HomeMy WebLinkAboutItem 07 Approval of Award of RFP 25-003
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
STAFF REPORT
Meeting Date: April 15, 2025
Item #: 7
Contact Name: Shannon Hopper, Joyce Tolbert Department Director: Vanna Lawitzke
Contact Number: Ext. 1524, Ext. 1516 City Manager: Craig Shadrix
Subject: Approval of Award of RFP 25-003 Pest Control and Fertilization Services for Athletic
Fields. (Procurement Manager Tolbert)
Background Summary: In compliance with the City of Ocoee (City) Purchasing code, Ch. 21, sealed
proposals were solicited from qualified firms to provide pest control and fertilization services for the control of
lawn pests, weeds, and vegetation at the City of Ocoee's athletic fields as needed.
The request for proposals was publicly advertised on January 26, 2025, and publicly opened on March 11,
2025. A total of four (4) proposals were received at the bid opening, with one proposal deemed non-
responsive and rejected for failure to provide the required bid security. The term contract is for an initial three
(3) years with two (2) automatic one-year renewals, and one (1) optional renewal at the City’s discretion.
Prices remain firm for the initial three (3) year term, with price adjustments considered during the renewal
terms.
The three responsive proposals were reviewed by the Finance Department and provided to the RFP
Evaluation Committee. The Evaluation Committee comprised of five members: Dan Abdo, Parks and Leisure
Services Operations Manager; Toren Hogan, Parks and Leisure Services Operations Manager; Doug Gaines,
Parks and Leisure Services Assistant Director; Chris Hines, Parks and Leisure Services Supervisor; and Trent
Hopper, Assistant Director Utilities Department. The public RFP Evaluation Committee meeting was held on
March 25, 2025, with the Evaluation Committee evaluating and shortlisting the firms on specific evaluation
criteria as shown in the attached shortlist and evaluation forms. The evaluation committee recommends award
to the top-ranked firm, Lake Jem Farms, per the attached award recommendation from Dan Abdo, Parks and
Leisure Services Operations Manager.
The City denied a bid protest received from TruGreen. A copy of the protest is attached along with the City's
response, which was reviewed by the City Attorney.
The following table reflects the rankings of the Evaluation Committee:
RANK RESPONDENT AMOUNT
1 Lake Jem Farms, LLC $65,355.00
2 TruGreen Limited Partnership $50,925.00
3 Protex Lawn & Pest Control, LLC $63,138.50
Page 92 of 821
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
Issue:
Should the Honorable Mayor and City Commissioners award the term contract for RFP 25-003 to the top-
ranked firm, Lake Jem Farms, LLC, as recommended by the Evaluation Committee?
Recommendations:
Staff recommend the Honorable Mayor and City Commissioners:
1.) Award the term contract for RFP #25-003 Pest Control and Fertilization Services for Athletic Fields to Lake
Jem Farms, LLC in the amount of $65,355.00 annually for an initial 3-year term with two (2) automatic one-
year renewals, and one (1) optional renewal at the discretion of the city;
2.) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the required
insurance is received; and,
3.) Authorize the City Manager to approve Change Orders to the contract up to the limit of his purchasing
authority for each change order and up to the budgeted amount each fiscal year.
Attachments:
1. Award Recommendation Letter
2. Shortlist and Evaluation Forms
3. Proposal Checklist
4. RFP 25-003 Solicitation
5. Addendums 1-4
6. Bid Protest from TruGreen and City's Formal Response
7. Proposal - Lake Jem Farms
8. Proposal - TruGreen
9. Proposal - Protex Lawn & Pest Control
Financial Impacts:
The annual cost of the contract is adequately funded through the Parks & Leisure Services as budgeted each
fiscal year.
Type of Item: Consent
Page 93 of 821
Mayor
Rusty Johnson
Commissioners
Scott R. Kennedy
District 1
Rosemary Wilsen
District 2
Richard Firstner
District 3
George Oliver III
District 4
City Manager
Craig Shadrix
City of Ocoee ▪ 1 North Bluford Avenue ▪ Ocoee, Florida 34761
407-905-3100 ▪ www.ocoee.org
MEMORANDUM
Date: March 27th, 2025
To: Shannon Hopper, Purchasing Agent
From: Daniel Abdo, Parks Operations Manager
Through: Mark Johnson, Parks and Leisure Services Director
RE: Contract Award Recommendation.
RFP #25-003 Pest Control and Fertilization Services
for Athletic Fields
The City received three (3) responsive proposals on the project from interested firms,
which were ranked by the evaluation committee. The evaluation committee, comprised of
representatives from Parks and Leisure Services and Utilities Department, recommends
the City Commission accept the rankings and award the contract for Pest Control and
Fertilization Services for Athletic Fields RFP #25-003, to the top ranked firm, Lake Jem
Farms. The contract is adequately funded through the Parks & Leisure Services budget to
cover the annual costs of this contract.
Page 94 of 821
RFP #25-003 PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
EVALUATION FORM/SHORTLIST
Respondent Lake Jem Farms, LLC
Protex Lawn & Pest
Control, LLC
TruGreen Limited
Partnership
Evaluator 1 1 3 2
Evaluator 2 2 3 1
Evaluator 3 1 3 2
Evaluator 4 1 3 2
Evaluator 5 1 2 3
TOTAL 6 14 10
RANKING 1 3 2
Note: Lowest Total is Top Ranking
Page 95 of 821
Page 96 of 821
Page 97 of 821
Page 98 of 821
Page 99 of 821
Page 100 of 821
RFP #25-003
PEST CONTROL AND FERTILIZATION SERVICES FOR ATHLETIC FIELDS
3/11/2025 2:00 P.M.
RFP PROPOSAL CHECKLIST
Acknowledge Addendum No. 1-4
Bid Security 5%
Exceptions to Scope or Contract Documents
PROPOSAL ITEMS UNIT
Bill Breeze Park annual
Bob Sorenson Fields annual
Jim Beech Recreation Complex annual
Vandergrift Central Park annual
Vignetti Park annual
Firms listed in alphabetical order
*Missing forms are considered a minor irregularity.
Company/License Verification
Proposed Brands of Chemicals, Proposed Bermuda
Turfgrass Application Program Schedule
(Addendum 03, Exhibit E)
Qualifications, Experience, at least three (3) References
None
Active
✓
RESPONDENT
✓✓✓
Forms/Affidavits
Summary of Litigation, Equipment List, Subcontractor
List ✓
Family Lawn Care
Flor, LLC
✓
TruGreen Limited
Partnership
✓
$ 13,966.00
TOTAL ANNUAL COST
$ 6,983.00
$ 63,138.50
✓
$ 4,565.00
$ 65,355.00
$ 4,255.00
$ 10,059.00
Lake Jem Farms, LLC
✓
Protex Lawn & Pest
Control, LLC
Cashier's Check
✓
✓
Company Check
Active
*Forms missing notarized section.
Requested, 3/13; Received, 3/17.
*E-Verify registration proof.
Requested and Received 3/14
Bid Bond
$ 144,000.00
✓✓
$ 50,925.00
$ 4,590.00
$ 15,970.00
$ 21,140.00
$ 17,760.00
$ 5,920.00
$ 22,071.50
$ 9,860.00
$ 17,520.00
$ 14,700.00
$ 13,083.00
$ 32,678.16
$ 40,686.96
$ 34,187.88
$ 23,364.00
None
NON-RESPONSIVE FOR
FAILURE TO SUBMIT THE
REQUIRED 5% BID
SECURITY WITH
PROPOSAL.
RESPONDENT'S
PROPOSAL, INCLUDING
ITS ALTERNATIVE
METHOD OF PROVIDING A
3% CASHIER'S CHECK AS
BID SECURITY UPON
AWARD OF THE
CONTRACT, IS REJECTED
BY CITY.
None
$ 10,059.00
Active
1
Page 101 of 821
CITY OF OCOEE
REQUEST FOR PROPOSALS
RFP #25-003
PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
Page 102 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 2
TABLE OF CONTENTS
RFP #25-003
PEST CONTROL AND FERTILIZATION SERVICES FOR ATHLETIC FIELDS
RFP DOCUMENTS
Section Page
Legal Advertisement 3
Proposal Instructions 4 - 8
General Terms & Conditions 9 - 24
Summary of Litigation*, p. 20
Acknowledgement of Addenda*, p. 20
List of Subcontractors*, p. 20
Equipment Listing*, p. 20
References/Experience*, p. 21
Exceptions*, p. 22
SCOPE OF WORK, PROPOSAL FORM, AND PROPOSED CONTRACT
Section Page
Exhibit A – Scope of Work, Appendix A & Appendix B 25 - 33
Exhibit B – Location Map 34
Exhibit C – Price Proposal Form* 35
Company Information/Signature Sheet* 36
Drug Free Workplace Form* 37
Conflict of Interest Disclosure Form* 38
Non-Collusion Affidavit* 39
Certification of Non-segregated Facilities* 40
Certification Regarding Scrutinized Companies’ Lists* 41
Human Trafficking Affidavit* 42
Company Not an Entity of Foreign Country of Concern* 43
Contractor E-Verify Affidavit* ` 44
Exhibit E Proposed Contract 45-51
Exhibit F- Bid Bond Form* 52
*Submit with Proposal
End of Table of Contents
Page 103 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 3
Request for Proposals, Legal Advertisement
The City of Ocoee, Florida (the “City”) is soliciting sealed proposals for RFP #25-003 Pest
Control and Fertilization Services for Athletic Fields . Proposals will only be accepted
electronically through Bonfire, a free e-Procurement platform, until 2:00 pm, local time, on
February 25, 2025. Proposals received after that time or through any other method will not
be accepted under any circumstances. Proposals that have been timely received will be
publicly opened, virtually online and the name of the responding firms read aloud at that
time; instructions will be provided at https://www.ocoee.org/959/Public-Bid-Meetings. All
questions regarding this RFP shall be in writing and directed to Shannon Hopper,
Purchasing Technician, Finance Department/Purchasing shopper@ocoee.org. No Pre-
proposal conference is scheduled at this time. Prospective respondents may secure a copy
of the documents required for submitting a proposal at no charge through Bonfire by
accessing the City’s published solicitation page at https://ocoee.bonfirehub.com. For
more information, please visit https://www.ocoee.org/323/Purchasing. Prospective
respondents will be provided with all information regarding this RFP, addenda, and changes
to the project requirements through the Bonfire platform. Melanie Sibbitt, City Clerk, Orlando
Sentinel, January 26, 2025.
Page 104 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 4
CITY OF OCOEE
REQUEST FOR PROPOSALS (RFP) #25-003
PEST CONTROL AND FERTILIZATION SERVICES FOR ATHLETIC FIELDS
A. Sealed proposals for RFP #25-003 will be received by the City of Ocoee, hereinafter
called “City,” from any person, firm, corporation, or agency, hereinafter called
“Respondent, Firm, Bidder, or Proposer,” submitting a proposal for the services being
solicited. Each Respondent shall furnish the information required on the proposal form
supplied and each accompanying sheet thereof on which an entry is made. Proposals
submitted on any other format may be disqualified. Proposals must be typed or
handwritten using ink; do not use pencil. Proposal documents must be submitted under
the signature of a legally responsible representative, officer, or employee and should be
properly witnessed and attested. All proposals should also include the name and
business address of any person, firm, or corporation interested in the proposal, either as
a principal, member of the firm, or general partner. If the Respondent is a corporation,
the proposal should include the name and business address of each officer, director, and
holder of 10% or more of the stock of such corporation.
B. The City is ONLY accepting electronic solicitation responses online through the City’s
Bonfire platform at https://ocoee.bonfirehub.com. This link can also be accessed through
the City’s website at https://www.ocoee.org/323/Purchasing under the Current Open
Solicitations menu. All Proposals for this RFP MUST be submitted electronically through
the Bonfire Platform. Proposals received in any other format will not be accepted; no
paper, fax, or e-mailed submissions will be accepted. There is no charge for prospective
respondents to use the Bonfire e-procurement platform. The Bonfire platform’s minimum
system requirements: Microsoft Edge, Google Chrome, Safari, or Mozilla Firefox.
JavaScript and browser cookies must be enabled.
Registration with Bonfire is free and is required prior to submitting a proposal. It is
suggested that prospective respondents register no later than 24 hours in advance of the
submission deadline to ensure proper registration. For assistance with registering,
contact the Bonfire Support Desk by emailing support@gobonfire.com. Support by email
is provided Monday to Friday from 8:00 a.m. – 8:00 p.m. EST/EDT.
Upon completing the registration with Bonfire, bidders will be able to submit a bid
securely, any time before the bid submission deadline, at https://ocoee.bonfirehub.com
by clicking the “PREPARE YOUR SUBMISSION” under the solicitation. An instructional
video is provided for an overview of the submission process. Once the bid has been
submitted, the Bidder will receive a date/time stamp confirmation within the Bonfire
platform and an email confirmation of the bid submission. Bids submitted on the Bonfire
Platform will remain locked and inaccessible by City staff until the bid deadline. Bidders
are encouraged to allow ample time to upload and submit their Bid as the system will
automatically lock upon the bid submission deadline. The actual contract award will be
made by the Ocoee City Commission at a later date. Please be aware that all City
Commission meetings are duly noticed public meetings and all documents submitted to
the City as a part of a bid constitute public records under Florida law.
C. Deadline for Receipt of Questions: The City will receive questions regarding this RFP
only through written inquires directed to Shannon Hopper, Purchasing Technician at
Page 105 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 5
shopper@ocoee.org OR through the questions and answer section of the project file on
Bonfire until February 18, 2025, 2:00 p.m., local time. Any clarifications/changes will
be made by way of written addenda only, issued by Purchasing and posted on Bonfire.
Respondents should not contact City staff (with the exception of the Purchasing
Technician), City Commission, or other City consultants for information regarding this
RFP before the proposal award date. Any contact with any other member of City Staff,
City Commission, or its agents during the solicitation, award, and protest period may be
grounds for disqualification.
D. Pre-Proposal Conference: None scheduled at this time.
E. Proposal Submission Deadline: Proposals will ONLY be accepted electronically
through the Bonfire Platform until 2:00 p.m., local time, on February 25, 2025.
Respondents shall submit one (1) complete electronic copy, preferably in a single file, of
their Proposal on the Bonfire Platform. Proposals must be received by Bonfire no later
than the proposal submission deadline. It shall be the sole responsibility of the
Respondent to have its Proposal uploaded and submitted on the Bonfire Platform prior
to the due date and time. Any attempt to submit a Proposal after the submission deadline
will not be accepted under any circu mstances. Any uncertainty regarding the time a
Proposal is received will be resolved against the Respondent. A virtual public bid opening
will be held at approximately 2:01 pm. or as soon thereafter. Once available, the details
on how to access the virtual bid opening will be posted in the project file on Bonfire and
available on the City’s website at https://www.ocoee.org/959/Public-Bid-Meetings.
F. File Uploads – Submission materials should be prepared in the file formats listed under
Requested Information for this opportunity in the Bonfire Platform. The maximum upload
file size is 1000 MB. Documents should not be embedded within uploaded files, as the
embedded files will not be accessible or evaluated. All electronic files uploaded must be
in a common format accessible by software programs the City uses. Those common
formats are generally described as Microsoft Word (.doc or .docx), Microsoft Excel (.xls
or .xlsx), Microsoft Power Point (.ppt o r pptx), or Adobe Portable Document Format
(.pdf). Respondents will not secure, password protect or lock uploaded files; the City
must be able to open and view the contents of the file. Respondents will not disable or
restrict the ability of the City to print the contents of an uploaded file. Scanned
documents or images must be of sufficient quality, no less than 150 dpi, to allow for
reading or interpreting the words, drawings, images or sketches. The City may disqualify
any Submittal Response that does not meet the criteria stated in this paragraph.
G. The City intends to award a single contract to one (1) firm deemed to be the most highly
qualified to perform the required services. In determining whether a firm is qualified, the
City shall consider the Evaluation Criteria set forth in this RFP. Proposals will be reviewed
by an evaluation committee appointed by the City Manager and will be ranked in
accordance with the established evaluation criteria. Date, time, and location of any
scheduled evaluation committee meeting(s) for this RFP will be noticed publicly and on
Bonfire. The evaluation committee shall supply a ranked list of the proposing firms and
a recommendation regarding which firm should be awarded the term contract by the City
Commission. The City Commission’s decision to endorse or modify the ranking by staff
shall be final. Please be aware that all City Commission meetings are duly noticed public
Page 106 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 6
meetings and that all documents submitted to the City as a part of a proposal constitute
public records under Florida law.
H. All Proposers shall thoroughly examine and become familiar with this RFP package and
carefully note the items specifically required for submission of a complete proposal.
I. Submission of a proposal shall constitute an acknowle dgment that the Proposer
has complied with the instructions of this RFP. The failure or neglect of a Proposer
to receive or examine a document shall in no way relieve it from any obligations under
its proposal or the contract. No claim for additional comp ensation will be allowed based
upon a lack of knowledge or understanding of any of the contract documents or the scope
of services. Proposals shall be in compliance with the contract documents and scope of
services. All costs to prepare and submit proposals shall be the responsibility of
the Respondent and the City shall make no reimbursement of any kind.
J. Any response by the City to a request by a prospective respondent for clarification or
correction will be made in the Bonfire RFP file or in the form of a written addendum which
will be distributed via Bonfire. It shall be the responsibility of each Respondent to obtain
a copy of all issued Addenda. The City reserves the right to issue Addenda concerning
the date and time when proposal acceptance shall close at any time up to the date and
time set for proposal closing. In case any Respondent fails to acknowledge receipt of any
such Addendum, its proposal will nevertheless be construed as though the Addendum
had been received and acknowledged. Submission of a proposal will constitute
acknowledgment of the receipt of the RFP Documents and all Addenda. Only
interpretations or corrections provided by written Addenda shall be binding on the City.
Respondents are cautioned that any other source by which a Respondent receives
information concerning, explaining, or interpreting the RFP Documents shall not bind the
City.
K. Any of the following causes may be considered sufficient for the disqualification of a
Respondent and rejection of its Proposal:
• Submission of more than one (1) proposal for the same work by an individual,
firm, partnership, or corporation under the same or different name. For purposes
of this subparagraph, firms, partnerships, or corporations under common control
may be considered to be the same entity;
• Evidence of collusion between or among the Proposers;
• Being in arrears on any existing contracts with the City or in litigation with the City,
or having defaulted on a previous contract with the City;
• Poor, defective, or otherwise unsatisfactory performance of work for the City or
any other party on prior projects that, in the City’s judgment and sole discretion,
raises doubts as to the Proposer’s ability to properly perform the services;
• Failure to provide the required Bid Security;
• Failure to comply with state licensing requirements; or
• Any other cause that, in the City’s judgment and sole discretion, is sufficient to
justify disqualification of Proposer or the rejection of its Proposal.
L. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME): A person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity crime
Page 107 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 7
may not submit a proposal on an award to provide any goods or services to a public
entity, may not submit a proposal on an award with a public entity for the construction or
repair of a public building or public work, may not submit proposals on leases of real
property to a public entity, may not be awarded or perform work as a Contractor, Supplier,
Subcontractor, or Consultant under an award with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in section
287.017 for Category Two for a period of 36 months from the date of being placed on the
convicted vendor list. [See Florida Statute 287.133 (2) (a).]
M. FLORIDA PUBLIC RECORDS LAW: In accordance with Chapter 119 of the Florida
Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and
other applicable State and Federal Laws, all Respondents should be aware that the
proposal and the responses thereto are in the public domain and are available for public
inspection. Respondents are requested, however, to identify specifically any information
contained in their proposal that they consider confidential a nd/or proprietary and which
they believe to be exempt from disclosure, citing specifically the applicable exempting
law. All proposals received in response to this request for proposals become the property
of the City of Ocoee and will not be returned. In the event of an award, all documentation
produced as part of the contract will become the exclusive property of the City.
N. PUBLIC RECORDS COMPLIANCE:
The City of Ocoee (the “City”) is a public agency subject to Chapter 119, Florida Statutes.
