Upload
doannhi
View
216
Download
2
Embed Size (px)
Citation preview
1
SOLICITATION NO. 13-48
REQUEST FOR PROPOSAL (RFP)
FOR
COMMERCIAL SOLID WASTE COLLECTION AND
DISPOSAL SERVICE
(INCLUDING A RECYCLING PROGRAM)
BIBB COUNTY SCHOOL DISTRICT
484 Mulberry Street
Macon, Georgia 31201
May 22, 2013
Proposals Due: Friday, June 14, 2013 no later than 12:00PM (NOON).
2
TABLE OF CONTENTS
FOR
REQUEST FOR PROPOSAL NO. 13-48
COMMERCIAL SOLID WASTE COLLECTION AND
DISPOSAL SERVICE
(INCLUDING A RECYCLING PROGRAM)
TITLE PAGE NO.
PROPOSAL CONDITIONS 3
ADDITIONAL CONDITIONS 21
REQUEST FOR PROPOSAL 23
SPECIFICATIONS 24
RECYCLING PROGRAM 28
REQUEST FOR PROPOSAL FORM 35
CHECKLIST 37
ATTACHMENT A 38
ATTACHMENT B 47
3
PROPOSAL CONDITIONS
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 five (5) copies will be mailed or
delivered to the office of Dr. Kelley Castlin-Gacutan, Deputy Superintendent of
Operations, 484 Mulberry Street, Fifth Floor, Macon, Georgia 31201.
c. Proposals received after the date and time specified will not be considered.
d. The Bibb County School District reserves the right to accept or reject any or all
proposals and to waive minor irregularities and technicalities. The judgment of the
Bibb County School District 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 Offeror provided proposal(s) will be evaluated by an evaluation
committee. Offeror(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 Bibb
County School District’s budget, the Bibb County School District reserves the right to
negotiate with the Offeror whose proposal is deemed the “best value” for the District. If
an agreement cannot be reached, the District may go to the next Offeror on the list until a
satisfactory final deal can be reached with a Servicer.
If approved by the Board and if other matters (insurance, bonds, etc.) are settled, a
contract will be awarded.
4
PROPOSAL CONDITIONS
SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS
3. OWNER’S REPRESENTATIVE
The Owner for whom work will be executed is: Bibb County School District, Georgia
hereinafter referred to as BCSD. The Owner’s representative is Marty Drawhorn,
Maintenance Director, or his designee, hereinafter referred to as the Administrator.
4. PREPARATION OF PROPOSALS
a. All proposals shall be typewritten. Errors may be crossed out and corrections
printed in ink or typewritten adjacent to the error. The person signing the proposal
shall initial corrections in ink.
b. An authorized officer of the company shall sign proposals.
5. ADDENDA
Offerors are notified that they must thoroughly examine proposal documents which
include, Cover Sheet, Table of Contents, Proposal Conditions, Additional Conditions,
Specifications, Request for Sealed Proposal and Bidder’s Checklist, together with
Addenda thereto issued prior to the receipt of proposal.
Any addenda issued in writing during the time of solicitation shall be included in the
proposal, and each will be incorporated in the subsequent contract.
If any person or firm contemplates submitting a proposal and is in doubt as to the
meaning of any part of the solicitation documents, they may submit a written request to
the office of the Administrator for interpretation. This must be submitted in writing not-
less-than four (4) days prior to the proposal due date and addressed to the Administrator.
Written requests may be submitted via e-mail to: [email protected]
Interpretations of proposal documents will be made by addenda only. The BCSD will not
be responsible for any other interpretations or explanations.
5
PROPOSAL CONDITIONS
SECTION 1 – PREPARATION AND SUBMISSION OF PROPOSALS
No oral interpretations will be made to Offeror as to meaning of proposal documents.
Requests for such interpretations shall be made in writing to Marty Drawhorn,
Administrator, via e-mail at [email protected]. Failure on the part of the
Offeror to do so shall not relieve them of the obligation to execute such work in
accordance with a later interpretation by the BCSD. All interpretations made to the
Offeror shall be made in the form of addenda to the proposal documents and sent to all
Offerors. Offerors are strongly urged to make arrangements to visit and inspect the
site(s) prior to proposing if the configuration, structure, condition, etc. of the site will
influence the proposal for contract performance.
6. WITHDRAWAL OF PROPOSALS
A proposal cannot be withdrawn after it is delivered to the BCSD, unless Offeror makes a
request in writing to the Owner prior to time set for receiving proposals, or unless the
Owner fails to accept or reject the proposal within ninety (90) days after the date fixed for
receiving said proposals.
7. ADDITIONAL TERMS
The BCSD shall not be bound by any terms and conditions included in any Offeror’s
packaging, service catalog, brochure, technical data sheet or other document which
attempts to impose any conditions at variance with or in addition to the terms and
conditions contained in this solicitation, or the BCSD purchase order related to this
solicitation or contract. If the Offeror objects to any term or condition that shall relate to
a contract resulting from this solicitation, the objection shall be clearly stated on a
separate page entitled “Objection to Term or Condition” and placed in the proposal
immediately after the executive summary. If the objection is accepted by BCSD it will
be stated in the Purchase Order or Contract. If not stated in the purchase order or contract
the terms and conditions shall remain as written in the solicitation.
8. COMPLIANCE WITH LAWS
All services furnished in a contract resulting from this solicitation shall comply with all
applicable Federal, State and Local laws, codes and regulations.
6
PROPOSAL CONDITIONS
9. PROTESTS
Protests dealing with the specification or the solicitation shall be filed not later than three
(3) working days prior to proposal due date. Other protests shall be filed not later than
three (3) working days after proposal due date, or if the protest is based on subsequent
action of the BCSD, not later than three (3) working days after the aggrieved person
knows or should have knowledge, of the facts giving rise to the protest. Protests are
considered filed when received by the Administrator. Protests which are not filed in a
timely manner, as set forth above, will not be considered.
