Skip to main content
File #: 24-0594    Version: 1 Name: Contracts Database Report - June 18th, 2024
Type: Agreements/Contracts Status: Passed
File created: 6/10/2024 In control: City Commission
On agenda: 6/18/2024 Final action: 6/18/2024
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) Camelot Community Care, Inc. - Behavioral Health Services - Renewal (C) Ferguson Enterprises, LLC - Utilities Fitting and Accessories - Renewal (D) Granicus, LLC - Legistar Software Maintenance - Renewal (E) Instructure, Inc. - Canvas Learning Management Software - Renewal (F) Randy S. Katz, D.O., P.L. - Interim Medical Director - Renewal (G) S. Katz, Inc. - Medical Director - Renewal (H) School Board of Washington Count - Panhandle Area Educational Consortium (PAEC) - Renewal (I) Vigilant Solutions, Inc. - ESA - License Plate Reader - Annual Hosting and Software Subscriptions & Maintenance - Renewal ITEM (J) 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...
Sponsors: Finance
Attachments: 1. 1. Contract Database Report - June 18th, 2024, 2. 2. A. AT&T DW Holdings - PRI Agreement (All Backup), 3. 3. B. Camelot Community Care-Behavioral Health (AB), 4. 4. C. Ferguson Enterprises, LLC. - Utilities Fittings and Accessories (AB), 5. 5. D. Granicus Inc - Legistar Software (All Backup), 6. 6. E. Instructure Inc. - Canvas software for Charter Schools (AB), 7. 7. F. Randy Katz - Interim Medical Director (AB), 8. 8. G. S Katz, Inc. - Medical Director Services (AB), 9. 9. H. School Board of Washington County PAEC Agreement (all backup), 10. 10. I. Vigilant Solutions, Inc. - LPR ESA (all backup), 11. 11. J. Clean Harbors Environmental Services Agreement - HHW (Piggyback CCreek)(all backup)

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) Camelot Community Care, Inc. - Behavioral Health Services - Renewal

 

(C) Ferguson Enterprises, LLC - Utilities Fitting and Accessories - Renewal

 

(D) Granicus, LLC - Legistar Software Maintenance - Renewal

 

(E) Instructure, Inc. - Canvas Learning Management Software - Renewal

 

(F) Randy S. Katz, D.O., P.L. - Interim Medical Director - Renewal

 

(G) S. Katz, Inc. - Medical Director - Renewal

 

(H) School Board of Washington Count - Panhandle Area Educational Consortium (PAEC) - Renewal

 

(I) Vigilant Solutions, Inc. - ESA - License Plate Reader - Annual Hosting and Software Subscriptions & Maintenance - Renewal

 

ITEM (J) 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:

 

(J) Clean Harbors Environmental Services, Inc. - Household Hazardous Waste Collection and Disposal Services - 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 for Technology Services Department

 

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 twelve-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 has subsequently been acquired by AT&T DW Holdings, Inc. d/b/a AT&T Enterprises, LLC. 

 

7.  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, 2024, and expiring on July 31st, 2025, as allowed by the Agreement.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:  $44,824.80

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-year period commencing August 01, 2024. Therefore, projected operational costs will follow the City’s and Charter School fiscal calendars. August 01, 2024, to September 30, 2024 for City department budgets and August 01, 2024 to June 30, 2025 for Charter School’s budget.

 

541370 (Communications):

 

 

 

Current City FY

FY 2024-25

Revenues

$0.00

$0.00

Expenditures

$0.00

$7,500.00

Net Cost

$0.00

$7,500.00

 

541100 (Telephone):

 

 

 

Current City FY

FY 2024-25

Revenues

$0.00

$0.00

Expenditures            

$6,220.80

$31,104.00

Net Cost                    

$6,220.80

$31,104.00

 

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) Camelot Community Care, Inc. - Behavioral Health Services - Renewal for Charter High School

 

1.  On September 15, 2016, the City entered into an Agreement with Camelot Community Care, Inc. for the provision of behavioral services on as needed basis to certain students enrolled at the Pembroke Pines Charter High School, for an initial one (1) year period, which expired on June 30, 2017.

