Skip to main content
File #: 26-2444    Version: 1 Name: Contracts Database Report - April 15th, 2026
Type: Agreements/Contracts Status: Consent Agenda
File created: 3/31/2026 In control: City Commission
On agenda: 4/15/2026 Final action:
Title: MOTION TO APPROVE THE DEPARTMENT RECOMMENDATIONS FOR THE FOLLOWING ITEMS LISTED ON THE CONTRACTS DATABASE REPORT: (A) Compass Group USA, Inc. - Food Service Management Company ED-23-01 - Renewal (B) Cross Country Staffing, Inc. - Nursing Services for Charter Schools - Renewal (C) Easter Seals South Florida, Inc. - Adult Health Day Care and Alzheimer’s Care - Renewal ITEMS (D) 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: (D) Airquest Environmental, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal (E) CRB Geological & Environmental Services, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal (F) Fresco Inspections & Consulting LLC - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal ...
Sponsors: Finance
Attachments: 1. 1. Contracts Database Report - April 15, 2026, 2. 2. A. Compass Group USA - ED-23-01 (All Backup), 3. 3. B. Cross Country Staffing - Nursing Services (AB), 4. 4. C. Easter Seals South Florida, Inc. - Adult Health Day Care and Alzheimer Care (AB), 5. 5. D. AirQuest Environmental Inc - Environmental Specialists - PL-24-02 (AB), 6. 6. E. CRB Geological Environmental Services - Environmental Home Inspection - Pl-24-01 (AB), 7. 7. F. Fresco Inspections & Consulting - Environmental Inspectors - PL-24-01 (AB), 8. 8. G. Gold Tree Development - Residential Inspection and Cost Estimating - PL 24-02 (AB), 9. 9. H. Hazen and Sawyer P.C - Professional Services Agreement (AB), 10. 10. I. Housing and Assistive - Residential Inspection and Cost Estimating - PL 24-02 (AB), 11. 11. J. Riteview Inspections - Residential Inspection and Cost Estimating - PL 24-02 (AB), 12. 12. K. TSC Associates - Residential Inspection and Cost Estimating - PL 24-02 (AB), 13. 13. L. Williams Professional Water Restoration Srvc - PL-24-01 (AB)

Title

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

 

(A) Compass Group USA, Inc. - Food Service Management Company ED-23-01 - Renewal

 

(B) Cross Country Staffing, Inc. - Nursing Services for Charter Schools - Renewal

 

(C) Easter Seals South Florida, Inc. - Adult Health Day Care and Alzheimer’s Care - Renewal

 

ITEMS (D) 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:

 

(D) Airquest Environmental, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

(E) CRB Geological & Environmental Services, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

(F) Fresco Inspections & Consulting LLC - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

(G) Gold Tree Development Group, LLC - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

(H) Hazen and Sawyer, P.C. - Continuing Professional Services - Non-Renewal

 

(I) Housing and Assistive Technology, Inc - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

(J) Riteview Inspections, LLC - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

(K) TSC Associates, Inc - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

(L) Williams Professional Water Restoration Service LLC - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - 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) Compass Group USA, Inc. - Food Service Management Company ED-23-01 - Renewal

 

1.  On June 26, 2023, the City entered into an Agreement with Compass Group USA, Inc. for an initial, one (1) year period, which expired on June 30, 2024.

 

2.  Compass Group USA, Inc. provides nutritionally balanced meals to the City’s Charter Schools and Early Development Centers.

 

3.  Section 3.2 of the Original Agreement authorizes renewal of the Original Agreement for four (4), additional, one (1) year renewal periods upon mutual consent, evidenced by written Amendments extending the term thereof.

 

4.  On April 25, 2024, the parties entered into the First Amendment to increase the compensation by 5.2% and to renew the term for the first, one (1) year renewal period, which expired on June 30, 2025.

 

5.  On April 24, 2025, the parties entered into the Second Amendment to increase the compensation by 3.6% and to renew the term for the second, one (1) year renewal period, extending the term to June 30, 2026.