10. BONDS
All proposals shall be accompanied by a bid bond in the amount of no less than five
percent (5%) of the bid amount. The bid bond may be in the form of a cashiers’ check,
certified check, money order, or a bond from a bonding company licensed to do business
within the State of Georgia.
The Servicer shall furnish a corporate surety bond as security for the performance of the
service contract. Said surety bond shall be in the amount of one hundred percent (100%)
of the annual gross revenue of the Servicer under the service contract.
The Servicer shall pay the premium for the performance bond. A certificate from the
surety showing that the bond premiums are paid in full shall accompany the bond. The
surety on the bond shall be a duly authorized corporate surety company approved to do
business in the State of Georgia.
7
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
1. CONTRACT
The contract shall consist of this solicitation and any addenda thereto and the Offeror’s
proposal (as amended by a best and final offer if called for). Unless specifically deleted
in writing by addendum or amendment to one of the afore mentioned documents of the
contract by the BCSD Administrator, all terms and conditions of the BCSD contract
documents shall be in effect and shall govern if in conflict with any term or condition
otherwise presented. The contract shall be interpreted, construed and given effect in all
respects according to the laws of the State of Georgia.
2. CONTRACT AWARD
A contract will be awarded to the responsible Offeror (hereinafter referred to as Servicer)
whose proposal is determined to be the most advantageous and is of best value to the
BCSD. Proposals will be evaluated on a combination of factors (see the RFP portion of
this solicitation for weighted evaluation factors).
3. CONFLICTS IN TERMS AND CONDITIONS
In a conflict between terms and conditions in any document that will be part of the
contract, BCSD terms and conditions shall govern.
4. INSURANCE
When the selected Servicer has been identified, he will be notified of the necessity to
provide required insurance. Certificates evidencing proof of insurance shall be provided
to the Owner within 15 days of the date of written notification to the Servicer.
A. The following general requirements apply to any and all work under this
contract by all members of the Servicer and Sub-Contractors of any tier.
8
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
1) Any and all insurance required by this contract shall be maintained during
the entire length of this contract, including any extensions thereto, and
until all work has been completed to the satisfaction of BCSD. Any and
all insurance must be on an occurrence basis.
No Servicer member or Subcontractor shall commence any work of any
kind under a contract until all insurance requirements contained within the
solicitation have been complied with and until evidence of all insurance
requirements in each and every contract with each and every subcontractor
of any tier and shall require the same to comply with all such
requirements.
(2) The BCSD shall be covered as an Additional Insured under any and all
insurance required by the contract. Confirmation of this shall appear on
all certificates of insurance and on any and all applicable policies.
(3) The BCSD shall be given no less than thirty (30) days notice of
cancellation. The BCSD shall be given not less than thirty (30) days prior
written notice of material changes of any insurance required under this
contract.
(4) Each and every agent shall warrant when signing the certificate of
insurance that he is acting as an authorized representative on behalf of the
companies affording insurance coverage under the contract and that he is
licensed by the State of Georgia to conduct insurance business in the State
of Georgia and that the companies affording insurance coverage are
currently licensed by the State of Georgia and are currently in good
standing with the Commissioner of Insurance for the State of Georgia.
(5) Any and all companies providing insurance required by a contract must
meet the minimum financial security requirements as set forth below. The
rating for each company must be indicated on the certificate of insurance.
For all contracts, regardless of risk, companies providing insurance under
this contract must have a current:
(a) Best’s Rating not less than A, and
(b) Best’s Financial Size Category not less
than Class VIII
9
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
(6) In the event the Servicer neglects, refuses, or fails to provide the insurance
required by the RFP, or if such insurance is cancelled for any reason,
BCSD shall have the right, but not the duty, to procure the same, and the
cost thereof shall be deducted from moneys then due or thereafter to
become due to the Servicer or shall have the right to cancel the contract.
B. Worker’s Compensation and Employer’s Liability Insurance
The Servicer shall procure and maintain Worker’s Compensation and Employer’s
Liability Insurance in the following limits. Such insurance is to cover each and
every employee who is or may be engaged in work under the contract.
Worker’s Compensation Limits: Statutory
Employer’s Liability Limits: $1,000,000
Bodily Injury by Accident $ 1,000,000 each accident
Bodily Injury by Disease $ 1,000,000 each employee
Bodily Injury by Disease $ 1,000,000 policy limit
Servicer waives all rights against Owner and its agents, officers, directors and
employees for recovery of damages to the extent these damages are covered by
the workers compensation and employer’s liability or commercial umbrella
liability insurance obtained by Servicer pursuant to this agreement. The Waiver of
Our Right To Recover From Others Endorsement, ISO Form SC 00 03 13 shall be
attached to the policy showing the Owner listed in the Schedule.
C. Commercial General and Umbrella Liability Insurance
The Servicer shall procure and shall maintain commercial general liability (CGL)
and if necessary, commercial umbrella insurance with a limit of not less than
$1,000,000 each occurrence, $2,000,000 aggregate, $1,000,000 personal injury
and advertising injury, $1,000,000 products/completed operations aggregate,
$50,000 damage to rented premises – each occurrence, and $5,000 medical
expenses, as shall protect him and any Subcontractor performing Work covered
by this Contract from claims for damages for bodily injury, including accidental
death, as well as from claims for property damages, which may arise from
operations under the Contract Agreement, whether such operations are by himself
or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
10
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
This coverage shall cover the use of all equipment, hoists, and vehicles on the
site(s) not covered by Automobile Liability under the contract. Policy coverage
must be on an occurrence basis.
