HomeMy Public PortalAbout19-9705 (3)CITY OF OPA-LOCKA
REQUEST FOR PROPOSAL
RFP NO. 19-0315100
Pre -Proposal Meeting
February 25, 2019 at 10:00 a.m. (Mandatory Meeting)
780 Fisherman Street, Ste. 328, Opa-locka, FL 33054
Response Submission Date and Time
March 15, 2019 at 1:00 p.m.
City of Opa-locka City Clerk's Office
780 Fisherman Street, 4th Floor, Opa-locka, FL 33054
The responsibility for submitting a response to this Solicitation at the Office of
the City Clerk on or before the stated date and time will be solely and strictly the
responsibility of the Respondent. The City of Opa-locka will in no way be
responsible for delays caused by the United States mail delivery or caused by any
other occurrence.
Copies of this Solicitation document may be obtained from the City of Opa-locka City
Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054, Telephone:
305.953.2800 or by visiting the City's website at www.opalockafl.gov (click on
"RFP/PROPOSALS" located on the right hand side of the screen and follow the
instructions.
11Page
The City of Opa-locka, Florida, hereinafter referred to as "City", is hereby soliciting
Proposals from qualified and experienced Vendors
("Proposers" or "Respondents") to provide Citywide Commercial Solid Waste
Processing and Disposal Service to the City of Opa-locka commercial properties.
Please submit one (1) original bound Proposal, six (6) complete copies of the original
Proposal and one (1) digital compact disk (CD) or USB Flash Drive either by mail or hand
delivered in response to this Solicitation. Proposals are to be submitted in a sealed
envelope bearing the name of the individual and/or company, and the address as well
as the number and title of this Solicitation no later than the date and time specified in the
Solicitation. Proposals received after said date and time will not be considered and no
time extensions will be permitted. Address your proposal to City of Opa-locka, Office of
the City Clerk, 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054. The City may award
multiple Contract Agreements. The City of Opa-locka reserves the right to reject any or
all proposals and to waive any irregularities in the proposal.
Please clearly mark Proposals:
"IMPORTANT, SOLICIATION ENCLOSED"
Commercial Solid Waste Processing and Disposal Services
RFP No. 19-0315100
The City's tentative schedule for this Solicitation is as follows:
EventiDate1
Time
RFP Release date
Sunday, February 10, 2019
Mandatory Pre -Bid Meeting
Monday, February 25, 2019
10:00 a.m.
Last Date for Receipt of Written Questions
Monday, March 11, 2019
3:00 p.m.
Deadline for Proposal Submission
Friday, March 15, 2019
1:00 p.m.
Evaluation Committee Meeting
To Be Determined
The City reserves the right to delay or modify the above dates and will post notice of any changes on the City's website.
PRE -BID MEETING
A pre -bid meeting will be held on February 25, 2019 at 10:00 a.m., to discuss the Solicitation
process, projected schedules and scope of serves requited for this Contract. The meeting will be
held at 780 Fisherman Street, Ste. 328, Opa-locka, FL 33054.
2IPage
PROPOSAL FORMAT
IT IS THE RESPONSIBILITY OF THE RESPONDENT TO ENSURE THAT THE PROPOSAL
BEING SUBMITTED IS TIMELY, COMPLETE, INCLUSIVE OF ADDRESSING ALL OF THE
REQUIREMENTS AND EVALUATION CRITERIA HEREIN.
PLEASE READ THIS ENTIRE SOLICITATION BEOFRE SUBMITTING A PROPOSAL.
INSTRUCTIONS TO RESPONDENTS:
Respondents should carefully follow the format and instruction outlined throughout this section,
observing format requirements where indicated. All materials are to be submitted on 81/z x 11
papers, paginated and may be separated by tabs to identify each section. Neatly typed, with
normal margins and spacing. All documents and information must be fully completed and signed
as required. Also when submitting your one (1) complete electronic copy on CD, DVD, or USB
Flash Drive in Adobe or Word format be sure to properly label with the company's name,
solicitation number and title.