 

6.  The City of Pembroke Pines Charter Schools Department and the Early Development Center recommend that the City Commission approve this Third Amendment for an increase in the compensation of 4.1% and for the third, one (1) year renewal period commencing on July 1, 2026, and expiring on June 30, 2027, as allowed by the Agreement.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)                     Renewal Cost: The total estimated annual cost of $3,412,766.19 is based on the projected meal equivalents for FY 2026-27 Charter School expense and FY 2026-27 EDC projected food purchases expense. Please note that the total meal equivalents may fluctuate each year due to various factors, including student participation, Hurricane Days, enrollment, etc.

b)                     Amount budgeted for this item in Account No: This expense will be budgeted for in the 2026-2027 Proposed Charter School Budget and 2026-2027 Proposed Early Development Center budget in the following operating accounts:

 

School Site

Account Description

Account Coding

Cost per Site

East Elementary

Professional & Tech Svs

170-569-5051-531310-7600-310-0000-00550

$441,036.39

West Elementary

Professional & Tech Svs

170-569-5051-531310-7600-310-0000-00551

$398,767.50

Central Elementary

Professional & Tech Svs

170-569-5051-531310-7600-310-0000-00552

$338,350.70

West Middle

Professional & Tech Svs

171-569-5052-531310-7600-310-0000-00553

$359,627.96

Central Middle

Professional & Tech Svs

171-569-5052-531310-7600-310-0000-00554

$398,619.84

Academic Village

Professional & Tech Svs

172-569-5053-531310-7600-310-0000-

$1,093,810.98

FSU Elementary

Professional & Tech Svs

173-569-5061-531310-7600-310-0000-

$343,411.17

 

 

Charter School Total

$3,373,624.54

Central EDC

Food Purchases

001-569-5002-552701-0000-000-0000-00209

$39,141.65

 

 

EDC Total

$39,141.65

 

 

Total Renewal cost

$3,412,766.19

 

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

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

Regarding the Charter Schools, the Contract with Chartwells to provide food service is directly related to the revenue the City receives from the Federal Government for the National School Lunch Program.  Revenues received and expenditures incurred are based on a "per meal" basis. 

 

For FY 2026-2027, the Charter Schools project a net operating loss of approximately $245,411.58 within the food service program due to anticipated federal reimbursement revenues being lower than the projected contractual cost of providing meals through Chartwells Dining Services. The Charter Schools currently maintain food service reserves exceeding three months of operating expenditures. Under National School Lunch Program (NSLP) regulations, program revenues must be used solely for food service operations and cannot subsidize non-program activities. Accordingly, the projected loss represents a planned use of accumulated program reserves while maintaining compliance with federal NSLP requirements.

 

For the Central Early Development Centers, the Contract with Chartwells to provide food service is directly related to the revenue the City receives from parents, based on a "per meal" basis.  The net revenue of $ 4,424.35 is used to offset other operating expenses, such as snacks for students/campers.

 

                    

FY2026-27

Charter Schools

Central EDC

Total

Revenues      

 $           3,128,212.96

 $       43,566.00

 $   3,171,778.96

Expenditures

 $         (3,373,624.54)

 $     (39,141.65)

 $ (3,412,766.19)

Net Cost    

 $            (245,411.58)

 $         4,424.35

 $    (240,987.23)

 

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) Cross Country Staffing, Inc. - Nursing Services for Charter Schools - Renewal

 

1.  On January 23, 2024, the City entered into an Agreement with Cross Country Staffing, Inc. of nursing services to the CITY’s Charter Schools for an initial period, expiring on June 30, 2026.

 

2.  Section 3.2 of the Original Agreement allows the renewal of the Agreement for two (2) additional one (1) year terms, upon mutual consent of the Parties, evidenced by written Amendments extending the term thereof.

