SLED Opportunity · FLORIDA · WALTON COUNTY
AI Summary
Walton County, FL seeks bids for monthly pest control, weed control, and fertilizing services at athletic fields and parks. The contract is for three years with a renewal option. Services must comply with Florida regulations and industry standards. Bids due April 20, 2026.
The proposed project, hereinafter referred to as the “Project” consists of the performance of fertilizing services, as well as weed and pest control maintenance services at specified athletic fields, parks and other properties located throughout Walton County, FL.
Contract Term: Three (3) years with the option to renew for an additional period of three (3) years at the sole discretion of the County.
Services shall be performed on a monthly basis in accordance with the approved service schedule as required by Section 3.1 of this ITB.
NOTICE TO BIDDERS
This Addendum is issued to modify the Invitation to Bid (ITB) documents and shall be considered a part of the Contract Documents. All bidders shall acknowledge receipt of this Addendum in their submission.
REVISION TO BID CLOSING DEADLINE
The Bid Closing Deadline for ITB 26-14 – Pest Control, Weed Control, and Fertilizing Services has been extended as follows:
Previous Deadline: April 20, 2026 at 3:00 PM (Local Time)
Revised Deadline: April 27, 2026 at 3:00 PM (Local Time)
All bids must be submitted electronically through the County’s e-Procurement Portal (OpenGov) prior to the revised deadline.
ADDITIONAL INFORMATION
This extension is issued to provide additional time for vendor participation and submission. All other terms, conditions, specifications, and requirements of the ITB remain unchanged.
ACKNOWLEDGMENT
Bidders shall acknowledge receipt of this Addendum through the OpenGov portal as part of their submission. Failure to acknowledge this Addendum may result in the bid being deemed non-responsive.
Please use the See What Changed link to view all the changes made by this addendum.
Contractor Responsibilities
Contractor shall provide monthly Pest Control, Weed Control, and Fertilization Services for designated athletic fields, park grounds, and other County-managed properties in Walton County, Florida, as identified in the Bid Schedule found in Section 4.
All services shall be performed:
In accordance with standards established by the Institute of Food and Agricultural Sciences (IFAS) at the University of Florida.
Consistent with current turfgrass management best practices.
All products shall be applied in accordance with the product label, using GPS-tracked application systems to ensure accuracy, efficiency, and consistency.
All work shall strictly comply with the Florida Pest Control Act, Chapter 482, Florida Statutes, and Contractor must maintain appropriate licensure throughout the term of the Agreement.
Licensing & Compliance
Contractor shall maintain an active Lawn and Ornamental License issued by the Florida Department of Agriculture and Consumer Services (FDACS), Bureau of Entomology and Pest Control.
All work must be performed in compliance with all applicable federal, state, and local laws and regulations, including:
OSHA
EPA (Title 40 CFR)
EPA/FDACS product labeling
Service Requirements Materials and Equipment
Contractor shall furnish all materials, chemicals, equipment, labor, transportation, and related resources necessary to perform the work described.
Only equipment designed for turf and landscape service shall be used.
All equipment must be:
Well-maintained
In good operating condition
Meeting appropriate safety standards
Equipment shall not be operated in a manner that causes damage to pavement or turf (e.g., ruts, skid marks, tears).
All containers, packaging, and residual materials shall be removed from County property and disposed of off-site in accordance with applicable law including §487.031, Florida Statutes.
Service Locations
Contractor shall provide services at the regularly scheduled service locations identified in Section 4 - Bid Schedule.
Walton County reserves the right to add or remove service locations at any time with written notice.
Billing for deleted sites shall end on the effective date of removal.
Chemical Application Program Scope of Chemical Treatments
Chemical applications shall include, but are not limited to:
Fertilization
Control of lawn pests such as mole crickets, ants, fleas, armyworms, ticks, white grubs, wireworms, chinch bugs, nematodes, spider mites, caterpillars, and aphids
Fungicide applications for diseases including leaf spot and Pythium
Broadleaf, grassy, and sedge weed control
Control Definition:
Control shall be defined as no more than one occurrence of any pest, weed, or disease condition within a given season as delineated below.
| Spring | March, April, May |
| Summer | June, July, August |
| Autumn | September, October, November |
| Winter | December, January, February |
Subsequent occurrences shall be treated at no additional cost to Walton County until eliminated.
