Interoffice Memorandum
DATE: December 12, 2025
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, FNIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Ray Walls, Deputy Director, Orange County Convention Center
PHONE: 407-685-5684
SUBJECT: Selection of Firm, Request for Proposals Y25-164-AV, Landscape Management and Irrigation at the Orange County Convention Center
RECOMMENDATION:
title
Selection of one firm and three ranked alternates to provide Landscape Management and Irrigation at the Orange County Convention Center, Request for Proposals Y25-164-AV, from the following firms alphabetically:
Aero Groundtek LLC
Arazoza Brothers Corp
Helping Hand Lawn Care, LLC
Yellowstone Landscape-Southeast LLC
Further request Board authorization for the Procurement Division to negotiate and execute a contract in the not-to-exceed amount of $15,359,255.50 for a five-year term.
Further request Board authorization for the Procurement Division to formally terminate negotiations with the top ranked firm, if we are unable to come to a favorable negotiated agreement, and commence negotiations with the next ranked alternate, until a successful negotiation is reached. ([Convention Center Facility Operations Division] Procurement Division)
body
PROCUREMENT:
This contract will provide four diamond exterior landscape management services such as mowing, trimming, cutting, ground cover, weeding, mulching of landscape, and irrigation repairs at the Convention Center.
FUNDING:
Funding is available in account number 4430-035-0922-3810.
DISCUSSION:
Nineteen proposals were received for this Request for Proposals (RFP) and evaluated in accordance with the criteria set forth in the RFP. Brightview Landscape Services, Inc. was deemed non-responsive for qualifying their offer with a range of pricing. D4A Services, LLC, Ecophase LLC, Shawt & Son Handyman & More, Inc., The First Christian Pentecostal Church of God, Inc. and Total Care Grounds Maintenance LLC were deemed non-responsive for gross deficiencies in their submittal. Superior Landscaping & Lawn Service, Inc. was deemed non-responsive for submitting an incomplete unit price on the fee schedule. United Land Services was deemed non-responsive for qualifying their irrevocable offer.
ABM Industry Groups, LLC, Ayopa Inc., Eco Property Solutions, LLC, J&A Lion Development LLC, Rotolo Consultants, Inc., Seasonal Effects LLC, and The Greenery, Inc. scored too low for Board consideration.
The Procurement Committee evaluated the proposals on December 10, 2025. Commissioner Kelly Martinez Semrad was assigned to this Procurement Committee.
The scores of the Procurement Committee are attached.