Barrow County School System

Similar documents
RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR PROPOSALS

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

Landscaping and Mowing. City of Ranson, West Virginia

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Quote Date: March 29, 2018

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

construction plans must be approved for construction by the City PBZ department.

Proposal No:

FirstLine Schools, Inc. Request for Quote Arborist Services

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

REQUEST FOR PROPOSAL Compensation Consulting

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

City of Forest Park Request for Proposals. Secure Access Control Systems

PROPOSAL FOR STREET SWEEPING SERVICES

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

METROPOLITAN AIRPORT AUTHORITY OF PEORIA REQUEST FOR PROPOSALS FOR TREE TRIMMING/CLEARING SERVICES. for the

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

Alabama State Port Authority

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

GUILFORD COUNTY SCHOOLS Invitation for Bids

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

COUNTY OF PRINCE EDWARD, VIRGINIA

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

REQUEST FOR PROPOSAL (RFP)

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

RFP GENERAL TERMS AND CONDITIONS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

BERRIEN COUNTY ROAD COMMISSION

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Sayreville Housing for Seniors Corporation Gillette Manor

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

LONE TREE SCHOOL BELL SYSTEM

Alabama State Port Authority

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

AGENCY-WIDE LAWN MAINTENANCE

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

Cheyenne Wyoming RFP-17229

Landscaping Services - Request for Quotations

INFORMATION FOR BID. Tee Shirts (School Nutrition)

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

CITY OF GAINESVILLE INVITATION TO BID

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

City of Bowie Requests for Proposals 2019 Private Property Lawn Maintenance and Cleanup Services

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

W I T N E S S E T H:

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

WINDOW WASHING

Franklin Redevelopment and Housing Authority

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

Transcription:

Barrow County School System Boldly Committed to Student Success REQUEST FOR PROPOSALS ISSUE DATE: October 02, 2019 RFP: TREE & BRUSH REMOVAL MNT19003 ISSUING AGENCY: BARROW COUNTY SCHOOL SYSTEM* 179 WEST ATHENS ST * WINDER, GA 30680 Using Agency and/or Location Where Work Will Be Performed: Multiple Schools PERIOD OF CONTRACT: For the duration of the project. The expectation will be for all work to be accomplished between November 07, 2018 and June 30, 2019 Emailed Proposals will be received until Wednesday October 17, 2018, 2:00 PM via email to greg.webb@barrow.k12.ga.us to furnish the Goods/Services described herein. *********** LATE PROPOSALS WILL NOT BE ACCEPTED *********** INQUIRIES: Contractors shall have until Friday October 12, 2018 to make any inquiries. All inquiries for information should be directed in writing to: Mr. Greg Webb via email at greg.webb@barrow.k12.ga.us Mandatory Pre-Proposal Site Visit N/A PROPOSALS MAY: A. EMAILED to Greg Webb at greg.webb@barrow.k12.ga.us In compliance with the Request for Proposal and to all the terms and conditions imposed herein, the undersigned offers and agrees to furnish the services in accordance with the attached signed proposal. Name and Address of Firm: Date: By: Phone Number: Title: Agent Authorized to Enter into Contracts The Barrow County School System is an Equal Opportunity Owner/Employer and will not discriminate against any party submitting a proposal because of race, creed, color, religion, sex, national origin, or ADA disability status. 1

