Title
MOTION TO APPROVE THE DEPARTMENT RECOMMENDATIONS FOR THE FOLLOWING ITEMS LISTED ON THE CONTRACTS DATABASE REPORT:
(A) AT&T DW Holdings, Inc. d/b/a AT&T Enterprises, LLC - PRI Services - Renewal
(B) Comcast of South Florida II, Inc. - Basic Cable and Broadcast TV for Pines Point and Pines Place - Renewal
(C) Hyland Software, Inc. - OnBase SaaS Solution and Cloud Service - Renewal
(D) Imagine Learning LLC - Student Online Services - Renewal 2025-2026
(E) Keylite Power and Lighting Corp. - Services and Maintenance for the City’s Fire Station Alerting System - Renewal
(F) Polydyne, Inc. - Purchase of CLARIFLOC A-3333P Polymer - Renewal
(G) Prolime Corporation - PSUT-21-05 Lime Sludge Removal and Hauling at the Water Treatment Plant - Renewal
(H) Randy S. Katz, D.O., P.L. - Interim Medical Director - Renewal
(I) Trane U.S., Inc. - A/C Maintenance Services at Academic Village - Renewal
(J) Vigilant Solutions, Inc. - ESA - License Plate Reader - Annual Hosting and Software Subscriptions & Maintenance - Renewal
ITEM (K) WILL EXPIRE WITH NO RENEWAL TERMS AVAILABLE, THEREFORE, NO COMMISSION ACTION IS REQUIRED AS IT IS PRESENTED FOR NOTIFICATION PURPOSES ONLY PURSUANT TO SECTION 35.29 (F) OF THE CITY’S PROCUREMENT CODE:
(K) S. Katz, Inc. - Medical Director - Non-Renewal
Summary Explanation and Background
SUMMARY EXPLANATION AND BACKGROUND:
1. Pursuant to Section 35.29(F) "City Commission notification" of the City's Code of Ordinances, "The City Manager, or his or her designee, shall notify the Commission, in writing, at least three months in advance of the expiration, renewal, automatic renewal or extension date, and shall provide a copy of the contract or agreement and a vendor performance report card for the contract or agreement to the City Commission."
2. On May 17, 2017, Commission approved the motion to place all contracts from the Contract Database Reports on consent agendas as they come up for contractual term renewal so that City Commission affirms directions to administration whether to renew or to go out to bid.
3. The Agreements shown below are listed on the Contracts Database Reports for renewal.
(A) AT&T DW Holdings, Inc. d/b/a AT&T Enterprises, LLC - PRI Services - Renewal
1. On July 29th, 2021, the City entered into an Agreement with Bellsouth Telecommunications LLC, d/b/a AT&T Southeast for a twelve (12) month period, which expired on July 31st, 2022.
2. Bellsouth Telecommunications LLC, d/b/a AT&T Southeast provides primary rate interface (“PRI”) services (end-to-end digital telecommunications for voice lines) for the City facilities and Charter School campuses.
3. The 2021 Agreement formalized the services which had been provided since 2014 and authorizes the renewal of existing circuits for successive 12-month terms.
4. On August 23rd, 2022, the parties executed a Renewal Agreement to extend the term for an additional, one (1) year period which expired on July 31st, 2023.
5. On June 26th, 2023, the parties executed a Renewal Agreement to extend the term for an additional one (1) year period which will expire on July 31st, 2024.
6. Bellsouth Telecommunications, LLC d/b/a AT&T Southeast was subsequently acquired by AT&T DW Holdings, Inc. d/b/a AT&T Enterprise, LLC.
7. On June 18th, 2024, the City Commission approved renewal of the existing services for an additional twelve (12) month renewal term, which will expire on July 31st, 2025.
8. The Technology Services Department recommends that the City Commission approve the renewal of existing services for an additional, twelve (12) month renewal term commencing on August 1st, 2025, and expiring on July 31st, 2026.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $47,070.00
b) Amount budgeted for this item in Account No: Monthly invoices for PRI services are spread across multiple City departments as well as all Charter School campuses using the following account codes -
City Departments: billed against 541100 (Telephone)
Charter Schools: billed against 541370 (Communications)
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 1-year projection of the operational cost of the project: This agreement is for a one (1) year period commencing August 01, 2025. Therefore, projected operational costs will follow the City’s and Charter School fiscal calendars. August 01, 2025, to September 30, 2025, for City department budgets and August 01, 2025, to June 30, 2026, for Charter School’s budget.
