Skip to main content
File #: 26-2329    Version: 1 Name: Contracts Database Report - March 4th, 2026
Type: Agreements/Contracts Status: Consent Agenda
File created: 2/19/2026 In control: City Commission
On agenda: 3/4/2026 Final action:
Title: MOTION TO APPROVE THE DEPARTMENT RECOMMENDATIONS FOR THE FOLLOWING ITEMS LISTED ON THE CONTRACTS DATABASE REPORT: (A) Ashley Gortler, OTR, LLC - Occupational Therapy - Renewal (B) Nalco Company LLC - Purchase and Delivery of Potassium Phosphate - Renewal (C) Polydyne Inc. - Purchase of Polymer C1685 - Renewal ITEM (D) 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: (D) Power Washing and More LLC d/b/a Green Earth - Citywide Pressure Washing - Non-Renewal
Sponsors: Finance
Attachments: 1. 1. Contracts Database Report - March 4, 2026, 2. 2. A. Ashley Gortler, OTR, LLC. - Occupational Therapy Services for Charter Schools (All Backup), 3. 3. B. Nalco Company, LLC - Purchase of Potassium and Phosphate (NALCO 7396) (All Backup), 4. 4. C. Polydyne Inc. - Purchase of FBS C1685 and FBS C1282 Polymer (All Backup), 5. 5. D. Power Washing and More LLC - Pressure Washing (All Backup)

Title

MOTION TO APPROVE THE DEPARTMENT RECOMMENDATIONS FOR THE FOLLOWING ITEMS LISTED ON THE CONTRACTS DATABASE REPORT:

 

(A) Ashley Gortler, OTR, LLC - Occupational Therapy - Renewal

 

(B) Nalco Company LLC - Purchase and Delivery of Potassium Phosphate - Renewal

 

(C) Polydyne Inc. - Purchase of Polymer C1685 - Renewal

 

ITEM (D) 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:

 

(D) Power Washing and More LLC d/b/a Green Earth - Citywide Pressure Washing - 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) Ashley Gortler OTR, LLC - Occupational Therapy - Renewal

 

1.  On June 25, 2024, the City entered into an Agreement with Ashley Gortler, OTR, LLC for an initial two (2) year period, which will naturally expire on June 30, 2026.

 

2.  The City contracts Ashley Gortler, OTR, LLC to provide the City’s Charter Schools (Central and East Campuses) with Occupational Therapy services in order to comply with the requirements of Broward County Schools.

 

3.  Section 3.1 of the Original Agreement authorizes the renewal of the Original Agreement for an additional two (2) year term, upon mutual consent, evidenced by a written Amendment extending the term thereof.

 

4.  The City’s Charter Schools recommend that the City Commission approve this First Amendment, to increase the hourly compensation rate from $68.00 to $73.00, and to renew the term for an additional and final two (2) year period, commencing on July 1, 2026, and naturally expiring on June 30, 2028, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:   $97,236.00 for FY 2027 and subsequently $97,236.00 for FY 2028.

b)   Amount budgeted for this item in Account: This expense will be budgeted for in the FY 2026-27 Proposed Charter School Budget within the Professional Svs-Tech Svs accounts for the following charter schools:

 

School Site

Account Coding

Amount

East Elementary

170-569-5051-531310-6130-310-0000-00550

$57,816.00

Central Elementary

170-569-5051-531310-6130-310-0000-00552

$19,710.00

Central Middle

171-569-5052-531310-6130-310-0000-00554

$19,710.00

Total

 

$ 97,236.00

 

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   2-year projection of the operational cost of the project

 

                     FY2026-27                     FY2027-28                    

Revenues                     $0.00                     $0.00                    

Expenditures                     $97,236.00                     $97,236.00                    

Net Cost                     $97,236.00                     $97,236.00                    

 

e)   Detail of additional staff requirements:  None.

 

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) Nalco Company LLC - Purchase and Delivery of Potassium Phosphate - Renewal

 

1.  On July 26, 2015, the City entered into an Agreement with Nalco Company LLC for the provision of potassium phosphate (Nalco 7396), for an initial one (1) year period, which expired May 31, 2016. from the Sole Source, Nalco Company LLC, for an initial one (1) year period, which expired May 31, 2016. The City of Pembroke Pines has utilized Potassium Phosphate, as a scale and corrosion inhibitor for the City's water lines, in the Water Treatment process for numerous years. The specific Potassium Phosphate (Nalco 7396) utilized by the City is a proprietary product that is made to order from the Nalco Company and is configured and used specifically for the City of Pembroke Pines Water Treatment Plant.

 

2.  Section 2.2 of the Original Agreement allows for additional one (1) year renewal terms upon mutual consent, evidenced by a written Amendment extending the term thereof.

 

3.  On June 21, 2016, the Parties executed the First Amendment to the Original Agreement, to renew the term for an additional one (1) year period, which expired on May 31, 2017.

 

4.  On September 14, 2016, the Parties executed the Second Amendment to the Original Agreement, as amended, to include a rate of $1.44 per pound, for shipments of 44,999 pounds or less.

 

5.  On October 17, 2017, the Parties executed the Third Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expired on May 31, 2018.

 

6.  On February 22, 2018, 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 May 31, 2019.

 

7.  On September 25, 2018, the Parties executed the Fifth Amendment to the Original Agreement, as amended, to revise the rates to $1.50 per pound for loads under 1,000 pounds and $1.44 per pound for loads above 1,000 pounds.