A. PROPOSAL PRICE PROJECT: Annual Services for Tree & Brush Removal M N T 1 9 0 0 3 (FY19) OWNER: Barrow County School System OPTION A LUMP SUM PROPOSAL Not Used this Proposal OPTION B COMBINATION LUMP SUM AND UNIT PRICE PROPOSAL Not Used this Proposal OPTION C UNIT PRICE PROPOSAL In compliance with the Proposal Documents, titled Tree and Brush Removal MNT19003, a n d all Addenda issued to date all of which are part of this Proposal, the undersigned hereby proposes to furnish all items including materials, supervision, labor, and equipment in strict accordance with, said Contract Documents, for the sum of: Annual Services for Tree and Brush Removal Estimated Quantities (FY19) Item No. Description Unit Quantity Unit Price Total 1 Standard Work Order Mobilization LS 4 2 Fast Track Work Order Mobilization LS 2 3 Brush Clearing SQ FT 10,000 4 Tree Removal (4" to 11.9") EA 20 5 Tree Removal (12" to 17.9") EA 15 6 Tree Removal (18" to 23.9") EA 10 7 Tree Removal (24" to 29.9") EA 5 8 Tree Removal (30" to 35.9") EA 5 9 Large Tree Removal (36" and larger) PER INCH OF TREE DIA. 10 TOTAL PROPOSAL PRICE (words) $ Proposer acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Proposals, and final payment for all Unit Price Proposal items will be based on actual quantities provided, determined as provided in the Contract Documents. The prices quoted shall include without exception all materials, supervision, labor, equipment, appliances, clean up, incidental items, applicable sales, use and other taxes, insurance, building permit or fees, and the Contractor's labor, overhead, profit, mobilization and other mark ups, and in full accordance with the Contract Documents. Include allowance for waste where appropriate. The unit prices shall be maintained throughout the Contract Time. Unit prices shall be used in determining additions or deductions from the total Contract Price in the event of changes due to unforeseen conditions in the Work. 2

REFERENCE LIST The Proposer is required to state, in detail, in the space provided below, what work of a character similar to that included in the proposed contract has been done, to give references and such other detailed information as will enable the Barrow County School System to judge their responsibility, experience, skill, and financial standing. Proposals from vendors inexperienced in this particular type of work will not be considered. 3

TABLE OF CONTENTS I. PURPOSE OF REQUEST FOR PROPOSAL II. NATURE OF PROPOSAL III. PROGRAM REQUIREMENTS IV. SCOPE OF PROGRAM V. SPECIAL REQUIREMENTS FOR THE SUBMISSION OF A PROPOSAL VI. EVALUATION OF PROPOSALS VII. CONTRACT VIII. RESPONSIBILITES OF CONTRACTOR IX. QUALIFICATIONS 4

I. PURPOSE OF REQUEST FOR PROPOSAL The purpose of this Request for Proposal is to solicit proposals from qualified Contractors for labor, and equipment, for Tree and Brush Removal for specified Barrow County School System facilities. II. NATURE OF PROPOSAL Each interested Contractor shall be responsible for the review of information contained herein, other information which may be requested, site visitation as required, and other efforts as necessary for the submission of a comprehensive proposal which will represent the Contractor's best offer as a supplier of Tree and Brush Removal for Barrow County School System. Each proposal shall be complete, and it shall be outlined and identified by sections of this Request to facilitate evaluation and to prevent evaluators from unnecessary search/arranging materials for evaluation purposes. In the preparation of each proposal attention should be given to the criteria referenced herein which will be used for purposes of evaluation and award determination purposes. III. PROGRAM REQUIREMENTS Tree removal shall include the removal and disposal of the entire tree, all limbs attached or unattached. All debris shall be raked free of the property and removed from the campus. All trees will be cut as close to the ground as possible. All stumps will be ground with all debris removed and affected area graded smooth. The County and the contractor will meet on site to discuss and determine the location, size and number of trees to be removed. The contractor will prepare an estimate based off the number of trees and the contracted unit cost. Whereby, BCSS will prepare a Purchase Order for the specific identified work before any on-site work commences. Size is based on the diameter at breast height (DBH) measured at 4 ½ feet above the ground surface. All trees and associated wood debris not mulched on site may be staged safely on the ground outside of the ditch and shall be removed from the work site within 5 business days and properly disposed of by the Contractor. Unless properly and safely barricaded, the Contractor shall not leave any tree materials which may interfere with school activities, student learning or vehicular travel. Upon completion of tree removal or other tree care work, the area shall be cleaned to a condition at least equal to that which existed when work was started. All costs associated with removal and disposal shall be included in the per-tree price Proposal. The Contractor shall be responsible to obtain all County permits required, if any, which fees shall be waived by the County. (The County shall be responsible for obtaining all permits required by the U.S. Army Corps. of Engineers.) The Contractor shall exercise extreme care when removing trees and branches. The Contractor shall take all necessary precautions to eliminate damage to adjacent trees and shrubs, lawns, curbs, sidewalks, streets, or other real or personal property. Any damage to property or structures or injuries to personnel will be the responsibility of the Contractor. Equipment shall be properly maintained and monitored at all times while in operation. All personnel shall be trained in proper safety skills and utilize appropriate personal protective equipment (PPE) at all times while performing the work. The Contractor shall comply with all safety requirements to meet OSHA, Federal, State and local industry standards. The Contractor shall ensure safe working conditions and shall erect identifiable barriers or signs to prevent unauthorized entry to work sites while work is being performed. All safety requirements will be included in the per-tree price Proposal. 1

