Interoffice Memorandum
DATE: July 10, 2025
TO: Mayor Jerry L. Demings
FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Eduardo Avellaneda, M.S., P.E., Manager II, Roads and Drainage Division
PHONE: 407-836-7871
SUBJECT: Award of Invitation for Bids Y25-181-VS Landscape Maintenance for Zellwood Area
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-181-VS, Landscape Maintenance for Zellwood Area, to the low responsive and responsible bidder, Lawnwalker Services, Inc., in the estimated contract award amount of $3,505,700 for the five-year term.
In the event the bidder recommended above fails to achieve timely compliance with pre-award deliverables, as defined in the Invitation for Bids, including, but not limited to, State Division of Corporations registration, E-verify, insurance and bonds, further request Board authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid tabulation herein, to the extent practicable and advantageous to the County. ([Public Works Department Roads and Drainage Division] Procurement Division)
body
PROCUREMENT:
This contract will provide landscape maintenance including mowing (inclusive of edging, herbicide treatment, grass clipping and litter removal, brush control), fertilization of turf, additional litter removal, tree and plant replacement, maintenance of planted beds and trees, removal of dead or fallen trees, straightening of established trees, inlet opening cleaning, and sodding at the Zellwood Area.
FUNDING:
Funding is available in account number 1002 072 2906 3816.
APPROVALS:
The Roads and Drainage Division concurs with this recommendation.
REMARKS:
Thirteen bids were received in response to this Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. BWC Services USA, LLC, Duval Landscape Maintenance, Florida Greenscapes Management, Inc., Hands on Development, Mad Max Concrete, Inc., Premier Lawn Maintenance, LLC, and Total Care Lawn Service LLC were deemed non-responsive for failure to meet the license requirement. A.L.G. Landscaping and Concrete Work, Inc. and Around 2it Landscape Services Inc. were deemed non-responsive for failure to conform to submission requirements. Aero Groundtek LLC and Solscape Services LLC were deemed non-responsible due to failure to meet reference requirements required in the IFB.
Lawnwalker Services, Inc. met the minimum requirements in the IFB and has a satisfactory record of performance from the submitted references. Price reasonableness was established by comparison of previous contract prices, and consideration of current market conditions. Therefore, award is recommended to Lawnwalker Services, Inc.
The bid tabulation is as follows:
Bidder: Estimated Five Year Bid :
Lawnwalker Services, Inc. $3,505,700
Rotolo Consultants, Inc. $7,549,047
BWC Services USA, LLC Non-Responsive
Duval Landscape Maintenance Non-Responsive
Florida Greenscapes Management, Inc. Non-Responsive
Hands on Development Non-Responsive
Mad Max Concrete, Inc. Non-Responsive
Premier Lawn Maintenance, LLC Non-Responsive
Total Care Lawn Service LLC Non-Responsive
A.L.G. Landscaping and Concrete Work Inc. Non-Responsive
Around 2it Landscape Services, Inc. Non-Responsive
Aero Groundtek LLC Non-Responsible
Solscape Services, LLC Non-Responsible