CGL insurance shall be written on ISO occurrence form CG 00 01 10 93 (or
substitute form providing equivalent coverage) and shall cover liability arising
from premises, operations, independent contractors, products-completed
operations, personal injury and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract). If such CGL insurance contains a general aggregate limit, it shall apply
separately to this project. Each policy shall be indorsed with ISO Form CG 25 03
11 85 or equivalent form with wording satisfactory to Owner.
The Owner shall be included as an additional insured under the CGL, using ISO
additional insured endorsement CG 20 33 or a substitute providing equivalent
coverage, and under the commercial umbrella, if any. This insurance shall apply
as primary insurance with respect to any other insurance or self-insurance
programs afforded to the Owner.
There shall be no endorsement or modification of the CGL limiting the scope of
coverage for liability arising from explosion, collapse, or underground property
damage.
Servicer waives all rights against Owner and its agents, officers, directors and
employees for recovery of damages to the extent these damages are covered by
commercial general liability or commercial umbrella liability insurance
maintained pursuant to this agreement.
D. Business Auto and Umbrella Liability Insurance
The Servicer shall procure and shall maintain business automobile liability, and if
necessary, commercial umbrella liability insurance with a limit of not less than
$1,000,000 each occurrence.
Such insurance shall cover liability arising out of any auto (including owned,
hired, and non-owned autos).
11
PROPOSAL CONDITIONS ___________________________________________________________________________________
Business auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00
12, CA 00 20 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage
equivalent to that provided in the 1990 and later editions of ISO form CA 00 01.
12
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
Servicer waives all rights against Owner and its agents, officers, directors and
employees for recovery of damages to the extent these damages are covered by
the business auto liability or commercial umbrella liability insurance obtained by
Servicer pursuant to this agreement or under any applicable auto physical damage
coverage.
Disposition: Certificate of insurance must be sent to Owner with properly
executed Contract Documents.
If the Servicer does not own any vehicles in the corporate name, non-owned
vehicles coverage shall apply and must be endorsed on either the Servicer’s
personal automobile policy or the Comprehensive General Liability coverage
required under this contract.
13
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
F. Endorsement of Casualty/Liability Policies
There shall be attached to and made a part of every CASUALTY/LIABILITY
INSURANCE POLICY an endorsement of the insurance company in accordance with the
specimen shown below:
ENDORSEMENT
Attached to and forming part of Policy No. of the
Insurance Company.
Date of Endorsement:
Name of Project:
In consideration of the premium for which the policy is written and proper rate adjustment when
applicable, the insurance company agrees as follows:
Item (1) This policy of insurance shall not be canceled, changed [which includes renewal],
allowed to lapse or allowed to expire until thirty (30) days after the Bibb County
School District has received written notice addressed as follows:
Bibb County School District
ATTN: Mr. David Gowan
Risk Management Director
484 Mulberry Street
Second Floor
Macon Georgia 31201
as evidenced by certified mail, return receipt requested, or until such time as other
valid and effective insurance coverage acceptable in every respect to the Owner and
providing equal protection called for in the policy shown below shall have been
received, accepted, and acknowledged by the Owner. It is also agreed that such notice
shall be valid only as to such improvements or projects as shall have been designated
by name in such notice and that as to any project not designated by name in the notice,
coverage shall be continued in full force and effect.
The foregoing insurance provisions have been incorporated into by reference and are
hereby made a part of insurance policy No. , this
, 20 .
(Name of Insurance Company
(Signature of Authorized Representative)
14
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
H. Certificates
The Servicer shall furnish Owner with a certificate(s) of insurance, executed by a
duly authorized representative of each insurer, showing compliance with the
insurance requirements set forth above. Certificates of insurance acceptable to the
Owner shall be transmitted to the Owner with the signed Contract Documents
when they are transmitted to the Owner for execution. These certificates MUST
be altered or indorsed to provide that “Coverages afforded under the policies
will not be canceled, changed [which includes renewal], or allowed to lapse or
expire unless at least thirty (30) days prior to such event written notice has
been given to the Owner, as evidenced by receipt of registered or certified
mail.” Failure of the Owner to demand such certificate(s) or other evidence of
full compliance with these insurance requirements, or failure of Owner to identify
a deficiency from evidence that is provided shall not be construed as a waiver of
Servicer’s obligation to maintain such insurance.
I. Ratification of Agent’s Endorsement
In furnishing the insurance policy or in furnishing proof of coverage, as the case
may be, the insurance carrier shall upon request submit evidence satisfactory to
the Owner that the agent of the carrier who executed an endorsement had the
authority to make changes in the terms of the insurance policy which are binding
on the insurance company.
J. Acceptability of Insurers to Owner
No insurance will be acceptable to Owner unless written by a company licensed
by the Georgia State Insurance Commissioner to do business in Georgia at the
time the policy is issued. To avoid inconvenience, the Servicer should consult
with Owner to determine whether the insurance company or companies he
expects to use is or are acceptable to the Owner. All policies and certificates must
be signed or countersigned, as the case may be, by resident Georgia agents.
K. Prohibition Against Work Until Insurance Requirements Met
The Owner shall have the right, but not the obligation, of prohibiting Servicer or
any subcontractor from entering the project site until such certificates or other
evidence that insurance has been placed in complete compliance with these
requirements is received and approved by Owner.
15
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
L. Termination for Failure to Maintain Insurance Coverage.
Failure to maintain the required insurance may result in termination of this
contract at Owner’s option.
M. No Representation of Coverage Adequacy
By requiring insurance herein, the Owner does not represent that coverage and
limits will necessarily be adequate to protect Servicer, and such coverage and
limits shall not be deemed as a limitation on Servicer’s liability under the
indemnities granted to Owner in this agreement.