Primary representation must live in the immediate North Georgia area and be available within two (2) hours in emergency situations. The name of a secondary representative must be available and also reside in the North Georgia area. The secondary rep must be familiar with current programs and equipment. Supplier must maintain a minimum of $1,000.000 general liability insurance and furnish proof thereof. Supplier must also furnish proof of worker s comp and auto insurance to meet minimum requirements of the State of Georgia. A Federal Tax ID number for supplier shall be furnished. Supplier must have a program in place to meet all federal requirements and details of the Homeland Security and facets of the Immigration and Naturalization Act, citizenship assurance as outlined in Federal Form I-9, OMB NO. 1615-0047. IV. SCOPE OF PROGRAM DESCRIPTION OF PROPOSAL ITEMS: (Proposal pricing to be entered on corresponding line item(s)) 1. Standard Work Order Mobilization: Mobilization within ten (10) business days after receipt of written Purchase Order, including all equipment, materials and personnel, required to successfully complete the work as described. Lump sum per standard work order. 2. Fast track Work Order Mobilization: Mobilization within three (3) business days after receipt of written work order, including all equipment, materials and personnel required to successfully complete the work as described. Lump sum per fast track work order. 3. Brush Clearing: trees up to but not including 4 inch in diameter: All labor, equipment and materials necessary to clear and remove weeds, brush, bushes and small trees, complete and in place. Brush piles moved to area on site, as designated by the County. Disposal of trees by grinding, chipping and hauling chips/mulch off site. Stumps to be ground, all debris removed from site and affected area graded smooth. Unit price per 100 square feet. Small Tree removal (Items 4 8) and disposal 4 inch diameter up to, but not including 36 inch diameter): Cut and clear each tree cut to within one (1) foot of ground surface, stumps to remain. Disposal of trees by grinding, chipping and hauling chips/mulch off site. Stumps to be ground, all debris removed from site and affected area graded smooth. Unit price for each tree. 4. 4 inch diameter up to but not including 12 inch diameter 5. 12 inch diameter up to but not including 18 inch diameter 6. 18 inch diameter up to but not including 24 inch diameter 7. 24 inch diameter up to but not including 30 inch diameter 8. 30 inch diameter up to but not including 36 inch diameter 9. Large tree removal and disposal (36 inch diameter and greater): Cut and clear each tree cut to within two (2) feet of ground surface, stumps to remain. Disposal of trees by grinding, chipping and hauling chips/mulch off site. Stumps to be ground, all debris removed from site and affected area graded 2