 

2.  Section 5.2 of the Original Agreement allows for additional one (1) year renewal terms upon mutual consent, evidenced by written Amendments extending the term thereof. 

 

3.  To date the Original Agreement has been renewed six (6) times, extending the term to June 30, 2024.

 

4.  Furthermore, on April 6, 2022, the Parties executed the Sixth Amendment to decrease the scope of services and the total annual compensation from $28,754.00 to $27,850.00.

 

5.  The City of Pembroke Pines Charter High School recommends that the City Commission approve this Eighth Amendment to renew the term for an additional one (1) year period, which shall commence on July 1, 2024, and naturally expire on June 30, 2025, as allowed by the agreement.

 

FINANCIAL IMPACT DETAIL: 

 

a)   Renewal Cost:  $27,850.00

b)   Amount budgeted for this item in Account No: 172-569-5053-531310-6130-310-0000- Professional Svc - Tech Svc

c)   Source of funding for difference, if not fully budgeted: N/A

d)   1 year projection of the operational cost of the project:

 

              FY 2024-2025

Revenues                           $.00

Expenditures            $27,850.00

Net Cost                   $27,850.00

 

e)   Detail of additional staff requirements: N/A

 

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?   N/A

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? N/A

 

 

(C) Ferguson Enterprises, LLC - Utilities Fitting and Accessories - Renewal for Utilities Department

 

1.  On December 20, 2022, the City entered into an Agreement with Ferguson Enterprises, LLC., utilizing the terms and pricing offered in Seminole County IFB-603727/LNF for the provision of utilities fitting and accessories, on an as needed basis which expired on July 15, 2023.

 

2.  Section 4.1 of the Original Agreement authorizes the renewal of the Original Agreement for two (2) additional one (1) year renewal terms upon mutual consent, evidenced by a written Amendment. 

 

3.  On July 6, 2023, the City Commission authorized to enter into the First Amendment to the Original Agreement, to increase the total compensation from $200,000 to $350,000, and to renew the term for an additional one (1) year period, which expires on July 15, 2024.

 

4. The Seminole County has renewed its Agreement with Ferguson Enterprises, LLC., for an additional one (1) year period, which will expire on July 15, 2025.

 

5.  The Utilities Department recommends that the City Commission approve this Second Amendment to increase the total compensation to $400,000 and to renew the term for an additional and final one (1) year period, which shall commence on July 16, 2024, and naturally expire on July 15, 2025, as allowed by the agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:  $400,000.00

b)   Amount budgeted for this item in Account No:

$70,000.00 is available in Account no. 471-535-6021-546150-0000-000-0000- (R&M Land & Bldg)

$30,000.00 is available in Account no. 471-533-6032-546150-0000-000-0000- (R&M Land & Bldg)

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

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

 

                     Current FY                     Year 2

Revenues                     $0.00                     $0.00

Expenditures                     $100,000.00                     $300,000.00

Net Cost                     $100,000.00                     $300,000.00

 

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) Granicus, LLC - Legistar Software Maintenance - Renewal for City Clerk

 

1.  On October 11th, 2016, the City entered into a Service Agreement with Granicus, Inc. for an initial three (3) year period, which expired on October 10th, 2019.

 

2.  The City of Pembroke Pines City Clerk Department utilizes Granicus, Inc. to provide Legistar Software Maintenance and Closed Captioning Services.

 

3.  Section 8.1 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.

 

4.  To date the Original Agreement has been amended three (3) times to include additional services and renewed for four (4) additional, one (1) year terms extending the term to September 30th, 2023.

 

5.  On May 10th, 2023, the City executed the Eighth Amendment to approve assignment of the agreement to Granicus, LLC, following the acquisition and merger of Granicus, Inc. by Granicus, LLC.

 

6.  On August 2, 2023, the City executed the Ninth Amendment to remove the VoteCast Tablet component of the services and to extend the term for an additional, one (1) year period which will expire on September 30, 2024.

 

7.  The City Clerk’s Office wishes to upgrade the Granicus encoder as Granicus cannot continue to support the existing one. Upgrading the Granicus encoder will also require some of our current subscription to expire to be replaced by a subscription of the new version of our existing subscriptions.

