Skip to main content
File #: 25-2014    Version: 1 Name: Contracts Database Report - December 11th, 2025
Type: Agreements/Contracts Status: Consent Agenda
File created: 10/7/2025 In control: City Commission
On agenda: 12/11/2025 Final action:
Title: MOTION TO APPROVE THE DEPARTMENT RECOMMENDATIONS FOR THE FOLLOWING ITEMS LISTED ON THE CONTRACTS DATABASE REPORT: (A) All Staff Health Services, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal (B) CSI Catalano’s Nurses Registry, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal (C) Doviniti-J15:12, Inc. d/b/a Homewatch Caregivers of Southwest Broward - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal (D) Trinity Health Care Services, LLC. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal ITEMS (E) THROUGH (L) WILL EXPIRE WITH NO RENEWAL TERMS AVAILABLE, THEREFORE, NO COMMISSION ACTION IS REQUIRED AS THEY ARE PRESENTED FOR NOTIFICATION PURPOSES ONLY PURSUANT TO SECTION 35.29 (F) OF THE CITY’S PROCUREMENT CODE: (E) Ceres Environmental Services, Inc - AD-21-02 Disaster Debris Management Services - Non...
Sponsors: Finance
Attachments: 1. 1. Contracts Database Report - December 11, 2025, 2. 2. A. All Staff Health Services - CS-23-02 Home Healthcare Svcs (AB), 3. 3. B. CSI Catalano's Nurses - CS-23-02 Home Healthcare Svcs (AB), 4. 4. C. Doviniti-J15-12, Inc - CS-23-02 Home Healthcare Svcs (AB), 5. 5. D. Trinity Health Care - CS-23-02 Home Healthcare Svcs (AB), 6. 6. E. Ceres Environmental Services, Inc. - Disaster Debris Management AD-21-02 (AB), 7. 7. F. Crowder-Gulf Joint Venture, Inc. - Disaster Debris Management AD-21-02 (AB), 8. 8. G. D&J Enterprises Inc - Disaster Debris Management AD-21-02 (AB), 9. 9. H. Eastern Waste Systems, Inc. - Disaster Debris Management AD-21-02 (AB), 10. 10. I. KDF Enterprises, LLC - Disaster Debris Management AD-21-02 (AB), 11. 11. J. Southern Disaster Recovery - Disaster Debris Management AD-21-02 (AB), 12. 12. K. Tetra Tech, Inc. - Disaster Recovery Monitoring (AB), 13. 13. L. TFR Enterprises - Disaster Debris Management AD-21-02 (AB)

Title

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

 

(A) All Staff Health Services, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

(B) CSI Catalano’s Nurses Registry, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

(C) Doviniti-J15:12, Inc. d/b/a Homewatch Caregivers of Southwest Broward - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

(D) Trinity Health Care Services, LLC. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

ITEMS (E) THROUGH (L) WILL EXPIRE WITH NO RENEWAL TERMS AVAILABLE, THEREFORE, NO COMMISSION ACTION IS REQUIRED AS THEY ARE PRESENTED FOR NOTIFICATION PURPOSES ONLY PURSUANT TO SECTION 35.29 (F) OF THE CITY’S PROCUREMENT CODE:

 

(E) Ceres Environmental Services, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(F) Crowder-Gulf Joint Venture, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(G) D & J Enterprises, Inc. - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(H) Eastern Waste System, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(I) KDF Enterpises, LLC - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(J) Southern Disaster Recovery, LLC - AD-21-02 Disaster Debris Management Services - Non-renewal

 

(K) Tetra Tech, Inc - AD-21-03 Disaster Recovery Monitoring and Reimbursement Assistance - Non-renewal

 

(L) T.F.R. Enterprises, Inc - AD-21-02 Disaster Debris Management 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) All Staff Health Services, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

1.  On February 27, 2024, the City entered into an Agreement with a pool of vendors, of which All Staff Health Services, Inc. is participant, for the provision of home healthcare services to the City on an as-needed basis, for an initial two (2) year period, which expires on February 26, 2026.

 

2.  Section 3.2 of the Original Agreement allows the renewal of the Agreement for two (2) additional, two (2) year periods, upon mutual consent of the Parties, evidenced by written Amendments to the Original Agreement extending the term thereof.

 

3.  The City’s Community Services Department recommends that the City Commission approve this First Amendment which will renew the term for an additional two (2) year period, commencing on February 27, 2026, and expiring on February 26, 2028, as allowed by the Agreement.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: Funded through Older Americans Act (OAA) Title IIIB; grant funds available in the amount of $166,958 to provide In-Home Services as needed (Homemaker, Personal Care & Respite).

b)   Amount budgeted for this item in Account No: 199-569-8005-534990-0000-000-0000-00024 - Other Svc

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

d)   5-year projection of the operational cost of the "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

 

 

(B) CSI Catalano’s Nurses Registry, Inc. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

1.  On February 27, 2024, the City entered into an Agreement with a pool of vendors, of which CSI Catalano’s Nurses Registry, Inc. is participant, for the provision of home healthcare services to the City on an as-needed basis, for an initial two (2) year period, which expires on February 26, 2026.

 

2.  Section 3.2 of the Original Agreement allows the renewal of the Agreement for two (2) additional, two (2) year periods, upon mutual consent of the Parties, evidenced by written Amendments to the Original Agreement extending the term thereof.

