Quality Education for Quality Life - Floyd County Schools€¦ · A GEORGIA CHARTER SYSTEM Quality...

23
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]

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.