 

3.  On March 11, 2026, Cross Country Staffing, Inc. requested a three percent (3%) increase to the compensation rates under the Original Agreement, adjusting the hourly rate for Registered Nurse services from $50.50 to $52.00 and for Licensed Practical Nurse services from $45.75 to $47.00

 

4.  The City’s Charter Schools recommends that the City Commission approve this First Amendment to increase the hourly rates and to renew the term of the Original Agreement for an additional one (1) year period, commencing on July 1, 2026, and expiring on June 30, 2027, as allowed by the Agreement.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Cost: $250,036.50

b)   Amount budgeted for this item in Account No: $250,036.50 will be budgeted for in the 2026-2027 Proposed Charter School Budget within the following budgetary accounts:

 

School Site

Professional Svc - Tech Svs Accounts

Amount

East Elementary

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

    73,224.00

West Elementary

170-569-5051-531310-6130-310-0000-00551

    30,420.00

Central Elementary

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

    25,380.00

West Middle

171-569-5052-531310-6130-310-0000-00553

    30,420.00

Central Middle

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

    25,380.00

FSU Elementary

173-569-5061-531310-6130-310-0000-

    65,212.50

Total

 

  250,036.50

 

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

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

 

                     2026-27

Revenues                     $0.00

Expenditures                     $250,036.50

Net Cost                     ($250,036.50)

 

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) Easter Seals South Florida, Inc. - Adult Health Day Care and Alzheimer’s Care  - Renewal

 

1.  On September 22, 2009, the City entered into an Agreement with Easter Seals of South Florida, Inc. for the provision of Adult Health Day Care and Alzheimer’s Care for residents at the City’s Southwest Focal Point Senior Center for an initial three (3) year period, which expired on September 30, 2012.

 

2.  On February 8, 2012, the City executed the First Amendment to the Original Agreement to provide additional services to additional clients and to approve a one-time increase in the total compensation amount of $69,121.00 for fiscal year 2011-2012, as a result of the CITY’s receipt of additional funding under the Older Americans Act.

 

3.  On October 1, 2012, the City executed the Second Amendment to the Original Agreement, as amended, to renew the term for an additional three (3) year period, which expired on September 30, 2015.

 

4.  On July 1, 2015, the City executed the Third Amendment to the Original Agreement, as amended, to extend the term for an additional five (5) year period, which expired on September 30, 2020, with the option to renew the term for two (2) additional, three (3) year periods.

 

5.  On June 17, 2020, the City executed the Fourth Amendment to the Original Agreement, as amended, to renew the term for an additional three (3) year period, which expired on September 30, 2023.

 

6.  On September 5, 2023, the City executed the Fifth Amendment to the Original Agreement, as amended, to renew the term for an additional three (3) year period, which expires on September 30, 2026.

 

7.  Effective January 1, 2026, as a result of the CITY’s receipt of additional funding under the Older Americans Act, the Parties desire to increase the total compensation for services provided under this Agreement from $288,158.00 to $303,600.00.

 

8.  The Community Services Department recommends that the City Commission approve this Sixth Amendment to increase the total compensation from $288,158.00 to $303,600.00, and to renew the term for an additional five (5) year period, commencing on October 1, 2026, and expiring on September 30, 2031, with the option to renew for additional five (5) year terms.

 

FINANCIAL IMPACT DETAIL:

 

a)   Renewal Revenue: $169,098.00

b)   Amount budgeted for this item in Account No:

For the Adult Day Care services:

Revenue Account 199-000-8005-331690-0000-000-0000- OAA Title III - B&D Funds $216,642.02 and                

199-000-8005-331691-0000-000-0000- OAA Title III - E $86,958.00

Expenditure Account 199-569-8005-534990-0000-000-0000-00024 Other Svc $303,600.00

For the Lease Payments:

Monthly Facility Fee for the period of October 1, 2025 - September 30, 2026, is $14,091.50 for the total amount of $169,098.00 to be allocated to Revenue - Rental - Adult Day Care (Tax Exempt)

Munis 001-000-8001-362054-0000-000-0000-

 

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

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

 

                     Current FY                     Year 2                     Year 3                     Year 4                     Year 5

Revenues (Rent)                     $169,098.00                     $169,098.00                     $169,098.00                     $169,098.00                     $169,098.00

Revenues (Grant)                     $303,600.00                     $303,600.00                     $303,600.00                     $303,600.00                     $303,600.00

Expenditures                     $303,600.00                     $303,600.00                     $303,600.00                     $303,600.00                     $303,600.00

Net Revenue                     $169,098.00                     $169,098.00                     $169,098.00                     $169,098.00                     $169,098.00