Contractor agrees to comply with Florida’s Public Records Law. Specifically, Contractor
shall:
1. Keep and maintain public records required by City to perform the service.
2. Upon request from City’s custodian of public records, provide City with a copy of
the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in chapter 119,
Florida Statutes, or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from the
public records disclosure requirements are not disclosed except as authorized by
law for the duration of the contract term and following completion of the contract
if Contractor does not transfer the records to City.
4. Upon completion of the contract, Contractor agrees to transfer at no cost to City
all public records in possession of Contractor or keep and maintain public records
required by City to perform the service. If Contractor transfers all public record to
City upon completion of the contract, Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If Contractor keeps and maintains public records upon completion
of the contract, Contractor shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to City, upon
request from City’s custodian of public records, in a format that is compatible with
the information technology systems of City.
5. A Contractor who fails to provide the public records to City within a reasonable
time may be subject to penalties under section 119.10, Florida Statutes.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
Page 108 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 8
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 407-905-3105, ccdl@ocoee.org, WITH AN OFFICE
LOCATED AT 1 NORTH BLUFORD AVENUE, OCOEE, FLORIDA 34761.
O. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL
INTERESTS IN GOVERNMENT CONTRACTING: Bidders are hereby notified of the
provisions of section 287.05701, Florida Statutes, as amended, that the City will not
request documentation of or consider a Bidder's social, political, or ideological interests
when determining if the Bidder is a responsible Bidder. Bidders are further notified that
the City's governing body may not give preference to a Bidder based on the Bidder's
social, political, or ideological interests.
P. ACCEPTANCE AND AWARD:
The City reserves the right to accept or reject any or all proposals, to waive formalities,
technicalities or irregularities, to request clarification of information submitted in any
proposal, or to re-advertise for new proposals. The City may accept any item or group of
items of any proposal, unless the Proposer qualifies its proposal by specific limitations.
The City may accept one or more proposals if, in the City’s discretion, the City determines
that it is in the City’s best interest to do so.
The City reserves the right to award the contract to the Proposer which, in the City’s sole
discretion, is the most responsive and responsible Proposer. The City reserves the right,
as an aid in determining which proposal is responsible, to require a Proposer to submit
such additional evidence of Proposer’s qualifications as the City may deem necessary,
and may consider any evidence available to the City of the financial, technical, and other
qualifications and abilities of a Proposer, including past performance (experience) with
the City and others. The City Commission shall be the final authority in the selection of
any and all proposals for acceptance and award.
End of Section
Page 109 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 9
GENERAL TERMS & CONDITIONS
RFP #25-003 PEST CONTROL AND FERTILIZATION SERVICES
FOR ATHLETIC FIELDS
1. BID SECURITY
a) All Proposals must be accompanied by Bid Security in the form a Cashier’s/Certified
Check, Bid Bond, or company check upon an incorporated bank or trust company or
a Bid Bond in an amount equal to five percent (5%) of the proposal amount. A
combination of any of the former is not acceptable. Cash will not be accepted as Bid
Security. The cashier’s check or Bid Bond is submitted as a guarantee that the
Respondent, if awarded the Contract, will, after written notice of such award, enter
into a written Contract with the City and as a guarantee that the Respondent will not
withdraw its proposal for a period of ninety (90) days after the scheduled closing time
for the receipt of proposals, in accordance with the accepted proposal and RFP
documents. Please note checks will be deposited.
b) A copy of the bid security is to be included with the proposal submitted electronically
on Bonfire. The original bid security is to be mailed within five (5) business days after
the bid opening to: City of Ocoee, Finance Department/Purchasing, Attention:
Shannon Hopper, Purchasing Technician, 1 N. Bluford Avenue, Ocoee, FL 34761;
failure of a Respondent to provide the original bid security may cause its
Proposal to be deemed non-responsive.
c) In the event of withdrawal of said proposal within ninety (90) days following the
opening of proposals, or Respondent’s failure to enter into said contract with the City
or failure to provide the City with other requirements of the contract documents or the
RFP after issuance of Notice of Intent to Award by the City, then such Respondent
shall be liable to the City in the full amount of the check or Bid Bond and the City shall
be entitled to retain the full amount of the check or to demand from the Surety the
penal sum of the Bid Bond as liquidated damages and not a penalty.
d) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety and signed by a licensed agent who holds a cu rrent Power of Attorney from
the surety company issuing the bond.
e) The cost of the required Bid Bond and required insurance coverage is to be included
in the Respondent’s overhead and is not eligible for reimbursement as a separate
cost by the City. The refund checks of the three (3) most favorable Respondents will
be returned within three (3) days after the City and the successful Respondent have
executed the contract for work or until the 91st day after proposal opening, whichever
is earlier. The remaining checks will be returned within thirty (30) days after the
opening of proposals. Bid Bonds will be returned upon request following the same
criteria as a check
2. PERFORMANCE BOND
Performance and Payment Bonds are not required.
3. PATENT INDEMNITY
Except as otherwise provided, the successful Proposer agrees to indemnify the City and
its officers, agents, and employees against liability, including costs and expenses, for
infringement upon any letters patent of the United States arising out of the performance
of this contract.
Page 110 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 10
Further, the Proposer shall fully indemnify, defend, and hold harmless the City and its
officers, agents, and employees from any suits, actions, damages, and costs of every
name and description, including attorneys’ fees, arising from or relating to violation or
infringement of a trademark, copyright, patent, trade secret, unpatented invention, or
intellectual property right. If the Proposer uses any design, device, or materials covered
by letters, patent, or copyright, it is mutually agree d and understood without exception
that the proposal price shall include all royalties or cost arising from the use of such
design, device, or materials.
4. DEFAULT
As a result of proposals received under this RFP, the award of the contract may be
based, in whole or in part, on delivery and specification factors. Accordingly, should the
Contractor not meet the delivery deadline(s) set forth in the specifications or should the
Contractor fail to perform any of the other provisions of the specifications and/or other
contract documents, the City may declare the Contractor in default and terminate the
whole or any part of the contract. Upon declaring the Contractor in default and the
contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions thereof and the
Contractor shall be liable to the City for any excess costs resulting therefrom. In the
event the Contractor has been declared in default of a portion of the contract, the
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its d iscretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City’s rights and remedies hereunder.
5. PRICING
Pricing should be provided as indicated on the Proposal Form attached as Exhibit C.
Please note that alternate price proposals will not be accepted unless specifically called
for on the Scope of Work and/or Proposal Form. Cost of preparation of a response to
this RFP is solely that of the Respondent and the City assumes no responsibility for such
costs incurred by the Respondent.
The Proposal Form may not be completed in pencil. All entries on the Proposal Form
shall be legible. The City reserves the right, but does not assume the obligation, to ask
a Respondent to clarify an illegible entry on the Proposal Form. If the Proposal Form
requires that the proposed price, or constituent portions of the proposed price, be stated
in unit prices and total price; the unit prices and the total price for the stated number of
units identified on the Proposal Form should be provided by the Respondent and be
correctly computed. If there is an arithmetical conflict between the unit price stated by
the Respondent on the Proposal Form and the total price stated by the Respondent on
the Proposal Form, the unit price stated by the Respondent on the Proposal Form shall
take precedence. The City may unilaterally correct such arithm etical conflict on the
Proposal Form to calculate the total price, utilizing the unit prices that have been
identified by the Respondent. The taking of such action by the City shall not constitute
grounds for the Respondent to withdraw its proposal nor shall it provide a defense
constituting discharge of the proposal bond. The City reserves the right, but does not
assume the obligation, to waive any mistake, omission, error, or other irregularity that
Page 111 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 11
may appear on the Proposal Form. However, the City reserves the right to reject
Proposal Forms that are incomplete or contain information that is not required as being
non-responsive.
a) The prices have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other Respondent or with any competitor;
b) Unless otherwise required by law, the prices which have been quoted in this
proposal have not been knowingly disclosed by the Respondent and will not
knowingly be disclosed by the Respondent prior to opening, directly or indirectly
to any other Respondent or to any competitor;
c) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a proposal for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable
federal regulations);
d) Respondent warrants the prices set forth herein do not exceed the prices charged
by the Respondent under a contract with the State of Florida Purchasing Division;
and
e) Respondent agrees that supplies/services furnished under this proposal, if
awarded, shall be covered by the most favorabl e commercial warranties the
Respondent gives to any customer for such supplies/services and that rights and
remedies provided herein are in addition to and do not limit any rights offered to
the City by any other provision of the proposal award.
f) The Respondent represents that the article(s) to be furnished under this RFP is
(are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
6. DISCOUNTS
a) Trade and time payment discounts will be considered in arriving at new prices and
in making awards, except that discounts for payments within less than 30 days
will not be considered in evaluation of proposals. However, offered discounts will
be taken for less than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
7. SAMPLES
Samples of items, when required, must be furnished free of expense to the City and, if
not called for within fifteen days from date of proposal opening, same will be disposed of
in the best interest of the City.
8. AWARD CRITERIA
The contract will be recommended for award to a single Respondent according to the
Evaluation Criteria contained in this RFP.
Page 112 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 12
9. LITERATURE
If required by the scope of work or the specifications, descriptive literature/brochures
shall be included with this proposal in order to properly evaluate make/model offered.
Proposals submitted without same may be considered non-responsive and disqualified.
10. BID PROTESTS
All Bid Protests shall be submitted in the following manner to the Purchasing Technician
at shopper@ocoee.org with a copy to the Procurement Manager at jtolbert@ocoee.org:
A. A bidder shall file a written bid protest under this Article or be barred any relief;
oral protests shall not be acknowledged.
B. A bid protest shall be limited to the following grounds:
(1) Issues arising from the procurement provisions of the RFP, its addenda, and
other bidding documents; and/or
(2) Applicable federal, state, or local law. No bid protest may be based upon
questions concerning the design documents (drawings and specifications), if
any. The Respondent shall clarify all questions concerning the design
documents of the project prior to submitting its bid.
C. The content of the bid protest shall fully state the factual and legal grounds for the
protest and the legal basis for the relief requested.
D. The bid protest shall be filed with the Purchasing Technician and Procurement
Manager not later than five (5) calendar days after the posting of the notice of
intent to award or recommendation of award by staff, whichever is earlier.
E. The Purchasing Technician/Procurement Manager, on behalf of the City, shall
make a determination of the merits of the protest not later than five (5) business
days after receipt of the protest. If the City denies the protest, the City may
proceed with award of the contract unless enjoined by order of a court of
competent jurisdiction.
11. PAYMENT TERMS
a) No payment will be made for materials ordered without proper purchase order
authorization. Payment cannot be made until materials, goods, or services have
been received and accepted by the City in the quality and quantity ordered. Terms
are Net 30 days after receipt of approved invoice.
b) Any contract resulting from this solicitation is deemed effective only to the extent
of appropriations available for the work.
c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No.
85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt
from federal excise, state, and local sales taxes.
12. SAFETY REQUIREMENTS
The Respondent guarantees that the services to be performed and the goods to be
provided herein shall comply with all applicable federal, state, and local laws, ordinances,
regulations, orders, and decrees, including, without limitation, such of the following acts
as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor
Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances
Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental
regulations.
a) All contractors are required to comply with the Congressional Federal Register
(CFR) of the U.S. Department of Labor, Occupational Safety and Health
Page 113 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 13
Administration (OSHA) Construction Industry, Part 1926, and CFR 1910-General
Industry Standards that are applicable in construction work.
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) The Contractor must assure that a certified first aid person is designated, phone
numbers of physicians, hospital, and ambulance services are posted (copy to
Human Resources/Risk Management Director, City of Ocoee), and that a first aid
kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress
(e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts,
etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and be secured to prevent
displacement.
i) Welding and cutting - a fire watch and appropriate fire extinguisher shall be
provided and combustible materials cleaned up.
j) All heavy equipment must have, where applicable: (a) back-up alarms, (b) boom
angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition
of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
k) Personal fall protection must be provided at elevations exceeding ten (10) feet.
13. CONTRACT
a) The successful Respondent, herein also referred to as Contractor, will be required
to enter into a contract with the City along the terms and conditions included in
the proposed contract for the initial period of three (3) years, with two (2) automatic
one-year renewals, and a one (1) year optional renewal at the City’s discretion.
After the initial three (3) year term, price adjustments will be allowed pursuant to
the Price Adjustment provision of the Agreement.
b) The City may, in its sole discretion, award any additional services, whether i n the
existing areas of the scope of work or in any area additional to those in the existing
scope of work, to any third party or the City’s own employees. Contractor will be
expected to cooperate with any or all other contractors who may be performing
services for the City.
14. DRUG-FREE WORKPLACE
Provide a statement concerning the Proposer’s status as a Drug-Free Work Place or
evidence of an implemented drug-free workplace program. Submit the attached form
with proposal.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
a) Respondent certifies that it does not and will not maintain or provide any segregated
facilities for the Respondent’s employees at any of the Respondent’s establishments,
and that Respondent does not permit Respondent’s employees to perform their
services at any location under the Respondent’s control where segregated facilities
are maintained. Respondent agrees that a breach of this certification will be a
violation of the Equal Opportunity clause in any contract resulting from acceptance of
Page 114 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 14
its Proposal. As used in this certification, the term “segregated facilities” means any
waiting room, work areas, time clocks, locker rooms, other storage and dressing
areas, parking lots, or drinking facilities provided for empl oyees that are segregated
on the basis of race, color, religion, national origin, habit, local custom, or otherwise.
Respondent agrees that (except where Respondent has obtained identical
certification from proposed contractors for specific time periods) Respondent will
obtain identical certifications from proposed subcontractors prior to the award of such
contracts exceeding $10,000 that are not exempt from the provisions of the Equal
Opportunity clause, and that Respondent will retain such certifications in
Respondent’s files.
b) The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulatio ns prescribed
by the U.S. Secretary of labor, are incorporated herein.
16. CONFLICT OF INTEREST/NON-COLLUSION CERTIFICATION:
Respondent declares by submission of a Proposal that the only persons, or parties
interested in their Proposal are those named herein, that this Proposal is, in all respects,
fair and without fraud and that it is made without collusion with any other vendor or official
of the City of Ocoee. Neither the Affiant nor the above-named entity has directly or
indirectly entered into any agreement, participated in any collusion, or otherwise taken
any action in restraint of free competitive pricing in connection with the entity’s submittal
for the above project. This statement restricts the discussion of pricing data until the
completion of negotiations and execution of the contract for the described services.
Respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this Proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
Respondent certifies that no member of the entity’s ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
Respondent agrees to immediately notify the City in writing. Submit attached form with
Proposal.
Respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this RFP has occurred, and that the Proposal
is made according to the provisions of the RFP Documents, and will meet or exceed the
scope of services, requirements, and standards contained in the RFP Documents.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, Respondent offers and agrees that if this negotiation is
accepted, Respondent will convey, sell, assign, or transfer to the City all rights, title, and
interest in and to all causes of action it may now or hereafter acquire under the anti-trust
laws of the United States and the State of Florida for price fixing relating to the particular
commodities or services purchased or acquired by the City. At the City’s discretion, such
assignment shall be made and become effective at the time the City tenders final
Page 115 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 15
payment to the Respondent. The Proposal constitutes a firm and binding offer by the
Respondent to perform the services as stated. Submit attached form with Proposal.
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid, as defined by Section 287.012(16), Florida Statutes, requests for
proposals, as defined by Section 287.012(23), Florida Statutes, and any contract
document described by Section 287.058, Florida Statutes, shall contain a statement
informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida
Statutes, which reads as follows:
“A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid, proposal,
or reply on a contract to provide any goods or services to a public entity; may
not submit bid, proposal, or reply on a contract with a public entity for the
construction or repair of public building or public work; may not submit bids,
proposals or replies on leases of real property to a public entity; may not be
awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity; and may not transact
business with any public entity in excess of the threshold amount provided in
Section 287.017 for CATEGORY TWO for a period of 36 months following
the date of being placed on the convicted vendor list.”
All Respondents that submit a Bid or Proposal to the City of Ocoee are guaranteeing
they have read the previous statement and by signing the submitted documents are
qualified to do so under Section 287.133, (2)(a), Florida Statutes.
18. HUMAN TRAFFICKING
Pursuant to Florida Statute, §787.06(13), when a contract is executed, renewed, or
extended between a nongovernmental entity and a governmental entity, the
nongovernmental entity must provide the governmental entity with an affidavit signed by
an officer or a representative of the nongovernmental e ntity under penalty of perjury
attesting that the nongovernmental entity does not use coercion for labor or services as
defined in §787.06(2)(a) Florida Statutes. Submit attached affidavit with Proposal.
19. FOREIGN COUNTRIES OF CONCERN
Pursuant to Florida Statute 287.138(4)(a), a governmental entity may not accept a bid
on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant
the entity access to an individual’s personal identifying information unless the entity
provides the governmental entity with an affidavit signed by an officer or representative
of the entity under penalty of perjury attesting that the entity does not meet any of the
criteria in Florida Statute 287.138(2)(a)-(c). Submit attached affidavit with Proposal.
20. E-VERIFY
By entering into this Contract, the awarded Contractor is obligated to comply with the
provisions of § 448.095, Fla. Stat., "Employment Eligibility." This includes, but is not
limited to utilization of the E-Verify System to verify the work authorization status of all
newly hired employees, and requiring all subcontractors to provide an affidavit attesting
that the subcontractor does not employ, contract with, or subcontract with, an alien
unauthorized to work in the USA. Failure to comply will lead to termination of this contract,
or if a subcontractor knowingly violates the statute, the subcontractor must be terminated
Page 116 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 16
immediately. If the Contract is terminated pursuant to Section 448.095, Fla. Stat., such
termination is not a breach of contract and may not be considered as such. Any challenge
to termination under this provision must be filed in the Ninth Judicial Circuit Court of
Florida no later than 20 calendar days after the date of termination. If the Contract is
terminated for a violation of Section 448.095 Fla. Stat., by the Contractor, the Contractor
shall be liable for any additional costs incurred by the City as a result of the termination
of the Contract. Nothing in the E-Verify Certification shall be construed to allow intentional
discrimination of any class protected by law.
E-VERIFY REGISTRATION AND USE.
A. Pursuant to section 448.095, Florida Statutes, Contractor shall register with
and use the U.S. Department of Homeland Security's E-Verify system,
https://e-verify.uscis.gov/emp, to verify the work authorization status of all
Contractor employees hired on and after January 1, 2021.
B. Subcontractors
(i) Contractor shall also require all subcontractors performing work under
this Agreement to use the E-Verify system for any employees they may hire
during the term of this Agreement.
(ii) Contractor shall obtain from all such subcontractors an affidavit stating
the subcontractor does not employ, contract with, or subcontract with an
unauthorized alien, as defined in section 448.095, Florida Statutes.
(iii) Contractor shall maintain a copy of all subcontractor affidavits for the
duration of the Agreement.
C. Contractor must provide evidence of compliance with section 448.095, Florida
Statutes. Evidence shall consist of an affidavit from the Contractor stating all
employees hired on and after January 1, 2021 have had their work
authorization status verified through the E-Verify system and a copy of their
proof of registration in the E-Verify system.
D. Failure to comply with this provision is a material breach of the Agreement ,
and shall result in the immediate termination of the Agreement without penalty
to the City. Contractor shall be liable for all costs incurred by the City to secure
a replacement Agreement, including but not limited to, any increased costs for
the same services, any costs due to delay, and rebidding costs, if applicable.
Submit attached affidavit with Proposal
21. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the Contractor;
no separate payments will be made. Permit fees are waived for any City of Ocoee
permits required.
b) The City requires a City of Ocoee contractor registration if permitting is required.
Please contact the City’s Building Department at (407) 905-3104, directly for
information concerning this requirement.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is
the responsibility of the Contractor.
22. STANDARD INSURANCE REQUIREMENTS:
The successful Respondent shall not commence any work in connection with an
Agreement until all of the following types of insurance have been obtained and such
insurance has been approved by the City, nor shall the Contractor allow any Subcontractor
Page 117 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 17
to commence work on a subcontract until all similar insurance required of the subcontractor
has been so obtained and approved. Policies other than Workers’ Compensation shall be
issued only by companies authorized by subsisting certificates of authority issued to the
companies by the Department of Insurance of Florida which maintain a Best’s Rating of “A”
or better and a Financial Size Category of “VII” or better according to the A.M. Best Company.
