Skip to main content
Comptroller Main Webpage

The Clerk of the Board is responsible for keeping accurate minutes and maintaining Board records for each Board of County Commissioner (BCC) and Value Adjustment Board (VAB) meeting. In addition, every 4 years, the Clerk of the Board office provides staff support to the Charter Review Commission (CRC) appointed by the BCC. Please contact our office if you need an accessible version of documents on this page, and one will be provided.

Selection options are described below:

1. To search BCC records by meeting date and/or a specific term between September 23, 1869 and December 14, 2010, view the 'BCC Meetings' page.

2. To view BCC records by meeting date between January 4, 2011 through September 22, 2016, scroll down to locate the BCC meeting date.

3.
To search BCC records by a specific term between October 4, 2016 through Present, select the 'Search Records' tab.      

4.    To view VAB records by meeting date between June 20, 2013 through August 21, 2018, scroll down to locate the VAB meeting date. 

5.    To search CRC regular business meeting records by a specific term between February 25, 2019 through Present, select the 'Search Records' tab.

File #: 25-178    Version: 1 Name:
Type: Procurement Status: Passed
File created: 1/10/2025 In control: Administrative Services Department
On agenda: 2/11/2025 Final action: 2/11/2025
Title: Approval to award Invitation for Bids Y24-102-JA, Landscape Services for Orange County Fire Rescue Locations, to the low responsive and responsible bidder, Unique Designs Professional Services, Inc., in the estimated contract award amount of $891,230 for a 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, M/WBE participation sub-contract agreements, State Division of Corporations registration, E-verify, insurance and bonds, further request 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. ([Fire Rescue Department Logistics Division] Procurement Division)
Attachments: 1. 102 E - Landscape Services for OC Fire Rescue Locations

Interoffice Memorandum

 

DATE: January 10, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: John Westmoreland, Division Chief of Logistics, Fire Rescue Department

 

PHONE: 407-836-7178

 

SUBJECT: Award of Invitation for Bids Y24-102-JA, Landscape Services for Orange County Fire Rescue Locations

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y24-102-JA, Landscape Services for Orange County Fire Rescue Locations, to the low responsive and responsible bidder, Unique Designs Professional Services, Inc., in the estimated contract award amount of $891,230 for a 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, M/WBE participation sub-contract agreements, State Division of Corporations registration, E-verify, insurance and bonds, further request 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. ([Fire Rescue Department Logistics Division] Procurement Division)

body


PROCUREMENT:

This contract will provide landscaping at 48 County fire stations. This work includes mowing, tree trimming, irrigation repair, and fertilization.

FUNDING:

Funding is available in account number 1009-034-0672-3810.

APPROVALS:

The Fire Rescue Facilities Division and the Business Development Division concur with this request.

REMARKS:

Eleven bids were received in response to this Invitation for Bids (IFB) and were evaluated for price reasonableness, responsiveness, and responsibility.  A.L.G. Landscaping and Concrete Work Inc. was deemed non-responsible for failure to provide sufficient qualifications as required in the IFB. 3L Gardens LLC dba The Garden Professionals and CA Greenside Landscaping LLC withdrew their bids from consideration.

Unique Designs Professional Services, Inc., has met all the requirements identified in the IFB and has a satisfactory record of performance for this type of work, therefore award is recommended to Unique Designs Professional Services, Inc.  

 

The bid tabulation is as follows:

Unique Designs Professional Services, Inc.                                          $891,230

Ayopa Inc.                                                                                                                                                   $1,259,435

Seasonal Effects LLC                                                                                                         $1,271,440

D3 Enviroscape, LLC                                                                                                         $1,314,820

Helping Hand Lawn Care                                                                                                         $1,787,620

Around 2 It Landscape Services Inc.                                                               $1,833,100

Brightview Landscape Services, Inc.                                                               $1,890,081

Aero Groundtek LLC                                                                                                         $1,981,920

A.L.G. Landscaping and Concrete Work Inc.                                          Non-responsible

CA Greenside Landscaping LLC                                                                                    Withdrawn

3L Gardens LLC dba The Garden Professionals                     Withdrawn