Please be concise in all responses. If any category is NOT APPLICABLE, so expressly state.
Proposals which do not include the required documents may be deemed NON -RESPONSIVE
and may not be considered for evaluation.
COPIES
Please submit an original proposal and be sure to clearly mark it as "Original". In addition, six
(6) duplicate copies of the original proposal must also be submitted. Each copy of the proposal is
distributed to the Evaluation Committee if your proposal copies are incomplete your proposal
may be deemed non -responsive. One (1) compact disk (CD) or DVD (must be clearly labeled with
Company Name, Solicitation No. & Title) or USB Flash Drive are also requested with this
solicitation.
SUBMITTAL
Proposals are to be submitted in a sealed envelope bearing the name of the respondent, company
and the address as well as the title and number of the solicitation no later than the deadline
specified in the solicitation timetable. Immediately after the deadline passes all proposals
received on a timely basis shall be opened and read.
PROPOSALS RECEIVED AFTER THE DEADLINE WILL NOT BE CONSIDERED AND NO
TIME EXTENSTIONS WILL BE PERMI'1'1'ED.
Address your proposal to the City of Opa-locka, Office of the City Clerk, 780 Fisherman Street,
4th Floor, Opa-locka, FL 33054. (Please clearly mark your proposal with the name and number of
this solicitation).
3IPage
SECTION 1.0
INSTRUCTIONS TO PROPOSERS / GENERAL TERMS AND CONDITIONS
1.1 DEFINITIONS
a) "City" means the City of Opa-locka.
b) "City Commission" means the governing
body of the City comprised of the Mayor and
City Commission members.
c) "City Manager" means the Chief Executive
Officer or designee.
d) "Contract" or "Agreement" means a binding
written agreement for the solicited Work
and/or Services required by the City,
including change orders and amendments,
containing terms and obligations governing
the relationship between the City and the
Contractor.
e) "Contractor" or "Vendor" means the
Proposer or Respondent that receives an
award of Contract or Agreement from the
City as a result of this Solicitation, and upon
the parties executing a Contract.
f) "Department" means a department of the
City of Opa-locka, as may be designated
herein.
"Proposal" means the documents timely
remitted by Proposer or Respondent, in
response to this Solicitation.
h) "Proposer" or "Respondent". All Contractors,
consultants, organizations, respondents or
other entities submitting a response to this
RFP.
i) "Scope of Services" or "Scope of Work"
means section 3.0 of this Solicitation, which
details the Work to be performed by the
Contractor in delivering the Project.
"Solicitation" means this Request for Proposal
(RFP) document, and all associated addenda
and attachments.
k) "Subcontractors" or "Sub -consultant" means
any person, entity or organization, other than
the employees of the Contractor, who
contracts with the Contractor to furnish labor,
services, equipment, or materials, in
connection with the provision of Services to
the City, whether directly or indirectly, on
behalf of the Contractor.
1) "Work" or "Services" includes all labor,
materials, equipment, supervision, expertise,
maintenance, repair, and services provided or
to be provided by the Vendor in fulfilling its
obligations to the City, under a contract.
g)
j)
1.2 CITY OVERVIEW
The City of Opa-locka is a diverse community who
stands ready to serve its residents and business
owners.
The City currently has 100+ employees and provide a
wide range of governmental services including public
safety / police services, code enforcement, parks and
recreation, public works, water and sewer, building
and license, planning, zoning, and community
development to its citizens and business owners.
The City is a very large consumer of goods and services
and the purchasing decisions of our employees and
contractors can positively or negatively affect the
environment. By including environmental
considerations in our procurement decisions, along
with our traditional concerns with price, performance
and availability, we will remain fiscally responsible
while promoting practices that improve public health
and safety, reduce pollution, and conserve natural
resources.
1.3 INVITATION
This invitation is extended to Respondents that can
provide the requirement(s) specified herein. The
requirements presented in this Solicitation represent
the City's anticipated needs.
