RFP-1534BM ARMORED CAR SERVICE AWARD

Transcription

RFP-1534BM ARMORED CAR SERVICE AWARD
RFP-1534BM
ARMORED CAR SERVICE
This is a request for proposal to be used for Armored Car Services. The
vendor listed below has been awarded the contract indicated.
Exceptions, if any, are listed on the following page.
RFP #1534BM
Award
RFP-1534BM –One year
Contract for Armored
Car Services with options to
Renew for four (4) additional
One-year periods beginning
July 1, 2015 through
June 30, 2016.
Dunbar Armored, Inc.
TOTAL
Cost
$ 212,180.00
___________
$ 212,180.00
* This annual amount is based on an estimate of 16,988 pickups x $12.49 per
pickup--the number of pickups could change. Award is recommended to highest
scoring firm and overall low bidder, Dunbar Armored, Inc., who scored 97 points
out of 100.
Bid packages were sent to the following vendors (the * indicates that a response was
received):
Dunbar Armored, Inc.
Garda
Exceptions: None
Bid requested by: Renee Moore
_________________________________
APPROVED BY
_________________________________
DATE
DUNBAR
Maximum Score
Evaluator's Score
Approach
35 Points
35
Experience and Past Performance
Discrepancy Resolution Plan
References
Cost
Phase I Total
TOTAL POINTS
25 Points
10 Points
5 Points
25 points
75 Points
100 Points
22
10
5
25
97
97 POINTS
GARDA
Approach
Experience and Past Performance
Discrepancy Resolution Plan
References
Cost
Phase I Total
TOTAL POINTS
35 Points
25 Points
10 Points
5 Points
25 points
75 Points
20
18
5
0
17.5
60.5
60.5
60.5 POINTS
Approximate Contract Amount - Dunbar
Regular Service
# of locations
(includes 4 new schools)
# of pickups weekly
# of weeks to pickup
137
Total pickups weekly
411
3
40
Total pickups annually
16,440
$ per pickup
Total cost
12.49
$
205,336
Summer Service
# of locations
# of pickups
137
4
Total pickups
548
$ per pickup
12.49
Total cost
$
6,845
Grand Total
$
212,180
4/16/2015
Approximate Contract Amount - Garda
Regular Service
# of locations
(includes 4 new schools)
# of pickups weekly
# of weeks to pickup
137
Total pickups weekly
411
3
40
Total pickups annually
16,440
$ per pickup
17.82
Total cost
$
292,961
Summer Service
# of locations
# of pickups
137
4
Total pickups
548
$ per pickup
17.82
Total cost
$
9,765
Grand Total
$
302,726
*Cost for additonal items (excess premise time, items and liability) cannot be calculated.
Proposal stated that costs other than the $ per pickup would not be considered, but Garda did include
extra costs in their proposal.
4/17/2015
March 4, 2015
REQUEST FOR PROPOSAL
RFP-1534BM Armored Car Service
March 25, 2015 2:00 PM
Gwinnett County Public Schools (GCPS) Board of Education is soliciting competitive
sealed proposals from qualified service providers for the Provision of Armored Car
Services on an Annual Contract with four (4) options to renew.
SEALED PROPOSALS will be received until 2:00 P.M. on Wednesday, March 25,
2015 and will be received by the Purchasing Department of GCPS located in the
Instructional Support Center at 437 Old Peachtree Road, NW, Suwanee, Georgia
30024. If the response is hand delivered, please leave with the receptionist at the
front desk. Any bid received after this date and time will not be accepted. Proposals
will be publicly opened and only the name of the submitting firms will be read on
March 26, 2015 at 10:00 a.m. A list of firms submitting proposals will be available
the following business day on our website www.gwinnett.k12.ga.us.
Questions regarding this bid should be directed to Betsy McCurry, Buyer, at
[email protected] or by calling 678-301-6283, no later than March
20, 2015.
Proposals are legal and binding upon the bidder when submitted, and should be
marked on the outside of the sealed container with the proposal number, company
name, and required by date and time. Pricing for the proposal should be included in
a separately sealed envelope within the RFP package, with a label containing the
RFP number. One unbound original and four (4) copies should be submitted. The
written proposal documents supersede any verbal or written prior communications
between the parties.
Selection criteria are outlined in the request for proposal documents. Gwinnett
County Public Schools reserves the right to reject any or all proposals to waive
technicalities and to make an award deemed in its best interest. Award notification
will be posted after award on the GCPS website, www.gwinnett.k12.ga.us.
All successful service providers will be required to provide the requested information
to prove participation in the Federal E-Verify Program as referenced in Section 1D of
the attached Instructions and Conditions.
We look forward to your proposal and appreciate your interest in working with
Gwinnett County Public Schools.
Sincerely,
Betsy McCurry
Buyer
Gwinnett County Public Schools
Suwanee, Georgia
“INSTRUCTIONS AND CONDITIONS FOR BIDS”
These are general instructions and conditions that accompany each bid package. If more specific instructions
are given in the individual bid package, those instructions should prevail.
1. PREPARATION OF BIDS
A. Each bidder shall examine the drawings, specifications, schedule and all instructions. Failure to do so
will be at the bidder’s risk, as the bidder will be held accountable for their bid response.
B. All prices and bids should be typed or neatly handwritten. Each bidder shall furnish all information
required by the bid form or document. No erasures are permitted. Errors may be crossed out and
corrections typed adjacent and must be initialed in ink by the person signing the bid. An authorized
agent of the company must sign bids. The firm’s name and telephone number must be shown and
obligations assumed by such signature must be fulfilled.
C. Individuals, firms and businesses seeking an award of a Gwinnett County Public School’s contract
may not initiate or continue any verbal or written communications regarding a solicitation with any
School Board Member, employee or other GCPS representative without permission of the Buyer
named in the solicitation between the date of the issuance of the solicitation and the date of the
final contract award by the Board of Education. Violations will be reviewed by the Purchasing
Director. If determined that such communication has compromised the competitive process, the
offer submitted by the individual, firm or business may be disqualified from consideration for
award.
D. In accordance with the Georgia Illegal Reform and Enforcement Act of 2011 (E-Verify), if providing
service, performing work or delivering goods to Gwinnett County Public Schools including, but not
limited to schools, warehouses and central offices, the applicable Georgia Security and Immigration
Compliance documents found at http://www.gwinnett.k12.ga.us/gcps-purchasing under the
vendor tab must be completed, signed, notarized and submitted with your bid/ proposal response.
Failure to provide this document with your bid submittal may result in bid being deemed nonresponsive and automatic rejection.
E. Time of delivery is part of the bid and must be adhered to. If it is impossible to meet the delivery
specified in the bid, bidder shall state the best delivery possible in the space provided on the Bid
Request. Words such as “immediate”, “as soon as possible”’ etc shall not be used. Time shall be
stated in days and days shall mean “calendar days” (Saturday, Sunday, and holidays are to be
included in that number).
F. The preferred method of pricing submittal is in paper form, with an original signature from an
authorized agent of the company. An electronic price worksheet will also be provided online to
prospective bidders. If provided, electronic media shall be clearly identified and labeled including
the vendor name, name of the bid and number, and date. Electronic price worksheets shall be in
Microsoft Excel 2007 or more recent format and shall allow for sorting on any of the fields
indicated on the spreadsheet. Submission of bid pricing and terms on electronic media does not
replace paper bids. Unit price should not exceed 2 decimal points and should include freight
charges. Prices submitted on the electronic price worksheet should be in number format. Other
prices contained elsewhere in the Bid should be stated in both words and numbers. In the event of
a conflict, the word version will prevail.
Gwinnett County Public Schools
Suwanee, Georgia
2. EXPLANATION TO BIDDERS
Any explanation desired by a bidder regarding the meaning or interpretation of the invitation for bids,
drawings, specifications, etc. must be requested by the question cutoff deadline stated in the solicitation
in order for a reply to reach all bidders before the close of bid. Any information given to a prospective
bidder concerning an invitation for bid will be furnished to all prospective bidders as an addendum to
the invitation if such information is necessary or if the lack of such information would be prejudicial to
uninformed bidders. The written bid documents supersede any verbal or written communications
between parties. Receipt of addendum should be acknowledged in the bid. It is the bidder’s
responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be
accomplished via contact with the assigned Procurement Agent prior to bid submittal.
3. SUBMISSION OF BIDS
A. Each bid shall be submitted on the enclosed form in a sealed envelope addresses to the Gwinnett
County Public Schools Purchasing/Property Management Department with the company name,
opening date and time, and bid number printed on the outside of the envelope. Telephone/faxed
bids will not be considered. Any addenda should be enclosed in the sealed envelopes as well.
B. Brand names and manufacture model numbers are not for restrictive purposes but to establish an
acceptable level of quality unless “no substitution” is clearly stated in the
specifications. Specifications used are intended to be open and nonrestrictive. When no reference
or change is made on submission by bidder, it is understood that the specific item named in the
solicitation document shall be furnished by the bidder. If bidding an equivalent, state manufacturer
name and model number. Also, product brochures/specifications should be submitted with bid of
the equivalents you are bidding. Failure to include the supportive information may result in the
item automatically being rejected. The Board, through its Purchasing Agent, shall be the sole judge
in making determination as to the quality. All decisions shall be final. (Moved from PREPARATION
OF BIDS section)
C. Bids, modifications to bids or corrections on bids received after the opening time specified will not
be considered. The Board will not be responsible for lateness of receipt due to mail delays.
