HomeMy Public PortalAbout21-9906 RFP for Lawn, Shrubs, Trees Palm Maintenance and Pressure Cleaning ServicesSponsored by: City Manager
RESOLUTION NO. 21-9906
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA,
AUTHORIZING ISSUANCE OF A REQUEST FOR
PROPOSALS (RFP) FOR LAWN, SHRUBS, TREES,
PALM MAINTENANCE AND PRESSURE CLEANING
SERVICES; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City Manager is recommending that the City Commission of the
City of Opa-Locka issue a Request for Proposal (RFP) for lawn, shrubs, trees, palm
maintenance and pressure cleaning services in support of the City's beautification
objectives. The City Manager further recommends the approval of the request to issuance
of an RFP to for qualified firms; and
WHEREAS, the selected firm will be responsible for providing maintenance of
citywide alleys, maintenance of medians (including NW 27th and NW 22nd Avenues),
maintenance of three parking lots at 700-750 Ali -Baba Avenue, 664 Fisherman Street, and
441 Opa-Locka Boulevard, tree trimming services, services at Ingram, Segal/Helen Miller
and Sherbondy Parks (on an as needed basis when the City requests assistance) and
roadway easements (State Road 9) as well as the pressure cleaning of areas adjacent to
City facilities, Citywide sidewalks, Citywide median curbs, and Entry Signs/ Features;
and
WHEREAS, the scope of services proposed in the current proposed RFP, attached
hereto as Exhibit "A", is broader than was envisioned when the Fiscal Year 2022 budget
was developed and will require a budget amendment when the contract is awarded.
WHEREAS, the City has determined that issuance of an RFP is in the best interest
of the City and its residents; and
WHEREAS, this City Commission authorizes the City Manager to issue an RFP
for Lawn, Shrubs, Trees, Palm Maintenance and Pressure Cleaning Services, attached
hereto as "Exhibit A".
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA:
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Resolution No. 21-9906
Section 2. AUTHORIZATION
The City Commission of the City of Opa-Locka hereby approves the issuance of a
Request for Proposals (RFP), attached hereto as Exhibit "A", for provision of
Lawn, Shrubs, Trees, Palm Maintenance and Pressure Cleaning Services.
SECTION 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing
a corrected copy of same with the City Clerk.
Section 4. EFFECTIVE DATE.
This Resolution shall take effect immediately upon adoption and is subject to the
approval of the Governor or his designee.
PASSED AND ADOPTED this 8th day of September, 2021.
Matthew A`Pigatt, Mayor
ATTEST:
nna Flores, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
\r'
Burnadette Norris -Weeks, `P.A.
City Attorney
2
Resolution No. 21-9906
Moved by: Vice Mayor Williams
Seconded by: Commissioner Davis
VOTE: 5-0
Commissioner Taylor YES
Commissioner Bass YES
Commissioner Davis YES
Vice -Mayor Williams YES
Mayor Pigatt YES
3
City of Opa-locka
Agenda Cover Memo
City
Manager:
John E. Pate
CM Signature:
7
Commission
Meeting
Date:
09.08.2021
Item Type:
(EnterXin box)
Resolution
Or n c
Other
X
Fiscal
Impact:
(EnterXin box)
Yes
No
Ordinance Reading.
(EnterXin box)
1st Reading
2" Reading
Est.
$3,000
Public Hearing:
(EnterXin box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
(Enter Fund & Dept)
Ex:
Advertising Requirement:
(EnterXin box)
Yes
No
X
Contract/P.O.
Required:
(Enter X in box)
Yes
No
RFP/RFQ/Bid#:
X
Strategic
Plan Related
(Enter X in box)
Yes
No
Strategic Plan Priority
Enhance Organizational
Bus. & Economic Dev
Public Safety
Quality of Education
Qual. of Life & City Image
Communication
Area:
Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
item will address)
X
mi
III
•
EN
•
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
A resolution authorizing the City Manager to issue an RFP for:
Maintenance of Citywide Alleys
Maintenance of Medians, Including NW 27th and NW 22nd Avenues
Maintenance of Three Parking Lots at 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441 Opa-locka
Boulevard
Tree Trimming Services
Services at Ingram, Segal/Helen Miller and Sherbondy Parks (as needed) basis when the City requests
assistance
Roadway Easements (State Road 9)
Staff Summary:
Staff believes it is in the best interests of the City to issue a Request for Proposal (RFP) for Lawn, Shrubs, Trees
and Palm Maintenance Services in support of the City's beautification objectives.