1.4 PUBLIC ENTITY CRIMES AFFIDAVIT
The Public Entity Crime Affidavit, attached to this
Solicitation, includes .documentation that shall be
executed by an individual authorized to bind the
Respondent. If the Public Entity Crime Affidavit is not
submitted as part of the Respondent's Proposal
package, is altered in any manner or is not fully
completed, the Respondent shall be deemed non-
responsive to the Solicitation requirements.
4IPage
1.5 PUBLIC ENTITY CRIME /
DISCRIMINATORY RESPONDENT
LIST
Any Respondent, or any of its Suppliers,
Subcontractors, or consultants who shall perform work
which is intended to benefit the City, shall not be a
convicted Respondent or included on the
discriminatory Respondent list. If the Respondent or
any affiliate of the Respondent has been convicted of a
public entity crime or has been placed on the
discriminatory Respondent list, a period longer than 36
months must have passed since that person was placed
on the convicted Respondent list. The Respondent
further understands and accepts that any Contract
issued as a result of this Solicitation shall be either
voidable or subject to immediate termination by the
City. The City in the event in such termination, shall
not incur any liability to the Respondent for any work
or materials furnished.
1.6
LOBBYING
All Respondents, their agenda and proposed sub
consultants or subcontractors, are hereby placed on
notice that neither the City Commission Members, any
evaluation committee members, employees of the City
nor employees of any other project sponsoring agencies
shall be lobbied either individually or collectively
regarding this Solicitation. Respondents, their agents
and proposed sub -consultants or subcontractors are
hereby placed on notice that they are prohibited from
contacting any of these individuals for any purpose
relating to the Solicitation (e.g., general information,
meetings of introduction, meals, etc.). Any Proposal
submitted by a Respondent, its agents and potential
sub consultants or subcontractors who violate these
guidelines will not be considered for review.
1.7 ELIGIBILITY
The City finds that it is in the best interest of the City to
issue a RFP for Commercial Solid Waste Providers
restricting bidding to only those vendors who are not
currently involved in litigation against the City.
1.8 POINTS OF CONTACT TIMETABLE
FOR INQUIRIES
Respondents shall send all written inquiries relating to
this Solicitation to the City Clerk at
jflores@opalockafl.gov.
Technical questions will not be entertained beyond the
cut-off date indicated on the cover page so that answers
to substantive questions, in the form of written
addenda, can be posted on the City's website
(www. opalockafl. gov)
1.9 ORAL REPRESENTATION
No oral representation made by the City stall be
binding. The contents of this RFP and any subsequent
addenda issued by the City shall govern all aspects of
this Solicitation.
1.10 ADDENDA
If any Solicitation revisions become necessary the City
will post written addenda on the City's website at
(www.opalockafl.gov). The City may revise the
deadline for response submission at any time prior to
the date and time scheduled for opening the responses.
It is the responsibility of all Respondents to ascertain
whether any addenda have been issued before the
Solicitation deadline by either calling or checking the
City's website.
1.11 CANCELLATION OF THE
SOLICITATION
The City reserves the right to cancel this Solicitation
and/or re -advertise and re -solicit the requirements at
any time when determined to be in the best interest of
the City.
1.12 PROTEST
Respondents should refer to Section 2-325 of the City's
Code for provisions relating to protest of Solicitations
and awards.
1.13 CONTRACT
The selected Respondent understands that this
Solicitation or the response shall not constitute a
contract with the City. No contract is binding or official
until responses are reviewed and accepted by
appointed City Staff, approved by the appropriated
level of authority within the City and an official
contract is duly executed by the parties.
5IPage
1.14 DEVELOPMENT COSTS
Neither the City nor its representatives shall be liable
for any expenses incurred in connection with the
preparation, submission or presentation of a response
to this Solicitation. All information in the response shall
be provided at no cost to the City.
1.15 TAX EXEMPT STATUS
The City is exempt from Florida Sales and Federal
Excise taxed on direct purchase of tangible property.
1.16 ASSIGNMENT OF RESPONSE
A Respondent shall not transfer or assign its response
to a third party following submission of a Proposal to
the City.