D. If necessary, addendums to the Bid will be posted up to seventy two (72) hours before the Bid
opening time.
E. Samples of items, when required, must be submitted within the time specified and, unless
otherwise specified by the GCPS, at no expense to GCPS. Samples must be tagged with the
bidder’s name and Bid Number. Unless otherwise specified, samples not used or destroyed in
testing will be returned to the bidder at their request and at their expense.
The Board will assume no responsibility for items destroyed or stolen when being tested.
F. Items offered must meet required specifications and must be of a quality, which will adequately
serve the use and purpose for which intended.
G. Full identification of each item bid upon, including brand name, model, catalog number, etc. must
be furnished to identify exactly what the bidder is offering. Manufacturer’s literature may be
furnished.
Gwinnett County Public Schools
Suwanee, Georgia
H. The bidder must certify that items to be furnished are new and that the quality has not
deteriorated so as to impair its usefulness.
I.
Signatures on bids are binding for pricing and all terms and must be signed by an authorized agent
of the company.
J.
GCPS is exempt from federal excise tax and Georgia sales tax with regard to goods and services
purchased directly by GCPS. Suppliers and contractors are responsible for federal excise tax and
sales tax, including taxes for materials incorporated in county construction projects. Suppliers and
contractors should contact the State of Georgia Sales Tax Division for additional information.
K. Information submitted by a bidder in the bidding process shall be subject to disclosure after the
public opening in accordance with the Georgia Open Records Act. Each page of proprietary
information must be identified. Entire bid may not be deemed proprietary.
4.
WITHDRAWAL OF BID DUE TO ERRORS
The bidder shall give notice in writing of his claim of right to withdraw his bid without penalty due to an
error within two (2) business days after the conclusion of the bid opening procedure. Bids may be
withdrawn from consideration if the price was substantially lower than the other bids due solely to a
mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as
opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an
unintentional omission of a quantity of work, labor or material made directly in the compilation of the
bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective
evidence drawn from inspection of original work papers, documents and material used in the
preparation of the bid sought to be withdrawn. The bidder’s original work papers shall be the sole
acceptable evidence of error and mistake if he elects to withdraw his bid. If a bid is withdrawn under
the authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid.
Bid withdrawal is not automatically granted and will be allowed solely at Gwinnett County Public
School’s discretion.
5.
6.
REJECTION AND WITHDRAWAL OF BIDS
Failure to observe any of the instructions or conditions in this invitation to bid may constitute grounds
for rejection of bid.
AWARDS
A. Award will be made to the lowest responsive and responsible bidder. The quality of the articles to be
supplied, their conformity with the specifications, their suitability to the requirements of Gwinnett
County Public Schools, and the delivery terms will be taken into consideration in making the award.
B. Awards may not be made a bidder for less than $500.00 when there are multiple awards on a bid.
C. Bidders agree that their bids are subject to acceptance at anytime within 30 days after opening, unless
otherwise stipulated in the bid.
D. Bid tabulations shall be available at the time of award.
Gwinnett County Public Schools
Suwanee, Georgia
E. The Board may place additional orders or increase quantities at quoted prices in excess of the original
bid with the consent of the bidder and for such period of time as may be agreed upon between the
Board and the bidder.
F. The Board may accept or reject any or all bids or part of bids and may waive informalities, technicalities
and irregularities. The judgment of the Board on such matters shall be final.
G. GCPS reserves the right to make an award as deemed in its best interest, which may include awarding a
bid to a single bidder or multiple bidders, or to award the whole bid, only part of the bid, or none of the
bid to single or multiple bidders, based on its sole discretion of its best interest
H. CONTRACT: Each bid is received with the understanding that the acceptance in writing by the Gwinnett
County Public Schools of the offer to furnish any or all of the commodities or services described therein
shall constitute a contract between the bidder and the GCPS which shall bind the bidder on his part to
furnish and deliver the articles quoted at the prices stated in accordance with the conditions of said
accepted bid. The Request for Bid, Bidder’s Response and a Purchase Order or Contract and its
attachments, either attached hereto or by reference, when received by the successful bidder, shall
constitute (1) a binding Contract on the terms set forth herein, and (2) the entire Contract, and it is to
be interpreted, construed and given effect in all respects according to the laws of the State of Georgia.
7.
AUTHORIZED PURCHASES
All purchases, whether for products or services, must be supported in advance by an official hard copy
purchase order, valid purchase order number or GCPS authorized Visa purchasing card. The Gwinnett
County Board of Education will not be bound by any unauthorized purchases.
8.
TERM
The standard effective term of this RFP will be twelve (12) months based on the dates specified in the
Bid Award. The Board reserves the option to renew this RFP up to a maximum of four (4) additional
terms of twelve (12) months each for a total potential term length of five (5) years. Pursuant to O.C.G.A.
Section 50-5-64, this contract shall not be deemed to create a debt of The Board for the payment of any
sum beyond the fiscal year of execution or, in the event of a renewal, beyond the fiscal year of such
renewal.
9.
DELIVERY TERMS
Unless otherwise stated in the invitation to bid and any resulting contract, or unless qualified by the
bidder, items shall be shipped F.O.B. Destination to our warehouse except where installation is required.
The seller shall retain title for the risk of transportation, including the filing for loss or damages. The
invoice covering the items is not payable until items are delivered and the contract of carriage has been
completed. Unless the F.O.B. clause states otherwise, the seller assumes transportation and related
charges either by payment or allowance. Where installation is required, prices are to include all
necessary wiring, connecting, leveling, piping, uncrating, moving and all other changes incurred in
placing the equipment in operation, unless otherwise specified.
All merchandise requiring installation and which is shipped F.O.B. job site must be received by the
successful vendor’s regularly employed personnel and the equipment stored in the area designated by
the owner’s representative. The Board will not assume responsibility for any items which require
installation until it is completely installed and demonstrated to the appropriate school officials.
Gwinnett County Public Schools
Suwanee, Georgia
10.
11.
PATENT INDEMNITY
The contractor guarantees to hold GCPS, its agents, officers or employees harmless from liability of any
nature or kind for use of any copyrighted or uncopyrighted composition, secret process, patented or
unpatented invention, articles or appliances furnished or used in the performance of the contract, for
which the contractor is not the patentee, assignee or licensee.
SHIPPING AND MARKING
A.
All merchandise will be received in our warehouse on weekdays between the hours of 7:00 A.M.
and 3:00 P.M. Where two or more items are packaged together, their combined weight shall be
no more than two thousand (2,000) pounds.
B.
MARKING: Include packing list in each shipment. Packing list must show Gwinnett County Board
of Education Purchase Order Number, Contents and Shipper’s Name and Address, mark packing
list and Invoices covering final Shipment “Order Completed”. If no packing list accompanies the
shipment, the Buyers count will be accepted. Mark (upper left corner) or each package (box,
crate, barrel, bundle, piece) clearly with (1) Shipper’s name and address, (2) Contents, (3) Board
of Education Purchase Order Number, and (4) Bill of Lading or Express Receipt and on every
package the marking specified above, will obligate Shipper for any and all extra cost incurred,
including drayage or demurrage.
12.
INVOICES
All invoices must show the purchase order number, the item number, and should be mailed to Gwinnett
County Public Schools, Finance Department, 437 Old Peachtree Road, NW, Suwanee, Georgia 300242978.
13.
PAYMENT
PAYMENT IN FULL will be made by the Board of Education when an invoice is received indicating that
the goods and/or services have been delivered. The Board of Education will also make PARTIAL
PAYMENT when partial shipment is received, as long as an invoice is received indicating partial delivery.
14.
DEFAULT
In the event any property or service to be furnished by the bidder under a Contract or purchase order
should for any reason not conform to the specifications contained herein, or to the sample submitted by
the bidder with his bid, the Board may reject the property or service. Then, in which event, with specific
instructions from the Director of Purchasing, the bidder shall immediately remove the property without
expense to the Board and replace all rejected property with such property or service conforming to the
specifications or samples.
Should the bidder default in the performance of the foregoing paragraph, the Board may procure such
property or services from other sources and shall have the absolute right to deduct from any monies
due to the bidder, the difference between the contract price and the actual cost of the property to be
replaced or substituted. Price paid by the Board of Education in such event shall be the prevailing
market price at the time the substitute purchase is made.
15.
COMPLIANCE
All property or services furnished must comply with all applicable Federal, State and Local Laws, Codes
and regulations. Successful Bidders must obtain County Permits where necessary.
Gwinnett County Public Schools
Suwanee, Georgia
16.
RIGHTS AND REMEDIES
The rights and remedies of the Board provided above shall not be exclusive and are in addition to any
other rights and remedies provided by law or under the contract.
17.
BIDDERS EVIDENCE OF RESPONSIBILITY
Bidders may be required to furnish evidence in writing that they maintain permanent places of business
and have adequate equipment, finances and personnel to furnish the items offered satisfactorily and
expeditiously and that they are authorized dealers and can provide necessary services and warranties
for items they propose to furnish.
18.