Contractor Obligations Personnel and Management
Provide pesticide applicators certified and trained by a recognized state authority to handle and apply required chemical products.
Post all required warning and informational signage in accordance with product labels and applicable regulations.
Maintain all necessary insurance coverage for the duration of the Agreement.
Ensure personnel are trained in safe chemical handling, transportation, application, and disposal consistent with OSHA and applicable federal and state regulations.
Ensure all service personnel meet the County’s background check requirements.
Employ Integrated Pest Management (IPM) methods to protect the public, property, and the environment.
Coordinate all work with the Walton County Facility Maintenance Director and ensure work schedules do not conflict with other activities.
Prior to servicing any newly added site, submit recommended pricing, application schedules, materials, and specifications to the Facility Maintenance Director.
Submit MSDS/SDS information for all chemicals proposed for use in compliance with Florida Statute Chapter 442.
Resolve service and billing discrepancies within five (5) business days of notification.
Respond to unscheduled service calls within five (5) business days and emergency calls within 12 hours.
Notify Walton County of any changes in account management or contact information within five (5) business days.
Perform scheduled services within five (5) business days of the scheduled date; if unable, reschedule with the Department.
Within ten (10) business days of Agreement execution, provide a service schedule for the initial six-month period. Thereafter, updated six-month schedules shall be submitted every six months for the duration of the Agreement.
Turf & Weed Control Standards Weed Control
Contractor shall be responsible for all herbicide applications necessary to keep undesirable plants (e.g., broadleaf, grassy weeds, sedges) at or below acceptable threshold levels.
Applications shall follow recommendations in the University of Florida Pest Control Guides for Turfgrass Managers, including manufacturer dilution and application protocols.
Contractor shall monitor weather and adjust scheduling or use adjuvants as needed to ensure appropriate contact times.
Reapplications necessitated by weather events (i.e., rainfall) shall be performed at no additional cost.
Thresholds:
Broadleaf/Grassy Weeds: More than two (2) weeds per 100 sq. ft. triggers treatment.
Sedge control shall align with standards in IFAS guidance.
Quarterly documented walkthroughs shall be conducted by the Facility Maintenance Director and Contractor to determine threshold status.
Insect Control
Turf shall be inspected bi-weekly during May–August and at each service visit during remaining months for insect damage.
Proper insecticides shall be applied per manufacturer recommendations.
Turf damage resulting from improper chemical application or contractor negligence shall be remedied by the contractor at no cost to Walton County.
Fungicide Control
Fungicide applications shall be applied in accordance with manufacturer guidelines.
Quality Control
Walton County may randomly monitor application rates and collect diluted pesticide samples for independent analysis.
If analysis indicates under-application or ineffective treatment, Contractor shall reapply at no additional cost.
Maintenance Standards
Bermuda turf shall be maintained at a minimum of 90% weed-free level for controllable weeds, including broadleaf, grassy, and sedge species.
Contractor shall coordinate irrigation requirements with the Facility Maintenance Director as needed to support treatment efficacy.
Weed Pest Control Program Objectives
Effectively control infestations of undesirable plants (broadleaf, grassy weeds and sedges) at threshold limits.
Not extend beyond target pests resulting in discoloration or injury to turf stand.
Minimize hazards to humans and non-target organisms.
Threshold for action:
Unacceptable threshold populations exist when:
More than five (5) broadleaf weeds per 100 sq. ft. area, and/or
Five (5) grassy or sedge weeds per 500 sq. ft. area.
Facility Maintenance Director and Contractor shall conduct documented quarterly walkthroughs of each field to determine which fields 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 from Walton County.
Additional Insect Control Requirements
Turf areas shall be checked bi-weekly by the Contractor during May through August, and inspected at each visit for the remaining months for insect damage.
Proper insecticides shall be applied based on the latest recommendations from the Department of Agriculture.
Any turf damage due to improper chemical application or other Contractor negligence shall result in Contractor replacement of damaged areas.
Warning signs will be placed on all treated fields. Each sign must clearly display the application date, written with a weather-resistant industrial marker.
All containers used for mixing or application will be removed from property upon completion of the job.
A review (walk-through inspection) will be conducted by the Facility Maintenance Department Representative and Contractor on each visit to evaluate potential disease, pest, and/or weed damage.