Policies for Workers’ Compensation may be issued by companies authorized as a group self -
insurer by Ch. 440, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any
sums of money which may represent a deductible in any insurance policy. The payment
of such deductible shall be the sole responsibility of the General Contractor and/or
subcontractor providing such insurance.
b) Workers’ Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker’s Compensation Insurance with Employer’s Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor’s employees connected with the work
of this project and, in the event any work is sublet, the Contractor shall require the
subcontractor similarly to provide Workers’ Compensation Insurance for all of the latter’s
employees unless such employees are covered by the protection afforded by the
Contractor. Such insurance shall comply fully with the Florida Workers’ Compensation
Law. In case any class of employees engaged in hazardous work under this contract for
the City is not protected under the Workers’ Compensation statute, the Contractor shall
provide, and cause each subcontractor to provide adequate insurance, satisfactory to the
City, for the protection of the Contractor’s employees not otherwise protected.
▪ Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor’s Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor
and the City from claims for damage for personal injury, including accidental death, as well
as claims for property damages which may arise from operations under this Agreement
whether such operations be by the Contractor or by anyone directly or indirectly employed
by the Contractor, and the amounts of such insurance shall be the minimum limits as
follows:
1) Automobile Bodily Injury Liability & Property Damage Liability
▪ $1,000,000 Combined single limit per occurrence (each person, each accident)
▪ All covered automobile will be covered via symbol 1
▪ Liability coverage will include hired & non-owned automobile liability
▪ Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the
City of Ocoee as an additional insured and should indicate that the insurance of the
Contractor is primary and non-contributory.
▪ $2,000,000 GENERAL AGGREGATE
▪ $1,000,000 PER OCCURRENCE
▪ $1,000,000 PERSONAL & ADVERTISING INJURY
▪ Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor’s Comprehensive General Liability, Automobile Liability and Worker’s
Compensation Insurance: The Contractor shall require each subcontractor to procure
and maintain during the life of this subcontract, insurance of the type specified above
or insure the activities of these subcontractors in the Contractor’s policy, as specified
above.
4) Owner’s Protective Liability Insurance: As applicable for construction projects,
providing coverage for the named insured’s liability that arises out of operations
Page 118 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 18
performed for the named insured by independent contractors and are directly
imposed because of the named insured’s general supervision of the independent
contractor. The Contractor shall procure and furnish an Owner’s Protective Liability
Insurance Policy with the following limits: $1,000,000, and per occurrence,
$2,000,000. Aggregate and naming the City of Ocoee as the Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor’s insurance shall also
include contractual liability coverage to insure the fulfillment of the contract. NOTE:
FOR PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY
INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.
▪ $1,000,000 PER OCCURRENCE
▪ $2,000,000 AGGREGATE
6) Commercial Umbrella:
▪ $1,000,000 PER OCCURRENCE
▪ $2,000,000 Aggregate
▪ Including Employer’s Liability and Contractual Liability
7) Builders Risk: (Not required)
▪ $100,000 Any (1) Location
▪ $1,000,000 Any (1) Occurrence
8) Certificates of Insurance: Certificate of Insurance Form (see sample on next page),
naming the City of Ocoee as an additional insured will be furnished by the Contractor
upon notice of award. These shall be completed by the authorized Resident Agent
and returned to the Office of the Purchasing Agent. This certificate shall be dated
and show:
i) The name of the Insured contractor, the name of the insurer, the number of
the policy, its effective date, its termination date.
ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30)
days prior to any material changes in provisions or cancellation of the policy,
except ten (10) days written notice of cancellation for non-payment of
premium.
(Remainder of page intentionally left blank.)
Page 119 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 19
Page 120 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 20
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s)
filed by or against the Respondent in the past five (5) years that is related to the services
that the Respondent provides in the regular course of business. The summary shall state
the nature of the litigation, claim, or contact dispute, a brief description of the case, the
outcome or projected outcome, and the monetary amounts involved. If none, please so
state. (Attach additional sheets, if necessary)
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
24. ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No._____________ Dated _____________________
No._____________ Dated _____________________
No._____________ Dated _____________________
No._____________ Dated _____________________
25. SUBCONTRACTORS:
THE SUCCESSFUL RESPONDENT SHALL NOT EMPLOY SUBCONTRACTORS
WITHOUT THE ADVANCE WRITTEN PERMISSION OF THE CITY.
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
By submitting a proposal, Respondent certifies that it has investigated any
subcontractor/temporary worker agency listed and has received and has in the
Respondent’s files evidence that each subcontractor/temporary worker agency
maintains a fully-equipped organization capable, technically and financially, of
performing the pertinent work and that the subcontractor/temporary agency has done
similar work in a satisfactory manner.
26. EQUIPMENT LISTING:
Provide the year, make and model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
__________________________________________________________________
Page 121 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 21
27. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK:
Respondent shall provide a minimum of three (3) separate references of current or
previous contracts with a similar scope of work to the requested services of this RFP,
within the past five (5) years, preferably with a governmental agency. Respondent must
demonstrate the ability to perform services of similar complexity, nature, and size. For
each previous contract. Respondent must provide a description of the scope, its location,
contract dates, and a contact person willing and able to discuss the Respondent’s
performance for that contract. Letters of References may also be provided. Only
contracts for which the Respondent was the prime contractor will be considered to be
relevant. Attach additional sheets if necessary.
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency:____________________________________________________
Agency’s Point of Contact: Name and Title: __________________________________
Phone number: __________________________________
Email address: __________________________________
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency:_________________________________________________________
Agency’s Point of Contact: Name and Title: ___________________________________
Phone number: ________________________________
Email address: ________________________________
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency: ________________________________________________________
Agency’s Point of Contact: Name and Title: ___________________________________
Phone number: ________________________________
Email address: ________________________________
Does Respondent have any similar work in progress at this time? Yes___ No ___
Bank or other financial references:
__________________________________________________________________
__________________________________________________________________
__________________________________________________________________
Page 122 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 22
28. EXCEPTIONS:
Does Respondent have any Exceptions to the Scope of Work or terms of the Contract
Documents? Yes _____ No ______
List any exceptions Respondent has to this scope of work or contract terms. Exceptions
will not be considered after the bid has been awarded. The City reserves the right to
accept or reject any requested exceptions. If Respondent leaves this question blank,
Respondent agrees it has no exceptions.
29. SUBMITTALS:
The City of Ocoee requests comprehensive responses to every section within this RFP.
To facilitate the review of the responses, Respondents s hould follow the described
proposal format. The intent of the proposal format requirements is to expedite review
and evaluation. It is not the intent to constrain Respondents with regard to content, rather
to ensure the specific requirements set forth in this RFP are addressed in a uniform
manner amenable to review and evaluation; any missing information will be evaluated
accordingly.
Submissions should be limited to a total of fifty (50) 8.5”x 11” pages (excluding front
and back covers, dividers, and all forms included in this RFP), single -sided, portrait
orientation, 12-point font. The page limit applies to the material contained in Sections 1
and 2 of the proposal, as described below. The person signing the proposal on behalf
of the Respondent shall have the legal authority to bind the Respondent to the submitted
proposal.
In order to simplify the review process and obtain the maximum degree of comparison,
the Respondent should provide the following content when responding to the RFP .
Section 1 – Company Information
• Company’s history, number of years in business, etc.
• List of all company’s key staff, their qualifications, their role for this contract,
and a copy of each key staff’s resume for the past five (5) years.
• Copies of company and employee certifications, current and active
licenses and registrations with regulatory agencies, professional
organizations, etc., including all Licenses as required for chemical
application from State of Florida Department of Agriculture and Consumer
Services, Pesticide Certification Office.
• List of company’s equipment type and quantity to be used for this contract.
See Sections 26.
Section 2 – Company Experience/References
• Provide a minimum of three (3) separate references of current or previous
contracts with a similar scope of work to the requested services of this RFP,
within the past five (5) years, with other public or private agencies.
Respondent must demonstrate the ability to perform services of similar
complexity, nature, and size as those required in this RFP. See Section 27.
Page 123 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 23
• List of at least three (3) client references to include a description of the,
project, contract dates, the awarding agency’s name, the point of contact,
telephone number(s), and e-mail address.
• List of subcontractors. See Section 25
Section 3 – Price Proposal
• Exhibit C (Any proposal submitted without a price proposal will be deemed
non-responsive.)
• Price Proposals shall be deemed to include all material, chemicals,
equipment, travel, labor in order to provide the requested services.
• Respondents must include the brands of chemical that are being proposed.
Section 4 – Other Required Content
• Required Bid Security. see Section 1. (Required. Any proposal submitted
without a Bid Security will be deemed non -responsive.)
• Summary of Litigation. See Section 23
• Acknowledgement of any Addenda issued. See Section 24.
• Forms listed on Table of Contents as to be submitted with your proposal.
• Company Information/Signature Sheet
• Drug Free Workplace Form
• Conflict of Interest Disclosure Form
• Non-Collusion Affidavit
• Certification of Non-segregated Facilities
• Certification Regarding Scrutinized Companies’ Lists
• Human Trafficking Affidavit
• Company Not an Entity of Foreign Country of Concern
• Contractor E-Verify Affidavit
30. EVALUATION CRITERIA:
The criteria for making an aware recommendation are as follows:
EVALUATION CRITERIA MAXIMUM POINTS
1. Company Qualifications,
Experience and References 50
2. Proposed Brands of Chemicals 30
3. Price Proposal 20
TOTAL POSSIBLE POINTS 100
(Information supplied by client references may be used in determining the relative
merits of a Respondent under any and all of the above -listed criteria.)
Page 124 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 24
31. SELECTION PROCESS:
A City evaluation committee will review and evaluate each Respondent’s submittal and
will short-list and recommend to the City Commission one (1) firm to perform the required
services.
The City reserves the right, before awarding the contract, to require a Respondent to
submit such evidence of its qualifications, as the City may deem necessary and/or may
require oral presentations or interviews of firms. The City Commission shall be the sole
judge of the competency of Respondents.
All Respondents shall be notified via Bonfire or other means of staff’s recommended
ranking of firms to the City Commission. The City Commission’s decision to endorse or
modify the ranking by staff shall be final. The successful Respondent shall be required
to execute an agreement which provides, among other things, that any plans, drawings,
reports, and specifications that result from Respondent’s services shall become the
property of the City. Upon the successful negotiation of an agreement, a formal contract
will be prepared and subsequent executed by both parties.
32. TIME SCHEDULE:
The anticipated schedule of events related to this solicitation is:
January 26, 2025 RFP advertised
23 days later Last day for questions
30 days later Proposal submission deadline
35 days later Proposals distributed to Evaluation Committee
50 days later Evaluation Committee Meeting
Next Meeting
Top-ranked firm recommendation to City
Commission
All dates above are an estimate and subject to change at the City’s discretion.
End of Section
Page 125 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 25
EXHIBIT “A”
SCOPE OF WORK
RFP #25-003 PEST CONTROL AND FERTILIZATION SERVICES
FOR ATHLETIC FIELDS
The following is a General Scope of Work of services to provide Pest Control and Fertilizing
Service for Athletic Fields. Services shall be performed in accordance with standards set by
the Institute of Food and Agricultural Services of the University of Florida. All materials shall
be applied in accordance with the product label. All work shall be conducted in strict
accordance with licensing (Florida Pest Control Act, Chapter 482 Florida Statutes) and
principles of turf grass management. All proposers shall have an active Lawn and
Ornamental license from the Florida Department of Agriculture and Consumer Services,
Bureau of Entomology & Pest Control.
EQUIPMENT: Only equipment designed for the performance of turf and landscape work
described herein will be acceptable for operation. The equipment us ed shall be clean, in
good repair and operating condition at all times. Equipment shall meet all safety
requirements as established for this type of work.
No equipment shall be operated which damages pavement or causes mechanical damage
to turf areas (i.e. ruts, skid marks, or tears, etc.).
1. SCOPE OF WORK UNDER PROPOSAL
a. Contractor shall furnish all material, chemicals, equipment, travel, and labor to
provide chemical applications for fertilization and control of lawn pests, weeds,
and vegetation at City of Ocoee athletic field locations. (See Appendix B)
b. Chemical applications will include, but is not limited to all:
• Fertilizers
• Chemicals for control of mole crickets, ants, fleas, armyworms, ticks, white
grubs, wireworms, chinch bugs, sod webworms, nematodes, spider mites,
caterpillars, and aphids
• Fungus and other diseases
• Weed Control of broadleaf weeds, grassy weeds, and sedges
c. “Control of” shall be defined as no more than one (1) occurrence of any
manifestation during the season, or a minimum of four (4) months. Any
subsequent occurrences during the season will be treated by the Contractor
until eliminated at no additional charge to the City.
2. BACKGROUND
a. There are currently five (5) scheduled service locations throughout the City.
(See Appendix B, Locations and Service Schedule). Each location requires
applications and service frequencies specific to its needs.
b. Prior to submitting a bid, Bidders should visit each site listed on Appendix B,
to review the conditions under which it will be required to operate. Failure to
do so will in no way relieve Contractor from providing any and all materials,
Page 126 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 26
labor, equipment or performing any work that may be required to carry out the
requirements of this Agreement in accordance with the specifications
contained herein.
3. MINIMUM REQUIREMENTS
At a minimum, Contractor shall meet the following qualifications:
a. Where applicable, hold current Licenses for chemical application from State of
Florida Department of Agriculture and Consumer Services, Pesticide
Certification Office, under the provisions of Chapter 482. These shall include
the Florida Commercial Right-Of-Way Pesticide License, the Florida Limited
Commercial Maintenance License, and the Pest Control Operator Certification
in Turf and Ornamental.
4. OPERATIONAL REQUIREMENTS
a. Be responsible for posting all required warning and information signs for the
application of chemicals, as required by product label and applicable
regulations.
b. Provide a dedicated account manager, who is readily available to administer
this Agreement on a day-to-day basis.
c. Maintain the minimum insurance requirements for the Term of Agreement.
d. Provide service personnel for the provision of services under this Agreement
who are educated in the safe handling, transportation, application and disposal
of chemicals and at a minimum, have and maintain the necessary training
required by federal, state, and local regulations, including OSHA and EPA
requirements.
e. Provide service personnel for the provision of services under this Agreement
who meet the City’s background check requirements.
f. Employ proven methods of pest control such as Integrated Pest Management
(IPM) in order to protect people, properties, and the local environment.
g. Be responsible for following all federal, state and local laws regarding
hazardous chemicals, including the Environmental Protection Agency Title 40
Code of Federal Regulations and the product’s label.
h. Set up a service schedule that is designed to meet the City’s requirements.
i. Provide a detailed Report of Work, which should include date, time, weather
conditions, application information, etc. and an Inspection Record report after
each service to the Parks Operations Manager.
j. Visit all new sites added to the servicing list during the Term of Agreement,
prior to beginning work, and submit pricing, a recommended application
schedule including types of chemicals, and specifications for each application
to the Parks Operations Manager.
k. In compliance with Florida Occupational Health and Safety Statute Chapter
442, and before services are provided submit MSDS information to the Parks
and Leisure Services Department for all proposed chemicals to be used in
Page 127 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 27
treatment.
l. Provide resolution of discrepancies in service and invoicing within five (5)
business days of notification.
m. Respond within five (5) business days to calls for unscheduled service and
respond as soon as possible to calls for emergency service.
n. Notify the City within five (5) business days of any changes in the account
manager or other Contractor contact information.
o. Provide the dates for scheduled services for the initial six-month period of this
Agreement to the City within ten (10) business days of execution of this
Agreement and bi-annually thereafter.
5. UNIFORMS
The contractor’s employees shall wear uniform shirts and all trucks should be marked
with the company name, at a minimum, for easy recognition by residents and City
personnel. Employee safety is the contractor’s responsibility, both in work clothing
and actions, and shall be in accordance with applicable OSHA standards, and all
equipment shall be operated in a safe manner as recommended by the manufacturer.
6. DAMAGE TO PROPERTY
All damages including but not limited to damage to sprinklers, irrigation lines, walls,
trees, shrubs, poles/posts, signs, street furniture, landscaping, etc. caused by the
contractor in performance of the duties under this contract shall be repaired in a timely
manner at the contractor’s expense.
7. ADDITION AND DELETION OF SERVICE LOCATIONS
a. The City reserves the right to add or delete regularly scheduled service
locations at any time during the Term of Agreement without penalty.
b. The City shall give Contractor ten (10) days written notice of any deletions of
regularly scheduled service location, if possible. Billing for the deleted regularly
scheduled service locations will end on the date services are terminated.
c. The City Manager will have the authority to approve change orders requests
for up to the limit of his purchasing authority for each change order. The City
Commission must approve change orders that exceed the City Manager’s
purchasing authority. Contractor may not begin service on any additional
locations without the written consent of the City.
8. SPECIAL CONTRACTOR REQUIREMENTS
At the start of the contract, the contractor will provide the City with the name and cell
phone number of the Company Quality Control Representative. The Quality Control
Representative shall respond to all City complaints or inspection deficiencies
immediately. The contractor’s representative will inform the City immediately after the
corrections have been made. Contractor shall be capable of being contacted through
their office and/or cellular phone numbers during the hours of 7:00 a.m. – 5:00 p.m.,
Monday through Sunday. A contact must be available during regular work hours,
Page 128 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 28
after-hours, weekend, and holidays. Contractor shall demonstrate the ability to
perform limited basic landscape and irrigation design services as requested by the
City by providing examples of previous experience of similar projects.
Contractor shall also demonstrate the ability to perform landscape and irrigation
installation services as requested by the City by demonstrating previous experience
in performing previous projects. Contractor shall perform a monthly irrigation
inspection and test. Results of inspection and test will be provided in a written report
to the City detailing any required repairs.
9. ADDITIONAL WORK
The City may ask the contractor for additional services. The cont ractor shall submit
a written proposal for each additional service requested by City. The cost for these
services shall be negotiated and are in addition to the annual contract for Athletic
Field Pest Control and Fertilization Services. Additional work may include, but not
limited to the following:
• Sod Replacement and/or New Installations
• Irrigation System Repair beyond the Scope of this Proposal
• Irrigation System Redesign, Installation, and/or Retrofit
• Additional Fertilizing Applications
• Additional Pest Control Applications
• Other Landscape Services as may be Assigned
10. BERMUDA TURFGRASS APPLICATION PROGRAM
a. All Bermuda Turfgrass applications are accounted for in Appendix A with the
12-month treatment plan.
b. The vendor will be responsible for all granular fertilizer applications, as well as,
mole cricket treatment. The costs of these applications are to be included in
the Price Proposal Form.
c. Weed Control: Contractor should include in the base price all herbic ide
applications necessary to control infestations of undesirable plants (broadleaf
weeds, grassy weeds, and sedges) below threshold populations. All
applications shall be made following recommendations contained in The
University of Florida Pest Control Guides for Turfgrass Managers.
d. Schedule and Application Rates: The Contractor shall apply pre -emergent
herbicides as prescribed in Appendix A, and any post emergent treatments
needed to keep undesirable plants at or below threshold levels in all
Bermudagrass fields listed in Appendix B. The costs of these applications are
to be included in the Price Proposal Form. All herbicide applications must
comply with the manufacturer’s recommendations for dilution and application.
Contractor shall be responsible for monitoring weather conditions and either
reschedule application or employ adjuvants as needed, to ensure that the
manufacturer’s minimum required contact times are met. Any reapplications of
herbicide needed as a result of rainfall occurring during or immed iately after
Page 129 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 29
application, shall be the responsibility of the Contractor, at no additional
charge.
e. Threshold for action: Contractor shall be required to provide treatments
whenever the incidence of weeds exceeds acceptable threshold populations.