Financial Impact
The RFP will be issued primarily electronically, but may require additional advertising,_ estimated to not
exceed $3,000. If additional advertising funding is required, it will be funded as follows:
Account
Description
Available
Project
Remaining
Balance
41-541340
Other Contracted Services
$10,257
$3,000
$7,257
The scope of services proposed in this RFP is broader than was envisioned when the FY 22 budget was
developed and will require a budget amendment when the contract is awarded.
Proposed Action:
Staff recommends the approval of this request to issue the RFP to seek quotes for qualified firms.
Attachment
Draft RFP
City of Opa-locka
RFP N0: 21-XXXXXXX
REQUEST FOR PROPOSAL (RFP)
MAINTENANCE OF CITYWIDE ALLEYS
MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIANS
MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664
FISHERMAN STREET, AND 441 OPA-LOCKA BOULEVARD
TREE TRIMMING SERVICES
INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK
(As needed) basis when the City requests assistance
STATE ROAD 9 ROADWAY
PRESSURE CLEANING SERVICES
CITY OF OPA-LOCKA
RFP NO. 21-XXXXXXX
MAINTENANCE OF CITYWIDE ALLEYS
MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIANS
MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441 OPA-
LOCKA BOULEVARD
TREE TRIMMING SERVICES
INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK
STATE ROAD 9 ROADWAY
PRESSURE CLEANING SERVICES
TABLE OF CONTENTS
Subject Page Number
Cover 1
Table of Contents 2
Advertisement 3
Part I - Proposal Guidelines 4
Part II - Nature of Services Required 8
Part III - Proposal Requirements 15
Part IV - Evaluation of Proposals 17
Proposer Qualifications 19
Price Proposal 20
Debarment, Suspension Certification 22
Drug -Free Certification 24
Non -Collusion Affidavit 25
Non -Discrimination Affidavit 26
E -Verify Form 27
2 1 P a
CITY OF OPA-LOCKA
REQUEST FOR PROPOSALS
RFP NO: 21-XXXXXXX
MAINTENANCE OF CITYWIDE ALLEYS
MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIAN
MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441
OPA-LOCKA BOULEVARD
TREE TRIMMING SERVICES
INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK (As needed)
STATE ROAD 9 ROADWAY
PRESSURE CLEANING SERVICES
Sealed Proposals for Lawn Maintenance will be received by the City of Opa-locka at the Office of the City
Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Wednesday, October 27, 2021 by 1:00
p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of
Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal
by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address
to submit sealed proposals is listed below:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-locka, Florida 33054
An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash
Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City
of Opa-locka, Florida, and marked RFP for Maintenance of Citywide Alleys, Maintenance of NW 27th
Avenue and 22nd Avenue Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664
Fisherman Street, and 441 Opa-locka Boulevard, Tree Trimming Services, Ingram Park,
Segal/Helen Miller Park, Sherbondy Park (as needed), State Road 9 Roadway, and Pressure
Cleaning Services.
Proposers desiring information for use in preparing proposals may obtain a set of such documents by
visiting the City's website at www.opalockafl.gov or www.demandstar.com.
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: 21-XXXXXXX requirements. Proposers may not withdraw their proposal
for a period of ninety (90) days from the date set for the opening thereof.
A Mandatory pre -bid meeting will be held on Wednesday, October 13, 2021 at 10:00 a.m. at 780 Fisherman
Street, Ste. 220, Opa-locka, FL 33054 and via zoom. The purpose of this meeting is to provide an overview
of this Solicitation and to answer any questions by participants.
City Clerk
Joanna Flores, CMC
31Page
CITY OF OPA-LOCKA
RFP NO. 21-XXXXXXX
MAINTENANCE OF CITYWIDE ALLEYS
MAINTENANCE OF NW 27TH AVENUE AND 22ND AVENUE MEDIAN
MAINTENANCE OF 3 PARKING LOTS 700-750 ALI-BABA AVENUE, 664 FISHERMAN STREET, AND 441
OPA-LOCKA BOULEVARD
TREE TRIMMING SERVICES
INGRAM PARK, SEGAL/HELEN MILLER PARK, AND SHERBONDY PARK (as needed)
STATE ROAD 9 ROADWAY
PRESSURE CLEANING SERVICES
PART I
PROPOSAL GUIDELINES
Introduction: The City of Opa-locka is requesting proposals from qualified professional consultants
to provide Lawn Maintenance services throughout the City.