smooth. Unit price for tree diameter. V. SPECIAL REQUIREMENTS FOR THE SUBMISSION OF A PROPOSAL A. Copies of Proposal - Each proposal shall be submitted with all information included and all forms filled out completely. Submit proposals via email with proposer's name, RFP Reference, and project name clearly indicated. Failure to comply may result in rejection of proposal. B. Acceptance/Rejection of Proposal 1. The contract will be awarded to the qualified proposer whose offer, conforming to the conditions and requirements of this request for proposal will be most advantageous to Barrow County School System. The committee's evaluation of submitted criteria and other factors will be taken into consideration. 2. Barrow County School System reserves the right to reject any or all offers and to waive informalities and minor irregularities in proposals received. 3. This Request for Proposal does not commit Barrow County School System to contract for any requirements for this solicitation. 4. A written award or contract furnished to the successful proposer, within the time for acceptance specified in the offer, shall be deemed to result in a binding contract without further action by either party. 5. This is a closed opening, prices will not be divulged at opening. C. Firm Offer - Each Contractor must agree in advance in written form to submit a proposal with cost figures which will be firm for at least one (1) year after the opening of the proposals. D. Unit and Total Cost Each proposal shall include unit costs and a total cost per Estimated Quantities Matrix. VI. E. Noncompliance of the Contract - Upon noncompliance of the contract by the Contractor for completeness and thoroughness in the duties as judged by the Barrow County School System, the Barrow County School System shall so inform the Contractor in writing thereof. The Barrow County School System shall notify the Contractor of noncompliance and will reserve the right to have the duties completed by other means. Noncompliance shall be cause for the Barrow County School System cancellation of this agreement. The Contractor shall be given ten (10) day notice of cancellation at no cost to Barrow County School System. EVALUATION OF PROPOSALS A. Committee- Evaluation of proposals submitted in response to the solicitation will be conducted by officials of the Barrow County School System. In the process of evaluation the total Contractor's proposal will be considered. Proposals will be evaluated off the following criteria: Suitability 25% Price 75% Suitability includes a firm s ability to service Barrow County Schools based on proximity to Barrow County, company experience, company size, and previous experience with Barrow County Schools or Barrow County School s personnel. B. During the process of evaluation the Team may need additional information. This need will be communicated through Barrow County School System. Each Contractor shall be responsible to respond in written form or by appearance before the committee as requested. VII. CONTRACT A. Award It is the full intent, assuming that satisfactory proposals are received, to award a contract. If an award is made it will be for a one-year period and a fixed price, beginning on the date of the contract, with provisions for four (4) one-year extensions. Extensions will be made based upon the recommendations of the authorized representative(s) of the Barrow County School System and the contractor. In case of extensions, the cost per month which was submitted in the Contractor s proposal may be increased or decreased. During extension this cost figure may be changed in accordance with any change in the United States Consumer Price Index over the preceding twelve 3

months effective 90 days prior to the termination of the contract period. Final approval for any contract or extension shall be made by the Barrow County School System. B. Assignment - No contract or its provisions may be assigned, sublet, or transferred without written consent of the Barrow County School System. C. Termination/Cancellation - Barrow County School System reserves the right to cancel the contract upon ten (10) days written notice for reasons of non-performance within the terms and conditions of this request for proposal or conditions beyond control, such as inadequate funding at no cost to Barrow County School System. D. Payments - Payment for services received will be made on a monthly basis. After approval the invoice will be forwarded for payment. Payment shall be made thirty (30) days after approval of the submitted invoice. E. Insurance - The Contractor shall purchase and maintain in force the following kinds of insurance for operations under the contract as specified. Insurance certificates in the amounts shown and under the conditions noted shall be provided to the Barrow County School System before the commencement of any work: Standard Insurance Limits for Goods and Ancillary Services o Workers Compensation (WC): Statutory Limits required in all contracts Bodily injury by Accident each employee $100,000 Bodily injury by Disease each employee $100,000 Bodily injury by Disease policy limit $500,000 o Commercial General Liability (CGL): Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Ops. Aggregate Limit $2,000,000 o Automobile Liability Combined Single Limit $1,000,000 o Umbrella Liability $2,000,000 1. Additional Insured: The vendor shall endorse Barrow County Board of Education, its officers, employees and agents as an additional insured under the commercial general, automobile, and umbrella policies. 2. Barrow County School System must have a thirty (30) day notice of cancellation or change in insurance coverage and give its approval. 3. Umbrella Policy is only required if CGL or Auto limits do not meet minimum requirements. F. Addenda - Any "Addenda" or Instruction to Proposers issued by Barrow County School System prior to the time for receiving proposals shall be covered in the proposal and, in closing a contract; they shall become a part thereof. VIII. RESPONSIBILITIES OF CONTRACTOR A. Safety - Contractor shall be familiar and in complete compliance with, OSHA, AHERA, EPA requirements and any local or state codes/regulations that may apply and shall immediately report any loss or time of major injuries. B. Workmanship - The Contractor's employees shall be thoroughly experienced and/or trained and certified in the particular trade or class in which they are employed. All work shall be performed according to the specifications covering the class or type of work. C. Working Hours Normal school hours are from M F,7:00 AM. to 3:30 PM. For safety reasons, much of Tree Removal work will need to be after hours, school holidays and weekends. There shall be no additional charge for during these time periods. D. Work Conferences - The Contractor's Contract Manager will meet upon request with the Director of Maintenance or his designee. 4