1.17 WITHDRAWAL OF RESPONSE
Respondents shall withdraw their submitted Proposal
by notifying the City either in writing or in person
through an authorized representative at any time prior
to the submission deadline. Individuals making the
withdrawal shall provide evidence of service as an
authorized representative of the Respondent.
Responses, once received, become the property of the
City, and will not be returned to Respondents even
when they are withdrawn from consideration.
Responses, once opened, shall not be withdrawn or
modified except to the extent agreed to by the City
Manager during subsequent contract negotiation.
1.18 PUBLIC RECORDS AND
EXEMPTIONS
Upon receipt, responses shall be subject to public
disclosure consistent with Chapter 119, Florida
Statutes. Respondents shall invoke the exemptions to
disclosure provided by law, in the response to the
Solicitation, by providing the specific statutory
authority for the daimed exemption, identifying the
data or other materials to be protected, and stating the
reasons why such exdusion from public disclosure is
necessary. Responses will be made available for public
inspection at the time the City posts notice of its
decision or intended decision concerning contract
awards, or ten (10) days after the response opening,
whichever is earlier.
1.19 REJECTION OF RESPONSES
The City reserves the right to accept or reject any and
all proposals and to waive any technicalities or
irregularities therein. The City further reserves the
right to award the contract to that proposer whose
proposal best complies with the RFP NO: 19-0315100
requirements. Proposers may not withdraw their
proposal for a period of ninety (90) days from the date
set for the opening thereof.
1.20 EVALUATION COMMITTEE
The evaluation of Proposals will be undertaken on
behalf of the City by the Evaluation Team. The
Evaluation Team may consult with others including
City staff members, third party consultants and
references, as the Evaluation Team may in its discretion
decide is required. The Evaluation Team will give a
written recommendation for the selection of a
Preferred Proponent or Preferred Proponents to the
City.
Proposals will be evaluated and negotiated in
accordance with the evaluation criteria described
herein. Subject to CTTY's right to reject any or all
proposals, the Proposer whose proposal is found, in
CITY's sole discretion, to be most advantageous to the
CITY will be selected. The City will select the proposal
that offers the best service plan and terms for CITY.
Therefore, contractors are encouraged to submit
proposals that provide their best possible service and
compensation guarantee to the City. Award of the
Contract is not valid until authorized by the CITY
Board of Commissioners.
CI I Y will employ a structured, competitive evaluation
process. All written proposals will be reviewed and
scored based on how well they address the specific
needs of the City as outlined in this RFP. CTTY's
evaluation team will review the technical proposals
individually and meet as a group.
1.21 REVIEW OF PROPOSAL FOR
RESPONSIVENESS
Each Proposal will be reviewed to determine if the
Proposal is responsive to the submission requirements
outlined in the RFP. A responsive Proposal is one
which follows the requirements of the RFP, includes all
documentation, is of timely submission, and has the
appropriate signature as required on each document.
Failure to comply with these requirements may result
in a Proposal being deemed non -responsive.
6IPage
1.22 CITY MANAGER'S REVIEW
The Purchasing Department shall submit the results
and recommendation of the Evaluation Committee to
the City Manager for review. Upon receipt, the City
Manager may proceed as follows:
a) Approve the Committee's recommendation
and submit to City Commission for approval;
b) Reject the Committee's recommendation and
direct the Committee to re-evaluate and
make further recommendation; or
c) Reject all Proposals.
1.23 CITY COMMISSION REVIEW
Upon receipt of the City Manager's recommendation,
the City Commission may:
a) Approve the City Manager's
recommendation and authorize the contract
or contract negotiations;
b) Reject all Proposals;
c) Reject all Proposals and direct staff to re -issue
a new Solicitation.
1.24 CONTRACT AWARD
The City Manager anticipates awarding the contract to
multiple waste haulers, but reserves the right not to
make any award whatsoever, if determined to be in
the interest of the City.
Prior to contract award, the Respondent(s) shall
submit documentation reflecting any required
insurance coverage. The contract number shall be
included on the insurance documentation submitted
to the City Manager at the time of award execution
and for all subsequent updates to the insurance
coverage throughout the contract period. Failure to
execute the contract and/or to provide evidence of any
required insurance coverage shall be just cause for the
termination of the award.