1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals
by mail, however it is your responsibility to submit your proposal by the due date. In addition,
proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals
by 1:00pm on Wednesday, October 27. 2021. The address to submit sealed proposals is listed below:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO.
21-XXXXXXX - Maintenance of Citywide Alleys, Maintenance of NW 27th Avenue and 22nd Avenue
Median, Maintenance of 3 Parking Lots 700-750 Ali -Baba Avenue, 664 Fisherman Street, and 441
Opa-locka Boulevard, Tree Trimming Services, Ingram Park, Segal/Helen Miller Park (as needed),
Sherbondy Park, State Road 9 Roadway, and Pressure Cleaning Services. This package shall also
include the Proposer's return address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior to the
deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer,
for a period of 90 days. Once opened, proposals become a record of the CITY and will not be
returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly
41Pdge
to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the
deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may
be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the
established deadline will not be considered and will be returned unopened to the Proposer(s).
1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7)
plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted
above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail
or any other delivery medium.
1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses
incurred in connection with preparation of a response to this Request for Proposal. Proposers
should prepare their proposals simply and economically, providing a straightforward and concise
description of the Proposer's ability to meet the requirements of the RFP.
1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the
meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel
are authorized only to direct the attention of prospective Proposers to various portions of the RFP
so that they may read and interpret such for themselves. No employee of the City is authorized to
interpret any portion of this RFP or give information as to the requirements of the RFP in addition
to what is contained in the written RFP document.
1-6. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to three (3)
calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to
ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive
proposal. Any oral explanation given before the RFP opening will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities or
inconsistencies should be brought to the attention of the City's Purchasing Agent through written
communication prior to the opening of the proposals.
1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who
submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP does not constitute an offer or an Agreement with the
Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are
reviewed, accepted by appointed staff, the best proposal has been identified, approved by the
appropriate level of authority within the City and executed by all parties. The City anticipates that
the final Agreement will be in substantial conformance with this sample Agreement; nevertheless,
Proposers are advised that any Agreement may result from the RFP may deviate from the Sample
Agreement.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re -
advertise for other proposals.
1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included
and incorporated in the final award. The order of contractual precedence will be the Contract or
Agreement document, original Terms and Conditions, and Proposer response. Any and all legal
5
action necessary to enforce the award will be held in Miami -Dade County and the contractual
obligations will be interpreted according to the laws of Florida. Any additional contract or
agreement requested for consideration by the Proposer must be attached and enclosed as
part of the proposal.
1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the
highest number of points will be ranked first; however, nothing herein will prevent the City from
assigning work to any firm deemed responsive and responsible.
The City reserves the right to further negotiate any proposal, including price, with the highest rated
Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the
right to negotiate and recommend award to the next highest Proposer or subsequent Proposers
until an agreement is reached.
1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever
occurs first, proposals become "public records" and shall be subject to public disclosure consistent
with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided
by law in the response to the RFP, and must identify the data or other materials to be protected, and
must state the reasons why such exclusion from public disclosure is necessary. Document files may
be examined, during normal working hours.
1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of
all news releases or other publicity pertaining to this RFP or the service, study or project to which
it relates.
1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least
the minimum amounts and conditions specified herein. In the event the Proposer is a governmental
entity or a self -insured organization, different insurance requirements may apply.
Misrepresentation of any material fact, whether intentional or not, regarding the Proposers'
insurance coverage, policies or capabilities may be grounds for rejection of the proposal and
rescission of any ensuing Agreement.
1. Evidence of General Liability coverage with limits not less than $1,000,000 per
Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period);
2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period);
3. Evidence of Workers' Compensation coverage with statutory limits and Employer's
Liability coverage with limits not less than $100,000 (Including Policy Number and Policy
Period);
4.The City listed as an additional insured (this may be specifically limited to the specific
job(s) the contractor will be performing);
5. Minimum 30 -day written notice of cancellation.
1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in
the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully
6
licensed and certified shall be rejected.