The Contractor will set aside time to communicate and document needs with the Facility Maintenance Department Representative.
The term "Bidder" shall mean one who submits a bid directly to the County, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Responsible and Responsive Bidder" means a person or entity who has submitted a bid which conforms in all material respects to the requirements set forth in the Bidding Documents and has the capability, in all respects, to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will assure good faith performance. The term “Successful Bidder” means the most Responsible and Responsive Bidder with the lowest bid who has been selected for award of the Contract. The term “Contract” shall mean the agreement between the Successful Bidder and the County resulting from this ITB. The term “Contract Documents” include the Service Agreement, Scope of Work, Bid Schedule, and all addenda issued for this solicitation, consisting of information provided in Scope of Work and Attachments sections. The term "Bidding Documents" includes the Invitation to Bid, Instruction to Bidders, Contract Documents and the Bid Form (including all addenda issued prior to receipt of bids). The term “Notice of Award” shall mean the form issued by the Purchasing Department awarding the Contract to the Successful Bidder. The term “Notice to Proceed” shall mean the letter issued by the Purchasing Department notifying Successful Bidder to commence work on the Project.
To demonstrate qualifications to perform the Project, each Bidder shall submit with their bid detailed written evidence of experience completing projects of the nature and scope similar to the project described in this Invitation to Bid, documentation of current commitments, a copy of all applicable occupational and state contractor licenses, and such information as is required in the Vendor Submissions section. Each Bidder must also be prepared to submit within FIVE (5) business days of the County's request, written evidence, such as licenses, financial data, previous experience, present commitments, and other such data as may be requested by the County. Each bid must contain evidence of Bidder's qualification to do business in the State of Florida. Specifically, the Bidder shall have all licenses and permits required by federal, state, and local statutes, regulations, and ordinances.
A mandatory pre-bid conference will be held at NO VALUE on NO VALUE at NO VALUE.
Bidders attending in person must be present at the designated start time of the pre-bid conference and must remain until the conference is adjourned.
Bidders may also attend the mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.
Bidders attending via teleconference are strongly encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the Pest Control, Weed Control, and Fertilizing Services pre-bid teleconference.
Attendance will be confirmed via roll call at no later than 5 minutes after the designated start time and any Bidder not present for the roll call will not be eligible to bid on the project. If joining via teleconference, please keep phones muted until the question and answer portion of the teleconference. All bidders must remain until the conference is adjourned. The County will not accept bids from bidders arriving after attendance is confirmed or departing prior to adjournment of the pre-bid teleconference.
A non-mandatory pre-bid conference will be held at NO VALUE on NO VALUE at NO VALUE.
Bidders may also attend the non-mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.
Bidders attending via teleconference are strongly encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the Pest Control, Weed Control, and Fertilizing Services pre-bid teleconference.
DIRECTING QUESTIONS TO ANY OTHER COUNTY COMMISSIONER, COUNTY EMPLOYEE, PROJECT ENGINEER, OR ANY OTHER PERSON IS PROHIBITED AND WILL RESULT IN A BID BEING DISQUALIFIED. QUESTIONS MUST BE SUBMITTED ON THE COUNTY'S E-PROCUREMENT PORTAL AT https://procurement.opengov.com/portal/waltoncountyfl NO LATER THAN 12:00 pm ON Monday, April 13, 2026. Interpretations or clarifications considered necessary by the County in response to such questions will be issued by Addenda on the County’s e-Procurement portal. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.
The period between the beginning of the advertisement for the Invitation to Bid, and the contract award, or any resulting bid protest is resolved, or the solicitation is otherwise canceled is referred to as the blackout period. During the blackout period any communication regarding the aforementioned solicitations is prohibited between the Bidder (or its agents or representatives) and any other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member, or other persons authorized to act on behalf of the County including the County’s architect, engineer, or their sub consultants, or anyone designated to provide a recommendation to award a particular contract, other than Purchasing Division staff. Each competitive solicitation shall provide notice of the blackout period.
Exceptions to the Blackout Period. The blackout period shall not apply to:
Bid security shall not be required for this solicitation.
Bids submitted in response to this Invitation to Bid shall remain valid and subject to acceptance by Walton County for a period of forty-five (45) calendar days following the bid opening date.