 

e)   Detail of additional staff requirements: 

 

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) Airquest Environmental, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

1.  On September 3, 2024, the City entered into an Agreement with a pool of vendors, including Airquest Environmental, Inc., for the provision of environmental inspection services to determine the extent of mold and lead that is present in the property and the cost for each repair for a two (2) year period, which expires on September 2, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(E) CRB Geological & Environmental Services, Inc. - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

1.  On September 17, 2024, the City entered into an Agreement with a pool of vendors, including CRB Geological & Environmental Services, Inc., for the provision of environmental inspection services to determine the extent of mold and lead that is present in the property and the cost for each repair for a two (2) year period, which expires on September 16, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(F) Fresco Inspections & Consulting LLC - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

1.  On September 3, 2024, the City entered into an Agreement with a pool of vendors, including Fresco Inspections & Consulting LLC, for the provision of environmental inspection services to determine the extent of mold and lead that is present in the property and the cost for each repair for a two (2) year period, which expires on September 2, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(G) Gold Tree Development Group, LLC - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

1.  On September 5, 2024, the City entered into an Agreement with a pool of vendors of which Gold Tree Development Group, LLC is participant, for the provision of residential home inspection services to determine the extent of rehabilitation needed in residential homes and the cost for each repair for a two (2) year period, which expires on September 4, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(H) Hazen and Sawyer, P.C. - Continuing Professional Services - Non-Renewal

 

1.  On February 2, 2021, the City entered into an Agreement with Hazen and Sawyer, P.C. for the provision of process engineering services for the Wastewater Treatment Plant, collection and distribution facilities for construction and process improvement projects, with a focus on additions and alterations to existing facility systems, for an initial three (3) year period, which expired on February 1, 2024.

 

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

 

3.  On January 23, 2024, the Parties executed the First Amendment to the Original Agreement, to amend the compensation language, and to renew the term for an additional one (1) year period, which expired on January 31, 2025.

 

4.  On October 14, 2024, the Parties executed the Second Amendment to the Original Agreement, as amended, to renew the term for an additional one (1) year period, which expired on January 31, 2026.

 

5.  On August 25, 2025, the Parties executed the Third Amendment to the Original Agreement, as amended, to extend the term for a one hundred and eighty (180) calendar day period, which expires on July 31, 2026.

 

6.  The Utilities Department is presenting this item to the City Commission for notification purposes, as the current term of the Agreement expires on July 31, 2026, with no renewal options available. The Department has begun a new procurement process to secure the provision of these services.

 

(I) Housing and Assistive Technology, Inc - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

1.  On September 5, 2024, the City entered into an Agreement with a pool of vendors of which Housing and Assistive Technology, Inc is participant, for the provision of residential home inspection services to determine the extent of rehabilitation needed in residential homes and the cost for each repair for a two (2) year period, which expires on September 4, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(J) Riteview Inspections, LLC - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

1.  On September 3, 2024, the City entered into an Agreement with a pool of vendors of which Riteview Inspections, LLC is participant, for the provision of residential home inspection services to determine the extent of rehabilitation needed in residential homes and the cost for each repair for a two (2) year period, which expires on September 2, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(K) TSC Associates, Inc - PL-24-02 Residential Home Inspections and Cost Estimating Services - Non-Renewal

 

1.  On September 3, 2024, the City entered into an Agreement with a pool of vendors of which TSC Associates, Inc is participant, for the provision of residential home inspection services to determine the extent of rehabilitation needed in residential homes and the cost for each repair for a two (2) year period, which expires on September 2, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.

 

(L) Williams Professional Water Restoration Service LLC - RFQ # PL-21-01 Environmental Specialists for Residential Home Inspection - Non-renewal

 

1.  On September 3, 2024, the City entered into an Agreement with a pool of vendors, including Williams Professional Water Restoration Service LLC, for the provision of environmental inspection services to determine the extent of mold and lead that is present in the property and the cost for each repair for a two (2) year period, which expires on September 2, 2026.

 

2.  The Original Agreement does not provide for renewal of the term. Accordingly, the Planning and Economic Development Department is presenting this item to the City Commission for notification purposes, as the Agreement will expire and no renewal options are available.