N. Cross-Liability Coverage
If the Servicer’s liability policies do not provide the standard ISO separation of
insured’s provision, or a substantially similar clause, they shall be endorsed to
provide cross-liability coverage.
O. Termination of Obligation to Insure
Unless otherwise expressly provided to the contrary, the obligation to insure as
prescribed herein shall not terminate until the Architect shall have executed the
final certificate.
P. Competence of Insurers
The Servicer is responsible for any delay resulting from the failure of his
insurance carriers and of insurance carriers of his Subcontractors to furnish proof
of proper coverage in (i) the prescribed form, (ii) in the prescribed manner, and
(iii) in good season.
5. INDEMNIFICATION
In addition to the liability imposed upon the Servicer on account of bodily injury
(including death) or property damage, which liability is not impaired or otherwise
affected hereby, the Servicer assumes the obligation to save the Owner harmless and to
indemnify and defend the Owner, and its agents, employees, officers, volunteers, and
directors from and against all claims, damages, losses and expenses, including claims
consultant’s and attorney’s fees, arising out of or resulting from performance of this
agreement, including, but not limited to, the Servicer’s use of the project site; the
Servicer’s construction of the project, or failure to construct the project, or any portion
thereof; the use, misuse, erection, maintenance, operation, or failure of any machinery or
equipment, including, but not limited to, scaffolds, derricks, ladders, hoists, and rigging
supports, whether or not such machinery or equipment was furnished, rented, or loaned
by any of the indemnities; or any act,
16
PROPOSAL CONDITIONS
SECTION II – CONTRACT AWARD
omission, negligence of willful misconduct of the Servicer or its agents, employees,
material or equipment suppliers, invitees, or licensees, but only to the extent caused in
whole or in part by the acts or omissions of the Servicer, anyone directly or indirectly
employed by the Servicer, or anyone for whose acts it may be liable, regardless of
whether or not such claims, damages, loss or expense is caused in part by a party
indemnified under this agreement. In any and all claims against the Owner or any of its
agents or employees, by any employee of the Servicer, anyone directly or indirectly
employed by the Servicer, or anyone for whose acts it may be liable, this indemnification
obligation shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the Servicer under worker’s
compensation acts, disability benefit acts or other employee benefit acts. The Servicer
shall not be liable or responsible for loss or damage, and the indemnity obligation set
forth above will not apply if the incident from which the loss or damage arose was the
result of the sole negligence of the Owner or its agents, servants and employees.
17
PROPOSAL CONDITIONS
SECTION III- POST AWARD
1. ASSIGNMENT
By the submission of this proposal, the Offeror agrees not to assign the contract or
purchase order to others unless specifically authorized in writing by the BCSD
Administrator.
2. PAYMENT
The Servicer shall invoice BCSD on a monthly basis by location. Bibb County School
District will be bound to Net 30 payment terms.
3. TERMINATION FOR DEFAULT:
Termination for default shall be in accordance with the requirements set forth in this
document
4. TERMINATION FOR CONVENIENCE:
BCSD reserves the right to terminate for convenience a contract awarded through this
solicitation.
5. PERMITS, TAXES, LICENSES, ORDINANCES, AND AGREEMENTS
The Servicer shall, at his own expense, obtain all necessary permits, give all notices, pay
all license fees and taxes, comply with all applicable local, State and Federal laws,
ordinances, rules and regulations. The Servicer shall maintain the licenses required in a
current status after award and throughout the course of the contract. The Servicer shall
agree that in the performance of the contract, they shall comply with all local agreements
which they have made with any association union or other entity with respect to wages,
salaries and working conditions, so as not to cause inconvenience, picketing or work
stoppage.
18
PROPOSAL CONDITIONS
SECTION IV – OTHER
1. BCSD 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 BCSD, 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. UTILIZATION OF MINORITY AND SMALL BUSINESS ENTERPRISES AND
LOCAL AND MINORITY LABORERS (if applicable)
(a) Minority and Small Business Subcontractors. The Owner has adopted a policy
indicating its desire to increase the opportunity for participation by minority business
enterprises and small business concerns in all its construction projects. The Servicer
acknowledges this policy and agrees that it will actively solicit and encourage bids from
qualified subcontractors identified by governmental agencies as minority business
enterprises. The Servicer shall also actively encourage and solicit bids from
subcontractors who qualify as small business enterprises.
(b) Utilization of Minority and Local Labor. It is the policy of the Owner that the
Servicer and all subcontractors shall, consistent with efficient contract performance,
utilize to the maximum extent possible minority and local laborers and mechanics as on-
site employees. The Servicer acknowledges this policy and agrees that the on-site labor
force of contractors and all subcontractors shall include a meaningful representation of
skilled and unskilled local and minority laborers and mechanics, consistent with the
efficient performance of this contract. Meaningful representation for minorities means
the employment of minority laborers and mechanics in at least the same proportion that
minorities are represented in a discrete construction skill or craft in the Macon Labor
Management Area, defined by the Bibb County School District as Bibb County and all
adjacent counties, provided such individuals are available at the time of need.
Meaningful representation of local laborers and mechanics means that at least 75%
19
PROPOSAL CONDITIONS
of the on-site work force of contractor and all subcontractors, taken as a whole, shall
reside in the Macon Labor Management Area, provided such individuals are available at
the time of need.
3. DRUG-FREE WORKPLACE
By submission of a proposal, the Offeror 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 Offeror 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 Offeror.
4. 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 Bibb County School District 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
Bibb County School District, the Offeror 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
Bibb County School District at the time the subcontractor(s) is retained to provide the
service should the District ask for it to be provided.
20
PROPOSAL CONDITIONS
5. CERTIFICATION OF NONCOLLUSION
By submitting a proposal the Offeror 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.”
