreach as necessary on aspects of the waste management
program, including but not limited to, recycling procedures or waste minimization.
3. SCOPE OF SERVICES This section provides a general description of the scope of services sought and other issues pertaining
to providing recycling services for 21 sites. The minimum recycling elements that should be
considered in bidders’ narrative proposals are further detailed in Section 4.
4. GENERAL The Contractor will be required to expertly manage all wastes generated by FCBOE at the facility/
facilities according to the following hierarchy:
(1) reduce generation of discards,
(2) reuse/return/donate,
(3) recycle/compost.
14
Services required of the successful bidder include the following:
Develop and implement plans for the reduction, reuse and recycle of all waste materials
generated by FCBOE’s facilities with FCBOE’s approval;
Provide oversight and coordination of recycling program;
Provide training for FCBOE staff and limited FCBOE contractors;
Provide performance monitoring, data tracking, and reporting;
The successful bidder shall also—with FCBOE’s assistance—develop, maintain and follow
work instructions, safety rules, and established policies & procedures as they apply to non-
hazardous and hazardous waste management activities.
5. WASTE MANAGEMENT PROGRAM, MANAGEMENT, AND BUSINESS
SYSTEMS Provide a brief description of your overall management and business systems as they pertain to the
following:
• Describe your vision of a recycling program for FCBOE.
• Employee stability is essential to the program’s success. What does your company do to maintain a
stable workforce?
• Your response must identify any third parties with whom you will partner to provide the recycling
services requested in this RFP, including which elements you propose each third party will cover,
and their credentials to provide these services.
6. BILLING The contractor shall provide monthly billing statements to FCBOE.
15
REQUEST FOR PROPOSAL
A. Vendor’s Responsibility: It shall be the responsibility of the selected Vendors to meet all specifications and guidelines set forth
therein. No offer will be considered that does not provide a serious and reasonable proposal to the
solicitation. Each proposal will be evaluated in its entirety.
B. Submission of Proposal: Proposals shall be submitted in four sections: (1) price, (2) technical capability, (3) team members &
experience and (4) business stability. One original and two (2) copies of the proposal shall be
provided in a loose-leaf, three-ring binder. No prohibition shall be placed by this solicitation as to the
concept of service the Vendor may choose to propose; however, the concept shall be placed within
the framework of the four sections.
All costs related to preparation of the proposal and any related activities are the sole responsibility of
the proposer. The District assumes no liability for any costs incurred throughout the entire selection
process.
All proposals, including attachments, supplementary materials, renderings, sketches, and other
information shall, upon submission, become the property of the District and will not be returned to
the proposer.
C. Basis of Award: Contract will be awarded to the company providing the best value to the school district based on (1)
price, (2) technical capability, (3) team members & experience and (4) business stability.
D. Preparing the Proposal: Begin each section and subsection on a separate page. Number the pages in each section
consecutively. If any confidential and/or proprietary information is included, then each page
containing such information must be stamped “proprietary.” It is not acceptable to label the entire
proposal as confidential and proprietary.
E. Executive Summary (if applicable) An executive summary of not more than two pages, stating the Vendor’s overview of the program,
shall precede the specific required sections.
16
REQUEST FOR PROPOSAL
TECHNICAL CAPABILITIES
1. History and Organizational Structure of the Firm - Provide a cover letter introducing the
company, including the corporate name, address and telephone number of the corporate headquarters
and local office. The name and phone number of one individual who will be the company’s primary
contact with FCBOE for contract negotiation for this project. Provide a brief history of the company
and the present organizational structure of the firm describing the management.
2. References - List as references (names, address, contact persons and phone numbers) a minimum
of three clients of similar size and nature to FCBOE for which a project was completed within the
last three years. A brief description of the services provided shall accompany each reference.
3. Subcontractors - Indicate the names and addresses and degree of utilization of any and all
subcontractors which would be used in the performance of this contract.