1.25 PROPOSAL
SUBMITTAL IADDENDUMS
All proposals submitted shall include the completed
proposal forms and all required product information
and any other items as indicated on the proposal form.
Proposals will be considered "Non -Responsive" if the
required information is not submitted by the date and
time specified.
Before submitting a proposal, each respondent shall
make all investigations and examinations necessary to
ascertain if any addendums were issued by City.
1.26 NON -RESPONSIVE PROPOSALS
Responses found to be non -responsive shall not be
considered. Responses may be rejected if found to be in
nonconformance with the requirements and
instructions herein contained. A response may be
found to be non -responsive by reasons, including, but
not limited to, failure to utilize or complete prescribed
forms, conditional responses, incomplete responses,
indefinite or ambiguous responses, failure to meet
deadlines and improper and/or undated signatures.
Other conditions which may cause rejection of
proposals include evidence of collusion among
respondents, obvious lack of experience or expertise to
perform the required work, submission of more than
one proposal for the same work from an individual,
respondent, join venture, or corporation under the
same or a different name (also included for design -
build projects are those proposals wherein the same
engineer is identified in more than one proposal),
failure to perform or meet financial obligations on
previous contracts, employment of unauthorized
aliens in violation of Section 274A (e) of the
Immigration and Nationalization Act, or in the event
an individual, respondent, partnership, or corporation
is on the United States Comptroller General's List of
Ineligible Design -Builder for Federally Financed or
Assisted Projects.
Proposals will also be rejected if not delivered or
received on or before the date and time specified as the
due date for submission.
1.27 CONE OF SILENCE
This Solicitation is issued pursuant to Section 2-320.2 of
the City Code, Cone of Silence, which prohibits certain
types of communication with City Commission
members, City staff and Evaluation Committee
members following issuance of the Solicitation.
7IPage
1.28 RESPONDENT'S DISCLOSURE OF
SUBCONTRACTORS AND SUPPLIES
This RFP shall require that the respondent submits with
its proposal a listing of all first -tier subcontractors or
sub consultants who will perform any part of the
contract work and all suppliers who will supply
materials for the contract work direct to the selected
respondent. Failure to comply with this requirement
shall render the proposal non -responsive. In addition,
the selected respondent shall not change or substitute
subcontractors or suppliers from those listed in the
proposal except upon written approval of the City
Manager.
1.29 PROPRIETARY / CONFIDENTIAL
INFORMATION
Respondents are hereby notified that all information
submitted as part of, or in support of, Proposals will be
available for public inspection after opening of
Proposals, in compliance with Chapter 119, Florida
Statutes, popularly known as the "Public Records
Law".
1.30 RULES, REGULATED AND
LICENSING REQUIREMENTS
The respondent shall comply with all laws; ordinances
and regulations applicable to the services contemplated
herein, especially those applicable to conflict of interest
and collusion. Respondent are presumed to be familiar
with all Federal, State and Local laws, ordinances,
codes, ruled and regulations that may in any way affect
the goods or services offered.
1.31 MODIFICATIONS OF PROPOSAL
No unsolicited modifications to proposals will be
permitted after the date and hour of the proposal
opening.
1.32 TRUTH IN NEGOTIATION
STATEMENT
The contractor must provide at the time for contract
execution a written statement stating that "wage rates
and other factual unit cost supporting the
compensation are accurate, complete and current at the
time of contracting".
1.33 REVIEW OF SOLICITATIONS
The City will not allow any request for documents or
reviews of submittals until thirty days after proposals are
received or after an award is announced. After said time,
respondents may request documents or make an
appointment to review submittals and presentations.
1.34 LATE SUBMISSIONS
The City Manager will not accept proposals received
after opening time and encourages early submittal.