Unacceptable threshold populations exist when there are more than two (2)
broadleaf or grassy weeds per 100 square foot area on any portion of the field.
f. Insect Control: Contractor shall apply insecticides at the times indicated in
Appendix A, following manufacturer’s recommendations for application. The
cost of these scheduled pesticide applications are to be included in the
Proposal Form. Contractor shall provide prior notice for all applications to
coordinate with the programming scheduled for the fields.
g. Quality Control: The Parks and Leisure Department may randomly monitor
application rates and sample diluted pesticides for independent lab analysis.
The Parks Operations Manager may visually inspect treated sites following
supplemental applications for evidence of both dead and live insects. Should
the lab or other analysis indicate that the rate of application is less than
required, or the application was ineffective, Contractor shall be required to
reapply the pesticide, at no additional cost to the City of Ocoee.
h. Fungicide Treatment: Contractor shall apply fungicides at the times indicated
in Appendix A, following manufacturer’s recommendations for application.
The cost of these scheduled pesticide applications are to be included
Respondent’s Price Proposal Form.
i. Only equipment designed for the performance of turf and landscape work
described herein will be acceptable for operation. The equipment used shall
be clean, in good repair, and operating condition at all times. Equipment shall
meet all safety requirements as established for this type of work. No equipment
shall be operated which damages pavement or causes mechanical damage to
turf areas (ruts, skid marks, or tears). Any equipment left on site overnight must
be approved by the Parks Operations Manager and is the sole responsibility
of the Contractor.
j. All containers, packaging, and used materials are not to be disposed of on City
property. Disposal of all containers and packaging is the responsibility of the
Contractor.
k. Contractor must perform their duties utilizing accepted and required OSHA
safety equipment as required by EPA labeled products.
BERMUDA TURF: Shall be maintained at a 95% weed free level of controllable
weeds. Controllable weeds shall include all broadleaf, grassy, and sedge weeds
that can be suppressed or eradicated through single or multiple applications of
selective, pre-emergent and post-emergent herbicides.
WEED CONTROL (Broadleaf and Grassy):
It shall be the Contractors responsibility to notify a designated City representative in
order to schedule irrigation requirements. The standard for weed control will depend
upon the type of turf grass and is designated below. Undesirable plants growing in
the turf stand are to be considered weeds for eradication. Cultural conditions and
Page 130 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 30
fertility/insect control programs contribute greatly to the prevention of opportunistic
weed growth. Typical target weeds include but are not limited to:
a. Broadleaf: Florida Pusley, Pennywort, Chickweed, Clover, and Spurge
b. Grassy: Crabgrass, Goose grass, Crows foot, Signal Grass, Torpedo grass,
Smut grass, Bull Paspalum and Sandspur
c. Sedge: Yellow and Purple Nutsedge
A weed pest control program is prescribed to:
a. Effectively control infestations of undesirable plants (broadle af, grassy weeds
and sedges) at threshold limits.
b. Not extend beyond target pests resulting in discoloration or injury to turf stand.
Minimize hazards to human and non-target organisms.
Threshold for action: Unacceptable threshold populations exist when there are more
than five (5) broadleaf weeds per 100 sq. ft. area and / or five (5) grassy or sedge
weeds per 500 sq. ft. area.
The Parks Operations Manager or designee and the awarded Contractor shall
conduct documented quarterly walkthroughs of each field to determine the fields that
are at the required threshold for treatment. Note: Because some “weeds” are
perennial, repeat applications may be required.
These recommendations will be on a field by field basis only with prior approval by
City staff.
INSECT CONTROL
a. One blanket application of proposed pre-emergent herbicide product will be
applied in April, when the first signs of Nymphs appear. The field shall be
closed at the time of application. The spray Technician shall activate the clock
and ensure chemicals are thoroughly irrigated at least ½ inch and retreat as
needed at no additional cost to the City. This will be at the discretion of the
Parks Operations Manager.
b. Turf areas shall be checked bi-weekly, by the chemical maintenance
contractor during the months of May through August with the remaining
months to be checked on each visit for insect damage. Proper insecticides
shall be applied based on latest recommendations from the Department of
Agriculture. Any turf damage, due to improper chemical application and other
vendor negligence, shall result in vendor replacement of damaged areas.
c. Warning signs will be placed on fields with application date written on with an
industrial marker. All containers used for mixing application will be removed
from City property upon completion of job.
d. A review (walk-thru inspection) will be conducted by Parks Operations
Manager and vendor on each visit to evaluate potential disease, pest and or
weed damage. Contractor will set aside a time frame to communicate and
document, with the Parks Operations Manager, the needs of the city.
Page 131 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 31
BERMUDA FERTILIZATION PROGRAM:
Fertilization is to be conducted quarterly to provide measured quantities of essential
plant nutrients to maximize appearance, hasten wear recovery and improve the soil
for favorable turf grass growth.
a. Rate of Application: 4 pounds of Nitrogen per 1,000 sq. ft.
b. Form of Fertilizer: Granular, well formed, uniformed particle size blend
c. Fertilizer Analysis Ratio: 4:2:3 minimum w / Iron (Fe). No more than 50%
“Quick Release” forms of Nitrogen. No more than 50% Water Insoluble
Nitrogen (WN) via Sulfur Coated Urea (SCU) or Synthetic Forms (IBDU, etc.).
Fertilizer labels shall be made available to the City following application.
* Based on the amount of play. supplementing with liquid fertilizer in the spray
applications may be required.
Contractor will be responsible for the proper application of fertilizer. Frequency and
composition of fertilizer applications will depend upon the type of turf grass and is
designated below. Extra applications per written report may be required on weak and
stressed fields.
(Remainder of page intentionally left blank)
Page 132 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 32
Appendix A
Bermuda Turfgrass Application Program
Month Insecticide
Prem.
Herbicide Fungicide Herbicide Fertilizer
January As Needed Treatment As Needed As Needed
February As Needed Treatment As Needed As Needed
March As Needed Treatment As Needed Treatment
April As Needed Treatment Treatment Treatment
May Treatment Treatment Treatment Treatment
June Treatment As Needed Treatment
July Treatment As Needed Treatment Treatment
August Treatment Treatment Treatment
September Treatment Treatment Treatment Treatment
October As Needed As Needed Treatment Treatment
November As Needed Treatment As Needed As Needed
December As Needed As Needed As Needed
Includes: Bill Breeze Park multi- purpose field, Bob Sorenson fields 1 & 2, Jim Beech
Recreation Soccer fields 1 & 2, Vandergrift Central Park fields 1,2,3 & football field,
Vignetti Park fields 1 & 2
Page 133 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 33
APPENDIX B
SERVICE LOCATIONS
1. Bill Breeze Park 1 multi- purpose field – 1.4 Acres
125 N. Lakeshore Dr.
2. Bob Sorenson Fields 2 baseball fields – 4.1 Acres
1755 Adair St.
3. Jim Beech Recreation Complex 2 soccer fields – 5.1 Acres
1820 A.D. Mims
4. Vandergrift Central Park 3 baseball fields, 1 football field – 4.5 Acres
560 Flewelling Ave.
5. Vignetti Park 2 baseball/softball fields – 1.6 Acres
1910 Adair St.
End of Specifications
Page 134 of 821
E DELAWARE ST
VIZCAYA LAKE RD
SNOWDEN ST
MAUREEN AV
WHITE RD
MISTY MAPLEST
FLORENCE ST
CONSUMER CT
ALDAMA CT
2ND ST
BASKING RIDGE CT
C L I N G E R C O V E R D
W S I L V E R S T A R R D
URSULA ST
TERRAVERDE WY
KEATON PY
YORVILLE CT
ORANGE ARBOUR TR
BUCK KEY CT
BANYAN COVE BV
W MCKEY ST
PICWOOD CT
WE ST R D
SHADY MAPLE CR
FORREST CREST CT
CASSINGHAM CR
PENNY LN
CHILD ST
B C TERRY RD
FORTANNI CR
LITTLE ROCK CT
DENEEF CR
REGALRIVERCR
FLORAL ST
CRESTWOOD COMMONS AV
FLORIBUNDA DR
LANCER CRSTATENVILLE CT
CONCH KEY CT
OCOEE APOPKA RD
SHELL KEY CT
SWEET OAK ST
HAMMOCKS DR
CONCORD VILLAGE WY
LITTLE IRIS CT
L
I
N
C
O
L
N
R
I
D
G
E
L
P
DORIS ANN CT
SAGEBROOK CT
LENTON CT
ROSE HILL DR
S A G E B U S H S T
OLD SILVER STAR RD
CITRUS OAKS AV
SATIN LEAF CR
AMBER LEAF CR
ERVING CR
W OHIO ST
S
T
I
N
N
E
T
T
D
R
PALM ST
CAMBRIDGE VILLAGE CT
HAWAII DR
LOCHSHYRE LP
S A B R I N A D R
S T A T E R O A D 4 2 9
H
I
R
E
C
R
SAND DOLLAR KEY DR
MONA CT
ENTERPRISE ST
MAGUIRE RD
GLENHAVEN CR
M
O
N
T
H
E
A
T
H
C
R
ARDEN PARK BV
KEMOS LANDING
FOXFIRE DR
KINDLING CT
SABLE RUN WY
BEXLEY BV
VICKERSLAKEDR
KIMBERLY ST
OCOEE VISTAPY
LICARIA DR
STARFIRE LN
BARANOVA RD
PYTHAGORAS CR
E COLUMBUS ST
N LAKEWOOD AV
BIRCH HOLLOW DR
CASABA COVE AV
LYMAN ST
APRICOT DR
PALM DR
S CIRCLE KEY DR WOODSON AV
MELVA AV
HAM LI N DR
RUSSELL CT
MARSDEN ST
CENTER ST
11TH AV
VITERBO WY
ADAIR ST
TWISTING SWEETGUM WY
PLUMBERRY AV
CAPITOL CT
EAGLE KEY CT
MAINE ST
M
I
L
K
W
E
E
D
S
T
PERCE ST
HARGATE CT
LIBBYS LN
15TH AV
PRELUDE PL
P
I
N
E
F
A
L
L
S
L
N
N
BL
UFO
RD
A
V
H Y L A N D S P R IN G S D R
N
L
A
K
E
S
H
O
R
E
D
R
OCOEE HILLS RD
POMEGRANATE CT
S
HIP
Y
A
R
D C
T
F L E W E L LI N G A V
TANGERWOOD CT
G L ENLEI
G
H
D
R
STONEWATER CR
RED SPRUCE WY
BUTTERFLY CREEK DR
LAKE JOHIO RD
OCOEE BUSINESS PY
E MCKEY ST
SPRING BLUFF CT
FEATHERSTONE CR
ELAKES H OREDR
ADELEIDE CT
A N D R E C T
ECONOMIC CT
CEDAR POINT CT
WEST ST
W F R A N K L I N S T
MAJESTIC ELM BV
W DELAWARE ST
LUMBERJACK LN
BLACKTHORN DR
NOELWOOD CT
WEST RD
LAKE BENNET DR
SPARROW SONG LN
JIMSON AV
SCHILLER AV
NAN DR
TURTLE LAKE CT
NEUMANN VILLAGE CT
BURNT TREE CT
OLYMPIC CR
SULLIVAN AV
MAPLEBROOK LP
OLD SILVER STAR RD
STEFANSHIRE AV
OXTON CT
CHAPEL RIDGE DR
JEMIMA AV
MARLENE DR
OCOEECO
M
M
E
R
C
E
PY
COMPASS
FLOW
E
R
W
Y
SHARI LYNN TR
BAY ST
10TH AV
SAFEHARBOUR DR
MARSHALL FARMS RD
PERIWINKLE KEY DR
M A R O T T A L P
APPLEGATE DR
JACOB NATHAN BV
LANCER CR
E
A
G
L
E
R
U
N
W
Y
MONTGOMERY AV
B I S M A R K C T
LEE ST
SPRING LAKE CR
PROMINENT PY
LILYBEAN LOOP
S BLUFORD AV
R E W I S S T
D
E
L
A
K
E
Y
C
T
CABORCA CT
KELLYS CV
LADY AV
2ND AV
B
U
R
G
O
Y
N
E S
T
MABEL ST
M A R S H P A L M P Y
SAL ST
COOL SPRINGS CR
CREEK VIEW CT
WHITE RD
WINEBERRY CT MR LINCOLN CT
CRYSTAL DR
WANDA ST
F OXTAI L B D
KUENZ PL
CORA L K EY DR
RICHFIELD COVE DR
OCOEEAPOPKARD
KAILA CT
IBIS BAY CT
AUDREY ST
TERRAPIN RD
E GENEVA ST
BURR OAK DR
PINEWOOD LN
HEDGEROW CR
SILLS AL
17TH AV
ALCLOBE CR
RODDY RED RD
W COLUMBUS ST
LYMAN AV
JOHNSON MANOR CT
BOWNESS AV
NEW MEADOWS CT
BL
A
CKW
O
O
D
AV
CALIFORNIA AV
LYLE ST
SECURITY CR
PEPPERWEED LN
D E M A S T U S L N
WILD FERN LN
WURST RD
CABALLERO CT
SCARLATTI CT
M
E
R
L
O
T D
R
DARLA ST
KIRBY ST
GOLDEN ELM DR
MATTHEW PARIS BV
S LAKEWOOD AV
CHARLES ST
SPRING AV
13TH AV
JUAREZ ST
OLYMPUS DR
T
U
S
C
A
N
Y
M
I
L
L
W
Y
BOB SORENSON LN
OAKWOOD LN
CATWOOD DR
J A M E L A D R
SUN
Y
D
E
L
LDR
PACHECO CT
P L U M G R A S S C T
WHISKEY CREEK CT
DEER KEY CT ABBEYRIDGE
CT
MONA AV
ANCIENT OAK DR
ALOHA BAY CT
VERDE PINES CT
S LAKEWOOD AV
HERCULES CT
B O V I N G D O N L N
BLAKE WY
B L U E S P R U C E D R
3RD ST
E D I N B O R O U G H P L
N I C O L E BV
P
O
R
T
A
B
E
L
L
O
C
T
HORMIGAS ST
SUZETTE DR
LITTLE ASPEN CT
SARAH LEE LN
RED GOLD LN
CUNARD CT
S
K
I
S
S
I
M
M
E
E
A
V
M A L C O M R D
FORT COLLINS CT
4TH AV
A R D E N O A K S D R
JESSICA LEA LN
FLORA AV
SABINAL ST
P RA IRIE SAGETR
E H POUNDS DR
TALL MAPLE LP
NEW MEADOWS CT
SPRINGFOOT ST
STARKE LAKE CR
S
T
RIC
K
E
R D
R
LAKEVIEW ST SR 438
12TH AV
CABERNET CR
JOHIO SHORES RD
ROSEMIST CT
C
H
R
I
S
T
I
N
E
A
V
CROOKED CREEK DR
BLOOMINGTON CT
BELLINI LN
NORTHERN DU RANGO AV
BUCKLEBURY LP
JULES AV
WEST HARBOUR CT
PINE KEY CT
S
B
L
U
F
O
R
D
A
V
OCOEE LANDINGS BV
ANDERSON PL
ARIZONA CT
K
E
Y
L
I
M
E
S
T
PEACE ROSE LN
GALIT LNB
E
L
S
A
Y
R
D
SANDY BEACH RD
GINGER SPICE LN
P R A I R I E M E A D O W S W Y
SHOAL CREEK DR
WESTRUN RD
CENTER ST
LOG LANDING DR
DESERT CANDLE DR
RUSHD
E
N
D
R
EAST HARBOUR CT
5TH AV
DAVENWOOD CT
CEDAR KEY CT
CLOWSON CT
BLUE SPRING CT
CALVERTON LN
LESLIE ANN LN
P R I S T I N E C R
IDAHO CT
ROBERTS RISE DR
RUTH JORDANA CT
WEST AV
HAWTHORNE COVE CT
KRIS CROSSING
BRYCE DR
7TH ST
HERRING GULL CT
DATE PALM CT
BERNADINO DR
JOAN LEE LN
SANDY CV ST JAMES CT
SPRING CREEK DR
W DELAWARE ST
DUSTY PINE DR
OLYMPIA PARK CR
Z
E
U
S C
T
V
A
N
D
E
R
G
R
I
F
T
D
R
TA
YL
O
R ST
N KISSIMMEE AV
R
U
S
T
I
C
O
A
K
L
N
HILL AV
ARBOUR POINT WY
MANGOSTINE LN
MINOR CT
LOG WAGON RDINGRAM AV
F
A
L
L
M
O
N
T
E
C
T
COKLES KEY DR
PHYLLIS ST
H O W E L L C T
C
R
O
W
N
P
O
I
N
T
W
O
O
D
S
C
R
CHIPPER CT
LUKAY ST
W FRANKLIN ST
S CLARKE RD
FULL E RS CRO S S RD
LAKE MEADOW RD
LAKE
JOHIODR
OLYMPIC CR
ORANGE AV
CLARCONA OCOEE RD
CROOMIA CT
BARRONWOOD RD
TRANCAS CT
A
C
R
O
P
O
LIS C
R
NANCY ANN TR
FOUNTAINS WEST BV
BANDERAS AV
WINDSWEPT CT
1ST ST
PAULA MICHELE CT
M
AJESTIC PATH BV
ROYAL MARQUIS CR
SUNSET KEY CT
PIN
E
K
N
O
T C
T
SILVER CREST BV
JAY ST
H A M M O C K P A R K W Y
H
A
R
E
B
E
L
L
L
N
ANGOLA ST
MARIGOLD PARK DR
CULLENS CT
V I N TAGEVILLAGELN
N CLARKE RD
CHAUNCEY CT
COASTAL CR
LITTLE ROCK ST
W O O D G R A I N C T
QUEEN ELIZABETH CT
ROBYNS GLENN RD
GREENWOOD AV
ASPENRIDGE CT
OCOEE TO W N CENTER BV
W COLONIAL DR SR 50
SUGAR MAGNOLIA DR
ARMADA CT
ORCHARD PARK DR
MISTY MEADOW DR
CAROLINA WREN DR
SLEEPY HARBOUR DR
W WASHINGTON ST
ADRIATIC DR
KA L CH CT
MERCANTILE CT
CARDINAL ST
WURST RD
GRIFFIN CT
DOREEN AV
RED BERRY WY
W OAKLAND AV
CASABA COVE AV
ILIAD CT
JAKOBLAZE LN
LATILLA DR
PETERS AV
REMINGTON OAKS CT
PROFESSIONAL CENTER BV
E SILVER STAR RD
S T O R Y R D
AUTUMN DAMASK CT
S
H
I
M
M
E
RINGSA ND DR
CHICAGO AV
BUTLER AV
N LAKEWOOD AV
CY AV
JOHIO BAY DR
R E D A D M I R A L L N
GALLEGO AV
OLYMPIC CR
S
W
I
T
C
H
G
R
A
S
S
C
R
LITTLE SPRING HILL DR
WICKERWOOD ST
LAFAYETTE ST
CATWOOD DR
HARRIS AV
LEE ST
FREEDOM CT
WYOMING CT
N CUMBERLAND AV
MOBILE LN
WHITTIER AV
V I S T A M E A D O W S D R
SPRINGFOOT CT
MOUNTAIN SPRUCE ST
MONTGOMERY AV
SIESTA KEY CT
C A S C A D E F A L L S W Y
B A R T R A M W Y
LAKE MEADOW RD
R O B I N H O L LY S T
WELLINGTON PLACE AV
PALOMAS AV
FLEWELLING AV ENOLA WY
A
L
D
A
N
E C
T
PROVO ST
HARBOR KEY CT
CENTURYOAKDR
3RD AV
S CUMBERLAND AV
GRAPEVINE CREST
CENTRAL COMMERCE LN
MILLER CT
GREAT BIRCH DR
H A W T H O R N E COVEDR
LITTLE ASPEN CT
SAND PINE AV
CHARLEON CT
MARSHWREN C T
C I M A R O S A C T
CLIMBING ROSE DR
STERLING
LAKE
DR
RUSSEL L D R
S LAKESH
O
RE D
R
1ST ST
KI M B A L L D R
WESTBRIDGE CT
RIDGEFIELD AV
OWLTREE WY
CABBAGE PALM DR
SPRINGFIELD DR
LAZY PINE DR
M
A
G
U
I
R
E
R
D
NAY AV
FORT COLLINS CT
TURNBUCKLE CT
E OAKLAND AV
GROUNDSEL LN
TWISTED PINE RD
MAULDIN RD
KELTON AV
VERONICA CR
SILVER BEND BV
REBA AV
ARDEN OAKS DR
PINE ST
CARMEN DR
LAUREL RIDGE AV
RACHELS RIDGE LP
E ORLANDO AV WATER WAY CT
H
A
V
E
R
F
O
R
D
D
R
B
R
A
N
C
A
S
T
E
R
C
R
ZINFANDEL CT
ALASKA DR
FORTANNI CR
RICHMOND AV
BR
O
A
D
W
A
Y
D
R
N CIRCLE KEY DR
NEW VICTOR RD
LEANING PINE ST
W G E N E V A S T
OAK ST
WILLOW CREEK RD
DUSTY PINE DR
SAMANTHA ST
16TH AV
CABALLERO RD
MEADOW SWEET CT
LANCER CR
S W EETVIBURNUMW
Y
COQUINA KEY DR
BENTRIDGE ST
REDDANDY
D
R
R
E
E
S
E C
T
S
A
N
D
C
R
E
E
K
L
P
GRAND POPLAR ST
SANDY KEY CT
SPA
R
K
L
I
N
G
W
ATERCR
OLD SILVER STAR RD
SASABE ST
F
R
I
T
W
E
L
L
C
T
LAUREN BETH AV
RED DANDY DR
MAGNOLIA ST
P A R K E R C O V E C T
CYPRESS KEY CT
N CLARKE RD
LAKEVIEW DR
BOREN DR
KAZAROS CR
N LAKEWOOD AV
MACK ST
MAGENTA DR
SEDALIA ST
LIG HTE R W O O D CT
STARKELAKE
LAKEOLYMPIA
SPRINGLAKE
LAKEMEADOW
LAKEJOHIO
LAKELOTTA
PRAIRIELAKE
LAKEBENNET
LAKEHACKNEY
LAKELOTTA
LAKE PRIMA VISTA
LAKEMOXIE
PEACHLAKE
PostOffice
Ocoee Municipal Complex
Orange CountyServices Building
HealthCentral
WestOaksLibrary
West Oaks Mall
Ocoee ES
Citrus ES
Spring Lake ES
Ocoee MS
Vignetti Park
BeechRecreationCenter
Vandergrift Central ParkComplex
Montgomery Park
SorensonFields
Silver GlenPark
PalmDrivePark
ForestOaksPark
Prairie LakePark
Forest LakeGolf Course
Frank Turner Park
Palm Park
Tiger MinorPark
UnityPark
HealthyWestOrangeWellnessPark
FLOODWAY
3
1
2
4
5
LAKE STARKE
LAKE MEADOW
LAKE OLYMPIA
PRAIRIE LAKE
SPRING LAKE
LAKE JOHIO
LAKE HACKNEY
LAKE LOTTA
LAKE LOTTA
LAKE BENNET
LAKE PRIMA VISTA
LAKE MOXIE
UNNAMED LAKE
LAKE OLYMPIA
UNNAMED LAKE
LAKE ADDAH
UNNAMED LAKE
UNNAMED CANAL
UNNAMED LAKE
I
Document Path: M:\GIS Admin\Mxds\Recreation\Athletic Field Pest Control and Fertilization Services.mxd
Athletic Field Pest Control & Fertilization Services
NUMBER ADDRESS PROPERTY ACRES1125 N LAKESHORE DR BILL BREEZE PARK 1 (MULTI-PURPOSE FIELD)1.4 ACRES21755 ADAIR ST BOB SORENSON FIELDS (BASEBALL FIELDS)4.1 ACRES31820 A D MIMS RD JIM BEECH REC CENTER (SOCCER COMPLEX)5.1 ACRES4560 FLEWELLING AVE VANDERGRIFT CENTRAL PARK (FOOTBALL/BASEBALL FIELDS)4.5 ACRES51910 ADAIR ST JOHN VIGNETTI PARK AND COMMUNITY CENTER 1.6 ACRES
City of Ocoee
LEGEND
Print Date: 11/19/2024
This map has been produced from the most accurate information available.The City of Ocoee is not responsible for any errors or omissions contained hereon.