SUCCESSFUL BIDDERS
Successful Bidders will be responsible for seeing that all County Inspection Codes are complied with as
regarding (1) electrical, (2) gas and (3) water fittings and outlets. Field Checks for exact measurements
of all spaces for items to be furnished will be the responsibility of the successful bidder. This is to insure
proper fitting of all items in the space provided. Shop Drawings, if applicable, will be prepared and three
(3) copies will be furnished to the Board of Education Purchasing Department before work is begun.
19.
RESPONSE
Failure to respond to Invitation to Bid (submission of bid, or written notice that vendor is unable to bid
on this particular request but wishes to remain an active bidder for this particular item) will be
understood by the Board of Education to indicate a lack of interest and concurrence in the removal of
the vendor’s name.
20.
USE BY OTHER AGENCIES
This bid allows for other State and Local Government Agencies within the State of Georgia to buy off this
bid at the same prices quoted during the effective term, pending agreement between Bidder and the
third party entity.
Charter Schools – Selected GCPS contracts and pricing have been made available for use by GCPS
Charter Schools. Sales to GCPS Charter Schools by the Contractor will be optional and will not be
considered when determining award, i.e. it is not mandatory to allow other agencies to participate. It is
to be understood, however, that Gwinnett County Public Schools shall not be responsible for any
problems that may arise between a GCPS Charter School and the contractor as a result of any sales.
Any resulting contract is solely between the supplier and third party GCPS Charter School. Billings for
items purchased under this agreement shall be directed to the agency making the purchase.
21.
DEBARMENT STATUS
By submitting their bid or proposal, all vendors certify that they are not currently debarred from
submitting bids or proposals on contracts by any agency of the State of Georgia and the federal
government, nor are they an agent of any person or entity that is currently debarred from submitting
bids on contracts by any agency of the State of Georgia or the federal government.
22.
NON-COLLUSION
Bidder declares that the bid is not made in connection with any other bidder submitting a bid for the
same commodity or commodities, and that the bid is bona fide and is in all respects fair and without
collusion or fraud. Collusion and fraud in bid preparation shall be reported to the State of Georgia
Attorney General and the United States Justice Department.
Gwinnett County Public Schools
Suwanee, Georgia
23.
DEFAULT
The contract may be canceled or annulled by the Purchasing Director in whole or in part by written
notice of default to the contractor upon non-performance or violation of contract terms. An award may
be made to the next low responsive and responsible bidder, or articles specified may be purchased on
the open market similar to those so terminated. In either event, the defaulting contractor (or his surety)
shall be liable to the County for costs to the County in excess of the defaulted contract prices; provided,
however, that the contractor shall continue the performance of this contract to the extent not
terminated under the provisions of this clause.
24.
TERMINATION FOR CAUSE
Gwinnett County Public Schools may terminate this agreement for cause upon ten days prior written
notice to the contractor of the contractor’s default in the performance of any term of this agreement.
Such termination shall be without prejudice to any of GCPS’s rights or remedies by law.
25.
TERMINATION FOR CONVENIENCE
Gwinnett County Public Schools may terminate this agreement for its convenience at any time upon 30
days written notice to the contractor. In the event of GCPS’s termination of this agreement for
convenience, the contractor will be paid for those services actually performed. Partially completed
performance of the agreement will be compensated based upon a signed statement of completion to be
submitted by the contractor, which shall itemize each element of performance.
26.
AMERICANS WITH DISABILITIES ACT
All contractors for Gwinnett County Public Schools are required to comply with all applicable sections of
the Americans with Disabilities Act (ADA) as an equal opportunity employer. In compliance with the
Americans with Disabilities Act (ADA), Gwinnett County Public Schools provides reasonable
accommodations to permit a qualified applicant with a disability to enjoy the privileges of employment
equal to those employees with disabilities. Disabled individuals must satisfy job requirements for
education background, employment experience, and must be able to perform those tasks that are
essential to the job with or without reasonable accommodations.
27.
ALTERATIONS OF SOLICITATION AND ASSOCIATED DOCUMENTS
Alterations of Gwinnett County Public Schools documents are strictly prohibited and will result in
automatic disqualification of the firm’s solicitation response. If there are “exceptions” or comments to
any of the solicitation requirements or other language, then the firm may make notes to those areas,
but may not materially alter any document language.
28.
INDEMNIFICATION
To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify,
defend, satisfy all judgments, and hold harmless GCPS, the engineer, and their agents and employees
from and against all claims, damages, actions, judgments, costs, penalties, liabilities, losses and
expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance
of the work, provided that any such claim, damage, action, judgment, cost, penalty, liability, loss or
expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of
tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is
caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless
whether such claim is caused in part by a party indemnified hereunder. Such obligation shall not be
construed to negate, abridge or otherwise reduce any of the rights or obligations of indemnity which
Gwinnett County Public Schools
Suwanee, Georgia
would otherwise exist as to any party or person described in this agreement. In any and all claims
against GCPS, the engineer, or any of their agents or employees by any employee of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of
them may be liable, the indemnification obligation contained herein 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
Contractor or any subcontractor under Worker's Compensation Acts, disability benefit acts, or other
employee benefit acts.
Gwinnett County Public Schools
Suwanee, Georgia
I THE UNDERSIGNED, ACKNOWLEDGE THAT I HAVE READ THE BID DOCUMENT IN ITS ENTIRETY AND
AGREE TO CONFORM TO ITS EVERY REQUIREMENT. I FURTHER ACKNOWLEDGE THAT FAILURE TO
PREPARE, SUBMIT, OR EXECUTE THIS BID IN THE EXACT MANNER REQUESTED WILL BE JUST CAUSE
TO REJECT ANY OR MY ENTIRE BID.
COMPANY NAME:_______________________________________________________________
BY:____________________________________________________________________________
(PRINT NAME)
____________________________________________________________________________
(SIGNATURE)
ADDRESS:______________________________________________________________________
______________________________________________________________________________
PHONE NUMBER:________________________________________________________________
FAX NUMBER:__________________________________________________________________
E-MAIL ADDRESS:________________________________________________________________
DATE:_________________________________________________________________________
CONTACT FOR PRODUCT INFORMATION:____________________________________________
PHONE NUMBER:________________________________________________________________
THE ABOVE ACKNOWLEDGMENT MUST BE PROPERLY SIGNED AND FIRMLY ATTACHED TO YOUR BID. THIS
ACKNOWLEDGMENT BECOMES A PART OF YOUR BID AND WITHOUT IT YOUR BID IS NOT COMPLETE AND WILL BE
SUBJECT TO REJECTION.
Gwinnett County Public Schools
Suwanee, Georgia
BID PROTEST PROCEDURE
This bid protest procedure applies to challenges to the awarding of bids or contracts by the Purchasing
department of the Gwinnett County Public Schools.
If the protesting party does not submit a bid or proposal the protest must be submitted prior to the
date of the bid opening, or prior to the date on which the RFP proposal or quote is due to be received
by the Board. Any protests received after those dates will not be reviewed and considered and will be
dismissed as untimely.
For those protestors who did submit a bid or RFP response, their protests must be filed within seven
days after the protesting party knew or should have known of the facts giving rise to the protest.
However, no protest will be accepted that is filed more than seven days after the date the notice of
award of the contract is posted on the Purchasing Department of the Gwinnett County Public Schools
website. Untimely protests will be dismissed.
The date of filing is the date the protest is received by the Purchasing Department. A protest must be
in writing and must be sent to Gwinnett County Public Schools, Purchasing Department, 437 Old
Peachtree Road, NW, Suwanee, Georgia 30024 Attn: Director of Purchasing.
Each protest must specify the reasons the protesting party believes that the solicitation or award was
improper. Issues not raised in the written protest are deemed waived and may not be raised on
appeal. The protesting party may submit with the protest any documents or information deemed
relevant. If the contract has been awarded, the Purchasing Department shall notify the successful
bidder or contractor of the protest. If the protest is received before the contract is awarded and
substantial issues are raised by the protest, all bidders and offerors who appear to have a substantial
and reasonable prospect of winning the award shall be notified of the protest and the reasons for the
protest and they may file their position on the issues with the Purchasing Department, in writing,
within five days after receipt of notice of the protest.
Upon the filing of a protest, further action on the solicitation or award shall be stayed, or if the protest
is timely received after the award, performance of the contract should be suspended until the protest
is resolved. The Purchasing department may, however, determine that the protest is clearly without
merit or that award of the contract without delay is necessary to protect the substantial interests of
the Board. In such case, if the Director of Purchasing determines that the protest is clearly without
merit or will substantially harm the Board and does not stay the procurement, he shall immediately
issue the decision.
Gwinnett County Public Schools
Suwanee, Georgia
Within 15 days of the receipt of a protest, the Purchasing Department will issue a response. The
response may include any documents or information that the contracting officer or Director of
Purchasing deems relevant to the protest. If additional time is required to investigate the protest, he
shall inform the protesting party of the additional time needed to render a determination and obtain
the protesting party's consent. Unless an extension of time has been agreed to, the Director of
Purchasing shall issue a final written determination stating the reasons for the decision within 60 days
of the date the protest was filed.
The Purchasing Department shall send a copy of the decision to the protesting party and any other
person determined to be affected by the decision. If the protest is denied, the decision shall inform the
protesting party of its right to file an appeal. The appeal will need to be sent to Gwinnett County Public
Schools, Business and Finance Division, 437 Old Peachtree Road, NW, Suwanee, Georgia 30024 Attn:
Chief Financial Officer, and received within 15 days of the mailing date of the decision.
