Interoffice Memorandum
DATE: February 23, 2026
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Eduardo Avellaneda, M.S., PE, Manager, Roads and Drainage Division
PHONE: 407-836-7871
SUBJECT: Award of Invitation for Bids Y26-119-LS, Landscape Maintenance - Apopka Section II
ACTION REQUESTED:
title
Award of Invitation for Bids Y26-119-LS, Landscape Maintenance - Apopka Section II, to the low responsive and responsible bidder, Aero Groundtek LLC, in the estimated contract award amount of $2,699,400 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 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 evaluation 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 all labor, equipment, materials, and any incidentals for landscape maintenance, including mowing (inclusive of edging, herbicide treatment, grass clipping and litter removal, and 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, and sodding. All landscape maintenance is to be done in Apopka Section II, as designated by the boundary map and location list specific to the contract.
FUNDING:
Funding is available in account number 1002-072-2906-3816.
APPROVALS:
The Roads and Drainage Division concurs with this recommendation.
REMARKS:
A total of 11 bids were received in response to this Invitation for Bids (IFB) and evaluated for responsiveness, responsibility, and price reasonableness. Lawnwalker Services Inc., and Solscape Services LLC were deemed non-responsive due to failure to submit the required compliance packet with their Bid. Ayopa Inc., Empyre Landscaping Inc., Premier Lawn Maintenance, and Seasonal Effects LLC were deemed non-responsive for failure to submit proof of Pesticide Applicator License in categories 5A, 6, and 21 as required in the IFB. ESB Light LLC was deemed non-responsive due to failure to submit proof of employment for individual licenses provided to satisfy the minimum licensure requirement of Pesticide Applicator License in categories 5A, 6, and 21 as required in the IFB.
Aero Groundtek LLC is the current service provider for Orange County contract Y22-1085. The estimated five-year bid total for the recommended bidder is proportionate and reasonable when compared with current contract spend amounts. Reference checks confirmed that Aero Groundtek LLC has satisfactorily performed services and met the similar project requirements prescribed in the IFB. Therefore, Aero Groundtek LLC has been determined to be responsible. Therefore, award is recommended to Aero Groundtek LLC.
The bid tabulation is as follows:
Bidder: Estimated Five Year Bid Total:
Aero Groundtek LLC $2,699,400.00
Emprise Partners LLC $8,403,368.50
Superior Landscaping & Lawn Services Inc. $10,390,326.50
Brightview Landscape Services Inc. $11,905,962.50
Ayopa Inc. Non-Responsive
Empyre Landscaping Inc. Non-Responsive
ESB Light LLC Non-Responsive
Lawnwalker Services Inc. Non-Responsive
Premier Lawn Maintenance Non-Responsive
Seasonal Effects LLC Non-Responsive
Solscape Services LLC Non-Responsive