Prepared by the City of Ocoee Support Services Department.
Athletic Field Pest Control & Fertilization Services
Unincorporated Territoryand Other Municipalities
City of Ocoee Boundary
Lakes and Water Bodies
Park & Leisure Services
Page 135 of 821
EXHIBIT "C"
PRICE PROPOSAL FORM
RFP #25-003 PEST CONTROL AND FERTILIZATION SERVICES
FOR ATHLETIC FIELDS
Map
Location
No.LOCATION ACREAGE SERVICES
ANNUAL COST PER
LOCATION PER SCHEDULE
IN APPENDIX A
1
Bill Breeze Park
1 Multi-Purpose Field
125 N. Lakeshore Dr.1.4
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
2
Bob Sorenson Fields
2 Baseball Fields
1755 Adair St.4.1
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
3
Jim Beech Recreation Complex
2 Soccer Fields
1820 A.D. Mims Rd.5.1
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
4
Vandergrift Central Park
3 Baseball Fields, 1 Football Field
560 Flewelling Ave.4.5
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
5
Vignetti Park
2 Baseball/Softball Fields
1910 Adair St. 1.6
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
$
Proposed Insecticide: ____________________________________________________________
Proposed Preemergent: ____________________________________________________________
Proposed Fungicide: ____________________________________________________________
Proposed Herbicide: ____________________________________________________________
Proposed Fertilizer: ____________________________________________________________
Respondent (Company Name): ____________________________________________________________
Prepared By: ____________________________________________________________
TOTAL PROPOSED ANNUAL COST OF ALL LOCATIONS:
Page 136 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 36
RFP #25-003 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN
DISQUALIFICATION OF YOUR PROPOSAL. SIGN BELOW ATTESTING YOU HAVE
READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS
FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL
CONTRACT.
__________________________________ __________________________________
COMPANY NAME TELEPHONE (INCLUDE AREA CODE)
__________________________________
FAX (INCLUDE AREA CODE)
__________________________________
E-MAIL ADDRESS
_________________________________ IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
________________________________
NAME/TITLE (PLEASE PRINT) ___________________________________
________________________________ ___________________________________
STREET ADDRESS
________________________________
CITY STATE ZIP
FEDERAL ID #___________________
_____Individual _____Corporation _____Partnership _____Other
(Specify)________________________
Sworn to and subscribed before me by means of ☐ physical presence or ☐ online
notarization this ________day of ____________________, 20____.
Personally Known___________ or
Produced Identification_________
____________________________ Notary Public - State of _______
(Type of Identification) County of __________________
___________________________
Signature of Notary Public
___________________________
Printed, Typed or Stamped Commissioned
Name of Notary Public
Page 137 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 37
DRUG-FREE WORKPLACE CERTIFICATION
The undersigned Bidder, in accordance with Florida Statute 287.087 , hereby certifies
that it has a drug-free workplace program. In order to have a drug-free workplace
program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, and available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractu al services
that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition
of working on the commodities or contractual services that are under bid, the
employee will abide by the terms of the statement and will notify the employer of any
conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or
of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's community,
by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Bidder:
Signature
By:
(Print or Type Name)
Title:
Date:
Page 138 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 38
CONFLICT OF INTEREST DISCLOSURE FORM
Award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable
federal, state, and local laws. All Bidders must disclose within their bid: the name of any City of Ocoee
employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or
capital stock, directly or indirectly, in the Bidder’s firm or any of its branches, or would directly or indirectly
benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of
his or her immediate family.) Bidder certifies that no member of the entity’s owner ship or management
is presently applying for an employee position or actively seeking an elected position with the City. In
the event that a conflict of interest is identified in the provision of services, Bidder agrees to immediately
notify the City in writing.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for the City Commission, Staff, and other key City employees and consultants involved in the
award and administration of this contract.
According to Chapter 112, Florida Statutes, the term “conflict of interest” “means a situation in which
regard for a private interest tends to lead to disregard of a public duty or interest”, and refers to situations
in which financial or other personal considerations may adversely affect, or have the appearance of
adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in
administration, management, instruction, research, or other professional activities.
Please check one of the following statements and attach additional documentation if necessary:
____ To the best of our knowledge, the undersigned firm has no potential conflict of interest for this RFP.
____ The undersigned firm, by attachment to this form, submits information which may be a potential
conflict of interest for this RFP.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
Page 139 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 39
NON-COLLUSION AFFIDAVIT
, being first duly sworn deposes and says:
1. He/She is the
(Owner, Partner, Office, Representative or Agent)
of , the Bidder that has
submitted the attached Bid;
2. He/She is fully informed respecting the preparation and contents of the attached Bid
and of all pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents,
representatives, employees, or parties in interest, including this affidavit, have in any
way, colluded, conspired, connived or agreed, directly or indirectly, with any other
Bidder, firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted; or to refrains from bidding
in connection with such Contract; or have in any manner, directly or indirectly, sought
by agreement or collusion, or communication, or conference with any Bidder, firm, or
person to fix the price or prices in the attached Bid or of any other Bidder, or to fix
any overhead, profit, or cost elements of the Bid price or the Bid price in any other
Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the
proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted
by any collusion, conspiracy, connivance, or unlawful agreement on the part of the
Bidder or any other of its agents, representatives, owners, employees or parties in
interest, including this affidavit.
By:
Title:
STATE OF
COUNTY OF
Sworn to and subscribed before me by means of ☐ physical presence or ☐ online
notarization, this ____ day of ____________, 202___, by ___________________ who
☐ is personally known to me or ☐ has presented _________________ as identification.
Notary Public
My Commission Expires:
Page 140 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 40
CERTIFICATION OF NONSEGREGATED FACILITIES
Bidder certifies that he/she does not maintain or provide for its employees any segregated
facilities at any of its establishments, and that employees are not permitted to perform their
services at any location, under this control, where segregated facilit ies are maintained.
Bidder certifies further that it will not maintain or provide for employees any segregated
facilities at any of its establishments, and that Bidder will not permit its employees to perform
their services at any location under Bidder’s control where segregated facilities are
maintained. Bidder agrees that a breach of this certification will be a violation of the Equal
Opportunity clause in any contract resulting from acceptance of this Bid. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms
and other storage and dressing areas, parking lots, drinking fountains, recreation or
entertainment area, transportation, and housing facilities provided for employees on the
basis of race, color, religion, or national origin, because of habit, local custom, or otherwise.
Bidder agrees that (except where Bidder has obtained identical certification from proposed
subcontractors for specific time periods) Bidder will obtain identical certifications from
proposed subcontractors, if any, prior to the award of subcontracts exceeding $10,000 which
are not exempt from the provisions of the Equal Opportunity clause, and that Bidder will
retain such certifications in its files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246,
and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity
for all persons and implementations of rules and regulations prescribed by the United States
Secretary of Labor are incorporated herein.
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Date , 20___.
By:
(Title)
Official Address (including Zip Code):
Page 141 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 41
CERTIFICATION REGARDING SCRUTINIZED COMPANIES’ LISTS
Bidder certifies that the company is not participating in a boycott of Israel. Bidder certifies
that Bidder is not on the Scrutinized Companies that Boycott Israel List, not on the
Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with
activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations
in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of
the Florida Statutes. In the event that Bidder is unable to provide such certification but still
seeks to be considered for award of this solicitation, Bidder shall, on a separate piece of
paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall
furnish together with its proposal a duly executed written explanation of the facts supporting
any exception to the requirement for certification that it claims unde r Section 287.135 of the
Florida Statutes. Bidder agrees to cooperate fully with the City in any investigation
undertaken by the City to determine whether the claimed exception would be applicable.
City shall have the right to terminate any contract resulting from this solicitation for default if
Bidder is found to have submitted a false certification, or to have been placed on the
Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized
Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or
Syria.
Bidder: ___________________________________
By:__________________________________________________
(Authorized Signature)
Printed Name and Title:___________________________________
Date:_________________________________________________
Page 142 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 42
HUMAN TRAFFICKING AFFIDAVIT
The undersigned, on behalf of Contractor, hereby attests as follows:
1. Contractor understands and affirms that Section 787.06(13), Florida Statutes,
prohibits the City of Ocoee from executing, renewing, or extending a contract to
entities that use coercion for labor or services.
2. Contractor hereby attests, under penalty of perjury, that Contractor does not use
coercion for labor or services as defined in Section 787.06(2), Florida Statutes.
I, the undersigned, am an officer or representative of the non -governmental entity named
below, and hereby represent that I: make the above attestation based upon personal
knowledge; am over the age of 18 years and otherwise competent to make the above
attestation; and am authorized to legally bind, and make the above attestation on behalf of,
the Contractor. Under penalties of perjury, I declare that I have read the forgoing document
and that the facts stated in it are true.
By:
Print Name:
Print Title: _____________________________
Company Name:
STATE OF
COUNTY OF
The foregoing instrument was sworn to and subscribed before me by means of ☐ physical
presence or ☐ online notarization, this _____ day of ______________ , 202__ , by
______________________, as _______________________ of __________________ ,
who is ☐ personally known to me or ☐ produced _______________________________ as
identification.
Notary Public Signature
(Seal) Print Notary Name: ______________________
My Commission Expires:
Page 143 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 43
COMPANY NOT AN ENTITY OF FOREIGN COUNTRY OF CONCERN
For purposes of this affidavit, "foreign country of concern" means the People's Republic of
China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's
Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the
Syrian Arab Republic, including any agency of or any other entity of significant control of
such foreign country of concern.
The undersigned, on behalf of the entity listed below hereby attest s under penalty of
perjury as follows:
3. I am over the age of 18 and I have personal knowledge of the matters set forth herein.
4. I am an officer or representative of ________________________ (hereinafter “Entity”),
and I am authorized to provide this affidavit on its behalf.
5. Entity is not owned by the government of a foreign country of concern.
6. No government of a foreign country of concern has a controlling interest in Entity.
7. Entity is not organized under the laws of or has its principal place of business in a foreign
country of concern.
8. If, at any time in the future, Entity does become owned by a foreign country of concern,
if a foreign country of concern acquires a controlling interest in Entity, or Entity becomes
organized under the laws of or relocated to a foreign country of concern, Entity will
immediately notify the City of Ocoee and no contracts may be executed, renewed, or
extended between the parties.
9. I have read the foregoing affidavit and confirm that the facts stated in it are true, and are
made for the benefit of, and reliance by the City of Ocoee.
Further Affiant sayeth naught.
Authorized Signature:
Printed Name:
Title:
STATE OF
COUNTY OF
The foregoing instrument was acknowledged by physical means / by electronic means
before me this day of 20__, by ,
who is personally known to me / presented as
identification and who did / did not take an oath.
Notary Public Signature
(Seal) Print Notary Name: ______________________
My Commission Expires:
Page 144 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 44
CONTRACTOR E-VERIFY AFFIDAVIT
I hereby certify that [contractor] does not employ,
contract with, or subcontract with an unauthorized alien, and is otherwise in full
compliance with Section 448.095, Florida Statutes.
All employees hired on or after January 1, 2021 have had their work authorization status
verified through the E-Verify system.
A true and correct copy of [contractor] proof of
registration in the E-Verify system is attached to this Affidavit.
Authorized Signature:
Printed Name:
Date:
STATE OF ____________________
COUNTY OF
The foregoing instrument was acknowledged before me by means of □physical presence
or □online notarization, this ___ day of _________________ 20____, by
(name and title of officer or agent)
of (name of contractor
company acknowledging), a (state or place of incorporation) corporation,
on behalf of the corporation. He/she □ is personally known to me or □ has
produced ____________________ as identification.
Notary Public Signature
(Seal) Print Notary Name: ______________________
My Commission Expires:
Page 145 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 45
EXHIBIT “E”
PROPOSED AGREEMENT FOR
RFP #25-003 PEST CONTROL AND FERTILIZATION SERVICES
FOR ATHLETIC FIELDS
THIS AGREEMENT FOR PEST CONTROL AND FERTILIZATION SERVICES FOR
ATHLETIC FIELDS (this “Agreement”) is made this day of ___, 20___, by and
between the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is
150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the “City”) and
, a ___________ corporation, whose mailing address is
(hereinafter referred to as the “Contractor”).
WITNESSETH:
WHEREAS, the City desires to enter into an A greement with the Contractor to perform the
work set forth in that certain Request for Proposals RFP #25-003 (the “Work”), and any
amendments thereto being attached hereto as Exhibit “A”; and
WHEREAS, the Contractor is capable of performing the Work and agrees to perform the
Work pursuant to the terms of this Agreement, and for the amounts specified in the
Contractor’s Proposal, the Contractor’s Proposal, including all required forms, and any
amendments thereto being attached hereto as Exhibit “B”.
NOW THEREFORE, in consideration of the premises and other good and valuable
considerations exchanged between the parties hereto, the receipt and sufficiency of which
is hereby acknowledged, the parties hereto agree as follows:
Section 1. Scope of Agreement. The terms and conditions of Exhibit “A attached hereto
as well as the terms and conditions of Exhibit “B” attached hereto are incorporated by
reference herein as fully as if herein set forth. Unless otherwise specified herein, the
Contractor is to furnish all materials, tools, equipment, labor, supervision, and consumables
to complete the Work.
Section 2. Term of Agreement. This Agreement shall consist of one (1) initial three (3)
year term beginning on (the “Effective Date”), with two (2) separate
automatic one-year extensions, for a total of five (5) years, unless terminated by the City
upon the issuance of written notice by the City to the Contractor provided not later than thirty
(30) days prior to the expiration of any renewal year term. The City shall have the option of
extending the term an additional one (1) year. Each term is renewable with the condition that
the City’s obligation to pay under this Agreement for each year is contingent upon the City
in its good faith judgment having sufficien t funds to make an annual appropriation for the
work to be provided under this agreement.
Section 3. Compensation. Contractor agrees to provide the services and materials as
specified in Exhibit “A” for the amount specified in Exhibit “C”. The amount as specified in
Exhibit “C” may be increased or decreased by the City under the Extra Work provision of
this Agreement, through the issuance of a Change Order, if applicable. Any prices specified
Page 146 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 46
in this Agreement, will remain firm for the initial three (3) year term of this Agreement. After
the initial three (3) year term of this Agreement, price adjustments will be allowed pursuant
to the Price Adjustment provision of this Agreement.
Section 4. Payment. All invoices received by the City are payable within (30) days from
receipt, provided they have first been approved by the City, and the City has accepted the
Work for which payment is sought. The City reserves the right, with justification, to partially
pay any invoice submitted by the Contractor. All invoices shall be in duplicate and directed
to: City of Ocoee, Accounts Payable, 1 N. Bluford Avenue, Ocoee, Florida 34761-2258. All
invoices must be clearly marked: Agreement for Pest Control and Fertilization
Services for Athletic Fields (RFP 25-003)
Section 5. General Conditions.
A. Patents and Copyrights: The Contractor shall pay all royalties and assume all costs
arising from the use of any invention, design, process, materials, equipment, product
or device in performance of the Work, which is the subject of patent rights or
copyrights. Contractor shall, at its own expense, hold harmless and defend the City
against any claim, suit or proceeding brought against the City which is based upon a
claim, whether rightful or otherwise, that the Work, or any part thereof, furnished
under this Agreement, constitutes an infringement of any patent or copyright of the
United States. The Contractor shall pay all damages and costs awarded against the
City.
B. Termination for Default:
1) The performance of Work under this Agreement may be terminated by the
City, in whole or in part, in writing, whenever the City shall determine that the
Contractor has failed to meet the performance requirements of this
Agreement.
2) The City has a right to terminate for default if the Contractor fails to perform
the Work, or if the Contractor fails to perform the Work within the time
specified in the Agreement, or if the Contractor fails to perform any other
provisions of the Agreement.
3) Failure of a Contractor to perform the required Work within the time specified,
or within a reasonable time as determined by the City or failure to redo the
Work when so requested, immediately or as directed by the City, shall
constitute authority for the City to hire another contractor to perform the Work.
In all such cases, the Contractor or his surety, shall reimburse the City, within
a reasonable time specified by the City, for any expense incurred in excess
of the Agreement prices.