Gwinnett County Public Schools
Suwanee, Georgia
TO ALL PROSPECTIVE VENDORS:
Because of the many requests to be placed on our vendors’ lists, we are continuously updating them. While we
want to include all bona fide vendors, we do not want to send notifications to those vendors who may no longer
be interested in participating in our solicitation procedure.
If you do not choose to respond to the attached Request for Proposal, please fill in the form below indicating
whether or not you want to be retained on our current vendors’ list.
Vendors who do not respond in any way (by either submitting a proposal or by returning the form below) over a
period of one year will be removed from the vendors list.
If you desire to submit a “NO BID”, please indicate by checking one or more of the reasons listed below.
(Please indicate No Bid with Bid Number.) Return to Gwinnett County Public Schools, 437 Old Peachtree Road,
NW, Suwanee, GA 30024-2978, Attention Senior Buyer, Kim Murphy or fax to 678-301-6284. Failure to return
this page may result in removal of your company from commodity listing.
□
Unable to bid at this time. Would like to receive future bids.
□
Do not offer this product or service; remove us from this item only.
□
Specifications too "tight"; geared toward one brand or manufacturer only
□
Specifications are unclear.
□
Unable to meet specifications
□
Our schedule would not permit us to perform.
□
Insufficient time to respond.
□
Remove us from your Bidder’s List.
□
Other: __________________________________________________________________
__________________________________________________________________
This page must be returned only if you are not bidding.
________________________________________________________________________
TYPE OR PRINT NAME OF PERSON COMPLETING CHECKLIST
_______________________________________________________________
SIGNATURE OF PERSON COMPLETING THIS CHECKLIST
_________________________________
COMPANY NAME
_______________________
BID NUMBER
Gwinnett County Public Schools
Suwanee, Georgia
Introduction/Background
The Gwinnett County Board of Education (Board) requests competitive sealed proposals for the Provisions of
Armored Car Services on an Annual Contract with the option to renew for four (4) additional once-year periods.
Gwinnett County Public Schools (GCPS) is the largest school district in the State of Georgia. The district currently
has 133 locations requiring deposit pickup and four (4) new schools are scheduled to open for the 2015-16
school year. A listing of locations as of January 1, 2015 is attached as Exhibit A.
Additional information regarding GCPS may be obtained by logging on to www.gwinnett.k12.ga.us.
Deposit Pickup
Proposals are requested for deposit pickup. Each school location maintains a depository account for local school
funds and a depository account for cafeteria funds. Each location makes daily deposits into both accounts. The
deposits consist of coin, currency and checks, with separate deposit bags prepared for each type of deposit.
Pick-ups are required at all locations on Tuesday, Wednesday and Friday. All pickups will be made in accordance
with the school calendar and within school starting and ending times as listed on Exhibits B and C. The new
schools are not included, but will be provided by July 1, 2015. The starting and ending times are subject to
change and a final listing will be provided by August 1, 2015. In addition, the Board requires service at one
administrative location and may require services for summer pickups on varying schedules during the months of
June and July.
GCPS reserves the right to increase or decrease the number of schools, change the pick-up frequency and
change starting and ending times during the contract term.
All deposits will be delivered intact, along with the appropriate reports, to the designated cash delivery location
of the Board’s bid bank no later than the first banking day following pickup.
The current Board bid bank is Wells Fargo. Wells Fargo Bank requires delivery at the downtown cash vault. All
bidders must meet any requirements set forth by Wells Fargo Bank. Contact information will be provided to the
awarded service provider.
Reporting
A daily report of check, currency and coin deposits picked up will be prepared. GCPS will receive one
consolidated daily deposit report for the school nutrition program and one consolidated daily deposit report for
the local school program.
The report should include school name, bag number and declared amount. The report will be delivered along
with the deposits to the designated location of the Board’s bid bank. A copy of the report will be made available
to GCPS upon request by the district.
A daily report of locations not receiving service will be prepared and delivered via fax or other electronic method
no later than 11:00 a.m. the next business day.
Missing Items Research
Research of missing or disputed items will be done at no additional cost. GCPS will make a written notification of
a missing or disputed item. The item will be resolved within 30 days of notification from GCPS.
Gwinnett County Public Schools
Suwanee, Georgia
General Information
Communication – Gwinnett County Public Schools Personnel: Individuals, firms and businesses seeking an
award of a Gwinnett County Public Schools contract may not initiate or continue any verbal or written
communications regarding a solicitation. All communications concerning the Proposal must be submitted in
writing to the Gwinnett County Public School’s Purchasing Department. Email to Betsy McCurry at
[email protected] is the preferred method of communication. Only written questions
submitted via email or fax will be accepted. No response other than written communication by the Purchasing
Department will be binding upon Gwinnett County Public Schools. Violations will be reviewed by the Purchasing
Director. If determined that such communication has compromised the competitive process, the offer submitted
by the individual, firm or business may be disqualified from consideration for award. The Purchasing
Department, in its discretion, may call upon user departments for clarification in their area of expertise. All
questions or commentary must be received no later than March 20, 2015 to allow for appropriate and timely
responses.
Contract Duration
This contract is effective July 1, 2015 through June 30, 2016. Gwinnett County Public Schools (GCPS) reserves
the right to extend this proposal for one or more years (not to exceed four years) with the approval of the
Gwinnett County Board of Education. Proposal extensions will be approved in one year increments.
GCPS will also consider a price increase for each of the one-year extensions based on the non-seasonally
adjusted consumer price index (CPI) for the Atlanta region for the previous 12 months. The price increase cannot
exceed the CPI increase for the previous 12-month period. The price increase must be requested in writing. If no
such request is made, GCPS will assume the current price will hold for the duration of the one year extension.
Invoicing
The service provider will invoice GCPS for service on a monthly basis. The total expected cost of the contract will
be divided into twelve monthly payments of the same amount, based on the expected number of pickups for
the fiscal year (July-June). The district will be invoiced for this flat rate each month. No invoice will be
processed for payment until such a time as all contractual obligations have been met.
No other charges will be considered for payment (ex: excess bags, excess liability, excess premise time, etc.) as
these should be worked into the cost per pickup.
Approved invoice payments will be made by Gwinnett County Public Schools.
The invoice must have an acceptable degree of legibility to enable scanning for electronic document filing by
Gwinnett County Public School’s Accounts Payable.
All outstanding invoices for the current fiscal year must be submitted for payment by June 30, 2016. Payments
will not be made on any invoices received after June 30, 3016.
Rights and Remedies
GCPS reserves the right to levy liquidated damages in the amount of ½ of 1% per day of the gross amount of the
contract for every day pickups are not made or deposits are not delivered to Wachovia Bank, NA as agreed
upon.
Either party may cancel the agreement with 120 days advance written notice.
Gwinnett County Public Schools
Suwanee, Georgia
Insurance Requirements
Armored Car Service - The Successful service provider will be required to submit a Certificate of Insurance per
the Following Requirements.
1.
2.
The successful bidder must show evidence of cargo insurance in the amount of
$1,000,000.00.
The successful bidder must show proper evidence of company and driver bonding.
PROPOSAL FORMAT AND CONTENT
The submitted proposal package should be responsive to the specific range of issues elaborated in this
request. Submission of excessive “boiler plate” information is discouraged. In an effort to ensure our ability to
evaluate and choose a successful Service Provider(s) for this annual contract, respondents are encouraged to
organize their proposal as follows:
Section 1 – Introduction and Executive Summary
Section 2 – Experience and Qualifications
Section3 – Project Approach
Section 4 – Questionnaire
Section 5 - References
Section 6 - Cost Proposals
Service providers are requested to submit one (1) unbound original clearly marked (use binder clip or rubber
band), four (4) bound copies, and one (1) disc in Adobe PDF format of the entire proposal package (without
the cost proposal). Cost proposals are to be submitted in a separate sealed envelope in both hard and
Adobe PDF format. All copies of the proposal must be identical. Please label the CD or DVD with submitting
company name and reference the proposal number. The full cost of proposal preparation is to be borne by the
proposing firm. Proposals should include the following:
Section 1 – Introduction and Executive Summary
An executive summary should be prepared describing the major facts or features of the proposal, including any
conclusions, assumptions, and general recommendations. The service provider should also indicate how long it
has been in business and how long in the Atlanta market.
Section 2 – Experience and Past Performance
The service provider will provide a brief description of their company and its history and how it relates to this
type of professional services requirement. The service provider will provide examples of programs and
documentation from at least one (1) previous client that had a successfully implemented contract within the
last three years, in organizations of similar size, as well as a list of past contracts that qualifies them to
undertake the Provision of Armored Car Services. The service provider will also provide in detail the capacity of
the firm to perform the proposed work.
Section 3 – Project Approach
Provide a description of how your firm proposes to accomplish the services solicited, including any creative or
cost effective approaches.
Section 4 – Questionnaire
The service provider should prepare response to proposal by completing the questions listed below which will
demonstrate their understanding, experience and ability to adequately provide the services required in this RFP.
If the service provider considers it beneficial to expand upon an issue, or a RFP statement /requirement that are
Gwinnett County Public Schools
Suwanee, Georgia
not addressed in the questions below, please do so.
1. Provide a short narrative description of your organization to include the corporate structure of the
organization and include officers/staff that will service this account, and identify the location of the
facilities that will be utilized in providing services under this RFP.