6. 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 Offeror.
7. 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 BCSD for any costs
incurred by Offerors or potential Offerors in relation to the solicitation.
8. RIGHTS AND REMEDIES
The rights and remedies of BCSD provided above shall not be exclusive and are in
addition to any other rights and remedies provided by law or under the contract.
21
ADDITIONAL CONDITIONS
1. CONTRACT TYPE
The contract will be paid based on unit pricing established in the proposal.
The BCSD reserves the right to reduce or increase the scope of the project if the lowest
responsible and responsive Offeror’s proposal is higher or lower than our budgeted amount
for the project. The BCSD, 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 BCSD and constitutes no guarantee of scope.
The BCSD 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 1, 2013, and continue for an initial
term of one (1) year, through June 30, 2014. Upon mutual consent, the parties may
extend, in writing, the contract for four (4) subsequent terms of one (1) year each. At the
commencement of any such one year extension, requested increases in the contract
pricing shall be held at or below the annual Consumer Price Index adjustment as
measured in the CPI Index, South Urban, All Items, published by the U.S. Department of
Labor, Bureau of Labor Statistics, but increases shall not exceed 2%.
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, BCSD 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.
22
5. OWNER’S REPRESENTATIVE
Supervision of the contract will be performed by the Owner’s Representative, Marty
Drawhorn, Maintenance Director, or his designee, of the Maintenance Department.
23
REQUEST FOR PROPOSAL
BCSD invites proposals for Commercial Solid Waste Collection and Disposal Service.
1. PURPOSE
Bibb County School District (BCSD) intends to contract for the services of a
Servicer for the management of the commercial solid waste removal. To qualify
for consideration, companies shall possess and be prepared to provide expertise,
financial resources, and personnel experienced in this field.
2. SCOPE OF WORK
I. Definition of Scope
The BCSD has approximately 51 locations that require commercial waste
removal. The locations are all located in Bibb County, and each location has both
dry waste and food waste (Attachment A, page 38). All locations must be
serviced so that all containers at each location are emptied according to a schedule
to be provided by the BCSD.
II. Goal
The goal of this process for a Servicer to provide quality commercial waste
services in a timely manner and in a way which is beneficial to all schools and
BCSD employees in the District.
24
REQUEST FOR PROPOSAL
3. SPECIFICATIONS
1. Equipment
Servicer’s vehicles and containers 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 BCSD.
Servicer hereby grants BCSD, for its own benefit and for the benefit of any successor service
provider, an option to purchase any or all of its equipment used in the performance of the
service contract including, without limitation, mobile equipment and vehicles, dumpsters,
carts and containers, (a) at any time Servicer is in default in its obligations under the service
contract, and (b) for ninety (90) days following the expiration of the service contract. If the
BCSD, for its own benefit or for the benefit of any successor service provider, exercises such
option with respect to any piece of equipment, the purchase price shall be the fair market
value of such equipment as determined by mutual agreement of the parties, or if the parties
cannot mutually agree, by the Bibb County Courts. Servicer shall transfer possession to the
BCSD, or such successor service provider, immediately upon exercise of the option, and the
BCSD, or such successor service provider, shall pay for such equipment within twenty (20)
days of the final determination of the fair market value.
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;
25
b. criminal checks; and
c. drug testing.
At the BCSD’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 BCSD 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 BCSD believes is
(a) not conducting him or herself in accordance with the applicable code of conduct as
provided to Servicer by the BCSD from time to time, (b) improperly providing the
services, (c) engaged in conduct that is criminal, fraudulent or likely to cause harm to
the BCSD’s employees or property or (d) not adequately complying with the terms of
the service contract, Servicer shall, upon the BCSD’s request, as soon as reasonably
practicable: (i) if applicable, terminate such individual’s access to BCSD property, and
(ii) remove such individual of his or her responsibility of providing services to the
BCSD.
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
BCSD of any such spills immediately. After evaluation by the BCSD of any damage to
property of the BCSD caused by a spill, the BCSD 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 BCSD within thirty (30) days of such notification. If Servicer does
not take such corrective action within the required time period, the BCSD 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 Bibb County/Macon ordinances where services per
this contract are provided.
5. Default and Termination
a. Default
The BCSD 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
26
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 BCSD 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 BCSD incident to such termination and the completion of the
work. Thereafter, the Servicer shall promptly discontinue the work. The BCSD will pay the
Servicer all monies owed for work completed.
c. Termination Assistance Services
If requested by the BCSD, Servicer shall provide the BCSD 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 BCSD.
6. Customer Service
The Servicer shall provide Customer Service to the BCSD as follows:
a. All Servicer equipment will be marked with an After Hours Customer Service telephone
number, preferably a toll free number. All complaints or issues regarding customer
service after normal BCSD business hours (8 a.m. – 5 p.m. Monday through Friday) will
be registered at Servicer’s customer service desk and must be addressed, and if possible
resolved, within twenty-four (24) hours. Within the 24-hour period following the
complaint, the Servicer shall pick-up missed collections, clean-up strewn or spilled
27
refuse, replace lids and remedy all valid complaints. Servicer shall notify the BCSD’s
Administrator, Marty Drawhorn, via email of all Customer Service calls received and the
disposition of each within one (1) business day of the registered complaint. Servicer shall
immediately contact the Administrator concerning complaints which it feels are not valid.
b. In the event of a leased compactor breakdown or malfunction, Servicer agrees to
respond and correct the breakdown or malfunction within twenty-four (24) hours of
the notice. If the compactor cannot be restored to normal operation within twenty-
four (24) hours, a replacement compactor of the same capacity must be provided
before the end of the 24 hour period. If a replacement compactor is not available, a
mutual determination will be made of quantity and capacity of front-end containers to
be installed at the site to temporarily restore service. These containers will be
emptied daily until such time as compactor service can be restored.
c. Failure by Servicer to remedy valid complaints within twenty-four (24) hours may cause
the BCSD to consider the Servicer in default under the terms of the contract.
