Interoffice Memorandum
DATE: March 27, 2025
TO: Mayor Jerry L. Demings and County Commissioners
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 Y25-127-KC, Landscape Maintenance - Three Points Area Section III
ACTION REQUESTED:
title
Approval to award Invitation for Bids Y25-127-KC, Landscape Maintenance - Three Points Area Section III, to the low responsive and responsible bidder, Solscape Services LLC, in the estimated contract award amount of $568,988.50 for the base year. Further request Board authorization for the Procurement Division to exercise option years one and two.
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 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, 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, and sodding in the Three Points Area Section III.
FUNDING:
Funding is available in account number 1002-072-2906-3816.
APPROVALS:
The Roads and Drainage Division and Business Development Division concur with this recommendation.
REMARKS:
Five bids were received in response to this Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price fairness. Lawnwalker Services Inc. was deemed non-responsive for failure to meet the reference requirement. Southeastern Landscaping LLC was deemed non-responsive for failure to conform to submission requirements. Aero GroundTek LLC and MSF Acquisition LLC were deemed non-responsible due to failure to meet reference and license requirements.
Solscape Services, LLC 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 with an increase in service, and consideration of current market conditions. Therefore, award is recommended to Solscape Services, LLC.
Bidder: |
|
Estimated Three Year Total: |
Solscape Services, LLC |
Base Year |
$568,988.50 |
|
Option Year 1 |
$577,388.50 |
|
Option Year 2 |
$585,788.50 |
|
Total Estimated Bid |
$1,732,165.50 |
|
|
|
Lawnwalker Services Inc. |
Non-Responsive |
Southeastern Landscaping LLC |
Non-Responsive |
Aero Groundtek LLC |
Non-Responsible |
MSF Acquisition LLC |
Non-Responsible |