2. Identify any and all subcontractors, its officers and contractual arrangements. State what services will
be subcontracted.
3. Provide a description of the armored vehicles that will be used, how many will be used, where they will
be housed, and the security surrounding the facility. In the event of a breakdown, delays, absenteeism,
etc., what are the backup vehicle and personnel resources?
4. What is the policy of notifying customers of route problems? Will you dispatch a separate
pickup/delivery or will deposits be delayed until the next scheduled pickup?
5. Detail the company’s experience in picking up in K-12 facilities.
6. Explain the procedures for hiring armored car personnel. What qualifications and experience are
required in armored car personnel candidates? What background checks are performed?
7. Provide the names and location of the officers and management personnel who will be responsible for
the fulfillment of the services requested.
8. Provide the names and location of a minimum of two individuals (one primary and one backup) who will
be responsible for the daily inquiries, problems and initial training.
9. Explain what initial training the company will provide. The RFP winner may be required to provide this
training at GCPS bookkeeper or cafeteria manager meetings from time to time.
10. For reference purposes, provide names, addresses, contacts and telephone numbers of five current
customers for whom you are providing armored car services. One must be of similar size to GCPS and
one should be a school system, if possible.
11. Explain in detail the procedure and responsibility of the armored car carrier from its arrival on the
premises to its departure, including maximum premise time allowed. Explain the responsibility of the
on-site local school personnel at this time.
12. How quickly can the company adjust to changes in the pick-up location or schedules for GCPS?
13. Describe on-line services the company can provide to GCPS.
14. Include a summary of any problems that the company may anticipate in meeting the requirements of
this proposal and possible solutions to these problems.
Gwinnett County Public Schools
Suwanee, Georgia
Section 5 – References
The service provider should provide GCPS, in their proposal, a total of five (5) references of a similar size and
scope. All information provided should be current and verifiable and should be completed on the form that is
provided. Please include the following valid information for each referenced project:
Company Name:
Contact Name:
Address:
City:
State:
Zip:
Telephone Number:
E-mail Address:
Provide a description of the special experience, capabilities, and technical resources that can be contributed to
this contract by the submitting firm. Please verify contact information prior to submission (especially the phone
number and E-mail). Failure to verify contact information may result in a significant reduction in your firm’s
reference scoring if we are unable to contact the reference firm.
Section 6 – Cost Proposal
Please complete the Cost Proposal and place in a separate sealed envelope. Paper documents printed from the
electronic media should be submitted to provide a backup for the electronic media. The attached proposal
schedule is for reference purposes only. Submission of proposal pricing and terms on electronic media does not
replace paper proposals. Both paper and electronic proposals must be submitted. Information contained on
electronic media shall prevail over information submitted on printed proposal price sheets, unless it is apparent
that such information on the electronic media is not accurate or is erroneous and this can be verified
independently. Failure to submit both paper and electronic versions of proposal pricing may result in overall
proposal being rejected.
Scoring for cost will be calculated using the formula below: Remember to submit cost proposal in separate
envelope.
Lowest Price Offered
Price of Offer being Evaluated
= % Factor X Maximum
Available Points
= Points
Assigned
Miscellaneous Requirements & Information
The service provider will provide a clear and complete response of the proposed items in direct response to the
requirements set forth in this RFP. The description will be sufficient to enable the evaluation team to determine
that the proposal satisfies the RFP requirements and meets the needs of the GCPS.
Proposals submitted are not publicly available until after award by the Gwinnett County Board of Education. All
proposals and supporting materials as well as correspondence relating to this RFP become property of Gwinnett
County Public Schools when received. Any proprietary information contained in the proposal should be so
indicated. However, a general indication that the entire contents, or a major portion, of the proposal is
proprietary will not be honored.
Proposals must be signed in ink by a company official that has authorization to commit company resources and
shall contain the firm’s full business address.
Gwinnett County Public Schools
Suwanee, Georgia
Addenda & Opening of Proposals
It is the ultimate responsibility of the proposer to ensure that they have all applicable addenda prior to proposal
submission. Addenda will be posted on our website: www.gwinnett.k12.ga.us. Receipt of addenda should be
acknowledged in the proposal on the appropriate form provided in this solicitation. Only the names of the
submitting companies will be available the following business day on our website. All proposals and evaluations
will be kept strictly confidential throughout the evaluation, negotiation, and selection process.
Request for Clarification or Additional Information
GCPS’s reserves the right to request clarification of information provided and to request additional information
required to assist in the evaluation process. GCPS’s reserves the right to reject all proposals, to negotiate
changes in the scope of work or services to be provided, and to otherwise waive any technicalities.
SELECTION PROCEDURES
The proposal package will be evaluated based on the responsiveness to the criteria described below with those
criteria’s values weighted as follows: (MAXIMUM 120 POINTS):
Phase I
Approach: Extent in which the information submitted describing how the
service provider is proposing to accomplish the services, including any
creative or cost effective approaches to product delivery.
Experience and Past Performance: Overall level of demonstrated
experience by the service provider and the capability to perform terms of
the contract
Discrepancy Resolution Plan: Service providers detailed plan for
reconciling discrepancies.
References: The selection committee will contact references’ provided by
the firm and evaluate.
PHASE I TOTAL
PHASE II
Cost: Cost will be calculated using a weighted formula using the percent
mark up as listed on the Proposal Fee Schedule.
Total
PHASE III
Presentations/Interviews (optional)
GRAND TOTAL
Maximum Score
35 Points
25 Points
10 Points
5 Points
75 Points
25 Points
100 Points
20 Points
120 Points
Step 1: Evaluation Team will evaluate responses according to the criteria as described above in Phase I and score
and rank the proposals. The Evaluation Team will short list the proposers receiving at least 80% (60 points out of
a possible 75) of the available points on Phase I, and then evaluate the price per location per pickup, as stated in
Phase II.
Step 2: Cost proposals will then be opened and scored and the results will be combined with the results of Step
1 scoring. After this scoring, proposers totaling at least 80% (80 points out of a possible 100) will be short listed.
Step 3: At the discretion of the Evaluation Team, either all of the Phase II short list Service Providers or none of
them will be asked to make a presentation which would consist of a brief demonstration of the company's
proposed solution for the provision of Armored Car Services on an Annual Contract for Gwinnett County Public
Schools. All costs associated with the interview (if required) will be at the expense of the proposing firm.
Interviews should be conducted within five (5) working days after request. If GCPS’s exercises this right to
Gwinnett County Public Schools
Suwanee, Georgia
conduct interviews, a maximum of 20 additional points may be assigned.
Step 4: The decision to interview is at the sole discretion of the Evaluation Team. Based upon the final scores,
GCPS reserves the right to negotiate with the selected firm(s) for rates and concessions that is in the best
interest of GCPSs. If negotiations with the highest ranked firm(s) are unsuccessful, Gwinnett County Public
Schools’ may negotiate with the second ranked firm and so on until a satisfactory agreement has been reached
and then awarded by the Gwinnett County Board of Education.
Following this evaluation process, GCPSs plans to make an award to the firm(s) that the Evaluation Team has
determined to have submitted the best responses and who appear to have submitted proposals which enhance
the ability of GCPS to fulfill its mandate of service.
Prior to the execution of the contract and at all times that this contract is in force, the service provider shall
obtain, maintain and furnish GCPSs Certificates of Insurance from licensed companies doing business in the state
of Georgia.
Termination for Cause: The County may terminate this agreement for cause upon ten days prior written
notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such
termination shall be without prejudice to any of the County’s rights or remedies by law.
Termination for Convenience: The County may terminate this agreement for its convenience at any time upon
30 days written notice to the contractor. In the event of the County’s termination of this agreement for
convenience, the contractor will be paid for those services actually performed. Partially completed
performance of the agreement will be compensated based upon a signed statement of completion to be
submitted by the contractor, which shall itemize each element of performance
Proposal Award Dispute
Any dispute resulting from an award of this contract must be submitted to the Director of Purchasing in
writing no later than 10 days after notice of award has been issued.
Tie-Proposal
In case of a tie proposal, there will be a formal coin toss conducted by the Director of Purchasing and witnessed
by two (2) or more staff.
Should any dispute arise as a result of this proposal, the dispute will be settled in accordance with Georgia
Laws.
Right to Re-Solicit
Gwinnett County Board of Education reserves the right to reject any and all proposals. The school system
may waive any informalities or minor technicalities.
Gwinnett County Public Schools
Suwanee, Georgia
ARMORED CAR SERVICES BID FORM
Price Per Location Per Pickup
Company Name
Address
City, State, Zip
Signature
Title
Date
Please attach vendor responses to this page.
BL071-11
Page 22
FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.
REFERENCES
Gwinnett County Public Schools (GCPS) requests a minimum of five, (5) references where work of a similar size and
scope has been completed.
1.
Company Name
Brief Description of Project
Completion Date
Contact Person
Telephone
Facsimile
E-Mail Address
2.
Company Name
Brief Description of Project
Completion Date
Contact Person
Telephone
Facsimile
E-Mail Address
3.
Company Name
Brief Description of Project
Completion Date
Contact Person
Telephone
E-Mail Address
Facsimile
BL071-11
Page 23
FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.
REFERENCES
4.
Company Name
Brief Description of Project
Completion Date
Contact Person
Telephone
Facsimile
E-Mail Address
5.