4. Previous Default - Indicate if the Vendor has ever defaulted on a contract or denied a bid due to
non-responsibility to perform. If so, provide the facts and circumstances.
17
REQUEST FOR INFORMATION
All questions and/or correspondence during the entire proposal process shall be directed in writing to
the Administrator, Sam Sprewell. Correspondence may be submitted via e-mail to
[email protected] (706-234-1031)
The Administrator can also be reached at:
Sam Sprewell
FCBOE
600 Riverside Pkwy, NE
Rome, GA 30161.
During the entire period of solicitation, proposal and evaluation, no Vendor shall contact any Board
member or employee of FCBOE concerning this solicitation. Such action could result in the Vendor
being removed from further consideration in this solicitation.
18
SERVICE LOCATIONS AND SCHEDULES
School Address Garbage Pickup Days Cardboard Co-mingle
# and Size Tuesday Thursday
Alto Park Elementary 525 Burnett Ferry Rd. Rome GA
30165
2-7yd M,W,F 1-9yd 1-7yd
Armuchee Elementary 5075 Martha Berry Hwy. Rome
GA 30165
1-8yd M,T,W,TH,
F
1-9yd 1-7yd
Armuchee High 4203 Martha Berry Hwy Rome
GA 30165
3-7yd M,W,F 1-9yd 1-7yd
Armuchee Middle 471 Floyd Springs Rd. Armuchee
GA 30105
2-7yd M,W,F 1-9yd 1-7yd
Cave Spring Elementary 13 Rome Road, Cave Spring GA
30124
2-7yd M,W,F 1-9yd 1-7yd
College & Career
Academy
100 Tom Poe Dr. Rome GA
30161
2-7yd M,W,F 1-7yd
Coosa High 4454 Alabama Hwy. Rome GA
30165
4-7yd M,W,F 1-9yd 1-7yd
Coosa Middle 212 Eagle Dr., NW Rome, GA
30165
2-7yd M,W,F 1-9yd 1-7yd
FCBOE 600 Riverside Pky, NE Rome GA
30161
2-7yd M,W,F 1-9yd 2-7yd
Garden Lakes Elementary 2903 Garden Lakes Blvd. Rome
GA 30165
2-7yd M,W,F 1-9yd 1-7yd
Glenwood Primary 75 Glenwood School Rd Rome
GA 30165
1-8yd M,T,W,TH,
F
1-9yd 1-7yd
Johnson Elementary 1839 Morrison Campground Rd.
Rome GA 30161
2-7yd M,W,F 1-9yd 1-7yd
McHenry Primary 100 McHenry Dr. Rome GA
30161
2-7yd M,W,F 1-9yd 1-7yd
Midway Primary 5 Midway School Rd. Silver Creek
GA 30173
2-7yd M,W,F 1-9yd 1-7yd
Model Elementary 3200 Calhoun Hwy. Rome GA
30161
2-7yd M,W,F 1-9yd 1-7yd
Model High 3252 Calhoun Hwy. Rome GA
30161
3-7yd, 1-4yd M,W,F 1-9yd 1-7yd
Model Middle 164 Barron Rd. Rome GA 30161 2-7yd M,W,F 1-9yd 1-7yd
Pepperell Elementary 270 Hughes Dairy Rd. Lindale GA
30147
2-7yd M,W,F 1-9yd 1-7yd
Pepperell High 3 Dragon Dr. Lindale GA 30147 3-7yd M,W,F 1-9yd 1-7yd
Pepperell Middle 200 Hughes Dairy Rd. Lindale GA
30147
3-7yd M,W,F 1-9yd 1-7yd
Pepperell Primary 1 Dragon Dr. Lindale GA 30147 2-7yd M,W,F 1-9yd 1-7yd
19
DUMPSTER REFURBISHING REQUIREMENTS
Dumpsters must be refurbished in the following manner within the first 8 months of the contract.
• All bottoms must be cut out and replaced up to 10 inches sidewall height with 8 gauge
steel with three runners three inches in width running the entire length attached to the bottom.