541370 (Communications):
Current School FY SFY 2025-26
Revenues $0.00 $0.00
Expenditures $0.00 $7,875.00
Net Cost $0.00 $7,875.00
541100 (Telephone):
Current City FY FY 2025-26
Revenues $0.00 $0.00
Expenditures $6,535.00 $32,660.00
Net Cost $6,535.00 $32,660.00
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(B) Comcast of South Florida II, Inc. - Basic Cable and Broadcast TV for Pines Point and Pines Place - Renewal
1. On December 27, 2012, the City entered into two (2) Services Agreements with Comcast of South Florida II, Inc., for the provision of basic cable and broadcast TV services for the Pines Point and Pines Place Residences, each for an initial five (5) year period, which expired on December 14, 2017.
2. Section 9 of each of the Original Agreements allows the automatic renewal of the Agreement for successive periods of two (2) years.
3. On December 15, 2017, both agreements were automatically renewed for an additional two (2) year period, which expired on December 14, 2019.
4. On March 4, 2020, the City Commission approved the continuation of both agreements for an additional two (2) year period, which expired on December 14, 2021.
5. On June 16, 2021, the City Commission approved the continuation of both agreements for an additional two (2) year period, which expired on December 14, 2023.
6. On June 21, 2023, the City Commission approved the continuation of both agreements for an additional two (2) year period, which expires on December 14, 2025.
7. The Community Services Department recommends that the City Commission approve the continuation of these agreements, for an additional two (2) year renewal term, commencing on December 15, 2025, and expiring on December 14, 2027, as allowed by the Agreements.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $495,267.08 (for Pines Point & Pines Place)
b) Amount budgeted for this item in Account No:
Pines Point Account # 001-554-8002-541225-0000-000-0000 $117,648.50
Pines Place Account # 001-554-8002-541225-0000-000-0000-00603 $377,618.58
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 2-year projection of the operational cost of the project:
Dec.25-Sept.26 Oct.26-Sept.27 Oct.27-Sept.28
Pines Point:
Revenues $0.00 $0.00 $0.00
Expenditures $46,282.17 $56,981.33 $14,385.00
Net Cost $46,282.17 $56,981.33 $14,385.00
Pines Place:
Revenues $0.00 $0.00 $0.00
Expenditures $148,552.83 $182,894.00 $46,171.75
Net Cost $148,552.83 $182,894.00 $46,171.75
Totals:
Revenues $0.00 $0.00 $0.00
Expenditures $194,835.00 $239,875.33 $60,556.75
Net Cost $194,835.00 $239,875.33 $60,556.75
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? No
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not applicable
(C) Hyland Software, Inc. - OnBase SaaS Solution and Cloud Service - Renewal
1. On June 6, 2022, the City entered into an Agreement with Hyland Software, Inc. for the provision of the OnBase SaaS Solution and Cloud Service for an initial three (3) year period, which expires on June 30, 2025.
2. The Original Agreement allows the renewal of the Agreement for additional periods, upon mutual consent of the Parties, evidenced by written Amendments extending the term thereof.
3. The Technology Services Department recommends that the City Commission approve this First Amendment to increase the annual fee from $38,005.70 to $42,791.11, and to renew the term for an additional one (1) year period, which shall commence on July 1, 2025, and expire on June 30, 2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $42,791.11
b) Amount budgeted for this item in Account No: 001-513-2002-546801-0000-000-0000- | IT Maintenance Contracts
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 1-year projection of the operational cost of the project:
Current FY
Revenues $0.00
Expenditures $42,791.11
Net Cost $42,791.11
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(D) Imagine Learning LLC - Student Online Services - Renewal 2025-2026
1. On August 5, 2020, the City entered into the Original Agreement with Edgenuity, Inc. for a one (1) year period, which naturally expired on July 31, 2021.
2. Edgenuity, Inc. was an online content provider that specialized in providing K-12 digital educational resources and instructional services to the City’s Charter Schools.
3. Section 8a of the Original Agreement authorized renewal of the Original Agreement for additional one (1) year renewal terms upon mutual consent, evidenced by a written Amendment.
4. On August 4, 2021, the City Commission approved renewal of the Original Agreement, for a one (1) year period which naturally expired on July 31, 2022.
5. In 2021 Edgenuity, Inc. became a part of Imagine Learning, LLC.
6. The City Commission approved renewal of the licenses under the Imagine Learning Agreement terms and conditions up to July 31, 2025.