 

Our current subscription for Government Transparency Suite and Meeting Efficiency Suite will be replaced by GovMeetings Live Cast. Granicus Encoding Appliance Software (GT) will be replaced by Granicus Live Cast Encoding Software, and our subscription for Upgrade to SDI 720p Streaming will be replaced by Upgrade to 1080p Streaming.

 

The cost to renew our existing subscription is $38,677.45, the cost of the one-time fees to upgrade the Granicus encoder is $7,776, which includes a $250 prorated fee for terminating existing subscriptions, and the cost for our new subscriptions is $33,966.35 for a total annual cost of $80,419.80.

 

8.  The City Clerk Department recommends that the City Commission approve this Tenth Amendment to upgrade the encoder during the current subscription period, to terminate specific subscriptions and replace them with the new version of those subscriptions, and to extend the subscription term for an additional one (1) year period, which shall commence on October 1st, 2024, and naturally expire on September 30th, 2025, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Upgrade and Renewal Cost:  $80,419.80 ($7,776.00 upgrade cost; $72,643.80 subscription cost)

b)   Amount budgeted for this item in Account No: $7,776.00 in Account 001-519-1001-534995-0000-000-0000 - Other Svc - IT; $72,643.80 in Account 001-519-1001-552652-0000-000-0000 - Non-Capital Software & Licenses

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

d)   1-year projection of the operational cost of the project:

 

                     FY 2024                     FY 2025

Revenues                     $0.00                     $0.00

Expenditures                     $7,776.00                     $72,643.80

Net Cost                     $7,776.00                     $72,643.80

 

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) Instructure, Inc. - Canvas Learning Management Software - Renewal for Charter Schools

 

1.  On October 3, 2017, the City entered into an Agreement with Instructure, Inc. for the provision of Canvas Learning Management Software for the City’s Charter Schools, for an initial four (4) year period, which expired on June 30, 2021.

 

2. On August 16, 2018, the City approved to add the additional services of the Canvas Cloud Subscription.

 

3.  On June 16, 2021, the City entered into an Agreement renewing the term for an additional three (3) year period, which expires on June 30, 2024.

 

4.  The City’s Charter Schools recommends the City Commission to approve this Agreement to renew the term for a three (3) year period, which shall commence on July 1, 2024, and naturally expire on July 31, 2027.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:  $118,720.79 (Renewal cost for the three (3) year term).

b)   Amount budgeted for this item in Account No: $39,055.30 will be budgeted in the 2024-2025 Proposed Charter School Budgets within the following Non-capitalized Software Accounts.

 

Non-capital Software Accounts

 

 

School Site

Account Coding

 Amount

East Elementary (K-3)

170-569-5051-552652-5101-369-0000-00550

 $        3,035.62

East Elementary (4-5)

170-569-5051-552652-5102-369-0000-00550

 $        1,495.16

West Elementary (K-3)

170-569-5051-552652-5101-369-0000-00551

 $        2,601.96

West Elementary (4-5)

170-569-5051-552652-5102-369-0000-00551

 $        1,281.56

Central Elementary (K-3)

170-569-5051-552652-5101-369-0000-00552

 $        2,601.96

Central Elementary (4-5)

170-569-5051-552652-5102-369-0000-00552

 $        1,281.56

West Middle

171-569-5052-552652-5102-369-0000-00553

 $        4,239.51

Central Middle

171-569-5052-552652-5102-369-0000-00554

 $        4,401.33

Academic Village Middle

172-569-5053-552652-5102-369-0000-

 $        1,941.77

Academic Village High

172-569-5053-552652-5103-369-0000-

 $     11,650.57

FSU Elementary (K-3)

173-569-5061-552652-5101-369-0000-

 $        3,031.28

FSU Elementary (4-5)

173-569-5061-552652-5102-369-0000-

 $        1,493.02

 

Total

 $     39,055.30

 

 

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

d)   5 year projection of the operational cost of the project:

 

                      FY2024-25                     FY2025-26                     FY2026-27                     Year 4                     Year 5

Revenue                     $.00                     $.00                     $.00                     $.00                     $.00

Expenditures                     $39,055.30                     $38,663.32                     $41,002.17                     $.00                     $.00

Net Cost                     $39,055.30                     $38,663.32                     $41,002.17                     $.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

 

 

(F) Randy S. Katz, D.O., P.L. - Interim Medical Director - Renewal for Fire Department

 

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, 2024.