1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the
Department of Management Services' "Convicted Vendor List". This list is defined as consisting of
persons and affiliates who are disqualified from public contracting and purchasing process because
they have been found guilty of a public entity crime. No public entity shall award any contract to,
or transact any business in excess of the threshold amount provided in Section 287.017 Florida
Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted
Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed
on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By
signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on
the "Convicted Vendor List".
1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of
the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be
disqualified from performing the work described in this proposal or from furnishing the goods or
services for which the proposal is submitted and shall be further disqualified from submitting any
future proposals for work, goods or services for the City of Opa-locka.
1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place
(DFW) programs. Whenever two or more proposals which are equal with respect to price, quality,
and service are received by the City for the procurement of commodities or contractual services, a
proposal received from a business that completes the attached DFW form certifying that it is a DFW
shall be given preference in the award process.
1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes,
and give all notices necessary and incidental to the due and lawful prosecution of the work.
1-18. Protests: Protests of the plans, specifications, and other requirements of the request for
proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working
days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must
be included. Protests of the award or intended award of the bid or contract must be in writing and
received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed
explanation of the protest must be included.
1-19. Termination for Convenience: A contract may be terminated in whole or in part by the
City at any time and for any reason in accordance with this clause whenever the City shall determine
that such termination is in the best interest of the City. Any such termination shall be effected by the
delivery to the contractor at least five (5) working days before the effective date of a Notice of
Termination specifying the extent to which performance shall be terminated and the date upon
which termination becomes effective. An equitable adjustment in the contract price shall be made
for the completed service, but no amount shall be allowed for anticipated profit on unperformed
services.
7
PART II
NATURE OF SERVICES REQUIRED
2-1 PURPOSE
The City of Opa-locka seeks proposals from qualified professionals with expertise to provide
maintenance of City Alleys, Medians, Parking Lots, Park Facilities, and Roadway Easements.
Contractor will cut three times per month during rainy season and twice per month during dry
season. The successful bidder shall furnish all labor, materials, machinery, equipment and ancillary
services to fulfill the requirement of these specifications for the maintenance program.
City Alley Project Location:
• List of Alleys are included as Exhibit "A"
City Median Project Location:
• NW 22nd Avenue Median - NW 22nd Avenue from 151st Street to NW 135th Street
• NW 27th Avenue Median - NW 27th Avenue from 151st Street to NW 127th Street
• Sharazad Boulevard Median - Sharazad Boulevard from NW 27th Avenue to Ali -Baba Avenue
(Veteran's Way)
• President Barack Obama Avenue (Perviz Avenue) - President Barack Obama Avenue from
NW 151st Street to Sharazad Boulevard
• Drainage Pond - NW 27th Avenue SR -9 and Burlington Street (Cut/maintain trees and grass)
3 Parking Lots Project Location:
• 700-750 Ali -Baba Avenue
• 664 Fisherman Street
• 441 Opa-locka Boulevard
Tree Trimming Location:
• Citywide as directed by Public Works, to maintain proper line of sight as per Miami -Dade
County Tree Ordinance.
Ingram Park, Segal/Helen Miller Park, and Sherbondy Park: (As needed)
• Citywide
State Road 9 Roadway:
• Citywide
Pressure Cleaning Services:
• Areas adjacent to City facilities, Citywide sidewalks, Citywide median curbs, and Entry
Signs/Features.
8
All work shall be performed in accordance with the Occupational Safety & health Act (O.S.H.A.) and
its amendments, and all Department of Transportation (D.O.T.) safety standards, including but not
limited to safety glasses, safety vest, hearing protection, traffic notification, placement of traffic
cones, and all pertinent landscape standards. The awarded Bidder will be require to have an
Maintenance of Traffic (M.O.T.) certified person onsite at any time workers are physically parked,
standing or working in the roadways with City limits.
Qualified proposer must demonstrate competence and experience in all areas of expertise required
by the scope of services.
2-2 PROPOSER QUALIFICATIONS
Adequate information and documentation must be provided in the Proposal to support or confirm
satisfaction of the required qualifications below:
• A detailed description of the firm including address, telephone number License Classification
with number and date of expiration, applicable License status, and banking and credit
references.