4) Should public necessity demand it, the City reserves the right to utilize
services which are substandard in quality, subject to an adjustment in price
to be determined by the City. The Contractor shall not be liable for any excess
costs if acceptable evidence has been submitted to the City that failure to
perform the Work was due to causes beyond the control and without the fault
or negligence of the Contractor.
5) Termination for Convenience. The City may terminate this Agreement at its
convenience with thirty (30) days advance written notice to the Contractor. In
Page 147 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 47
the event of such a termination by the City, the City shall be liabl e for the
payment of all Work properly performed prior to the effective date of
termination and for all portions of materials, supplies, services, and facility
orders which cannot be cancelled and were placed prior to the effective date
of termination and other reasonable costs associated with the termination.
C. Warranty: The Contractor warrants that the Work including equipment and materials
provided shall conform to professional standards of care and practice in-effect at the
time the Work is performed, be of the highest quality, and be free from all faults,
defects or errors. If the Contractor is notified in writing of a fault, deficiency or error
in the Work provided within one (1) year from completion of the Work, the Contractor
shall, at the City’s option, either redo such portions of the Work to correct such fault,
defect or error, at no additional cost to the City or refund to the City the charge paid
by the City which is attributable to such portions of the faulty, defective or erroneous
Work, including the costs for obtaining another Contractor to redo the Work.
ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE
MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED.
THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR
CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK
PERFORMED UNDER THIS AGREEMENT.
D. Time of Completion: The parties understand and agree that time is of the essence in
the performance of this Agreement. The Contractor agrees that all Work shall be
performed regularly, diligently, and uninterrupted within the time specified. The
Contractor or City, respectively, shall not be liable for any loss or damage, resulting
from any delay or failure to perform its contractual obligations within the time
specified, due to acts of God, actions or regulations by any governmental entity or
representative, strikes or other labor trouble, fire, embargoes, or other transportation
delays, damage to or destruction in whole or in part, of equipment or manufacturing
plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason
including default of suppliers, or any other causes, contingencies or circumstances
not subject to the Contractor’s or City’s control, respectively, whether of a similar or
dissimilar nature, which prevent or hinder the performance of the Contractor’s or
City’s contractual obligations, respectively. Any such causes of delay shall extend
the time of the Contractor’s or City’s performance respectively, by the length of the
delays occasioned thereby, including delays reasonably incident to the resumption of
normal Work schedules. However, under such circumstances as described herein,
the City may at its discretion, cancel this Agreement for the convenience of the City.
E. Indemnification: To the fullest extent provided by law, Contractor shall indemnify and
hold harmless the City and all of its officers, agents and employees from all claims,
loss, damage, cost, charges or expense including, but not limited to reasonable
attorneys’ fees, to the extent caused by the negligence, recklessness or intentional
wrongful misconduct of Contractor, its agents, employees, or subcontractors during
the performance of the Agreement. The City shall use its best efforts to promptly
notify the Contractor in writing of any Claims and shall provide the Contractor with
information regarding the Claims as the Contractor may reasonably request, but the
Page 148 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 48
failure to give such notice or provide such information shall not diminish the
obligations of the Contractor under this Section. No Claims whatsoever shall be
made or asserted against the City by the Contractor for or on account of anything
done or as a result of anything done or omitted to be done in connection with this
Agreement.
F. Correction of Work: Contractor shall promptly correct all Work rejected by the City
as faulty, defective, or failing to conform to this Agreement. Contractor shall bear all
costs of correcting such rejected Work. In the event that Contractor fails to timely
perform or otherwise maintain a portion of the work, then the City, at its sole discretion
and without waiving any other rights or remedies under this Agreement, may deduct
from any amounts due under this Agreement, the actual cost paid by the City to a
third party to perform the work. If the City performs such work with its own personnel,
then the City may deduct from any amounts due under this Agreement such amount
equal to what the Contractor would have charged for doing the work, plus 15% of
such amount.
G. Right to Audit Records: The City shall be entitled to audit the books and records of
the Contractor or any sub-contractor to the extent that such books and records relate
to the performance of this Agreement or any sub -contract to this Agreement. Such
books and records shall be maintained by the Contractor for a period of three (3)
years from the date of final payment under this Agreement and by the sub -contractor
for a period of three (3) years from the date of final payment under the sub -contract
unless a shorter period is otherwise authorized in writing.
H. Information: All information, data, designs, plans, drawings, and specifications
furnished to or developed for the City by the Contractor or its employees, pursuant to
this Agreement, shall be the sole property of the City and all righ ts therein are
reserved by the City, except that the Contractor may disclose any such information
to its corporate affiliates and their agents.
I. Safety Measures: The Contractor shall take all necessary precautions for the safety
of the City’s and Contractor’s employees and the general public and shall erect and
properly maintain at all times all necessary vehicular and facility safeguards for the
protection of the workers and public. If necessary, the Contractor shall post signs
warning against hazards in and around the work site.
J. Extra Work: The City, without invalidating this Agreement, may order changes in the
Work within the general scope of this Agreement consisting of additions, deletions,
or other revisions, the Agreement price being adjusted accordingly. All such changes
in the Work shall be authorized by a written Change Order to this Agreement, and
shall be executed under the applicable conditions of the Agreement.
K. Price Adjustments: Pricing is firm for the initial three (3) year term of this agreement.
For the renewal terms of this Agreement, if the Contractor proposes to make a price
adjustment, the Contractor shall first give the City written notice thereof, with
explanations stated for the price adjustment, and such notice shall be given at least
one hundred-twenty (120) calendar days prior to the one (1) year renewal term for
Page 149 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 49
which the price adjustment is sought. Nothing contained herein shall affect the City’s
right to terminate this Agreement for Convenience as provided herein.
L. Familiarity with The Work: The Contractor by executing this Agreement,
acknowledges full understanding of the extent and character of the Work required
and the conditions surrounding the performance thereof. The City will not be
responsible for any alleged misunderstanding of the Work to be furnished or
completed, or any misunderstanding of conditions surrounding the performance
thereof. It is understood that the execution of this Agreement by the Contractor
serves as the Contractor’s stated commitment to fulfill all the conditions referred to in
this Agreement.
Section 6. Miscellaneous Provisions:
A. Contractor shall not employ subcontractors without the advance written permission
of the City.
B. No assignment by a party hereto of any rights under, or interests in, the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, moneys that may
become due, and moneys that are due, may not be assigned wi thout such consent
(except to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents. Notwithstanding the foregoing, the Owner may assign this
contract to the State of Florida or any political subdivision, municipality, special district
or authority thereof without Contractor's consent and without recourse.
C. Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and regulations pertaining to the performance of Work under this Agreement.
D. No waiver, alterations, consent or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by the City.
E. The Contractor is to procure all permits, licenses, and certificates, or any such
approvals of plans or specifications as may be required by federal, state and loca l
laws, ordinances, rules, and regulations, for the proper execution and completion of
the Work under this Agreement.
F. The Contractor shall at all times, keep the Work area free from accumulation of waste
materials or rubbish caused by its operations, and promptly remove any such
materials to an approved disposal location.
G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to
materials, tools, equipment, and consumables, left on City property by the Contractor.
H. This Agreement is considered a non-exclusive Agreement between the parties.
Page 150 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 50
I. This Agreement is deemed to be under and shall be governed by, and construed
according to, the laws of the State of Florida. The parties agree that the provisions of
Chapter 558, Florida Statutes are not applicable to this Agreement.
J. Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contractor
and Owner that each of the parties do hereby waive trial by jury in any action,
proceeding or claim which may be brought by either of the parties hereto against the
other on any matters concerning or arising out of this Agreement. The parties further
agree that the sole and exclusive venue for any action to enforce this agreement shall
be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida.
K. Any provision or part of the Contract Documents held to be void or unenforceable
under any Law or Regulation shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon Owner and Contractor, who agree that
the Contract Documents shall be reformed to replace such stricken provision or part
thereof with a valid and enforceable provision that comes as close as possible to
expressing the intention of the stricken provision.
L. The undersigned hereby certify that this Agreement is made without prior
understanding, agreement or connection with any corporation, firm or person who
submitted proposals for the Work covered by this Agreement and is in all respects
fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants
and certifies that it is authorized to enter into this Agreement and to execute same on
behalf of the Contractor as the act of the said Contractor.
M. This Agreement, including Exhibit “A” and Exhibit “B”, contains all the terms and
conditions agreed upon by the parties. No other agreements, oral or otherwise,
regarding the subject matter of this Agreement shall be deemed to exist or to bind
either party hereto.
(Signature Page Follows)
Page 151 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 51
IN WITNESS WHEREOF, Contractor and City have caused this Agreement for Pest
Control and Fertilization Services for Athletic Fields to be executed by their duly
authorized officers as of the day and year first above written.
CONTRACTOR: ____________________________________
BY:________________________________________________
PRINT NAME: ______________________________________
TITLE: _____________________________________________
WITNESSES:
NAME: NAME:
TITLE: TITLE:
OWNER: CITY OF OCOEE, FLORIDA
ATTEST: APPROVED:
BY: BY:
Melanie Sibbitt, City Clerk Rusty Johnson, Mayor
(SEAL)
FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE
THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD
APPROVED AS TO FORM AND LEGALITY on______, 2025, under Agenda Item ____.
this day of , 2025
FISHBACK DOMINICK
BY:
Richard S. Geller, Esq., City Attorney
END OF SECTION
Page 152 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 52
EXHIBIT “F”
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
______________________________________________________, as Principal, and
as Surety, are hereby
held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5
percent of the Contract Bid) $ ____________
____________
(written amount in dollars and cents)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed, this day of , 20__. The Condition
of the above obligation is such that whereas the Principal has submitted to the C ity of
Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter
into a contract in writing, for the RFP #25-003 Pest Control and Fertilization Services
for Athletic Fields.
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney’s fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bidding Documents and Contract
Documents.
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner)
the executed Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bi dding Documents and
Contract Documents, or
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90)
days from the time and date fixed for the opening of Bids (or any extension
thereof agreed to in writing by Bidder and, if applicable, consented to by Surety
when required by paragraph 5 hereof).
Page 153 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 53
4. Payment under this Bond will be due and payable upon default by Bidder and within
30 calendar days after receipt by Bidder and Surety of written n otice of default from
Owner, which notice will be given with reasonable promptness, identifying this Bond
and the Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after
the notice of default required in paragraph 4 above is received by Bidder and Surety
and in no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified
Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective
upon receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of
Attorney evidencing the authority of the officer, agent or representative who executed
this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the
Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the
provision of said statute shall govern and the remainder of this Bond that is not in
conflict therewith shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set
forth above.
Strike out (X) non-applicable signature blocks and complete
applicable block. All signatures must have their names printed or
type below their signature.
Page 154 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 54
If Bidder is SOLE PROPRIETORSHIP, complete this signature block.
(Individual's Signature)
(Individual's Signature)
doing business as
(Business Address)
(Telephone No.) (Florida License No.)
(1)
(Witness)
(2)
(Witness)
(SEAL)
If Bidder is PARTNERSHIP, complete this signature block.
(Partnership Name)
(General Partner’s Signature)
(General Partner’s Name)
(Business Address)
(Telephone No.) (Florida License No.)
(1)
(Witness)
2)
(Witness)
(SEAL)
Page 155 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 55
If Bidder is CORPORATION, complete this signature block.
(Corporation Name)
(State of Incorporation)
By:
(Name of Person Authorized to Sign - See
Note 1)
(Title)
(Authorized Signature)
(Corporation President)
(Business Address)
(Telephone No.) (Florida License No.)
(1)
(Witness)
(2)
(Witness)
(SEAL)
Page 156 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 56
SURETY
(Surety Business Name)
(Principal Place of Business)
By:
(Surety Agent’s Signature - See Note 2)
(Surety Agent’s Name)
(Surety Agent’s Title)
(Business Name of Local Agent for Surety)
(Business Address)
(Telephone No.) (Bond No.)
Witness: (If agency is not a Corporation)
(1)
(Witness)
(2)
(Witness)
Attest: (If Agency is a Corporation)
(Corporate Secretary Signature)
(Corporate Secretary Name)
(Corporate Seal)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any
corporate employee other than president or vice-president.
(2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing
individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney-in-Fact".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural
where applicable.
(5) Surety companies executing bonds must appear on the Treasury Department's most current
list (Circular 570 as amended) and be authorized to transact business in the state where the
project is located.
Page 157 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 57
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF )
COUNTY OR CITY OF )
The foregoing instrument was acknowledged before me by means of ☐ physical presence or
☐ online notarization, this ___ day of ___________, 20__ by _________________________ as
Attorney-in-Fact, who is personally known to me or who has produced
_____________________ as identification on behalf of , a
Corporation, (Surety Company)
(State)
which executed the attached bond as surety, who deposed and said that his signature and the
corporate seal of said were affixed by order and authority of said
(Surety Company)
Company's Board of Directors, and that the execution of the attached bond is the free act and
deed of .
(Surety Company)
Given under my hand and seal this day of , 202___.
(Notary Public)
My Commission Expires
END OF SECTION
Page 158 of 821
Mayor Commissioners
Rusty Johnson Scott R. Kennedy, District 1
Rosemary Wilsen, District 2
City Manager Richard Firstner, District 3
Craig Shadrix
George Oliver III, District 4
February 13, 2025
ADDENDUM NO. ONE (1)
CITY OF OCOEE
RFP #25-003 PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
This addendum shall modify and become a part of the original RFP Documents. This
addendum consists of three (3) pages, including attachments. Respondents should
acknowledge receipt of this addendum in the space provided in the RFP Documents.
Failure to do so may subject the Respondent to disqualification.
Answers to questions received and/or Amendments to the RFP Documents are as
follows:
Q1. A request was received to pre-approve a subcontractor.
A1. The City is not pre-approving subcontractors during the bidding phase.
Respondents should submit with their proposal a list of subcontractors, if
any, and the qualifications of those subcontractors. After the contract is
awarded, the Successful Respondent would require prior approval to utilize
any subcontractor(s) not listed within the proposal submitted in response to
this RFP.
Q2. Can you clarify why the following two licenses are required? Florida Commercial
Right-Of-Way Pesticide License and Florida Limited Commercial Maintenance
License.
A2. The Florida Commercial Right-of-Way Pesticide License and Florida
Limited Commercial Maintenance License are removed from the minimum
requirements of this solicitation so long as those licenses are not required
by the Department of Agriculture in order to perform the Scope of Work
specified in this solicitation.
Q3. The application program suggests that March, July, and November are the only
months that get fertilizer and at a rate of 4lbs per 1000. Could you please verify
that this is correct?
A3. 4lbs per 1000 is not correct. The rate is amended to 1lb per 1000.
Page 159 of 821
Addendum 01 RFP 25-003 Pest Control and Fertilization Services for Athletic Fields Page 2
Q4. The program suggests 5 blanket fungicide applications be done. Is that correct?
A4. The Bermuda Turfgrass Application schedule has been revised and is
attached to this addendum as Revised Appendix A.
Q5. Are the 6 applications for pre-emergent correct?
A5. The Bermuda Turfgrass Application schedule has been revised and is
attached to this addendum as Revised Appendix A.
Shannon Hopper
Shannon Hopper, CPPB
Purchasing Technician II
cc: Evaluation Committee
Attachment: Revised Appendix A – Bermuda Turfgrass Application Program
Page 160 of 821
Revised Appendix A
Addendum 01 -RFP 25-003 Pest Control and Fertilization Services for Athletic Fields
REVISED
Appendix A
Bermuda Turfgrass Application Program
Month Insecticide
Prem.
Herbicide Fungicide Herbicide Fertilizer
January As Needed Treatment Treatment As Needed
February As Needed As Needed As Needed As Needed
March As Needed Treatment As Needed Treatment
April As Needed Treatment As Needed Treatment
May Treatment As Needed As Needed Treatment
June Treatment As Needed Treatment
July Treatment As Needed Treatment Treatment
August Treatment Treatment Treatment Treatment
September Treatment As Needed Treatment
October As Needed As Needed Treatment Treatment
November As Needed Treatment As Needed As Needed
December As Needed As Needed As Needed
Includes: Bill Breeze Park multi- purpose field, Bob Sorenson fields 1 & 2, Jim Beech
Recreation Soccer fields 1 & 2, Vandergrift Central Park fields 1,2,3 & football field,
Vignetti Park fields 1 & 2
Page 161 of 821
Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1
Rosemary Wilsen, District 2
City Manager Richard Firstner, District 3 Craig Shadrix
George Oliver III, District 4
Addendum No. RFP #25-003 Pest Control And Fertilization Services For Athletic Fields Page 1
February 19, 2025
ADDENDUM NO. TWO (2)
CITY OF OCOEE
RFP #25-003 PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
This addendum shall modify and become a part of the original RFP Documents. This addendum consists of
one (1) page, including attachments. Respondents should acknowledge receipt of this addendum in the
space provided in the RFP Documents. Failure to do so may subject the Respondent to disqualification. Bid
Submission Deadline has changed to March 4, 2025.
Answers to questions received and/or Amendments to the RFP Documents are as follows
1. Revised Dates for RFP #25-003:
• Bid Submission Deadline: Tuesday, March 4, 2025, at 2:00 p.m. local time.
• The deadline for Receipt of Questions remains unchanged.
Alexis Chnetouf
Alexis Chentouf
Purchasing Technician
cc: Evaluation Committee
Page 162 of 821
Mayor Commissioners
Rusty Johnson Scott R. Kennedy, District 1
Rosemary Wilsen, District 2
City Manager Richard Firstner, District 3
Craig Shadrix
George Oliver III, District 4
February 25, 2025
ADDENDUM NO. THREE (3)
CITY OF OCOEE
RFP #25-003 PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
This addendum shall modify and become a part of the original RFP Documents. This
addendum consists of three (3) pages, including the attachments. Respondents should
acknowledge receipt of this addendum in the space provided in the RFP Documents.
Failure to do so may subject the Respondent to disqualification. The Proposal
Submission Deadline has changed.
Answers to questions received and/or Amendments to the RFP Documents are as
follows:
QUESTIONS & ANSWERS
Q1. Question regarding the frequency of the fertilizer applications. Now that it’s
changed to 1lb per 1000 sq. ft. it still only states to fertilize in March, July, and
October. Can you look into this to make sure its correct?
A1. The above question relates to Q3. and A3. included in Addendum 01. The
City is amending Answer No. 3 (A3.) in Addendum 01 as follows: Since the
rate of fertilizer may vary, the City is requesting Respondents to propose an
application schedule using the attached Exhibit “E” Respondents Proposed
Bermuda Turfgrass Application Program Schedule. Respondents shall also
list all proposed chemical brands and the application rate of the fertilizer.
All Respondents must complete and submit the attached Exhibit “E”
Respondents Proposed Bermuda Turfgrass Application Program Schedule.
Q2. I see a 5% bid security is required. Is this correct?
A2. Yes, that is correct.
Q3. If we are using a cashier’s check with our bid do we need to fill out any of the bond
related forms?
A3. If Respondent is submitting a cashier’s check as bid security, the Bid Bond
form does not apply.
Page 163 of 821
Addendum 03 RFP 25-003 Pest Control and Fertilization Services for Athletic Fields Page 2
AMENDMENTS
1. REVISED DATES FOR RFP #25-003:
Deadline for Receipt of Questions: March 4, 2025, 2:00 p.m., local time.
Proposal Submission Deadline: March 11, 2025, 2:00 p.m. local time
2. Section 3, Page 23 of the RFP is replaced in its entirety with the following:
Section 3 – Price Proposal, Proposed Application Schedule, and Proposed
Chemicals
• Exhibit C (Any proposal submitted without a price proposal will be deemed
non-responsive.)
• Price Proposals shall be deemed to include all material, chemicals,
equipment, travel, labor in order to provide the requested services.
• Respondents must include the brands of chemical that are being proposed.
• Respondents must complete and submit within its proposal Exhibit “E”
Respondents Proposed Bermuda Turfgrass Application Program Schedule.