1.35 ATTORNEYS' FEES
In the event of any dispute arising under or related to the
agreement, the prevailing party shall be entitled to
recover all actual attorney fees, costs and expenses
incurred by it in connection with that dispute and/or the
enforcement of the agreement, including all such actual
attorney fees, costs and expenses at all judicial levels,
including appeal, until such dispute is resolved with
finality.
1.36 CONFLICTS OF INTEREST
The City's Conflict of Interest guidelines, provided
under Section 7.2 of the City's Code shall apply to this
Solicitation and Contract.
1.37 CONTRACT OBLIGATIONS
The contractor warrants that any and all work materials,
services or equipment that may be reasonably be inferred
from the Contract documents as being required to
produce the intended result, will be supplied by the
contractor at its own cost, whether or not specifically
called for.
The contractor warrants and accepts that any and all
work, materials, services or equipment necessitated by
the inspections of City and/or county agencies, or other
regulatory agencies as are applicable, to bring the project
into conformity with the contract documents and all
applicable laws, codes, regulations, procedures, or
considered inside the contemplation of the contract
documents, shall be deemed the responsibility of the
contractor at no additional cost to the City.
81Page
PURPOSE
The purpose of this Solicitation is to solicit proposals from qualified and experienced firms to
enter into an agreement between the City of Opa-locka (hereinafter "City") and the selected
proposer (s) to provide Commercial Solid Waste Processing and Disposal Services (hereinafter
"Sanitation Services") for commercial properties within City boundaries.
The City's intent and requirements of the RFP are to provide its commercial businesses with the
appropriate level of service, at the best price and with the highest quality. The Scope of Services
contained within this RFP document are designed to establish Solid Waste Processing and
Disposal Services that provide for the following intended purposes:
1. Establish and maintain a continuous and uniform level of collection services in order to
assure protection of the health, safety and welfare of the community.
2. Provide collection services in a coordinated manner, through a detailed routing system
that will maintain or improve current Commercial Collection services, while minimizing
impact to service rates.
The successful proposer (s) shall take such steps necessary to have available suitable means, labor
and equipment necessary to have available suitable means, labor and equipment necessary to
collect and to dispose of Commercial Solid Waste. The private waste collector (s) shall furnish all
necessary equipment and labor to collect Commercial Solid Waste within the boundaries of the
City.
TERM OF CONTRACT
The initial term of the contract shall be for 2 years unless earlier terminated as a result of this
failure of the franchisee to comply with the provision of this article and to provide effective and
efficient service.
OPTION TO RENEW WITH RATE AND FUEL ADJUSTMENTS
The City Manager or duly authorized designee reserves the sole option to renew this contract for
three (3) additional one (1) year periods. Each renewal of this contract is contingent upon
approval by the City Manager or his authorized designee and continued satisfactory performance
by the Private Waste Collector (s) in accordance with the Scope of Work stated herein.
The City shall notify the Private Waste Collector (s) of its intent to renew the contract no later
than six (6) months prior to the end of the current contract term provided the contract has not
been previously terminated.
MINIMUM REQUIREMENTS
To be eligible to this Solicitation, the Respondent must demonstrate that the firm has sufficient
capabilities, resources, and experience to provide the Services under this Solicitation. Any
Respondent that fails to meet all the following minimum qualification requirements may be noted
as "NON -RESPONSIVE". Such RFP shall include some of the following:
9IPage
" B e a w r i t t e n s t a t e m e n t u p o n t h e f o r m p r o v i d e d b y t h e c i t y . T h e f o r m s h a l l b e s w o r n t o
b y t h e a p p l i c a n t b e f o r e a n o t a r y p u b l i c o f t h i s s t a t e , a s t o t h e t i m e o f t h e s t a t e m e n t s
c o n t a i n e d t h e r e i n .
" R e q u i r e t h e d i s c l o s u r e o f a l l i n f o r m a t i o n n e c e s s a r y i n c o m p l i a n c e w i t h t h i s a r t i c l e .