7. The City’s Charter Schools recommend that the City Commission approve this renewal for a one (1) year period, commencing on August 1, 2025, and naturally expiring on July 31, 2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $31,230.80
b) Amount budgeted for this item in Account No: Funds will be budgeted for within the Pembroke Pines Charter Schools 2025-2026 Proposed Budgets within the following budgetary accounts:
School Site Account Coding Amount
West Middle 171-569-5052-552652-5102-369-0000-00553 $3,960.00
Central Campus 171-569-5052-552652-5102-369-0000-00554 $3,970.80
Academic Village High 172-569-5053-552652-5103-369-0000 $18,900.00
Total $26,830.80
c) Source of funding for difference, if not fully budgeted:
A budget adjustment from the AVCS Textbooks account 172-569-5053-552652-5103-369-0000- will be processed upon approval to fund the remaining portion of AVCS expense in the amount of $4,400.00.
d) 1-year projection of the operational cost of the project:
FY 2025-2026
Revenues $0.00
Expenditures $31,230.80
Net Cost $31,230.80
e) Detail of additional staff requirements: Not applicable.
FEASIBILITY REVIEW: A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not applicable.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not applicable.
(E) Keylite Power and Lighting Corp. - Services and Maintenance for the City’s Fire Station Alerting System - Renewal
1. On November 27, 2023, the City entered into an Agreement with Keylite Power and Lighting Corp., for the provision of services and maintenance for the City’s Fire Station Alerting System, for an initial period, which expired on September 30, 2024.
2. The Original Agreement authorizes the renewal of the Agreement, for four (4) additional one (1) year renewal terms, upon providing a written notice of the City’s intent to renew at least 30 days prior to the expiration date.
3. On August 13, 2024, the parties executed the First Amendment to the Original Agreement, to increase the annual fee from $43,934.33 to $45,252.36, and to renew the term for an additional one (1) year period, which expires on September 30, 2025.
4. The Fire Department recommends that the City Commission approve this Second Amendment, to increase the annual fee from $45,252.36 to $46,609.94, and to renew the term for an additional one (1) year period, which shall commence on October 1, 2025, and shall naturally expire on September 30, 2026, as allowed by the agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $46,609.94
b) Amount budgeted for this item in Account No: $46,609.94 budgeted in account # 001-529-4003-546800-0000-000-0000 - Maintenance Contracts
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 1-year projection of the operational cost of the project Not Applicable
FY 2025-2026
Revenues $0.00
Expenditures $46,609.94
Net Cost $46,609.94
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(F) Polydyne, Inc. - Purchase of CLARIFLOC A-3333P Polymer - Renewal
1. On November 13, 2019, the City entered into an Agreement with Polydyne, Inc. for the provision of CLARIFLOC A-3333P Polymer, for an initial period, which expired on September 30, 2020.
2. Section 4.2 of the Original Agreement authorizes the renewal of the Original Agreement for additional one (1) year renewal terms upon mutual consent, evidenced by written Amendments.
3. On June 3, 2020, the Parties executed the First Amendment to the Original Agreement to renew the term for an additional one (1) year period, which expired on September 30, 2021.
4. On August 4, 2021, the Parties executed the Second Amendment to the Original Agreement, as amended, to increase the total annual compensation from $27,946.00 to $29,930.00 and to renew the term for an additional one (1) year period, which expired on September 30, 2022.
5. On August 8, 2022, the Parties executed the Third Amendment to the Original Agreement, as amended, to increase the total annual compensation from $29,930.00 to $33,000.00 and to renew the term for an additional one (1) year period, which expired on September 30, 2023.
6. On August 8, 2023, the Parties executed the Fourth Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expired on September 30, 2024.
7. On August 13, 2024, the Parties executed the Fifth Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expires on September 30, 2025.
8. The Utilities Department recommends that the City Commission approve this Sixth Amendment to increase the total annual compensation from $33,000.00 to $34,600.00, and to renew the term for an additional one (1) year period, which shall commence on October 1, 2025, and naturally expire on September 30, 2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $34,600.00 (20,000 Lbs. x $1.73/lb)
b) Amount budgeted for this item in Account No: Funds are budgeted in FY 2026 Account no. 471-533-6031-552430-0000-000-0000- (Operating chemicals)
c) Source of funding for difference, if not fully budgeted: Not Applicable.
d) 1-year projection of the operational cost of the project:
FY2026
Revenues $0.00
Expenditures $34,600.00
Net Cost $34,600.00
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(G) Prolime Corporation - PSUT-21-05 Lime Sludge Removal and Hauling at the Water Treatment Plant - Renewal
1. On November 17, 2021, the City entered into an Agreement with Prolime Corporation for the provision of lime sludge removal and hauling services, for an initial two (2) year period, which was set to expire on November 16, 2023.