3. The Evaluation Criteria table on Page 23 of the RFP is amended to add
“Proposed Bermuda Turfgrass Application Program Schedule” as an evaluation
criterion in box 2. Section 30, Page 23 of the RFP is replaced in its entirety with
the following:
30. EVALUATION CRITERIA:
The criteria for making an award recommendation are as follows:
EVALUATION CRITERIA MAXIMUM POINTS
1. Company Qualifications,
Experience and References 50
2. Proposed Brands of Chemicals,
Proposed Bermuda Turfgrass
Application Program Schedule 30
3. Price Proposal 20
TOTAL POSSIBLE POINTS 100
(Information supplied by client references may be used in determining the
relative merits of a Respondent under any and all of the above-listed criteria.)
Shannon Hopper
Shannon Hopper, CPPB
Purchasing Technician II
cc: Evaluation Committee
Attachment: Exhibit “E” Respondent's Proposed Bermuda Turfgrass Application Program
Page 164 of 821
EXHIBIT “E”
Addendum 03 -RFP 25-003 Pest Control and Fertilization Services for Athletic Fields
EXHIBIT “E”
RESPONDENT’S PROPOSED BERMUDA TURFGRASS
APPLICATION PROGRAM SCHEDULE
Month Insecticide
Preemergent
Herbicide Fungicide Herbicide Fertilizer
January
February
March
April
May
June
July
August
September
October
November
December
Includes: Bill Breeze Park multi- purpose field, Bob Sorenson fields 1 & 2, Jim Beech
Recreation Soccer fields 1 & 2, Vandergrift Central Park fields 1,2,3 & football field,
Vignetti Park fields 1 & 2
PROPOSED CHEMICAL BRANDS:
Insecticide:
Preemergent Herbicide:
Fungicide:
Herbicide:
Fertilizer:
Fertilizer Application Rate: lb(s) per sq. ft.
Respondent (Company Name):
Prepared By:
Page 165 of 821
Mayor Commissioners
Rusty Johnson Scott R. Kennedy, District 1
Rosemary Wilsen, District 2
City Manager Richard Firstner, District 3
Craig Shadrix
George Oliver III, District 4
March 6, 2025
ADDENDUM NO. FOUR (4)
CITY OF OCOEE
RFP #25-003 PEST CONTROL AND FERTILIZATION
SERVICES FOR ATHLETIC FIELDS
This addendum shall modify and become a part of the original RFP Documents. This
addendum consists of one (1) page. Respondents should acknowledge receipt of this
addendum in the space provided in the RFP Documents. Failure to do so may subject
the Respondent to disqualification.
Answers to questions received and/or Amendments to the RFP Documents are as
follows:
Q1. Are we able to please get a copy of the current contract?
A1. The services are currently being performed under City issued purchased
orders as the City does not have a term contract for these services.
Shannon Hopper
Shannon Hopper, CPPB
Purchasing Technician II
cc: Evaluation Committee
Page 166 of 821
Mayor Commissioners
Rusty Johnson Scott R. Kennedy, District 1
Rosemary Wilsen, District 2
City Manager Richard Firstner, District 3
Craig Shadrix
George Oliver III, District 4
April 7, 2025
VIA EMAIL AND FEDERAL EXPRESS
Mr. John Peltier
Senior Business Development Representative
TruGreen Limited Partnership
3801 Center Loop
Orlando, FL 32808
johnpeltier@trugreenmail.com
RE: Bid Protest – City of Ocoee – RFP 25-003
Formal Response
Dear Mr. Peltier:
This is a formal response to your email received on March 31, 2025, which the City deems
to constitute TruGreen’s timely Bid Protest to RFP 25-003. The City has reviewed the Bid Protest
in accordance with the standards and procedures set forth in Section 10 of the RFP, § 21.9 of the
City Code, and applicable laws of the State of Florida. For the reasons explained below, the City
is denying the Bid Protest as without merit.
The Bid Protest stated as follows:
Good morning Shannon,
I just wanted to reach out after reviewing the evaluation forms. I was
a little shocked at the results regarding the qualifications because I
don’t feel there is a company out there that has more experience and
qualifications than TG. We have been in business more than 50
years, and have over 125 total years’ experience combined, and yet
one evaluator gave us a score of 20 out of 50 and our qualification
scores ranged from 20 to 50. How is that even possible when the
other companies who submitted bids have far less experience than
TG? Was there a specific reason our qualification/experience
numbers were so low?
Sincerely!
JP
Page 167 of 821
Mr. John Peletier
April 7, 2025
Page 2
Accordingly, TruGreen protests Evaluator 5’s raw score under the category of “Company
Qualifications, Experience and References” as arbitrary or capricious. This category is not limited
to years of experience. It also includes the Respondent’s qualifications as the evaluator judges
them, as well as references. To ensure that Evaluator 5 did not score this category in an arbitrary
or capricious manner, the City Attorney asked him for the factors he considered in his evaluation.
Evaluator 5 advised the City Attorney that, as a baseball coach for Ocoee High School, he is
frequently on the High School’s baseball field, which TruGreen has maintained for years. In fact,
TruGreen listed “Orange County Public Schools Athletic Fields” as a reference on page 21 of its
Response to the RFP. Evaluator 5 stated he has found the turf condition at Ocoee High School
unsatisfactory, having observed fungus, weeds, and poor turf color. In comparison, he viewed the
City of Ocoee’s soccer field, maintained by Lake Jem Farms, LLC, as “immaculate.” Accordingly,
he gave Lake Jem a number 1 preference ranking and TruGreen a number 3 preference ranking.
He said he did not share these views with any other evaluator.
To prevent any evaluator from disproportionately influencing the outcome, the City does
not award RFPs such as this one based on raw scores. Rather, raw scores are intended only to
assist evaluators in determining their preferences among the Respondents, in this case ranked 1, 2,
and 3, as follows:
Page 168 of 821
Mr. John Peletier
April 7, 2025
Page 3
The lowest point total achieves the highest ranking. Four evaluators ranked Lake Jem as their
number 1 preference. Lake Jem’s 6 points total, compared to True Green’s 10 points, and Protext’s
14 points, made Lake Jem the highest ranked firm for recommendation to the City Commission.
The City does not find a legitimate justification for disregarding or throwing out Evaluator
5’s preference rankings; however, even if such justification existed, Lake Jem would still prevail
with 5 points compared to Protext at 12 points, and TruGreen at 7 points. In other words, TruGreen
would still rank second among the three Respondents.
We realize the outcome is disappointing to TruGreen, but we do not find any defect in the
Response evaluation process. Based on our internal inquiry, we do not find any deviation from
the criteria set forth in the RFP. We do not find that Evaluator 5 judged TruGreen in an arbitrary
or capricious manner.
Accordingly, the City denies TruGreen’s Bid Protest.
Sincerely,
Shannon Hopper
Shannon Hopper, CPPB
Purchasing Agent and Technician
cc: Mr. Craig Shadrix, City Manager
Mr. Mike Rumer, Assistant City Manager
Ms. Joyce Tolbert, Procurement manager
Richard S. Geller, Esquire, City Attorney
Page 169 of 821
From:Hopper, Shannon
To:"Peltier, John"
Subject:City of Ocoee"s Formal Response to Bid Protest for RFP 25-003 Pest Control and Fertilization Services for Athletic
Fields
Date:Monday, April 7, 2025 12:12:22 PM
Attachments:image002.png
Formal Response to Bid Protest_4.7.2025.pdf
Good afternoon, John:
Please see the attached letter which serves as the City of Ocoee’s formal
response to the bid protest email below for RFP 25-003 Pest Control and
Fertilization Services for Athletic Fields.
Thank you,
Shannon
Shannon Hopper, CPPB
Purchasing Technician II
City of Ocoee
1 N. Bluford Avenue
Ocoee, FL 34761
(PH: 407-905-3100 x 1524
*E-mail: shopper@ocoee.org
Website: www.ocoee.org
Florida has a very broad public records law (F.S. 119). As a result, any written communication created
or received by City of Ocoee officials and employees will be made available to the public and media,
upon request, unless otherwise exempt. Additionally, under Florida Law email addresses are public
records.
From: Hopper, Shannon
Sent: Tuesday, April 1, 2025 4:41 PM
To: 'Peltier, John' <JohnPeltier@trugreenmail.com>
Subject: RE: Evaluation committee form rankings
Good afternoon, John:
Page 170 of 821
I wanted to acknowledge receipt of your bid protest on behalf of TruGreen
in the email below and will provide a formal answer to the protest within
the protest procedure timeline stated in the RFP Documents.
Thank you,
Shannon
Shannon Hopper, CPPB
Purchasing Technician II
City of Ocoee
1 N. Bluford Avenue
Ocoee, FL 34761
(PH: 407-905-3100 x 1524
*E-mail: shopper@ocoee.org
Website: www.ocoee.org
Florida has a very broad public records law (F.S. 119). As a result, any written communication created
or received by City of Ocoee officials and employees will be made available to the public and media,
upon request, unless otherwise exempt. Additionally, under Florida Law email addresses are public
records.
From: Peltier, John <JohnPeltier@trugreenmail.com>
Sent: Monday, March 31, 2025 7:33 AM
To: Hopper, Shannon <SHopper@ocoee.org>
Subject: Evaluation committee form rankings
Good morning Shannon,
I just wanted to reach out after reviewing the evaluation forms. I was a little shocked at the
results regarding the qualifications because I don’t feel there is a company out there that has
more experience and qualifications than TG. We have been in business more than 50 years,
and have over 125 total years’ experience combined, and yet one evaluator gave us a score of
20 out of 50 and our qualification scores ranged from 20 to 50. How is that even possible when
the other companies who submitted bids have far less experience than TG? Was there a
specific reason our qualification/experience numbers were so low?
Sincerely!
JP
Page 171 of 821
John Peltier
SR.Business Development Representative
johnpeltier@trugreenmail.com
Cell 407-466-4183
Fax 901-251-6294
CONFIDENTIALITY NOTICE: The information contained in this e-mail, including any
attachment(s), is confidential information that may be privileged and exempt from
disclosure under applicable law. If the reader of this message is not the intended
recipient, or if you received this message in error, then any direct or indirect disclosure,
distribution or copying of this message is strictly prohibited. If you have received this
message in error, please notify TruGreen by calling (800) 456-5296 and by sending a
return e-mail, delete this message, and destroy all copies, including attachments.
Page 172 of 821
Page 173 of 821
Page 174 of 821
Page 175 of 821
Pa
g
e
1
7
6
o
f
8
2
1
Pa
g
e
1
7
7
o
f
8
2
1
Pa
g
e
1
7
8
o
f
8
2
1
Pa
g
e
1
7
9
o
f
8
2
1
Pa
g
e
1
8
0
o
f
8
2
1
Pa
g
e
1
8
1
o
f
8
2
1
Pa
g
e
1
8
2
o
f
8
2
1
Pa
g
e
1
8
3
o
f
8
2
1
Pa
g
e
1
8
4
o
f
8
2
1
Page 185 of 821
Page 186 of 821
Page 187 of 821
Page 188 of 821
Pa
g
e
1
8
9
o
f
8
2
1
Page 190 of 821
Page 191 of 821
Page 192 of 821
Page 193 of 821
Page 194 of 821
Page 195 of 821
Page 196 of 821
Page 197 of 821
Page 198 of 821
Page 199 of 821
Pa
g
e
2
0
0
o
f
8
2
1
Page 201 of 821
Page 202 of 821
Page 203 of 821
Page 204 of 821
Page 205 of 821
Page 206 of 821
Page 207 of 821
Page 208 of 821
Page 209 of 821
Page 210 of 821
Page 211 of 821
From:Michelle Garretson
To:Hopper, Shannon
Cc:David Espey
Subject:RE: RFP 25-003 - Request for Notarized Forms
Date:Monday, March 17, 2025 8:10:55 AM
Attachments:image002.png
image003.png
Company information.pdf
Non-Collusion.pdf
Human Trafficking .pdf
Company Not an Entity of Foreign Country.pdf
E-Verify.pdf
Good morning, Shannon,
The notarized pages are attached. I apologize for missing this.
Let me know if you need anything else.
Thank you,
Michelle Garretson
Contract Coordinator
Accounts Receivable
Lake Jem Farms
Creative Walls and Landscaping
352-415-0825
From: Hopper, Shannon <SHopper@ocoee.org>
Sent: Thursday, March 13, 2025 5:56 PM
To: Michelle Garretson <mgarretson@ljfholdco.com>; David Espey <despey@lakejemfarms.com>
Subject: RFP 25-003 - Request for Notarized Forms
Importance: High
Good afternoon, Michelle and David:
The forms listed below in bold which were submitted with Lake Jem Farms’
proposal are missing the completed notary section. I see where the state
Page 212 of 821
and county are filled in on the forms, but the rest of the notary section is
not complete. Please email the notarized forms to me by 5:00 p.m. on
Tuesday, March 18, 2025.
Company Information/Signature Sheet
Non-Collusion Affidavit
Company Not an Entity of Foreign Country of Concern
Human Trafficking Affidavit
Contractor’s E-Verify Affidavit
Thank you,
Shannon Hopper, CPPB
Purchasing Technician II
City of Ocoee
1 N. Bluford Avenue
Ocoee, FL 34761
(PH: 407-905-3100 x 1524
*E-mail: shopper@ocoee.org
Website: https://link.edgepilot.com/s/1aec7a47/78sZB8VxRE_VWSNdSHLQ3Q?
u=http://www.ocoee.org/
Florida has a very broad public records law (F.S. 119). As a result, any written communication created
or received by City of Ocoee officials and employees will be made available to the public and media,
upon request, unless otherwise exempt. Additionally, under Florida Law email addresses are public
records.
Page 213 of 821
Page 214 of 821
Page 215 of 821
Page 216 of 821
Page 217 of 821
Page 218 of 821
Page 219 of 821
Page 220 of 821
Page 221 of 821
Page 222 of 821
Page 223 of 821
Page 224 of 821
Page 225 of 821
Page 226 of 821
Page 227 of 821
Page 228 of 821
Pa
g
e
2
2
9
o
f
8
2
1
Page 230 of 821
Page 231 of 821
Page 232 of 821
Page 233 of 821
Page 234 of 821
Page 235 of 821
Page 236 of 821
Page 237 of 821
Page 238 of 821
Page 239 of 821
Page 240 of 821
Page 241 of 821
Page 242 of 821
Page 243 of 821
Page 244 of 821
Page 246 of 821
Page 248 of 821
Page 250 of 821
Page 252 of 821
Page 254 of 821
Page 256 of 821
Page 258 of 821
Page 260 of 821
Page 262 of 821
Page 263 of 821
Protex Lawn & Pest Control was established in 2016. We have maintained
properties all across Central Florida and out to the East Coast beach areas as well. We not
only work on 100’s of residential customers properties, but we also handle commercial,
municipal, and sports turf. We are a small local family-owned business, and we can
handle lawns, GHP, and termite control. We operate out of our shop in Zellwood, Florida
and currently have 7 full time employees. We schedule and run our company utilizing the
Jobber software platform, so we are eNicient in everything we do and diligent note takes
which accompany every invoice.
We pride ourselves and having a full program we utilize to keep our lawns green and
weed free all year. We do not skimp on the proper products to save money. We are always
proactive and don’t believe in waiting for a problem to occur to act.
Page 264 of 821
Sta%ing and Key roles:
Reginald Pinard – President
Please see attached resume.
Robert Keller – Operations Manager
Please see attached Resume
Bradley Kimmel - Commercial Lead Technician (assigned to this contract)
Bradley has over three years’ experience working in the field as a Commercial and
Sports turf technician for our company.
Page 265 of 821
Reginald Pinard
Tavares, Florida
Experience:
September 2024 to Present
President
Protex Lawn & Pest control, LLC
Oversees strategic purchases
Manages Executive team
Coordinates Sales & Marketing
November 2010 to August 2024
V/P Operations
Helping Hand Lawn Care, LLC
Oversaw 17 maintenance crews, 3 spray technicians, 6 irrigation technicians, and three
install crews.
Managed day to day operations
Had 5 direct reports.
Helped grow Branch over 33% from 2023 to 2024
January 2008 to October 2010
Spray Technician
Trugreen
Licenses/Certifications:
Lawn and Ornamental Fertilization and Pest Control Operator
Aquatic License
Fertilizer License
Best Management Practices
John Deere Tractor Certified
STIHL two cycle certified operator
OSHA Certified
CPR
Page 266 of 821
Robert J. Keller
533 Windridge Pl
Tavares, FL 32778
352-298-6271
Robert@protexlawn.com
Professional Summary
Experienced pest control professional with over 20 years in the industry, specializing in
termite inspections, pest management, and operations leadership. Proven ability to
manage teams, optimize service routes, and ensure regulatory compliance. Strong
expertise in commercial and residential pest control solutions with a commitment to
customer satisfaction and operational efficiency.
Professional Experience
Protex Lawn and Pest Control – Oviedo, FL
Certified Operator & Operations Manager (September 2024 – Present)
• Oversee daily operations, ensuring efficiency and compliance with industry
regulations.
• Manage and train technicians to uphold high service standards.
• Develop and implement strategic plans to improve customer satisfaction and business
growth.
Senior Commercial Route Manager (January 2016 – September 2024)
• Managed high-value commercial accounts, providing top-tier pest control solutions.
• Trained and supervised technicians to ensure service excellence.
• Developed optimized route schedules to maximize efficiency and customer service.
Florida Pest Control – Orlando,FL
Termite Department Supervisor (December 2013 – December 2015)
• Led the termite division, overseeing inspections, treatments, and technician training.
• Ensured compliance with state and federal pest control regulations.
• Provided customer education and developed strategies to enhance service offerings.
Termite Technician (January 2007 – December 2013)
• Conducted termite inspections and implemented treatment plans.
• Assisted in customer education on prevention and treatment options.
• Maintained compliance with industry standards and safety protocols.
Keys Pest Control – Key West, FL
Page 267 of 821
Pest Control Technician & Termite Inspector (October 2003 – December 2006)
• Provided general pest control services and termite inspections.
• Assisted in developing treatment plans for residential and commercial properties.
• Delivered excellent customer service and educated clients on pest prevention.
Certifications & Licenses
• Certified Pest Control Operator – L&O, General house hold pest and rodent control,
Termite and other WDO. Florida
• Florida BMP certificate, Limited commercial/urban fertilizer certification
Skills & Expertise
• Pest and termite control solutions
• Commercial route management
• Team leadership and training
• Regulatory compliance
• Customer relations and education
• Operations management
Education
Tavares High school August 1999- May 2002
High school diploma
Page 268 of 821
Licensed Pesticide Applicator Detail
Print Close
Applicator's Name City, State
KIMMEL, ZAKERY DELTOBA,FL
License No.License Status License Type:
LF361707 Normal Limited Urban Landscape
Commercial Fertilizer
License Categories
Original Issue Date Last Issue Date Expiration Date
2/7/2025 2/7/2025 2/7/2029
Company Name
Agent Count: 0
2/11/25, 7:32 AM Licensed Pesticide Applicator Detail
https://aessearch.fdacs.gov/PersonDetail.asp 1/2Page 269 of 821
Licensed Pesticide Applicator Detail
Print Close
Applicator's Name City, State
KIMMEL, BRADLEY SCOTT WINTER SPRINGS,FL
License No.License Status License Type:
LF312293 Normal Limited Urban Landscape
Commercial Fertilizer
License Categories
Original Issue Date Last Issue Date Expiration Date
6/15/2021 6/15/2021 6/15/2025
Company Name
Agent Count: 0
2/11/25, 7:32 AM Licensed Pesticide Applicator Detail
https://aessearch.fdacs.gov/PersonDetail.asp 1/2Page 270 of 821
Licensed Pesticide Applicator Detail
Print Close
Applicator's Name City, State
KELLER, ROBERT JAMES TAVARES,FL
License No.License Status License Type:
LF293469 Normal Limited Urban Landscape
Commercial Fertilizer
License Categories
Original Issue Date Last Issue Date Expiration Date
12/18/2019 2/14/2024 12/18/2027
Company Name
PROTEX LAWN AND PEST CONTROL INC
Agent Count: 0
2/11/25, 7:30 AM Licensed Pesticide Applicator Detail
https://aessearch.fdacs.gov/PersonDetail.asp 1/2Page 271 of 821
Licensed Pesticide Applicator Detail
Print Close
Applicator's Name City, State
PINARD, REGINALD LARRY SORRENTO,FL
License No.License Status License Type:
CM23179 Normal Commercial RUP Applicator License
License Categories
Aquatic Pest Control
Original Issue Date Last Issue Date Expiration Date
9/24/2014 2/9/2023 9/30/2026
Company Name
Agent Count: 0
2/11/25, 7:28 AM Licensed Pesticide Applicator Detail
https://aessearch.fdacs.gov/PersonDetail.asp 1/2Page 272 of 821
Detail Information
Close Print
Name:License:
PROTEX LAWN AND PEST CONTROL LLC JB360159
Original Issue Date:Issue Date:Expiration Date:Status
2/12/2025 2/12/2025 8/31/2025 Normal
License Categories:
Pest Control Company
Address
5690 W JONES AVW
ZELLWOOD, FL 32798
Phone
407-542-0044
Company Employees
Please click a name to view the details.