• All fork pockets must be checked and repaired if necessary.
• All garbage/comingle dumpster lids and rods must be replaced with "piano hinge" style
lid. All cardboard dumpster lids and rods must be replaced with double walled one piece lids.
• All dumpsters must be ground or sanded and painted brown inside and out and decaled
for appropriate materials. (garbage, comingle, cardboard)
Number of Dumpsters to be refurbished
7yd garbage/comingle dumpsters = 73
9yd cardboard dumpsters= 20
20
REQUEST FOR SEALED PROPOSAL
_____________________________________________
DATE: ___________________
TIME: ___________________
NAME OF COMPANY:
______________________________________________________________________________ The FCBOE
600 Riverside Pkwy, NE
Rome, GA 30161
Gentlemen:
Having carefully examined the Proposal Conditions and Specifications entitled Request for Proposal, Commercial
Solid Waste Collection and Disposal Service (Including A Recycling Program) for the performance of subject
work all dated June 3, 2013, and the Addendum(s) ____________, as well as the site and premises, and conditions
affecting the work, the undersigned proposes to furnish all services, labor and materials called for by them for the
entire work, in accordance with said documents.
The Vendor’s Checklist has been complied with, is completed, and is enclosed with this Proposal.
COMMITMENT TO PERFORM AS PROPOSED
Respectfully submitted,
____________________________
Name of Company
____________________________
Address of Company
____________________________
E-Mail Address
____________________________
Business Telephone Number
____________________________
Fax Number
____________________________
Printed Name and Title
____________________________
Signature
____________________________
Date
The full names and addresses of persons and firms interested in the foregoing proposals as principals are as follows:
__________________________________________________________________
__________________________________________________________________
The legal name of the Vendor is:
__________________________________________________________________
21
VENDOR’S CHECKLIST PROJECT:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
We have acknowledged and/or responded to RFP, including a recycling program
One (1) original and two (2) copies of all information requested have been provided.
The proposal has been signed by an authorized principal or authorized official of the firm.
No conditions, restrictions or qualifications have been placed by the company on this proposal that would have
the proposal declared non-responsive.
We are prepared to provide the insurance required in this solicitation.
_______________________________________________
COMPANY NAME
_______________________________________________
TYPE OR PRINT NAME OF PERSON COMPLETING CHECKLIST
_______________________________________________
SIGNATURE OF PERSON COMPLETING CHECKLIST
______________________________
DATE
_____________________________________________
(COMPANY FEDERAL ID NUMBER)
_______________________________________________
(COMPANY E-MAIL ADDRESS)
READ AND COMPLETE THIS CHECKLIST BEFORE SUBMITTING THE PROPOSAL AND RETURN
WITH PROPOSAL
22
COMPLETE THIS FORM AND RETURN TO SAM SPREWELL
DATE: _____________________________________________________
NAME OF FIRM: _____________________________________________________
ADDRESS: _____________________________________________________
_____________________________________________________
_____________________________________________________
PHONE NUMBER: _____________________________________________________
FAX NUMBER: _____________________________________________________
OPTION 1 PROPOSAL:
Please state your bid price for one (1) year using the following criteria:
Price includes all labor, materials and equipment as set forth in the description and specs of the RFP.
Annual Price_______________
OPTION 2 PROPOSAL:
Please state your bid price for a three (3) year period using the following criteria:
Price includes all labor, materials and equipment as set forth in the description and specs of the RFP.
Annual Price_______________ per year for 3 years
OPTION 3 PROPOSAL:
Please state your bid price for a five (5) year period using the following criteria:
Price includes all labor, materials and equipment as set forth in the description and specs of the RFP.
Annual Price_______________ per year for 5 years
PERSON SUBMITTING PROPOSAL:
_____________________________________
(Typed or Printed)
TITLE: ________________________________________________________________
SIGNATURE: __________________________________________________________
PROPOSALS WILL BE RECEIVED UNTIL 2:00 P.M., EST, Monday, June 27, 2013.