2. Section 3.2 of the Original Agreement authorizes the renewal of the Original Agreement for two (2) additional two (2) year terms upon mutual consent, evidenced by written Amendments extending the term thereof.
3. On August 7, 2023, the City entered into the First Amendment to the Original Agreement to amend the expiration date of the Original Agreement to August 16, 2023, and to renew the term for an additional two (2) year period which expires on August 16, 2025
4. The Utilities Department recommends that the City Commission approve this Second Amendment to amend the compensation provision as set forth in Section 3 of this Second Amendment and to renew the term for an additional two (2) year period which shall commence on August 17, 2025, and expire on August 16, 2027, as allowed by the agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $1,587,400.00 is the estimated amount for the 2-year contract term (estimated $793,700.00 annually)
b) Amount budgeted for this item in Account No: Funds available in Account no. 471-533-6031-534450-0000-000-0000- (Other Svc - Sludge Removal)
c) Source of funding for difference, if not fully budgeted: Not Applicable.
d) 2-year projection of the operational cost of the project
Aug. 2025-2026 Aug. 2026-2027
Revenues $0.00 $0.00
Expenditures $793,700.00 $793,700.00
Net Cost $793,700.00 $793,700.00
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? No.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not applicable
(H) Randy S. Katz, D.O., P.L. - Interim Medical Director - Renewal
1. On June 5, 2019, the City entered into an Agreement with Randy S. Katz, D.O., P.L. to employ an Interim Medical Director to supervise and assume direct responsibility for the medical performance of the City’s emergency medical technicians and paramedics, on an as-needed basis, for an initial one (1) month period, commencing on June 5, 2019. Randy S. Katz, D.O., P.L. only performs whenever the Medical Director is unable to provide the services to the City.
2. Section 3.1 of the Original Agreement allows for automatic month-to-month renewals unless the Agreement is terminated.
3. To date, the City Commission has approved continuation of the Original Agreement up to September 30, 2025.
4. On April 11, 2023, the Parties executed the First Amendment to the Original Agreement, to increase the monthly fee from $3,341.83 to $3,475.51 and to approve the continuation of the Interim Medical Agreement on a month-to-month basis.
5. The Fire Department recommends that the City Commission approve the continuation of the Interim Medical Director agreement on a month-to-month basis up to September 30, 2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Initial Cost: $41,706.08 (Only paid if services are needed if the on record Medical Director "Steven Katz" is not available)
b) Amount budgeted for this item in Account No: 001-529-4003-531509-0000-000-0000- Professional Svc - Other Rescue
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 1-year projection of the operational cost of the project Not Applicable
FY-2025-2026
Revenues $.00
Expenditures $41,706.08
Net Cost $41,706.08
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(I) Trane U.S., Inc. - A/C Maintenance Services at Academic Village - Renewal
1. On May 29th, 2024, the City entered into the most recent Renewal Agreement with Trane U.S., Inc. for a period of one (1) year, which commenced on July 1st, 2024, and will expire on June 30th, 2025.
2. Trane U.S. Inc, has provided air conditioning maintenance services for the air conditioning chillers at the City’s Charter School Academic Village Campus, at 17180 Sheridan Street, Pembroke Pines, FL 33027 since at least 2019.
3. The Agreement allows for successive one (1) year renewal terms and pursuant to Section 2 of the Addendum, the renewal periods shall be evidenced by a written Amendment to the Agreement, extending the term thereof.
4. The annual cost of the A/C maintenance services for the 2024-25 School Fiscal Year was $24,108.00. Due to the age of the system, renewal of the services while maintaining the same warranties implies a higher cost than previously. Costs are partially offset by revenues from Broward College. Pursuant to Section 17.5.4 of the Lease Agreement between the City and Broward College, the College shall be responsible for its pro-rata share of the operation and maintenance of the chiller system installed throughout the Pembroke Pines Academic Village.