 

3.  The City’s Community Services Department recommends that the City Commission approve this First Amendment which will renew the term for an additional two (2) year period, commencing on February 27, 2026, and expiring on February 26, 2028, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: Funded through Older Americans Act (OAA) Title IIIB; grant funds available in the amount of $166,958 to provide In-Home Services as needed (Homemaker, Personal Care & Respite).

b)   Amount budgeted for this item in Account No: 199-569-8005-534990-0000-000-0000-00024 - Other Svc

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

d)   5-year projection of the operational cost of the "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

 

 

(C) Doviniti-J15:12, Inc. d/b/a Homewatch Caregivers of Southwest Broward - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

1.  On February 27, 2024, the City entered into an Agreement with a pool of vendors, of which Doviniti-J15:12, Inc. d/b/a Homewatch Caregivers of Southwest Broward is participant, for the provision of home healthcare services to the City on an as-needed basis, for an initial two (2) year period, which expires on February 26, 2026.

 

2.  Section 3.2 of the Original Agreement allows the renewal of the Agreement for two (2) additional, two (2) year periods, upon mutual consent of the Parties, evidenced by written Amendments to the Original Agreement extending the term thereof.

 

3.  The City’s Community Services Department recommends that the City Commission approve this First Amendment which will renew the term for an additional two (2) year period, commencing on February 27, 2026, and expiring on February 26, 2028, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: Funded through Older Americans Act (OAA) Title IIIB; grant funds available in the amount of $166,958 to provide In-Home Services as needed (Homemaker, Personal Care & Respite).

b)   Amount budgeted for this item in Account No: 199-569-8005-534990-0000-000-0000-00024 - Other Svc

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

d)   5-year projection of the operational cost of the "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

 

 

(D) Trinity Health Care Services, LLC. - CS-23-02 Home Healthcare Services - Personal Care, Homemaker & Respite Services - Renewal

 

1.  On February 27, 2024, the City entered into an Agreement with a pool of vendors, of which Trinity Health Care Services, LLC. is participant, for the provision of home healthcare services to the City on an as-needed basis, for an initial two (2) year period, which expires on February 26, 2026.

 

2.  Section 3.2 of the Original Agreement allows the renewal of the Agreement for two (2) additional, two (2) year periods, upon mutual consent of the Parties, evidenced by written Amendments to the Original Agreement extending the term thereof.

 

3.  The City’s Community Services Department recommends that the City Commission approve this First Amendment which will renew the term for an additional two (2) year period, commencing on February 27, 2026, and expiring on February 26, 2028, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: Funded through Older Americans Act (OAA) Title IIIB; grant funds available in the amount of $166,958 to provide In-Home Services as needed (Homemaker, Personal Care & Respite).

b)   Amount budgeted for this item in Account No: 199-569-8005-534990-0000-000-0000-00024 - Other Svc

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

d)   5-year projection of the operational cost of the "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

 

 

(E) Ceres Environmental Services, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with Ceres Environmental Services, Inc. for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  Ceres Environmental Services, Inc. was designated as the tertiary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(F) Crowder-Gulf Joint Venture, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with Crowder-Gulf Joint Venture, Inc. for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  Crowder-Gulf Joint Venture, Inc. was designated as the primary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(G) D & J Enterprises, Inc. - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with D & J Enterprises, Inc. for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  D & J Enterprises, Inc. was designated as the secondary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(H) Eastern Waste System, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with Eastern Waste System, Inc. for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  Eastern Waste System, Inc. was designated as the quinary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(I) KDF Enterpises, LLC - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with KDF Enterprises, LLC for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  KDF Enterprises, LLC was designated as the septenary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(J) Southern Disaster Recovery, LLC - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with Southern Disaster Recovery, LLC for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  Southern Disaster Recovery, LLC was designated as the senary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(K) Tetra Tech, Inc - AD-21-03 Disaster Recovery Monitoring and Reimbursement Assistance - Non-renewal

 

1.  On June 16, 2021, the City entered into an agreement with Tetra Tech, Inc. for an initial period which will expire on December 31, 2026.

 

2.  Tetra Tech, Inc provides the City with disaster recovery monitoring and reimbursement assistance services to the City during disaster or emergency events. Disasters include natural events such as hurricanes, tornadoes, windstorms, floods, and fires, as well as manmade events or emergencies such as civil unrest and terrorist attacks. In the event of a disaster or emergency, Tetra Tech, Inc shall service the City first and be on-call to provide all support services necessary to ensure the safety and well-being of all residents and visitors to the City. Tetra Tech, Inc. may also be called upon throughout the year to render services to assist the City with special needs and events other than full-scale disasters, as determined by the City Manager.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.

 

 

(L) T.F.R. Enterprises, Inc - AD-21-02 Disaster Debris Management Services - Non-renewal

 

1.  On January 12, 2022, the City entered into an agreement with T.F.R. Enterprises, Inc. for an initial term of five (5) years. This agreement is scheduled to expire on December 31, 2026.

 

2.  T.F.R. Enterprises, Inc. was designated as the quaternary vendor within a pool of contractors selected to provide services for the removal, processing, and lawful disposal of disaster generated debris on public property and public rights-of-way within the City of Pembroke Pines. These services are to be rendered in response to emergency events, including but not limited to hurricanes and other natural or manmade disasters.

 

3.  The Public Services Department is presenting this item to the City Commission for notification purposes. The current agreement will expire on December 31, 2026, with no renewal options available.