 

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, 2025, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: $41,706.12

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-2024-2025

Revenues                     $.00

Expenditures                     $41,706.12

Net Cost                     $41,706.12

 

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) S. Katz, Inc. - Medical Director - Renewal for Fire Department

 

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 will expire on September 30, 2024.

 

7.  The Fire Department recommends that the City Commission approve this Fifth Amendment to renew the term for an additional and final one (1) year period, which shall commence on October 1, 2024, and naturally expire on September 30, 2025, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: $41,706.08

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-2024-2025

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

 

 

(H) School Board of Washington Count - Panhandle Area Educational Consortium (PAEC) - Renewal for FSU Charter School

 

1.  On June 15, 2023, the City entered into an Agreement with The School Board of Washington County, Florida, Panhandle Area Education Consortium (“PAEC”) for an initial one (1) year period, commencing July 1, 2023, and expiring June 30, 2024.

 

2.  The Pembroke Pines-Florida State University Charter Elementary School participates in the professional development plan for teachers through the Panhandle Area Educational Consortium (PAEC.) This professional development plan allows teachers to participate in trainings, record in-service points for re-certification, and fulfill requirements for added endorsements. PAEC requires approval for all plans and contracts through the governing board of each school.

 

3.  Section VI of the Original Agreement authorizes the renewal of the Original Agreement for an additional one (1) year renewal term.  Dean Damon Andrew from the Florida State University District has signed the contract to renew the professional development plan for the teachers of the Pembroke Pines-Florida State University Charter Elementary School. In addition, the dues for these services will be paid by Florida State University.

 

4.  The Charter School FSU Campus recommends that the City Commission approve this renewal Agreement for the term commencing on July 1, 2024, and expiring on June 30, 2025, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost:  There is no cost to the City of Pembroke Pines.  The FSU District pays for these services.

b)   Amount budgeted for this item in Account No: Not Applicable

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

d)   5-year projection of the operational cost of the project Not Applicable

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) Vigilant Solutions, Inc. - ESA - License Plate Reader - Renewal for Police Department

 

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 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, and October 3, 2023, the parties signed the Eighth Amendment and the Amended and Restated Eighth Amendment, respectively, renewing the Service Periods, clarifying the annual amounts, and extending the term to September 30, 2024.

 

7.  The Police Department recommends that the City Commission approve this Ninth Amendment for the one (1) year renewal term commencing on October 1, 2024, and expiring on September 30, 2025, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: $57,714.30

b)   Amount budgeted for this item in Account No: $37,000.00 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:

 

                     FY 2024-25

Revenues                     $0.00

Expenditures                     $57,714.30

Net Cost                     $57,714.30

 

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

 

 

(J) Clean Harbors Environmental Services, Inc. - Household Hazardous Waste Collection and Disposal Services - Non-Renewal

 

1.  On February 2, 2022, the City entered into an Agreement with Clean Harbors Environmental Services, Inc. for an eight (8) month period, expiring October 23, 2022. 

 

2.  Clean Harbors Environmental Services, Inc. provides household hazardous waste collection and disposal services for the city’s residents.

 

3.  The Original Agreement provided for one (1) additional two (2) year renewal term should the City of Coconut Creek renew the term of their agreement.  The City of Coconut Creek and the Contractor subsequently revised the renewal terms to two (2), one (1) year renewal terms.

 

4.  On October 27, 2022, and November 7, 2023, the parties entered into the First Amendment and Second Amendment, respectively, extending the term of the Agreement for one (1) year each, up to October 23, 2024.

 

5.  The Agreement does not provide for any further renewal terms and the Southeast Florida Cooperative is working on procuring a new contract, which the City will explore and will present to City Commission for recommendation.