Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Execute Blanket Purchase Agreements With A Perfect Edge, Inc. And J Gomez & Sons Corp. D/B/A Top Choice Sprinkler Systems & Landscaping For Professional Irrigation Services In An Annual Amount Up To $200,000.00 Per Vendor For A Term Of Three Years With Two One-Year Renewals In Accordance With Section 38.43 Of The Procurement Code. (Formal Solicitation Procedure)
Strategic Plan Focus
Quality of Life & Strong Neighborhoods
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
The Department of Public Works is responsible for providing professional irrigation services, Citywide. Irrigation services are needed to properly maintain and repair City grounds, facilities, and infrastructure to keep a healthy and beautiful environment for the best interest of the City.
The City, through its Procurement Division, published an Invitation To Bids, IFB-291-25-WV for Professional Irrigation Services which was advertised on OpenGov.com on March 17, 2025, and received two bids from the following:
• A Perfect Edge, Inc.
• J Gomez & Sons Corp., d/b/a Top Choice Sprinkler Systems & Landscaping
The Public Works Department and Office of Procurement and Contract Compliance staff thoroughly evaluated the submitted bids in accordance with Section 38.43(F) of the City’s Procurement Code, and A Perfect Edge, Inc. and J Gomez & Sons Corp., d/b/a Top Choice Sprinkler Systems & Landscaping were all determined to be responsive and responsible bidders for this project and the negotiated fees were determined to be fair and reasonable in accordance with industry standards.
The Director of Public Works recommends that the City Commission approve and authorize the appropriate City officials to execute multiple blanket purchase agreements with the two qualified firms, A Perfect Edge, Inc. and J Gomez & Sons Corp., d/b/a Top Choice Sprinkler Systems & Landscaping to provide professional irrigation services for a period of three years with the right to renew for two additional one-year periods subject to vendor acceptance, satisfactory performance and the determination that renewal will be in the best interest of the City, for an estimated expenditure of $200,000.00 per vendor.
Fiscal Impact:
A portion of the funding for the Blanket Purchase Agreements are available in the FY 2025 Operating Budget account numbers 001.500202.54100.552230.000000.000.000, 001.500203.51900.531170.000000.000.000 and 001.500202.54100.531170.000000.000.000 and will be budgeted in subsequent fiscal year’s operating budget subject to approval and adoption by the City Commission.
Recommended for inclusion on the agenda by:
Rosendo Prieto, Assistant Director, Department of Public Works
Joseph S. Kroll, Director, Department of Public Works
George R. Keller, Jr., CPPT, City Manager