IX. QUALIFICATIONS 1. Qualifications - Each Contractor shall submit evidence of qualifications which would influence the ability to satisfactorily perform the Tree and Brush Removal. 2. Contractor must be licensed to do business in Barrow County, Georgia. 3. Contractor must have been in the Tree and Brush Removal business for a minimum of five (5) years. 4. Contractor must register and participate in the federal work authorization program to verify information for all new employees. 5. Proposers may be required to furnish evidence in writing that they maintain permanent places of business, have adequate equipment, finances, and personnel to furnish the service offered satisfactorily and expeditiously. 6. Please include the following information a. Current Financial Information b. List of Current and similar projects c. Explanation of methods to be used in fulfilling this contract d. Statement of current workload and/or capacity 5

E-VERIFY AFFIDAVIT Georgia Security and Immigration compliance Act: e-verify and SAVE Program Overview [OCGA 13-10-91] Pursuant to the "Georgia Security and Immigration Compliance Act," Barrow County School Barrow County School System is required to have all of its Contractors register and participate in the federal work authorization program to verify information of all new employees. Contractors or subcontractors cannot enter a contract with the School Barrow County School System for the physical performance of services unless the Contractors or subcontractors register and participate in the federal work authorization program to verify information of all new employees. O.C.G.A. 13-10-91. Each Contractor is urged to complete the attached Affidavit. Affirmative language will be included in contracts for the performance of services regarding the above requirement. The School Barrow County School System will require an affidavit from a Contractor showing its compliance with the requirements of O.C.G.A. 13-10-91 at the time a contract for the performance of physical services is executed. The contract shall include language referencing this obligation and providing that failure to supply an affidavit evidencing such compliance (or to continue to meet the statutory obligation during the life of the contract) shall constitute a material breach of the contract. To register for the E-Verify Program, visit www.uscis.gov. Your Proposal will not be accepted without this e-verify number. 6

AFFIDAVIT By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation which is contracting with Barrow County School System, Winder, Georgia, has registered and is participating in a federal work authorization program* (an electronic verification of work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 CIRCA), in accordance with the deadlines established in the referenced statute. The undersigned further agrees that, should it employ or contract with any sub-contractor(s) in connection with the physical performance of services pursuant to this contract with Barrow County School System, Contractor will secure from such sub-contractor(s) similar verification of compliance with OCGA 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Barrow County School System at the time sub-contractor(s) is retained to perform such services. *The applicable federal work authorization program as of the effective date of the statute is the E- Verify program of the Systematic Alien Verification for Entitlements (SAVE) Program office of U.S. Citizenship and Immigration Service (USCIS). To register for the E-Verify Program visit www.uscis.gov Your Proposal will not be accepted without this e-verify number. BY: Authorized Officer or Agent (Contractor Name) Date Contractor's Printed Name Contractor s E-Verify # SUBSCRIBED AND SWORN BEORE ME ON THIS THE DATE OF, 20 Notary Public My Commission Expires: 7