Company Name
Brief Description of Project
Completion Date
Contact Person
Telephone
E-Mail Address
Facsimile
EXHIBIT A
School Addresses_FY15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
Location_
Number
0978
0155
0531
0090
0095
0511
0509
0100
0115
0120
0125
0127
0150
0175
0180
0185
0529
0200
0240
0250
0275
0280
0355
0295
0293
0979
0517
0298
0296
0299
0300
0325
0310
0350
0375
0443
0400
0502
0410
0415
0420
0438
0497
0506
0425
0428
0430
0441
0631
0445
0450
School_Name
Alcova Elementary
Alford Elementary
Anderson-Livsey Elementary
Annistown Elementary
Arcado Elementary
Archer High
Bay Creek Middle
Beaver Ridge Elementary
Benefield Elementary
Berkeley Lake Elementary
Berkmar High
Berkmar Middle
Bethesda Elementary
Britt Elementary
Brookwood Elementary
Brookwood High
Burnette Elementary
Camp Creek Elementary
Cedar Hill Elementary
Centerville Elementary
Central Gwinnett High
Chattahoochee Elementary
Chesney Elementary
Collins Hill High
Cooper Elementary
Corley Elementary
Couch Middle
Craig Elementary
Creekland Middle
Crews Middle
Dacula Elementary
Dacula High
Dacula Middle
Duluth High
Duluth Middle
Duncan Creek Elementary
Dyer Elementary
Ferguson Elementary
Five Forks Middle
Fort Daniel Elementary
Freeman's Mill Elementary
GIVE Center East
GIVE Center West
Grace Snell Middle
Grayson Elementary
Grayson High
Gwin Oaks Elementary
Gwinnett Online Campus
Gwinnett School of Math, Science & Technology
Harbins Elementary
Harmony Elementary
Address_Line1
770 Ewing Chapel Rd
2625 Lawrenceville Hwy
4521 Centerville Hwy
3150 Spain Rd
5150 Arcado Rd
2255 New Hope Rd
821 Cooper Rd
1978 Beaver Ruin Rd
1221 Old Norcross Rd
4300 S Berkeley Lake Rd
405 Pleasant Hill Rd
4355 Lawrenceville Hwy
525 Bethesda School Rd
2503 Skyland Dr
1330 Hollybrook Rd
1255 Dogwood Rd
3221 McGinnis Ferry Rd
958 Cole Dr
3615 Sugarloaf Pkwy
3115 Centerville Hwy
564 W Crogan St
2930 Albion Farm Rd
3878 Old Norcross Rd
50 Taylor Rd
555 Ozora Rd
1331 Pleasant Hill Rd
1777 Grayson Hwy
1075 Rocky Rd
170 Russell Rd
1000 Old Snellville Hwy
2500 Fence Rd
123 Broad St
137 Dacula Rd
3737 Brock Rd
3200 Pleasant Hill Rd
4500 Braselton Hwy 124
1707 Hurricane Shoals Rd
1755 Centerview Dr
3250 River Dr
1725 Auburn Rd
2303 Old Peachtree Rd
723 Hi-Hope Rd
5550 Peachtree Industrial Blvd
3800 Brushy Fork Rd
460 Grayson Pkwy
50 Hope Hollow Rd
400 Gwin Oaks Dr
713 Hi-Hope Road
970 McElvaney Ln
3550 New Hope Rd
3946 S Bogan Rd
City
Dacula
Lawrenceville
Snellville
Snellville
Lilburn
Lawrenceville
Grayson
Norcross
Lawrenceville
Duluth
Lilburn
Lilburn
Lawrenceville
Snellville
Snellville
Snellville
Suwanee
Lilburn
Lawrenceville
Snellville
Lawrenceville
Duluth
Duluth
Suwanee
Loganville
Lawrenceville
Grayson
Lawrenceville
Lawrenceville
Lawrenceville
Dacula
Dacula
Dacula
Duluth
Duluth
Hoschton
Dacula
Duluth
Lawrenceville
Dacula
Lawrenceville
Lawrenceville
Norcross
Loganville
Grayson
Loganville
Lawrenceville
Lawrenceville
Lawrenceville
Dacula
Buford
State
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
Zip
30019
30044
30039
30039
30047
30045
30017
30071
30046
30096
30047
30047
30044
30078
30078
30078
30024
30047
30044
30039
30046
30097
30096
30024
30052
30044
30017
30044
30043
30044
30019
30019
30019
30096
30096
30548
30019
30096
30044
30019
30043
30043
30071
30052
30017
30052
30044
30043
30044
30019
30518
Contact
Linda Coppolino
Leslie Burnette
Frances Trice
Denise Wallace
Joette Segars
Cindy Manning
Susan Ellis
Benita Goodman
Joanne Schlenker
Sandy McQueen
Dennese Harry
Noel Hill
Chris McGee
Dianne Compton
Diane Casey
Rae Schirrmacher
Kim Avery
Sabrina Morris-Trice
Vicki Beaver
Sue Prather
Darlene Rice
Jean Coryell
Emma Caldwell
Nancy NeSmith
Glenda Huff
Shelia Lewis
Virginia Pierce
Joanne Schroeder
Connie Clark
Christine Jimenez
Sheree Sargeant
Dee Pickett
Mary Andrews
Mary Garner
Donna Tope
Pegge Savage
Amy Whitt
Betty Ann Hanbury
Robin Pridgeon
Janice Medlin
Joyce Swiecki
Erika Washington
Elaine Robles
Kristin Carey
Kay Forrest
Chris Waller
Gretchen Ozburn
Donna Waters
Jenna Bennett
Montine Powell
Nancy Schrader
Contact Phone
678-376-8524
678-245-3189
770-344-2085
770-736-4485
678-245-3922
678-407-7711
678-344-6963
770-447-2698
770-682-4185
770-582-7529
770-806-3702
770-638-2308
770-381-4220
770-736-4427
770-736-4372
678-344-3034
678-546-2174
678-245-3948
678-377-8987
678-639-3705
770-338-4864
770-232-3265
678-542-2323
770-338-4654
770-554-7054
770-806-7865
678-407-7277
770-736-5919
770-338-4706
770-736-8173
770-277-4447
770-338-4765
770-338-4631
770-232-3321
678-473-6280
678-714-5809
770-338-4773
678-245-5451
770-736-4522
770-271-5138
678-377-8960
770-338-4898
770-246-5304
770-554-7758
770-682-4244
770-554-1072
770-736-3277
770-453-2079
678-518-6715
678-376-8592
678-482-1080
EXHIBIT A
School Addresses_FY15
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
Location_
Number
0475
0480
0277
0485
0490
0492
0463
0493
0524
0494
0495
0500
0528
0525
0550
0728
0600
0625
0501
0628
0630
0225
0632
0635
0638
0640
0643
0645
0196
0523
0650
0514
0503
0660
0675
0700
0725
0505
0532
0730
0740
0442
0750
0853
0760
0504
0775
0855
0780
0439
0790
School_Name
Harris Elementary
Head Elementary
Holt Elementary
Hooper Renwick
Hopkins Elementary
Hull Middle
Ivy Creek Elementary
Jackson Elementary
Jenkins Elementary
Jones Middle
Kanoheda Elementary
Knight Elementary
Lanier High
Lanier Middle
Lawrenceville Elementary
Level Creek Elementary
Lilburn Elementary
Lilburn Middle
Lovin Elementary
Magill Elementary
Mason Elementary
Maxwell HS of Technology
McConnell Middle
McKendree Elementary
Meadowcreek Elementary
Meadowcreek High
Mill Creek High
Minor Elementary
Monarch School
Moore Middle
Mountain Park Elementary
Mountain View High
Mulberry Elementary
Nesbit Elementary
Norcross Elementary
Norcross High
North Gwinnett High
North Gwinnett Middle
Northbrook Middle
Norton Elementary
Oakland Meadow School
Osborne Middle
Parkview High
Parsons Elementary
Partee Elementary
Patrick Elementary
Peachtree Elementary
Peachtree Ridge High
Pharr Elementary
Phoenix High
Pinckneyville Middle
Address_Line1
3123 Clairborne Dr
1801 Hewatt Rd
588 Old Snellville Hwy
56 Neal Blvd
1315 Dickens Rd
1950 Old Peachtree Rd
3443 Ridge Rd
1970 Sever Rd
12 Village Way
3575 Ridge Rd
1025 Herrington Rd
401 N River Rd
918 Buford Hwy
6482 Suwanee Dam Rd
122 Gwinnett Dr
4488 Tench Rd
531 Lilburn School Rd
4994 Lawrenceville Hwy
1705 New Hope Rd
3900 Brushy Fork Rd
3030 Bunten Rd
990 McElvaney Ln
550 Ozora Rd
1600 Riverside Pkwy
5025 Georgia Belle Ct
4455 Steve Reynolds Blvd
4400 Braselton Hwy 124
4129 Shady Dr
3057 Main St
1221 Lawrenceville Hwy
1500 Pounds Rd
2351 Sunny Hill Rd
442 East Union Grove Cir
6575 Cherokee Dr
150 Hunt St
5300 Spalding Dr
20 Level Creek Rd
170 Peachtree Industrial Blvd
1221 Northbrook Pkwy
3050 Xavier Ray Ct
590 Old Snellville Hwy
4404 Braselton Hwy 124
998 Cole Dr
1615 Old Peachtree Rd
4350 Campbell Rd
2707 Kilgore Rd
5995 Crooked Creek Rd
1555 Old Peachtree Rd
1500 North Rd
501 Pike St
5440 W Jones Bridge Rd
City
Duluth
Lilburn
Lawrenceville
Lawrenceville
Lilburn
Duluth
Buford
Lawrenceville
Lawrenceville
Buford
Lawrenceville
Lilburn
Sugar Hill