 

8.  On March 19, 2019, the Parties executed the Sixth Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expired on May 31, 2020.

 

9.  On June 19, 2019, the Parties executed the Seventh Amendment to the Original Agreement, as amended, to increase the rates to $1.58 per pound for loads under 1,000 pounds, and $1.51 per pound for loads above 1,000 pounds.

 

10.  On May 6, 2020, the Parties executed the Eighth Amendment to the Original Agreement, as amended, to revise the rates to $1.63 per pound for 275-gallon totes, and $1.56 per pound for bulk loads, and renew the term for an additional one (1) year period, which expired on May 31, 2021.

 

11.  On April 21, 2021, the Parties executed the Ninth Amendment to the Original Agreement, as amended, to revise the rates to $1.69 per pound for 275-gallon totes, and to renew the term for an additional one (1) year period, which expired on May 31, 2022.

 

12.  On May 18, 2022, the Parties executed the Tenth Amendment to the Original Agreement, as amended, to revise the rates to $1.89 per pound delivered in 3,712lbs totes, and to renew the term for an additional one (1) year period, which expired on May 31, 2023.

 

13.  On May 22, 2023, the Parties executed the Eleventh Amendment to the Original Agreement, as amended, to remove in its entirety the fuel energy surcharge of $0.45 per pound, to increase the rate to $2.49 per pound delivered, and to renew the term for an additional one (1) year period, which expired on May 31, 2024.

 

14.  On May 24, 2024, the Parties executed the Twelfth Amendment to the Original Agreement, as amended, to increase the rate to $2.74 per pound delivered, and to renew the term for an additional one (1) year period which expired on May 31, 2025.

 

15.  On February 25, 2025, the Parties executed the Thirteenth Amendment to the Original Agreement, as amended, to increase the rate to $2.90 per pound delivered, and to renew the term for an additional one (1) year period which expires on May 31, 2026.

 

16.  The Utilities Department recommends that the City Commission approve this Fourteenth Amendment to the Original Agreement, as amended, to increase the rate to $3.05 per pound delivered, and to renew the term for an additional one (1) year period, which shall commence on June 1, 2026, and naturally expire on May 31, 2027, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: $101,849 (33,393 LBS x $3.05/LB)

b)   Amount budgeted for this item in Account No: Funds are available in 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

 

                                                  FY 25-26         FY 26-27

Revenues                     $0.00                     $0.00

Expenditures                     $33,949.55                     $67,899.10

Net Cost                     $33,949.55                     $67,899.10

 

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

 

(C) Polydyne Inc. - Purchase of Polymer C1685 - Renewal

 

1.  On May 19, 2021, the City entered into an Agreement with Polydyne Inc. for the provision of FBS C1685 and FBS C1282 Polymer for the City’s Wastewater Treatment Plant from the Sole Source, Polydyne Inc., on an as needed basis, for an initial one (1) year period, which expired on May 18, 2022. For many years, the City of Pembroke Pines has relied on FBS Polymers for Wastewater Biosolids Dewatering using the City's two centrifuges. These polymers have been rigorously tested and proven to be the most effective with the City's lab-tested biosolids and centrifuge operations, and Polydyne Inc. is the sole source of FBS C1685 and FBS C1282 Polymer.

 

2.  Section 3.2 of the Original Agreement authorizes the renewal of the Original Agreement for additional one (1) year renewal terms, upon mutual consent, evidenced by a written Amendment. 

 

3. On May 18, 2022, the City executed the First Amendment to the Original Agreement, to increase the annual compensation from $135,240.00 to $148,120.00, and to renew the term for an additional one (1) year period, which expired on May 18, 2023.

 

4.  On March 20, 2023, the City executed the Second Amendment to the Original Agreement, as amended, to increase the annual compensation to $152,720.00, and to renew the term for an additional one (1) year period, which expired on May 18, 2024.

 

5.  On April 9, 2024, the City executed the Third Amendment to the Original Agreement, as amended, to reduce the annual compensation to $133,630.00, and to renew the term for an additional one (1) year period, which expired on May 18, 2025.

 

6.  On February 25, 2025, the City executed the Fourth Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expires on May 18, 2026.

 

7.  The Utilities Department recommends that the City Commission approve this Fifth Amendment to renew the term for an additional one (1) year period, which shall commence on May 19, 2026, and expire on May 18, 2027, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:  $133,630.00 (80,500 LBS * $1.66/LB)

b)   Amount budgeted for this item in Account No: Funds available in Account no. 471-535-6022-552430-0000-000-0000- (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

 

                       FY 2025-2026                         FY 2026-2027

Revenues                                            $0.00                                      $0.00

Expenditures                              $57,270.00                             $76,360.00

Net Cost                                     $57,270.00                             $76,360.00

 

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

 

(D) Power Washing and More LLC d/b/a Green Earth - Citywide Pressure Washing - Non-Renewal

 

1.  On October 27th, 2021, the City entered into an Agreement with Power Washing and More LLC for an initial five (5) year period, which will expire on September 30, 2026.

 

2.  Power Washing and More LLC provides citywide pressure washing services pursuant to Invitation for Bid # PSPW-21-01.

 

3.  The Agreement does not provide for any renewal terms, and the Public Services Department will be preparing a new solicitation to secure future services.