The Successful Bidder shall execute the Contract and provide all required Certificates of Insurance within ten (10) business days after issuance of the Notice of Award, unless otherwise approved in writing by Walton County.
If the Successful Bidder fails to execute the Contract or provide the required Certificates of Insurance within the specified time, Walton County reserves the right to withdraw the Notice of Award and award the Contract to the next lowest responsive and responsible Bidder, or to re-solicit the services if deemed to be in the best interest of the County.
Failure of a Bidder to honor the terms of its bid during the bid validity period may result in the Bidder being deemed non-responsible for the purposes of this solicitation or future County solicitations.
The use of brand names is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. Equipment or materials determined by the County to be substantially equivalent to that equipment or materials specified by brand name will be considered for award.
All bids submitted on e-Procurement Portal will be securely locked and digitally encrypted until the submission deadline passes. Please note that all bids must be submitted prior to 3:00 pm on Monday, April 27, 2026.
Ensure that all required documents and information are complete and accurately provided before submission.
Upon successful submission through the e-Procurement Portal, you will receive a confirmation email acknowledging receipt of your bid.
Bids received after the specified deadline will not be considered.
Thank you for your attention to these submission instructions. Should you have any questions regarding the bidding process or requirements, feel free to contact the Purchasing Department at purchasing@co.walton.fl.us or call 850.892.8176.
All bids shall remain open and subject to acceptance for a period of forty-five (45) calendar days after the date of bid opening, but the County at its sole discretion may release any bid and return the bid security prior to that date.
If the contract is to be awarded, it will be awarded to the Responsible and Responsive Bidder submitting the lowest bid whose evaluation by the County indicates to the County that the award will be in the best interest of the Project. The Notice of Award shall be issued only after approval by the Walton County Board of County Commissioners and upon completion of all required award documentation.
NOTE: Award will be based on the total bid for the base services. Unit pricing for additional locations will not be used for award determination but will be used for contract administration.
No contractual obligation shall exist until the contract has been approved and executed by the Board.
Any person or entity whose bid is rejected, in whole or in part, or who submits a bid but is not awarded the contract, may protest such decision. Written notice of intent to file a bid protest must be submitted with the Purchasing Department or Chief Financial Officer within twenty-four (24) hours after the Board’s declaration of its intention with regard to an award. Written protest must be submitted to Purchasing Director or Chief Financial Officer within ten (10) calendar days after filing written notice of intent.
Each written protest must be accompanied by a bid protest bond in the form of a certified check, cashier’s check, or money order made payable to the Walton County Board of County Commissioners, in an amount equal to 1% of the protestor’s bid received by the County, but in no case less than $500.00.
The condition of the protest bond shall be that, should the protest be determined to be without merit and non-valid, the bond shall be forfeited to the County in its entirety.
A person or an affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendors list.
I hereby certify under penalty of perjury that my business qualifies as a local vendor/contractor in accordance with Walton County Purchasing Policies and Procedures, Procedure No: PP017.
The undersigned, herein defined as the "Bidder," declares that the only persons or parties interested in this bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any employee or official of the County, and that the bid is made without any connection or collusion with any person submitting another bid on this Project.
The Bidder further declares that it has visited the Project site, inspected the plans and specifications, examined all the Contract Documents, and has satisfied itself to the quantities involved, including materials and equipment and the conditions of work involved, including the fact that the description of work and materials, as included herein, is brief and is intended only to indicate the general nature of the Project and to identify the said quantities with the detailed requirements of the Contract Documents, and this bid is made according to the provisions and under the terms of the Contract Documents which are made a part of this bid.
The Successful Bidder shall acknowledge the terms and conditions of the Contract and return a signed Contract to Walton County along with all required Certificates of Insurance (COI) within ten (10) business days after issuance of the Notice of Award, unless otherwise approved in writing by the County.
Upon receipt and approval of the signed Contract and Certificates of Insurance, Walton County will execute the Contract and provide a fully executed copy to the Successful Bidder.
The Successful Bidder shall not commence services until the Contract has been fully executed and the County has issued a Notice to Proceed.
Failure of the Successful Bidder to execute the Contract or provide the required Certificates of Insurance within the specified time may result in the County withdrawing the Notice of Award and proceeding with award to the next lowest responsive and responsible Bidder or taking such other action as deemed in the best interest of the County.