Buford
Lawrenceville
Suwanee
Lilburn
Lilburn
Lawrenceville
Loganville
Duluth
Lawrenceville
Loganville
Lawrenceville
Norcross
Norcross
Hoschton
Lilburn
Duluth
Lawrenceville
Lilburn
Lawrenceville
Auburn
Tucker
Norcross
Norcross
Suwanee
Sugar Hill
Suwanee
Snellville
Lawrenceville
Hoschton
Lilburn
Suwanee
Snellville
Buford
Peachtree Corners
Suwanee
Snellville
Lawrenceville
Peachtree Corners
State
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
Zip
30096
30047
30046
30046
30047
30096
30519
30043
30045
30519
30044
30047
30518
30518
30046
30024
30047
30047
30045
30052
30096
30044
30052
30043
30093
30093
30548
30047
30096
30046
30047
30043
30011
30084
30071
30092
30024
30518
30024
30039
30046
30548
30047
30024
30039
30519
30092
30024
30078
30046
30092
Contact
Jan Bale
Connie Finn
Suzy Scoglietti
Shannon Coleman
Kitty Walker
Pat Bowden
Karen Jones
Debbie Beazley
Ann-Marie Serafin
Rhonda Moses
Jeannie O'Leary
Deborah Lockwood
Mary Olney
Mary Bettinger
Sheree Sargeant
Carol Kobler
Diane Kollig
Rene MacRae
Trina Henry
Meeka Smith
Glenda Stringfield
Carol Moore
Colby Willhite
Kristine Davis
Sheila Taylor
Carla Wells
Helen Cherry
Joyce Boston
Donna Evers
Amanda Harbin
Wendi Jarrett
Patrice Dunbar
Nadya Helena
Sufen Teng
Norma Rosales
Lisa Lane
Catherine Schuetz
Katina Wright
Karen Amoroso
Debbie Thomas
Sheri Jenkins
Laura McElveen
Terry Roche
Alice Breusch
Mary Eisenhardt
Carol Brzezinski
Linda Powell
Margaret Meeks
Contact Phone
770-232-3242
770-736-4501
678-376-8602
678-226-7770
770-381-4253
770-232-3219
678-714-3673
770-682-4213
678-407-8906
678-745-2048
770-682-4231
770-806-3886
678-765-4050
770-271-5116
678-377-3933
678-765-5854
678-380-7203
770-806-3857
678-518-6945
770-554-1078
770-232-3387
770-338-4608
770-554-7079
678-377-8929
770-381-4236
770-806-2203
678-714-5856
678-245-3172
678-542-2337
678-226-7116
678-245-3104
678-407-7612
678-226-7464
770-414-2769
770-582-7533
770-447-2631
770-271-5176
678-745-2356
678-639-3796
678-226-7651
678-765-5980
770-806-3799
678-512-6001
678-344-4420
678-765-5271
770-326-8091
678-512-6097
770-736-2029
770-277-4472
770-447-2619
EXHIBIT A
School Addresses_FY15
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
Location_
Number
0527
0637
0795
0798
0512
0801
0800
0519
0805
0810
0815
0818
0820
0825
0850
0521
0875
0900
0860
0925
0930
0940
0876
0935
0950
0508
0515
0975
0513
0520
8010
School_Name
Puckett's Mill Elementary
Radloff Middle
Richards Middle
Riverside Elementary
Roberts Elementary
Rock Springs Elementary
Rockbridge Elementary
Rosebud Elementary
Shiloh Elementary
Shiloh High
Shiloh Middle
Simonton Elementary
Simpson Elementary
Snellville Middle
South Gwinnett High
Starling Elementary
Sugar Hill Elementary
Summerour Middle
Susan Stripling Elementary
Suwanee Elementary
Sweetwater Middle
Sycamore Elementary
T. Carl Buice School
Taylor Elementary
Trickum Middle
Trip Elementary
Twin Rivers Middle
Walnut Grove Elementary
White Oak Elementary
Woodward Mill Elementary
Café 437
Address_Line1
2442 S Pucketts Mill Rd
3939 Shackleford Rd
3555 Sugarloaf Pkwy
5445 Settles Bridge Rd
251 Buford Hwy
888 Rock Springs Rd
6066 Rockbridge School Rd
4151 Rosebud Rd
2400 Ross Rd
4210 Shiloh Rd
4285 Shiloh Rd
275 Simonton Rd
4525 E Jones Bridge Rd
3155 Pate Rd
2288 E Main St
1725 Grayson Hwy
939 Level Creek Rd
585 Mitchell Rd
6155 Atlantic Blvd
3875 Smithtown Rd
3500 Cruse Rd
5695 Sycamore Rd
1160 Level Creek Rd
600 Taylor School Dr
130 Killian Hill Rd
841 Cooper Rd
2300 Braselton Hwy
75 Taylor Rd
6442 Suwanee Dam Rd
2020 Buford Dr
437 Old Peachtree Rd
City
Dacula
Duluth
Lawrenceville
Suwanee
Suwanee
Lawrenceville
Norcross
Loganville
Snellville
Snellville
Snellville
Lawrenceville
Peachtree Corners
Snellville
Snellville
Grayson
Sugar Hill
Norcross
Norcross
Suwanee
Lawrenceville
Buford
Sugar Hill
Lawrenceville
Lilburn
Grayson
Buford
Suwanee
Buford
Lawrenceville
Suwanee
State
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
GA
Zip
30019
30096
30044
30024
30024
30043
30093
30052
30039
30039
30039
30045
30092
30078
30078
30017
30518
30071
30071
30024
30044
30518
30518
30043
30047
30017
30519
30024
30518
30043
30024
Contact
Susan Stercay
Wendy Tait
Linda Godfrey
Nadine Salamoni
Katherine Augello
Regina Rodriguez
Vicki Johnson
Marta Richardson
Jennifer Tolbert
Teresa Webb
Lee Keys
Catherine Stevens
Carol Varnell
Behka Salihovic
Tammy MacKendree
Karen Wesson
Cathy O'Rouke
Tara Adamczyk
Laura Brown
Kathy Burnette
Michelle Scheuplein
Jenifer Reese
Donna Evers
Robin Hetherington
Carol Price
Meg Chambers
Kay Schick
Lori Fancher
Susan Lima
Annette Ogburn
Becca McCleskey
Contact Phone
678-765-5113
678-245-3405
770-338-4793
678-482-1015
678-745-2376
770-831-3815
770-326-8782
678-639-3802
770-736-2053
770-736-4343
770-736-4561
770-513-6682
770-409-8391
770-736-4458
770-736-4337
678-344-3973
678-546-5511
770-417-2485
770-582-7597
770-271-5193
770-806-7800
678-714-5773
770-271-5099
770-277-4406
770-806-3767
770-736-6818
678-407-7558
770-682-4137
678-745-2023
678-407-7687
678-301-6324
Gwinnett County Public Schools
2015-16 SCHOOL YEAR CALENDAR
3
Independence Day
observed
(Systemwide Holiday)
21-22 New Teacher Orientation
23-24 New Teachers Report*
27-28 New Teachers Report*
29
*(Schools determine which 2
of the 4 days new teachers
report)
JULY 2015
S
M
T
5
6
7
12
13
19
26
W
Th
F
S
S
M
T
W
Th
1
2
3
4
8
9
10
11
3
4
5
6
7
14
15
16
17
18
10
11
12
20
21
22
23
24
25
17
18
27
28
29
30
31
24
25
10
Labor Day
(Systemwide Holiday)
23-24 Early Release Elementary
and Middle School
M
T
W
Th
S
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
S
(Student Holiday)
S
(School Holidays)
First and Last Day of School
14 15
16
19
20
21
22
23
26
27
28
29
30
M
T
W
Th
F
S
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
W
Th
F
S
1
2
3
4
5
S
M
T
W
Th
F
S
1
2
3
4
5
8
9
10
11
12
6
7
8
9
10
11
12
13
14
15
16
17
18
19
13
14
15
16
17
18
19
20
21
22
23
24
25
26
20
21
22
23
24
25
26
27
28
29
30
27
28
29
30
31
T
W
APRIL 2016
Th
F
S
1
2
3
S
M
T
W
Th
F
S
1
2
4
5
6
7
8
9
10
3
4
5
6
7
8
9
11
12
13
14
15
16
17
10
11
12
13
14
15
16
18
19
20
21
22
23
24
17
18
19
20
21
22
23
25
26
27
28
29
30
31
24
25
26
27
28
29
30
MAY 2016
S
M
T
W
Th
F
S
S
M
T
W
Th
F
S
1
2
3
4
5
6
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
8
9
10
11
12
13
14
15
16
17
18
19
20
21
15
16
17
18
19
20
21
22
23
24
25
26
27
28
22
23
24
25
26
27
28
29
30
29
30
31
S
M
5
6
(School Holiday)
Teacher Planning/Staff
Development [#7]
(Student Holiday)
Begin 2nd Semester
[Day 89]
18 MLK Jr. Day
15 Teacher Planning/
Staff Development [#8]
(Student Holiday)
Inclement Weather
Make-up Day(Priority 1)
24-25 Early Release
Elementary and
Middle School
MARCH 2016
T
7
M
(Systemwide Holiday)
4 Winter Break
T
W
Th
F
S
2
3
4
5
S
M
T
or Teacher Planning/Staff
Development Make-up
1 Student/Teacher Holiday
Inclement Weather
Make-up Day
(Priority 3)**
or Teacher Planning/Staff
Development Make-up
4-8 Spring Break
(School Holidays)
23-25 Early Release for High
School Exams
25
Last Day of School [Day 180]
26-27 Teacher Post-planning/
Staff Development [#9-10]
30
Memorial Day (Systemwide Holiday)
31-June 1 Teacher Planning/Staff Dev.