Name License Num
KELLER,ROBERT JAMES JE138458
KELLER,ROBERT JAMES JF354472
KELLER,ROBERT JAMES LF293469
KIMMEL,BRADLEY SCOTT JE301345
KIMMEL,BRADLEY SCOTT LF312293
KIMMEL,ZAKERY JE362002
3/10/25, 1:04 PM Licensed Pest Control Company Detail
https://aessearch.fdacs.gov/CompanyDetail.asp 1/2Page 273 of 821
KIMMEL,ZAKERY LF361707
Employee Count 7
3/10/25, 1:04 PM Licensed Pest Control Company Detail
https://aessearch.fdacs.gov/CompanyDetail.asp 2/2Page 274 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 20
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s)
filed by or against the Respondent in the past five (5) years that is related to the services
that the Respondent provides in the regular course of business. The summary shall state
the nature of the litigation, claim, or contact dispute, a brief description of the case, the
outcome or projected outcome, and the monetary amounts involved. If none, please so
state. (Attach additional sheets, if necessary)
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
24. ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No._____________ Dated _____________________
No._2___________ Dated __2/19/25_____________
No._3___________ Dated ___2/25/25___________
No._4___________ Dated __3/6/2_______________
25. SUBCONTRACTORS:
THE SUCCESSFUL RESPONDENT SHALL NOT EMPLOY SUBCONTRACTORS
WITHOUT THE ADVANCE WRITTEN PERMISSION OF THE CITY.
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
By submitting a proposal, Respondent certifies that it has investigated any
subcontractor/temporary worker agency listed and has received and has in the
Respondent’s files evidence that each subcontractor/temporary worker agency
maintains a fully-equipped organization capable, technically and financially, of
performing the pertinent work and that the subcontractor/temporary agency has done
similar work in a satisfactory manner.
26. EQUIPMENT LISTING:
Provide the year, make and model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
__________________________________________________________________
None
1 2/13/2025
None
3 Steel Green Ride one Spreader sprayers
12 battery back pack sprayers
3 Chevy/Dodge Vans
Page 275 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 21
27. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK:
Respondent shall provide a minimum of three (3) separate references of current or
previous contracts with a similar scope of work to the requested services of this RFP,
within the past five (5) years, preferably with a governmental agency. Respondent must
demonstrate the ability to perform services of similar complexity, nature, and size. For
each previous contract. Respondent must provide a description of the scope, its location,
contract dates, and a contact person willing and able to discuss the Respondent’s
performance for that contract. Letters of References may also be provided. Only
contracts for which the Respondent was the prime contractor will be considered to be
relevant. Attach additional sheets if necessary.
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency:____________________________________________________
Agency’s Point of Contact: Name and Title: __________________________________
Phone number: __________________________________
Email address: __________________________________
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency:_________________________________________________________
Agency’s Point of Contact: Name and Title: ___________________________________
Phone number: ________________________________
Email address: ________________________________
Name of Project: __________________________________________________________
Project Details: __________________________________________________________
__________________________________________________________
Start date: ________________ Completion date: ________________
Contract amount: _________________________________________
Awarding Agency: ________________________________________________________
Agency’s Point of Contact: Name and Title: ___________________________________
Phone number: ________________________________
Email address: ________________________________
Does Respondent have any similar work in progress at this time? Yes___ No ___
Bank or other financial references:
__________________________________________________________________
__________________________________________________________________
__________________________________________________________________
The Masters Academy - Ball Fields
Fertilization & Pest Control on Ball Fields
06/01/2024 Ongoing
$9,100.00
The Masters Academy
Trevor Berryhill
Trevorberryhill@mastersacademy.org
407-971-2221 Ext. 1246
Multiple Projects (Fertilization & Pest Control)
Lawn & Ornamental Fertilization & Pest Control Services
10/01/2020 Ongoing
Varies based on purchase orders
Brightview
Dustin Maffioli
407-493-1663
dustin.maffioli@brightview.com
Waterford Lakes HOA
Lawn & Ornamental Fertilization & Pest Control Services
12/6/2017 Ongoing
$100,000.00
Waterford Lakes HOA
Jessica Gomez Manager
407.380.3803
Jessica.Gomez@fsresidential.com
X
Truist Bank
Page 276 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 22
28. EXCEPTIONS:
Does Respondent have any Exceptions to the Scope of Work or terms of the Contract
Documents? Yes _____ No ______
List any exceptions Respondent has to this scope of work or contract terms. Exceptions
will not be considered after the bid has been awarded. The City reserves the right to
accept or reject any requested exceptions. If Respondent leaves this question blank,
Respondent agrees it has no exceptions.
29. SUBMITTALS:
The City of Ocoee requests comprehensive responses to every section within this RFP.
To facilitate the review of the responses, Respondents s hould follow the described
proposal format. The intent of the proposal format requirements is to expedite review
and evaluation. It is not the intent to constrain Respondents with regard to content, rather
to ensure the specific requirements set forth in this RFP are addressed in a uniform
manner amenable to review and evaluation; any missing information will be evaluated
accordingly.
Submissions should be limited to a total of fifty (50) 8.5”x 11” pages (excluding front
and back covers, dividers, and all forms included in this RFP), single -sided, portrait
orientation, 12-point font. The page limit applies to the material contained in Sections 1
and 2 of the proposal, as described below. The person signing the proposal on behalf
of the Respondent shall have the legal authority to bind the Respondent to the submitted
proposal.
In order to simplify the review process and obtain the maximum degree of comparison,
the Respondent should provide the following content when responding to the RFP .
Section 1 – Company Information
•Company’s history, number of years in business, etc.
•List of all company’s key staff, their qualifications, their role for this contract,
and a copy of each key staff’s resume for the past five (5) years.
•Copies of company and employee certifications, current and active
licenses and registrations with regulatory agencies, professional
organizations, etc., including all Licenses as required for chemical
application from State of Florida Department of Agriculture and Consumer
Services, Pesticide Certification Office.
•List of company’s equipment type and quantity to be used for this contract.
See Sections 26.
Section 2 – Company Experience/References
•Provide a minimum of three (3) separate references of current or previous
contracts with a similar scope of work to the requested services of this RFP,
within the past five (5) years, with other public or private agencies.
Respondent must demonstrate the ability to perform services of similar
complexity, nature, and size as those required in this RFP. See Section 27.
X
Page 277 of 821
More information on our treatment approach to sports turf:
Insect control, weed control, and disease control in Bermuda turf should be
applied at the appropriate time using the correct insecticide, herbicide and
fungicide to target the specific problem you are facing.
Mole Crickets:
Mole crickets should be treated from April to May and August to September.
Systemic insecticides such as Meritt or fipronil are the most effective
methods of control, as contact insecticides like bifenthrin do not provide
long-term residual protection.
Sod Webworm:
Sod webworm should be treated from June to September. While bifenthrin
offers some control, it does not provide residual protection against new
infestations. A superior option for controlling both sod webworm and
armyworm is Acelapryn, a systemic insecticide that offers long-term control.
Page 278 of 821
Disease Control:
Disease control in Bermuda turf can be challenging and requires proper
application, timing, and the use of specialty fungicides. Disease control
should be applied from March to October, utilizing fungicides such as
Heritage, Spectator, and Eagle. These high-quality, specialty fungicides
provide the best curative and preventative options for controlling diseases
such as dollar spot, brown patch, and pythium root rot.
Pre-Emergent Herbicide Application:
Applying pre-emergent herbicides at the appropriate time is crucial. The
ideal time to apply pre-emergent herbicides is from January to April and
September to October. Products like Barricade and Specticle offer the best
control in preventing new weeds from germinating.
Post-Emergent Herbicide Application:
Post-emergent herbicide application should be applied when weeds
are actively growing. The ideal time to apply post-emergent herbicides is
from March to October. This is the most effective time to control broadleaf,
sedge, and grassy weeds that have sprouted from the soil. Herbicides such
as Celsius WG, Certainty, Dismiss, Speedzone, and Trimec will control
broadleaf and sedge weeds, while products like Drive XLR8 and Fusillade will
target grassy weeds.
Page 279 of 821
EXHIBIT "C"
PRICE PROPOSAL FORM
RFP #25-003 PEST CONTROL AND FERTILIZATION SERVICES
FOR ATHLETIC FIELDS
Map
Location
No.LOCATION ACREAGE SERVICES
ANNUAL COST PER
LOCATION PER SCHEDULE
IN APPENDIX A
1
Bill Breeze Park
1 Multi-Purpose Field
125 N. Lakeshore Dr.1.4
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
2
Bob Sorenson Fields
2 Baseball Fields
1755 Adair St.4.1
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
3
Jim Beech Recreation Complex
2 Soccer Fields
1820 A.D. Mims Rd.5.1
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
4
Vandergrift Central Park
3 Baseball Fields, 1 Football Field
560 Flewelling Ave.4.5
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
5
Vignetti Park
2 Baseball/Softball Fields
1910 Adair St. 1.6
Insecticide,
Preemergent Herbicide,
Fungicide, Herbicide, and
Fertilizer $
$
Proposed Insecticide: ____________________________________________________________
Proposed Preemergent: ____________________________________________________________
Proposed Fungicide: ____________________________________________________________
Proposed Herbicide: ____________________________________________________________
Proposed Fertilizer: ____________________________________________________________
Respondent (Company Name): ____________________________________________________________
Prepared By: ____________________________________________________________
TOTAL PROPOSED ANNUAL COST OF ALL LOCATIONS:
Protex Lawn & Pest Control, LLC
Elder Ripper
6,983.00
10,059.00
10,059.00
13,966.00
22,071.50
63,138.50
Acelapryn, Talstar, Merrit, and Top Choice
Barricade, Spectacle Flo
Heritage, Eagle, Spectator
Broad Leaf /Sedge Control: Trimex, Celsius wg, Dismiss
Lesco 24-2-11 Slow Relaease Granular
Page 280 of 821
EXHIBIT “E”
Addendum 03 -RFP 25-003 Pest Control and Fertilization Services for Athletic Fields
EXHIBIT “E”
RESPONDENT’S PROPOSED BERMUDA TURFGRASS
APPLICATION PROGRAM SCHEDULE
Month Insecticide
Preemergent
Herbicide Fungicide Herbicide Fertilizer
January
February
March
April
May
June
July
August
September
October
November
December
Includes: Bill Breeze Park multi- purpose field, Bob Sorenson fields 1 & 2, Jim Beech
Recreation Soccer fields 1 & 2, Vandergrift Central Park fields 1,2,3 & football field,
Vignetti Park fields 1 & 2
PROPOSED CHEMICAL BRANDS:
Insecticide:
Preemergent Herbicide:
Fungicide:
Herbicide:
Fertilizer:
Fertilizer Application Rate: lb(s) per sq. ft.
Respondent (Company Name):
Prepared By:
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment Treatment
Treatment
Treatment
Treatment
Treatment Treatment
Treatment
Treatment
Treatment
Treatment
Treatment
Treatment Treatment
Acelapryn, Talstar, Merrit, and Top Choice
Barricade, Spectacle Flo
Heritage, Eagle, Spectator
Broad Leaf /Sedge Control: Trimex, Celsius wg, Dismiss
Protex Lawn & Pest Control, LLC
Elder Ripper
1 1,000
Lesco 24-2-11 Slow Release Granular, Lesco T&O Micronutrients Blackout Compliant
Page 281 of 821
Page 282 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 37
DRUG-FREE WORKPLACE CERTIFICATION
The undersigned Bidder, in accordance with Florida Statute 287.087 , hereby certifies
that it has a drug-free workplace program. In order to have a drug-free workplace
program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, and available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractu al services
that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition
of working on the commodities or contractual services that are under bid, the
employee will abide by the terms of the statement and will notify the employer of any
conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or
of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's community,
by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Bidder:
Signature
By:
(Print or Type Name)
Title:
Date:
Protex Lawn & Pest Control, LLC
Elder Ripper
Manager
2/18/2025
Page 283 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 38
CONFLICT OF INTEREST DISCLOSURE FORM
Award of this contract is subject to the provisions of Chapter 112, Florida Statutes, and all applicable
federal, state, and local laws. All Bidders must disclose within their bid: the name of any City of Ocoee
employee, Mayor or City Commissioner, other City Official, or City Consultants, who owns assets or
capital stock, directly or indirectly, in the Bidder’s firm or any of its branches, or would directly or indirectly
benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of
his or her immediate family.) Bidder certifies that no member of the entity’s owner ship or management
is presently applying for an employee position or actively seeking an elected position with the City. In
the event that a conflict of interest is identified in the provision of services, Bidder agrees to immediately
notify the City in writing.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for the City Commission, Staff, and other key City employees and consultants involved in the
award and administration of this contract.
According to Chapter 112, Florida Statutes, the term “conflict of interest” “means a situation in which
regard for a private interest tends to lead to disregard of a public duty or interest”, and refers to situations
in which financial or other personal considerations may adversely affect, or have the appearance of
adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in
administration, management, instruction, research, or other professional activities.
Please check one of the following statements and attach additional documentation if necessary:
____ To the best of our knowledge, the undersigned firm has no potential conflict of interest for this RFP.
____ The undersigned firm, by attachment to this form, submits information which may be a potential
conflict of interest for this RFP.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
X
Protex Lawn & Pest Control, LLC
Elder Ripper Manager
2/18/2025
Page 284 of 821
Page 285 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 40
CERTIFICATION OF NONSEGREGATED FACILITIES
Bidder certifies that he/she does not maintain or provide for its employees any segregated
facilities at any of its establishments, and that employees are not permitted to perform their
services at any location, under this control, where segregated facilit ies are maintained.
Bidder certifies further that it will not maintain or provide for employees any segregated
facilities at any of its establishments, and that Bidder will not permit its employees to perform
their services at any location under Bidder’s control where segregated facilities are
maintained. Bidder agrees that a breach of this certification will be a violation of the Equal
Opportunity clause in any contract resulting from acceptance of this Bid. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms
and other storage and dressing areas, parking lots, drinking fountains, recreation or
entertainment area, transportation, and housing facilities provided for employees on the
basis of race, color, religion, or national origin, because of habit, local custom, or otherwise.
Bidder agrees that (except where Bidder has obtained identical certification from proposed
subcontractors for specific time periods) Bidder will obtain identical certifications from
proposed subcontractors, if any, prior to the award of subcontracts exceeding $10,000 which
are not exempt from the provisions of the Equal Opportunity clause, and that Bidder will
retain such certifications in its files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246,
and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity
for all persons and implementations of rules and regulations prescribed by the United States
Secretary of Labor are incorporated herein.
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Date , 20___.
By:
(Title)
Official Address (including Zip Code):
2/17 25
Manager
5960 West Jones Ave Zellwood Fl 32798
Page 286 of 821
RFP 25-003 Pest Control and Fertilization Services for Athletic Fields 41
CERTIFICATION REGARDING SCRUTINIZED COMPANIES’ LISTS
Bidder certifies that the company is not participating in a boycott of Israel. Bidder certifies
that Bidder is not on the Scrutinized Companies that Boycott Israel List, not on the
Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with
activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations
in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of
the Florida Statutes. In the event that Bidder is unable to provide such certification but still
seeks to be considered for award of this solicitation, Bidder shall, on a separate piece of
paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall
furnish together with its proposal a duly executed written explanation of the facts supporting
any exception to the requirement for certification that it claims unde r Section 287.135 of the
Florida Statutes. Bidder agrees to cooperate fully with the City in any investigation
undertaken by the City to determine whether the claimed exception would be applicable.
City shall have the right to terminate any contract resulting from this solicitation for default if
Bidder is found to have submitted a false certification, or to have been placed on the
Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized
Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or
Syria.
Bidder: ___________________________________
By:__________________________________________________
(Authorized Signature)
Printed Name and Title:___________________________________
Date:_________________________________________________
Protex Lawn & Pest Control, LLC
Elder Ripper Manager
2/18/2025
Page 287 of 821
Page 288 of 821
Page 289 of 821
Page 290 of 821
From:Norman
To:Hopper, Shannon
Subject:Re: RFP 25-003 - Request for Protex" Proof of E-Verify Registration
Date:Friday, March 14, 2025 1:51:08 PM
Attachments:image001.png
Protex Everify.pdf
On Fri, Mar 14, 2025 at 1:50 PM Norman <protexlpc@gmail.com> wrote:
Sorry about that. Here you go.
On Fri, Mar 14, 2025 at 12:14 PM Hopper, Shannon <SHopper@ocoee.org> wrote:
Good afternoon, Elder:
Please email me the proof of E-Verify registration for Protex as it was
not attached to the E-Verify Affidavit in the proposal for RFP 25-003.
Please email the registration to me by 5:00 p.m. on Tuesday, March
18, 2025.
Thank you,
Shannon Hopper, CPPB
Purchasing Technician II
City of Ocoee
1 N. Bluford Avenue
Ocoee, FL 34761
(PH: 407-905-3100 x 1524
*E-mail: shopper@ocoee.org
Website: https://link.edgepilot.com/s/84053b35/oFkIMshl_064IhbP2JjLUw?
u=http://www.ocoee.org/
Page 291 of 821
Florida has a very broad public records law (F.S. 119). As a result, any written communication
created or received by City of Ocoee officials and employees will be made available to the public
and media, upon request, unless otherwise exempt. Additionally, under Florida Law email addresses
are public records.
Page 292 of 821
My Company Account
My Company Pro le
Company Information
Company Name
Protex Lawn & Pest Control, LLC
Company ID
2647730
Employer Identification Number (EIN)
922267458
DUNS Number
---
NAICS Code
811
Doing Business As (DBA) Name
---
Enrollment Date
Sept 01, 2024
Unique Entity Identifier (UEI)
---
Total Number of Employees
5 to 9
Sector
Other Services (Except Public Administration)
Subsector
An o icial website of the United States government Here’s how you know
Menu
3/14/25, 1:44 PM My Company Profile | E-Verify
https://everify.uscis.gov/account/company/profile 1/33DJH4RI4
Edit Company Information
Employer Category
Employer Category
None of these categories apply
Edit Employer Category
Repair and Maintenance
Company Addresses
Physical Address
5960 W. Jones Ave.
Zellwood, FL 32798
Mailing Address
PO Box 1704
Sorrento, FL 32776
Hiring Sites
Edit Hiring Sites
Number of Sites
1
3/14/25, 1:44 PM My Company Profile | E-Verify
https://everify.uscis.gov/account/company/profile 2/3Page 294 of 821
U.S. Department of Homeland Security U.S. Citizenship and Immigration Services
Accessibility Plug-ins Site Map
Edit Company Addresses
Memorandum of Understanding
View Current MOU
Terms of Service
View E-Verify+ Terms of Service
Company Access
My Company is configured to:
Verify Its Own Employees
My Company has enabled:
E-Verify+
E-Verify+ enabled by:
Elder Ripper (Sept 01, 2024)
3/14/25, 1:44 PM My Company Profile | E-Verify
https://everify.uscis.gov/account/company/profile 3/33DJH4RI4