• Briefly describe the educational background and professional experience in a resume format
of the firm owners, supervisors and key employees.
• List similar contracts for landscape maintenance now held by your firm and other similar
contracts, if any formerly held. List at least one person for each such contract whom may be
contacted by us who is knowledgeable about your work. List telephone numbers for these
individuals.
• This contract will be awarded only to responsible Contractors qualified by experience to do
the work specified herein. The Bidder shall submit a satisfactory evidence of experience in
like work and that he is fully prepared with the necessary organization, capital, equipment
and machinery to complete the work to the satisfaction of the Owner.
• Company shall have been in continuous service and incorporated in the State of Florida for
a minimum of three (3) years.
• Company must have a proven history in the care and maintenance of grass types and public
facilities.
• Company must be fully licensed with all required State and/or Local government licenses,
and permits (irrigation, pest control, horticultural services, etc.)
• Company must have an I.S.A. Certified Arborist or Miami -Dade County's Tree Trimmer
License Class A on staff or on call for the work involving plant propagation and cultivation
with the aim of improving plant growth, yields, quality, nutritional value, and resistance to
insects, diseases, and environmental stresses.
• Company must have a staff member with a Maintenance of Traffic Certification.
9
" D e m o n s t r a t e a n o v e r a l l c o m b i n a t i o n o f s k i l l s , p r i o r w o r k e x p e r i e n c e , b u s i n e s s r e p u t a t i o n ,
a n d c o m m i t m e n t t o d i v e r s i t y .
2 - 3 T E R M O F C O N T R A C T
T h e t e r m o f t h e c o n t r a c t i s a n t i c i p a t e d t o b e o n e f i s c a l y e a r w i t h a r e n e w a l o f t w o o n e - y e a r t e r m s ,
s u b j e c t t o n e g o t i a t i o n o f t e r m s w i t h t h e c o n t r a c t o r a n d t h e c o n c u r r e n c e o f t h e C i t y o f O p a - l o c k a C i t y
C o m m i s s i o n a n d a v a i l a b i l i t y o f a n n u a l a p p r o p r i a t i o n .
2 - 4 P E R S O N N E L M A N A G E M E N T R E Q U I R E M E N T S :
" M a n a g e r s m u s t h a v e e x c e l l e n t c o m m u n i c a t i o n s k i l l s a n d b e c a p a b l e o f d i r e c t i n g a l l r e g u l a r
m a i n t e n a n c e a n d a d d i t i o n a l l a n d s c a p e s e r v i c e s a n d c o o r d i n a t i n g t h e s e w i t h t h e d e s i g n a t e d
C i t y o f O p a - l o c k a s t a f f .
" M a n a g e r s s h a l l c o n s t a n t l y u s e t h e i r e x p e r i e n c e a n d t r a i n i n g t o p r e v e n t , d e t e c t a n d c o n t r o l
a d v e r s e c o n d i t i o n s b y p h y s i c a l l y i n s p e c t i n g t h e l a n d s c a p e a n d p r o p e r l y g u i d i n g t h e
m a i n t e n a n c e p r o g r a m .
" M a n a g e r s s h a l l h a v e i n t e r n e t a c c e s s t o p r o v i d e c o r r e s p o n d e n c e v i a E - m a i l t o C i t y d e s i g n a t e d
s t a f f .
2 - 5 T E C H N I C A L S E R V I C E S :
" T o p r o v i d e a n a d e q u a t e n u m b e r o f p e r s o n n e l s p e c i f i c a l l y t r a i n e d , e x p e r i e n c e d a n d l i c e n s e d
i n t h e f o l l o w i n g a r e a s : g r a s s m a i n t e n a n c e , i r r i g a t i o n m a i n t e n a n c e , t r e e m a i n t e n a n c e .
" P r o v i d e a C e r t i f i e d C h e m i c a l A p p l i c a t o r l i c e n s e t h r o u g h t h e S t a t e o f F l o r i d a , D e p a r t m e n t o f
H e a l t h a n d R e h a b i l i t a t i v e S e r v i c e o r h a v e p e r s o n n e l o n c a l l .
" P r o v i d e a n d I . S . A . C e r t i f i e d A r b o r i s t o r M i a m i - D a d e C o u n t y '