Make-up Day(s)
** GCPS may make up any
inclement weather days by utilizing
scheduled make-up days, online
instruction, and/or extending the
school day or year.
JUNE 2016
1
11 Student/Teacher Holiday
Inclement Weather
Make-up Day (Priority 2)
W
Th
F
S
1
2
3
4
6
7
8
9
10
11
12
5
6
7
8
9
10
11
13
14
15
16
17
18
19
12
13
14
15
16
17
18
20
21
22
23
24
25
26
19
20
21
22
23
24
25
27
28
29
30
31
26
27
28
29
30
Teacher Planning/Staff Development/Student Holiday
12-Month Employee Holidays
2015-16
July 3
Independence Day
Sept. 7
Labor Day
Nov. 26-27 Thanksgiving
Dec. 22-31 Winter Break
Jan. 1
New Year’s Day
Jan. 18
MLK Jr. Day
April 8
Spring Holiday
May 30
Memorial Day
Student/Teacher Holidays
Draft - November 2014
(School Holidays)
13
1
DECEMBER 2015
16-18 Early Release for High
School Exams
18
End 1st Semester
[Day 88]
21-31 Winter Break
9
M
NOVEMBER 2015
23-27 Thanksgiving Break
2
8
6
S
Teacher Planning/
Staff Development [#6]
1
FEBRUARY 2016
F
OCTOBER 2015
12
S
New Year’s Day
(Systemwide Holiday)
SEPTEMBER 2015
7
F
31
AUGUST 2015
Required Teacher
Pre-planning/
Staff Development [#1-5]
First Day of School
1
JANUARY 2016
Administrative Staff
Meeting
S
3-7
Exhibit B
Gwinnett County Public Schools — 2014-15 School Starting and Ending Times
A * symbol designates schools with a different starting or ending time than other schools on the tier. Those times are in parentheses.
A + symbol with italicized school name indicates a new school.
A gray box indicates schools that have changed starting or ending times since the 2013-14 school year.
Exhibit C
1st Tier
High school times vary slightly to accommodate academic assistance programs and scheduling. Contact your local school with questions.
*Archer HS (7:20 a.m.–2:10 p.m.)
*Berkmar HS (7:05 a.m.–2:10 p.m.)
*Brookwood HS (7:24 a.m.–2:10 p.m.)
*Central Gwinnett HS
(7:10 a.m.–2:10 p.m.)
*Collins Hill HS (7:10 a.m.–2:10 p.m.)
*Dacula HS (7:15 a.m.–2:10 p.m.)
*Duluth HS (7:15 a.m.–2:10 p.m.)
*GIVE Center East (MS/HS)
(7 a.m.–1 p.m.)
*GIVE Center West (MS/HS)
(7 a.m.–1:10 p.m.)
*Grayson HS (7:20 a.m.–2:10 p.m.)
**Gwinnett Online Campus
*Gwinnett School of Mathematics,
Science, and Technology
(8 a.m.–3 p.m.)
*Hooper Renwick (MS/HS)
(7 a.m.–2 p.m.)
*Lanier HS (7:10 a.m.–2:10 p.m.)
*Maxwell HS of Technology
a.m. session (7:45–10:15 a.m.)
p.m. session (11:10 a.m.–1:40 p.m.)
*Meadowcreek HS (7:10 a.m.–2:10 p.m.)
*Mill Creek HS (7:20 a.m.–2:10 p.m.)
*Mountain View HS (7:20 a.m.–2:10 p.m.)
*Norcross HS (7:20 a.m.–2:10 p.m.)
*North Gwinnett HS
(7:10 a.m.–2:10 p.m.)
*Oakland Meadow School
(7 a.m.–12:30 p.m.)
(STRIVE students only)
*Parkview HS (7:24 a.m.–2:10 p.m.)
*Peachtree Ridge HS
(7:10 a.m.–2:10 p.m.)
***Phoenix HS (8:10 a.m.–8:10 p.m.)
*Shiloh HS (7:10 a.m.–2:10 p.m.)
*South Gwinnett HS
(7:10 a.m.–2:10 p.m.)
**Students attending Gwinnett Online Campus charter school complete coursework during the time of day that best fits their schedules.
*** Phoenix HS is an open campus with multiple sessions. The school continually runs programs throughout the day and evening.
2nd Tier (8:15 a.m.–2:45 p.m.)
Alcova ES
Alford ES
Anderson-Livsey ES
Arcado ES
Beaver Ridge ES
Benefield ES
Berkeley Lake ES
*Buice School (8 a.m.–2 p.m.)
Cedar Hill ES
Centerville ES
Chattahoochee ES
Corley ES
Craig ES
Dyer ES
Fort Daniel ES
Gwin Oaks ES
Harbins ES
Hopkins ES
Ivy Creek ES
Jackson ES
Jenkins ES
Lilburn ES
Lovin ES
Mason ES
McKendree ES
*Monarch School (7:45 a.m.–2:15 p.m.)
Mountain Park ES
Mulberry ES
*New Life Academy of Excellence (K-8)
(8 a.m.–3 p.m.)
+*North Metro Academy of Performing Arts
(MWF, 8 a.m. –2:45 p.m. and TT, 8 a.m. –4 p.m.)
Norton ES
Oakland Meadow School
(North Metro students only)
Patrick ES
Peachtree ES
Puckett’s Mill ES
Riverside ES
Rock Springs ES
Rockbridge ES
Rosebud ES
Shiloh ES
Starling ES
Stripling ES
Sugar Hill ES
Suwanee ES
Trip ES
White Oak ES
Winn Holt ES
Woodward Mill ES
3rd Tier (8:50 a.m.–3:20 p.m.)
Annistown ES
Bethesda ES
Britt ES
Brookwood ES
Burnette ES
Camp Creek ES
Chesney ES
Cooper ES
Dacula ES
Duncan Creek ES
Ferguson ES
Freeman’s Mill ES
Grayson ES
Harmony ES
Harris ES
Head ES
Kanoheda ES
Knight ES
Lawrenceville ES
Level Creek ES
Magill ES
Meadowcreek ES
Minor ES
Nesbit ES
Norcross ES
Parsons ES
Partee ES
Pharr ES
Roberts ES
Simonton ES
Simpson ES
Sycamore ES
Taylor ES
Walnut Grove ES
4th Tier (9:20 a.m.–4 p.m.)
Bay Creek MS
Berkmar MS
Couch MS
Creekland MS
Crews MS
Dacula MS
Duluth MS
Five Forks MS
Grace Snell MS
2014-15 Start and End Times
Hull MS
Jones MS
Lanier MS
Lilburn MS
McConnell MS
Moore MS
North Gwinnett MS
+Northbrook MS
Oakland Meadow School (All other students)
Osborne MS
Pinckneyville MS
Radloff MS
Richards MS
Shiloh MS
Snellville MS
Summerour MS
Sweetwater MS
Trickum MS
Twin Rivers MS
Current: July 2014
Directions to Instructional Support Center (ISC)
Gwinnett County Public Schools
437 Old Peachtree Road
Suwanee, GA 30024
678-301-6000
Directions from Atlanta Area:
I-85 North;
Take exit number 109, Old Peachtree Road;
Turn right on Old Peachtree Road, NW. about 1.5 miles;
ISC will be on left.
Directions from I-85 South toward Atlanta:
I-85 South to exit number 111, GA-317 N / Suwanee;
Turn left onto Lawrenceville-Suwanee Road, NW;
Turn right onto Old Peachtree Rd, NW about 1.1 miles;
ISC will be on right.
Directions from Hwy 29:
Hwy. 29 to Langley Drive;
Langley Drive to W. Pike Street;
Turn left onto W. Pike Street which becomes Duluth Highway.
Straight on Duluth Highway to Lawrenceville-Suwanee Rd;
Turn right onto Lawrenceville-Suwanee Rd. to Old Peachtree Rd.;
Turn left onto Old Peachtree Rd., NW about 1.1 miles;
ISC will be on right.
Directions from Hwy 78:
Hwy. 78 towards Snellville to Scenic Hwy/Hwy.124;
Turn onto Scenic Highway / Hwy. 124 towards Lawrenceville, to Sugarloaf Parkway;
Turn left onto Sugarloaf Parkway to N. Brown Rd.;
Turn right onto N. Brown Road; to Old Peachtree Rd.;
Turn right onto Old Peachtree Rd. about 1.4 miles;
ISC will be on left.