Additionally, any complaint submitted in writing to the Servicer by the BCSD
Administrator which has not been adequately resolved within ten (10) days of receipt
shall be, at the sole discretion of the BCSD Administrator, grounds for termination of the
contract.
7. Performance Quality
Servicer shall perform the services under the service contract in accordance with the service
levels set forth in the service contract (the “Service Levels”). With respect to all other
aspects of the services for which a Service Level is not specifically set forth in the service
contract, Servicer shall perform such aspects in accordance with the professional standards
used by first tier providers of substantially similar services. Unless otherwise specified in the
service contact, the measurement window for each Service Level shall be a calendar month.
If Servicer fails to perform in accordance with the Service Levels, Servicer will provide to
the BCSD 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 BCSD 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 BCSD within fifteen (15) days of the end of
the term of the service contract.
28
**RECYCLING PROGRAM**
The Bibb County School District intends to start a recycling program district wide. We
request that you submit a separate, alternate proposal for this type program. Your
administration of a recycling program is required to bid on this RFP. Please use the
following information to prepare and submit your recycling plan.
RECYCLING PROGRAM
1. INTRODUCTION
This section provides information on BCSD, the purpose and objectives of this solicitation and
the resource management program.
Program Purpose The purpose of BCSD’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 BCSD’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 BCSD wishes to collaborate closely with the selected Contractor to meet BCSD’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 BCSD’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 BCSD’s approval, take a lead role in identifying, designing, and
implementing innovative, cost-effective means to reduce waste generation and increase
diversion at BCSD’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 BCSD’s
goal setting, performance tracking, and decision-making ability.
4. Collaborate with BCSD’s staff to 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.
29
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 41 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 BCSD at the facility/
facilities enumerated in Attachment B (page 47) according to the following hierarchy:
(1) reduce generation of discards,
(2) reuse/return/donate,
(3) recycle/compost.
Services required of the successful bidder include the following:
Provide containers, collection, pick-up, transportation, segregation, specific
processing, shipment and marketing of discarded materials;
Develop and implement plans for the reduction, reuse and recycle of all waste
materials generated by BCSD’s facilities with BCSD’s approval;
Provide oversight and coordination of on-site source separation, if required;
Provide training for BCSD staff and limited BCSD contractors;
Provide performance monitoring, data tracking, and reporting;
The successful bidder shall also—with BCSD’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 BCSD.
• 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 BCSD with all hauling costs
separate from secondary material processing or recycling revenues/fees. Propose line
items you envision that meet the above requirements for cost transparency.
• Present your procedures for billing and allocation of costs (from pick-up to bill).
.
30
7. BIDDER’S REFERENCES
• List a minimum of three current major recycling program efforts and all client
information (Business, address, phone number, fax number, email address, contact
name). Include as many customers as possible that are comparable to BCSD’s
requirements insofar as size and recycling requirements are concerned.
31
REQUEST FOR PROPOSAL
A. Offeror’s Responsibility:
It shall be the responsibility of the selected Offerors 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 five
copies of the proposal shall be provided in a loose-leaf, three-ring binder. Binders
shall be Wilson Jones “Print Won’t Stick” D-Ring View Binders Mfr. #WJ386 or
equivalent. Color shall be white. No prohibition shall be placed by this
solicitation as to the concept of service the Offeror 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.
32
REQUEST FOR PROPOSAL
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 Offeror’s
overview of the program, shall precede the specific required sections.
33
REQUEST FOR PROPOSAL
SECTION II - 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 BCSD
for contract negotiation for this project. A brief history of the company and the
present organizational structure of the firm describing the management.
2. Financial Status - Describe the financial status of the firm; include the audited
financial statements (income statements and balance sheets) for the past two
accounting years.
3. References - List as references (names, address, contact persons and phone
numbers) a minimum of three clients of similar size and nature to BCSD for
which a project was completed within the last three years. A brief description of
the services provided shall accompany each reference.
4. 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.
5. Previous Default - Indicate if the Offeror has ever defaulted on a contract or
denied a bid due to non-responsibility to perform. If so, provide the facts and
circumstances.
34
REQUEST FOR PROPOSAL
REQUEST FOR INFORMATION
All questions and/or correspondence during the entire proposal process shall be directed
in writing to the Administrator, Marty Drawhorn. Correspondence may be submitted via
e-mail to [email protected] or faxed to 478-779-3549. The Administrator can
also be reached at: Bibb County School District, Maintenance Department, 2446 Roff
Avenue, Macon, Georgia 31204.
During the entire period of solicitation, proposal and evaluation, no Offeror shall contact
any Board member or employee of BCSD concerning this solicitation. Such action could
result in the Offeror being removed from further consideration in this solicitation.