The Successful Bidder shall begin providing services under the Contract within ten (10) business days after issuance of the Notice to Proceed, unless otherwise approved in writing by Walton County.
The term of the Contract shall be five (5) years from the date of complete contract execution, unless terminated earlier in accordance with the terms of the Contract.
Services shall be performed in accordance with the scope of work and service schedule established between the Contractor and Walton County. The Contractor shall coordinate service dates with the County’s designated representative to ensure that all locations are serviced in accordance with the requirements of the Contract.
The Contractor shall perform all services in a timely and professional manner consistent with industry standards and the requirements set forth in the Contract Documents.
If scheduled services are not performed within the required service window established in the Contract, Walton County reserves the right to require corrective service at no additional cost or to deduct the cost of the missed service from the Contractor’s invoice.
The Bidder agrees that any and all applicable federal, state and local sales and use taxes that are incurred by the Bidder are included in the stated bid price for the Project. The County is tax exempt from federal excise and state sales tax.
Please download the below documents, complete, and upload.
By confirming, if awarded the contract, the Bidder agrees to accept as full payment for the work proposed under this Project, as specified in the Bidding Documents prepared by Walton County, and based upon their own estimate of the quantities and costs, including the cost of any necessary fee or permit provided as part of their bid.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Will you be utilizing Surety 2000 for submitting your Bid Bond?
Please enter your Bid Bond information from Surety2000 below.
If you would like to use your preferred surety, please select "No" to the above question.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Identical tie bids: preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie bids will be followed in none of the tied Consultants have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
Please enter your FEIN below.
Please download the below documents, complete, and upload.
Please upload proof of registration from Sunbiz.org.
For purposes of determining any possible conflict of interest, all Bidders must disclose if any Walton County employee(s), elected official(s), or if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business.
Please select "No" if this is a grant-funded, federally-funded or state-funded.
Who provided the construction plans?
Example: Walton County Public Works or Name of the Outside Engineering Firm (Atkins etc.)
Format: Month Date, Year
Example: January 12, 2024
Substantial completion in _____ calendar days after issuance of Notice to Proceed.
Format: NUMBER IN WORDS (#)
Example: ONE HUNDRED FIFTY (150)
Days after issuance of punch list for final completion.
Format: NUMBER IN WORDS (#)
Example: FIFTEEN (15)
Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 )
Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 )
How many days after issuance of NTP must the project start?
Format: NUMBER IN WORDS (#)
Example: TWENTY (20)
Q (Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last? Did the previous incumbent complete the project term? Is this solicitation the same length of time? If previous incumbents exist, when is the contract set to end?
A: Yes, there was a previous incumbent. The prior contractor was PPM Sports Turf LLC, with an annual price proposal of $134,515.95.The scope of work has not changed; however, additional locations have been added, resulting in an increase to the number of sites to be serviced. The previous incumbent completed the full contract term, which was for a period of 1 year. This solicitation differs in duration, as it is being advertised for an initial term of 3 years, with the option to renew for an additional 3 years. The previous contract has concluded and is being re-solicited under the revised term and service requirements.
Q ( Projected start): Is there a projected award and start date?
A: The bid is scheduled to close on April 20, 2026 at 3:00 PM.The award is expected to take place approximately 30 days after the bid closing, following completion of the evaluation process.The anticipated start date will be approximately 30 days after the award to allow time for contract execution.
Q ( Budget): Is there a set budget for this solicitation?
A: Please see question one. No set budget at this time.
Q (Teleconference meeting): what date is the teleconference meeting taking place
A: April 27, 2026, 3:00pm In-Person Bid Opening: Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435 OR Bidders may also attend the pre-bid meeting via teleconference by dialing 850-635-0655 ext. 261217
Q (Vendor Experience):
A: Is the County seeking a vendor with specific experience in maintaining athletic fields and the capacity to service the volume of fields included in this solicitation? Yes. The County expects that any responding vendor possesses demonstrated experience in the maintenance of athletic fields, including pest control, weed control, and fertilization services consistent with industry standards. Additionally, vendors shall have the operational capacity, staffing, equipment, and technical expertise necessary to service the full volume of locations identified in the ITB in accordance with the required service schedule and performance expectations outlined in the Contract Documents. Bidders are responsible for ensuring that their qualifications, experience, and resources are sufficient to successfully perform the scope of services as specified.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.