" B e a c c o m p a n i e d b y a c e r t i f i e d c h e c k f o r t h e t o t a l a m o u n t o f t h e f e e s c h a r g e a b l e f o r s u c h
a p p l i c a t i o n . A l l n o n - r e f u n d a b l e f e e s s h a l l b e h e l d b y t h e c i t y m a n a g e r u n t i l a f i n a l
d e t e r m i n a t i o n i s m a d e a s t o t h e i s s u a n c e o f a f r a n c h i s e a g r e e m e n t .
" T h e s u c c e s s f u l a p p l i c a n t s h a l l b e a b l e t o p o s t a p e r f o r m a n c e b o n d i n t h e a m o u n t o f t w o
h u n d r e d t h o u s a n d d o l l a r s ( $ 2 0 0 , 0 0 0 . 0 0 ) , s h o u l d t h e c i t y d e c i d e t h a t s u c h b o n d i s
n e c e s s a r y t o g u a r a n t e e p e r f o r m a n c e .
" T o d e m o n s t r a t e a b i l i t y t o p e r f o r m b y t h e f r a n c h i s e e , t h e a p p l i c a n t s h a l l s u b m i t
c e r t i f i c a t i o n b y l e t t e r o r s t a t e m e n t , t o a c u r r e n t d a t e , b y a c e r t i f i e d p u b l i c a c c o u n t a n t
s h o w i n g t h e a p p l i c a n t t o h a v e a n e t w o r t h o f a t l e a s t f i v e h u n d r e d t h o u s a n d d o l l a r s
( $ 5 0 0 , 0 0 0 . 0 0 ) . S a i d s t a t e m e n t s h a l l f u r t h e r r e f l e c t t h a t t h e a p p l i c a n t o r i t s p r i n c i p a l
o f f i c e r s h a v e h a d a t l e a s t a m i n i m u m o f f i v e ( 5 ) y e a r s o f e x p e r i e n c e i n c o m m e r c i a l w a s t e
c o l l e c t i o n .
" T h e s u c c e s s f u l a p p l i c a n t s m u s t h a v e , i n o r d e r t o m a i n t a i n t h e f r a n c h i s e a g r e e m e n t , a n
o f f i c e a n d / o r p l a c e o f b u s i n e s s i n t h e c i t y f o r v i s i t s .
" T h e a p p l i c a n t m u s t b e a n e q u a l o p p o r t u n i t y e m p l o y e r .
Y E A R S O F E X P E R I E N C E
P r o p o s e r m u s t h a v e s u c c e s s f u l l y p r o v i d e d c o m m e r c i a l s a n i t a t i o n s e r v i c e . P l e a s e p r o v i d e
r e f e r e n c e s f o r a t l e a s t t w o ( 2 ) g o v e r n m e n t a g e n c i e s f o r w h i c h t h e r e s p o n d e n t h a s p r o v i d e d
s a n i t a t i o n s e r v i c e s s i m i l a r t o t h e o n e r e q u e s t e d b y t h i s s o l i c i t a t i o n w i t h i n t h e l a s t f i v e ( 5 ) y e a r s .
P E R F O R M A N C E B O N D
E a c h p r o p o s e r m u s t p r o v i d e a n i r r e v o c a b l e l e t t e r o f c o m m i t m e n t f r o m a S t a t e o f F l o r i d a l i c e n s e d
b o n d i n g c o m p a n y t o p r o v i d e a P e r f o r m a n c e B o n d .
I N S U R A N C E A N D I N D E M N I F I C A T I O N
R e s p o n d e n t s m u s t s u b m i t w i t h t h e i r r e s p o n s e s , p r o o f o f i n s u r a n c e m e e t i n g t h e c o v e r a g e l i s t e d
b e l o w o r a l e t t e r o f i n t e n t t o p r o v i d e t h e f o l l o w i n g r e q u i r e m e n t i f a w a r d e d t h e F r a n c h i s e
A g r e e m e n t .
B e f o r e a c t u a l l y c o m m e n c i n g b u s i n e s s , t h e f r a n c h i s e e ( s ) s h a l l o b t a i n t h e f o l l o w i n g i n s u r a n c e f r o m
a f i r m w i t h a m i n i m u m r a t i n g o f "