35
REQUEST FOR SEALED PROPOSAL
_____________________________________________
DATE: ___________________
TIME: ___________________
PROPOSAL NO.: ___________________
NAME OF COMPANY:
______________________________________________________________________________
The Bibb County School District
484 Mulberry Street
Macon, Georgia
Gentlemen:
Having carefully examined the Proposal Conditions and Specifications entitled Request for
Proposal No. 13-48, Commercial Solid Waste Collection and Disposal Service (Including A
Recycling Program) for the performance of subject work all dated May 22, 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 Offeror’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
36
____________________________
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 Offeror is:
__________________________________________________________________
37
OFFEROR’S CHECKLIST
PROJECT: _____________________________________________________________
_____________________________________________________________
PROPOSAL NO.: _________________________________________________________
We have acknowledged and/or responded to RFP 13-48, including a recycling program
One (1) original and Five (5) 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
38
Attachment A
Solid Waste Removal Information
Bibb County Public School System
Elementary Schools
Alexander II Elementary School $______________
1156 College St.
Macon, GA 31201
# and size of containers (1) 4 yd & (1) 8 yd
Barden Elementary School $______________
2521 Anderson Dr.
Macon, GA 31206
# and size of containers (1) 4 yd & (1) 8 yd
Bernd Elementary School $______________
4160 Ocmulgee E. Blvd.
Macon, GA 31217
# and size of containers (1) 4 yd & (1) 8 yd
Brookdale Elementary School $______________
3600 Brookdale Ave
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
Bruce Elementary School $______________
3660 Houston Ave.
Macon, GA 31206
# and size of containers (2) 8 yd
39
Burdell-Hunt Elementary School $______________
972 Fort Hill St.
Macon, GA 31217
# and size of containers (1) 4 yd & (1) 8 yd
2 days per week (Mon. & Wed.)
Burghard Elementary School $______________
6020 Bloomfield Rd.
Macon, GA 31206
# and size of containers (1) 4 yd & (1) 8 yd
Carter Elementary School $______________
5910 Zebulon Rd.
Macon, GA 31210
# and size of containers (2) 8 yd
Hartley Elementary School $______________
2230 Anthony Rd.
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
Heard Elementary School $______________
6515 Houston Rd.
Macon, GA 31216
# and size of containers (3) 8 yd
Heritage Elementary School $______________
6050 Thomaston Rd.
Macon, GA 31220
# and size of containers (2) 8 yd
40
Ingram-Pye Elementary School $______________
855 Anthony Rd.
Macon, GA 31204
# and size of containers (1) 8 yd
Jones Elementary School $______________
2350 Alandale Dr.
Macon, GA 31211
# and size of containers (1) 4 yd & (1) 8 yd
King-Danforth Elementary School $______________
1301 Shurling Dr.
Macon, GA 31211
# and size of containers (1) 4 yd & (1) 8 yd
Lane Elementary School $______________
990 Newport Rd.
Macon, GA 31210
# and size of containers (1) 4 yd & (1) 8 yd
Morgan Elementary School $______________
4901 Faubus Ave.
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
2 days per week (Mon. & Wed.)
Porter Elementary School $______________
5802 School Rd.
Macon, GA 31216
# and size of containers (1) 4 yd & (2) 8 yd
41
Rice Elementary School $______________
3750 Jessie Rice St.
Macon, GA 31206
# and size of containers (1) 4 yd & (1) 8 yd
Riley Elementary School $______________
3522 Greenbriar Rd.
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
Skyview Elementary School $______________
5700 Fulton Mill Rd.
Macon, GA 31052
# and size of containers (2) 8 yd
Springdale Elementary School $______________
4965 Northside Dr.
Macon, GA 31210
# and size of containers (2) 8 yd
Taylor Elementary School $______________
2976 Crestline Dr.
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
Union Elementary School $______________
Mamie Carter Dr.
