Skip to main content
File #: 25-835   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 8/21/2025 Final action:
Title: MOTION TO AWARD open-end contract to most reasonable source, Schindler Elevator Corporation, for Elevator, Escalator, and Moving Walkway Maintenance & Repairs Services, Solicitation No. BLD2129732Q1, for the Aviation Department, in the initial five-year estimated amount of $32,589,229 (which includes a total allowance in the annual amount of $600,000) and authorize the Director of Purchasing to renew the contract for five one-year periods, for a ten-year potential total estimated amount of $65,379,916.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - Most Reasonable Source Memorandum signed July 29, 2025, 3. Exhibit 3 - User Concurrence Memorandum signed July 10, 2025, 4. Exhibit 4 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  Stephen Farmer (Acting Director)

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD open-end contract to most reasonable source, Schindler Elevator Corporation, for Elevator, Escalator, and Moving Walkway Maintenance & Repairs Services, Solicitation No. BLD2129732Q1, for the Aviation Department, in the initial five-year estimated amount of $32,589,229 (which includes a total allowance in the annual amount of $600,000) and authorize the Director of Purchasing to renew the contract for five one-year periods, for a ten-year potential total estimated amount of $65,379,916.

 

body

Why Action is Necessary

In accordance with Broward County Procurement Code Section 21.47(a), Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract; and Section 21.53, a County contract shall not exceed five years in duration without the express approval of the Board.

 

In accordance with Florida Statutes Section 332.0075(3)(b), a governing body must approve, award, or ratify contracts for the purchase of commodities or contractual services executed by or on behalf of a large hub airport in an amount that exceeds $1,500,000 as a separate line item on the agenda and must provide a reasonable opportunity for public comment. Such contracts may not be approved, awarded, or ratified as part of a consent agenda.

 

What Action Accomplishes

Provides 24/7 monitoring, maintenance, and repairs of all Schindler Elevator Company equipment at Broward County’s Fort Lauderdale-Hollywood International Airport (FLL).

 

Goal Related Icon(s)

County Commission

Go Green

MAP Broward

 

Previous Action Taken

None

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE AVIATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

In accordance with the June 10, 2025, Agenda Item No. 38, approved by the Board of County Commissioners, the County Administrator was authorized to negotiate, approve and execute agreements, contract amendments, work authorizations, and other documents during the Board’s 2025 Summer Recess - June 11, 2025 through August 20, 2025. On July 29, 2025, the County Administrator approved the most reasonable source designation for Schindler Elevator Corporation (Schindler) for elevator, escalator, and moving walkway maintenance & repairs services for the Aviation Department (BCAD) (Exhibit 2).

 

This contract provides 24/7 monitoring, maintenance, and repairs of all elevators, escalators, and walkways equipment at Broward County’s Fort Lauderdale-Hollywood International Airport (FLL).

 

In accordance with the Broward County Living Wage Ordinance, Broward County Administrative Code, Section 26-101(i), these services are covered services. Schindler has agreed to be bound to the contractual obligations of the Living Wage Ordinance.

 

This procurement carries a 100% performance and payment guaranty. The Purchasing Division has confirmed with the Surety company that Schindler has the capacity to obtain the required guaranty.

 

On December 20, 2024, the Purchasing Division issued a Request for Information (RFI) Notice of Intent to designate most reasonable source to ascertain whether there were any other entities able to provide modernization, replacement, maintenance and repair services for elevators and escalators at FLL. The RFI yielded two (2) responses submitted by TEI Group and Southwest Elevator LLC, which were provided to the BCAD for its review. Both vendors demonstrated a lack of expertise as it relates to the scope of the contract. Based on this information, the Director of Purchasing recommended approval of this reasonable source designation.

 

The allowances incorporated in the contract, in the total amount of $600,000 per year, are for a fixed percentage discount off the price list and pass-thru allowance for parts and materials in the amounts of $350,000 and $250,000, respectively. Expenditures under these allowance items must be approved by the Contract Administrator and will be reimbursed at the contractor’s actual cost without mark-up.

 

BCAD has reviewed the quote submitted by Schindler and concurs with the recommendation for award (Exhibit 3). One vendor performance evaluation was completed for Schindler; the firm has an overall performance rating of 5.0 out of a possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.

 

The Purchasing Division reviewed the prices submitted by Schindler and has determined that the prices submitted are fair and reasonable in comparison to a previous Broward County contract for these same services (Exhibit 4).

 

Incumbent: Schindler Elevator Corporation. Contract Number and Title: BLD2122449G1_1, Elevator and Escalator and Moving Walk Maintenance and Repair at FLL based on Sourcewell Agreement No. 080420-SCH, Contract Term: November 1, 2021 through August 28, 2025, First Renewal: August 29, 2024 through  August 28, 2025. Expenditures to date: $18,480,658.71.

 

The solicitation was privately advertised on May 14, 2025 and opened on May 30, 2025 (Exhibit 1).

 

The amounts referenced in this agenda item were rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of the award.

 

The initial contract period begins on August 29, 2025 and terminates five years from that date.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

The open-end contract has a not to exceed amount of $65,379,916 for a potential ten-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.

 

Requisition No. AVM0011842