5. The Public Services Department recommends that the City Commission approve the Renewal Agreement for a one (1) year period, commencing on July 1, 2025, and expiring on June 30,.2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $47,520
b) Amount budgeted for this item in Account No: Funds will be budgeted in the Academic Village Charter School FY 2025-2026 Proposed Budget in the Other Svc - Maintenance Account 172-569-5053-534950-7900-350-0000-
The City’s lease agreement with Broward College provides that the College be responsible for its pro-rata share of the operation and maintenance of the chiller system.
c) Source of funding for difference, if not fully budgeted: Not applicable.
d) 1-year projection of the operational cost of the project:
SFY 2025-26
Revenues $10,776.00
Expenditures $47,520.00
Net Cost $36,744.00
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.
(J) Vigilant Solutions, Inc. - ESA - License Plate Reader - Annual Hosting and Software Subscriptions & Maintenance - Renewal
1. On November 16, 2015, the City entered into an Enterprise Service Agreement with Vigilant Solutions for an initial one (1) year period, which commenced on January 16, 2016 (60 days from the effective date), and expired on January 16, 2017.
2. The City of Pembroke Pines Police Department utilizes Vigilant Solutions to provide software licenses for their license plate reader database, systems, and associated cameras. The Original Agreement included the Intelligence-Led Policing Package up to November 2021 at which time the Police Department switched to the Basic LPR Service Package with the Investigative Data Platform (IDP).
3. Section III.A of the Original Agreement authorizes the extension of the Original Agreement for additional, one (1) year Service Periods.
4. The Original Agreement was extended for six (6) Service Periods, extending the term to January 14, 2022.
5. On November 3, 2021, the parties entered into the Seventh Amendment to switch to Basic Service, and enter into the IDP agreement, to renew for a seventh term and align the Service Period with the City’s fiscal year, extending the term to September 30, 2023.
6. On September 11, 2023, October 3, 2023, and July 1, 2024, the parties signed the Eighth Amendment, the Amended and Restated Eighth Amendment, and the Ninth Amendment, respectively, each renewing the Service Periods for one (1) year, clarifying the annual amounts, and together extending the term to September 30, 2025.
7. The Police Department recommends that the City Commission approve this Tenth Amendment for the one (1) year renewal term commencing on October 1, 2025, and expiring on September 30, 2026, as allowed by the Agreement.
FINANCIAL IMPACT DETAIL:
a) Renewal Cost: $58,679.30
b) Amount budgeted for this item in Account No: $36,839.30 in account #001-521-3001-534990-0000-000-0000-: Other Svc; and $21,840.00 in account # 001-521-3001-546800-0000-000-0000-: Maintenance Contracts.
c) Source of funding for difference, if not fully budgeted: Not Applicable
d) 1-year projection of the operational cost of the project:
Current FY
Revenues $0.00
Expenditures $58,679.30
Net Cost $58,679.30
e) Detail of additional staff requirements: Not Applicable
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable
(K) S. Katz, Inc. - Medical Director - Non-Renewal
1. On June 5, 2019, the City entered into an Agreement with S Katz, Inc. to employ a Medical Director to supervise and assume direct responsibility for the medical performance of the City’s emergency medical technicians and paramedics, for an initial one (1) year period, which expired on June 4, 2020.
2. Section 3.1 of the Original Agreement authorizes renewal of the Original Agreement for five (5), additional, one (1) year renewal terms upon mutual consent of the parties.
3. On April 15, 2020, the parties executed the First Amendment to the Original Agreement to renew the term for an additional one (1) year period, which expired on June 4, 2021.
4. On March 17, 2021, the parties executed the Second Amendment to the Original Agreement to renew the term for an additional one (1) year period, which expired on June 4, 2022.
5. On March 2, 2022, the parties executed the Third Amendment to the Original Agreement to renew the term for an additional one (1) year period, which expired on June 4, 2023.
6. On April 11, 2023, the parties executed the Fourth Amendment to the Original Agreement to increase the annual compensation from forty thousand, one hundred two dollars and 00/100 cents ($40,102.00) to forty-one thousand, seven hundred six dollars and 08/100 cents ($41,706.08) and to renew the term for a sixteen (16) month period, which expired on September 30, 2024.
7. On June 24, 2024, the parties executed the Fifth Amendment to the Original Agreement to renew the term for an additional and final one (1) year period, which will expire on September 30, 2025.
8. This Agreement is presented to the City Commission for notification purposes, since the term of the Original Agreement, as amended, will expire on September 30, 2025, with no further renewal options available.
9. The Fire Department is presenting a new agreement with S katz, Inc. under agenda item #25-1678 at this June 18th Commission meeting.