Macon, GA 31210
# and size of containers (1) 4 yd & (1) 8 yd
42
Vineville Elementary School $______________
2260 Vineville Ave.
Macon, GA 31204
# and size of containers (1) 4 yd & (1) 8 yd
Williams Elementary School $______________
325 Pursley St.
Macon, GA 31201
# and size of containers (1) 4 yd & (1) 8 yd
Middle Schools
Appling Middle School $______________
1210 Shurling Dr.
Macon, GA 31211
# and size of containers (2) 8 yd
Ballard-Hudson Middle School $______________
1070 Anthony Rd.
Macon, GA 31204
# and size of containers (2) 8 yd
Bloomfield Middle School $______________
4375 Bloomfield Dr.
Macon, GA 31206
# and size of containers (2) 8 yd
Howard Middle School $______________
6600 Forsyth Rd.
Macon, GA 31210
# and size of containers (2) 8 yd
43
Miller Middle School $______________
751 Hendley St.
Macon, GA 31204
# and size of containers (2) 8 yd
Rutland Middle School $______________
6260 Skipper Rd.
Macon, GA 31216
# and size of containers (2) 8 yd
Weaver Middle School $______________
2570 Heath Rd.
Macon, GA 31206
# and size of containers (3) 8 yd
High Schools
Central High School $______________
2155 Napier Ave.
Macon, GA 31204
# and size of containers (2) 8 yd
Howard High School $______________
6400 Forsyth Rd.
Macon, GA 31210
# and size of containers (2) 8 yd
Hutchings Career Center $______________
2011 Riverside Dr.
Macon, GA 31204
# and size of containers (1) 8 yd
44
Northeast High School $______________
1646 Upper River Rd.
Macon, GA 31211
# and size of containers (5) 8 yd
Rutland High School $______________
6250 Skipper Rd.
Macon, GA 31216
# and size of containers (2) 8 yd
Southwest High School $______________
1775 Williamson Rd.
Macon, GA 31206
# and size of containers (2) 8 yd
Westside High School $______________
2851 Heath Rd.
Macon, GA 31206
# and size of containers (3) 8 yd
Miscellaneous
Alexander IV $______________
3769 Ridge Ave
Macon, GA 31204
# and size of containers (1) 8 yd
Bellevue Headstart $______________
1090 Napier Ave.
Macon, GA 31204
# and size of containers (1) 8 yd
45
Elam Alexander at Burke $_______________
2051 Second St.
Macon, GA 31201
# and size of containers (2) 8 yd
Hall Headstart $______________
2313 Shurling Dr.
Macon, GA 31204
# and size of containers (2) 8 yd
Northwoods Academy $_______________
709 Pierce Ave.
Macon, GA 31204
# and size of containers (1) 8 yd
Campus Police Office $_______________
1065 Anthony Rd.
Macon, GA 31204
# and size of containers (1) 8 yd
Central Office (Wells Fargo Building) $______________
484 Mulberry St.
Macon, GA 31201
# and size of containers (1) 8 yd
Central Kitchen $______________
2011 Riverside Dr.
Macon, GA 31204
# and size of containers (1) 8 yd
46
Maintenance Department $_______________
2446 Roff Ave
Macon, GA 31204
# and size of containers (1) 8 yd
Transportation Department $_______________
2448 Roff Ave
Macon, GA 31204
# and size of containers (2) 8 yd
Warehouse $_______________
2444 Roff Ave
Macon, GA 31204
# and size of containers (2) 8 yd
Welcome Center $______________
2003 Riverside Dr
Macon, GA 31204
# and size of containers (1) 4 yd
Pricing for additional containers as needed.
4 yard Waste Disposal once per week $______________
6 yard Waste Disposal once per week $______________
8 yard Waste Disposal once per week $______________
Total Amount $______________
47
Attachment B
PROPOSAL FOR THE ESTABLISHMENT OF A RECYCLE PROGRAM AT EACH
LOCATION TO INCLUDE PAPER AND MIXED CONTAINERS
Elementary Schools
Alexander II Elementary School $______________
Population Served: 521
1156 College St.
Macon, GA 31201
Barden Elementary School $______________
Population Served: 327
2521 Anderson Dr.
Macon, GA 31206
Bernd Elementary School $______________
Population Served: 443
4160 Ocmulgee E. Blvd.
Macon, GA 31217
Brookdale Elementary School $______________
Population Served: 470
3600 Brookdale Ave
Macon, GA 31204
Bruce Elementary School $______________
Population Served: 466
3660 Houston Ave.
Macon, GA 31206
48
Burdell-Hunt Elementary School $______________
Population Served: 485
972 Fort Hill St.
Macon, GA 31217
Burghard Elementary School $______________
Population Served: 319
6020 Bloomfield Rd.
Macon, GA 31206
Carter Elementary School $______________
Population Served: 593
5910 Zebulon Rd.
Macon, GA 31210
Hartley Elementary School $______________
Population Served: 374
2230 Anthony Rd.
Macon, GA 31204
Heard Elementary School $______________
Population Served: 612
6515 Houston Rd.
Macon, GA 31216
Heritage Elementary School $______________
Population Served: 827
6050 Thomaston Rd.
Macon, GA 31220
49
Ingram-Pye Elementary School $______________
Population Served: 628
855 Anthony Rd.
Macon, GA 31204
Jones Elementary School $______________
Population Served: 399
2350 Alandale Dr.
Macon, GA 31211
King-Danforth Elementary School $______________
Population Served: 307
1301 Shurling Dr.
Macon, GA 31211
Lane Elementary School $______________
Population Served: 506
990 Newport Rd.
Macon, GA 31210
Morgan Elementary School $______________
Population Served: 507
4901 Faubus Ave.
Macon, GA 31204
Porter Elementary School $______________
Population Served: 491
5802 School Rd.
Macon, GA 31216
50
Rice Elementary School $______________
Population Served: 500
3750 Jessie Rice St.
Macon, GA 31206
Riley Elementary School $______________
Population Served: 411
3522 Greenbriar Rd.
Macon, GA 31204
Skyview Elementary School $______________
Population Served: 537
5700 Fulton Mill Rd.
Macon, GA 31052
Springdale Elementary School $______________
Population Served: 702
4965 Northside Dr.
Macon, GA 31210
Taylor Elementary School $______________
Population Served: 525
2976 Crestline Dr.
Macon, GA 31204
Union Elementary School $______________
Population Served: 566
4831 Mamie Carter Dr.
Macon, GA 31210
51
Vineville Elementary School $______________
Population Served: 509
2260 Vineville Ave.
Macon, GA 31204
Williams Elementary School $______________
Population Served: 309
325 Pursley St.
Macon, GA 31201
Middle Schools
Appling Middle School $______________
Population Served: 609
1210 Shurling Dr.
Macon, GA 31211
Ballard-Hudson Middle School $______________
Population Served: 419
1070 Anthony Rd.
Macon, GA 31204
Bloomfield Middle School $______________
Population Served: 498
4375 Bloomfield Dr.
Macon, GA 31206
Howard Middle School $______________
Population Served: 990
6600 Forsyth Rd.
Macon, GA 31210
52
Miller Middle School $______________
Population Served: 786
751 Hendley St.
Macon, GA 31204
Rutland Middle School $______________
Population Served: 909
6260 Skipper Rd.
Macon, GA 31216
Weaver Middle School $______________
Population Served: 882
2570 Heath Rd.
Macon, GA 31206
High Schools
Central High School $______________
Population Served: 968
2155 Napier Ave.
Macon, GA 31204
Howard High School $______________
Population Served: 1116
6400 Forsyth Rd.
Macon, GA 31210
Hutchings Career Center $______________
Population Served: 288
2011 Riverside Dr.
Macon, GA 31204
53
Northeast High School $______________
Population Served: 614
1646 Upper River Rd.
Macon, GA 31211
Rutland High School $______________
Population Served: 1019
6250 Skipper Rd.
Macon, GA 31216
Southwest High School $______________
Population Served: 875
1775 Williamson Rd.
Macon, GA 31206
Westside High School $______________
Population Served: 1034
2851 Heath Rd.
Macon, GA 31206
Specialty Schools
Elam Alexander Academy $______________
Population Served: 205
2051 Second St.
Macon, GA 31201
Northwoods Academy $_______________
Population Served: 223
709 Pierce Ave.
Macon, GA 31204