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 APPROVE Agreement between Broward County and Sunshine Cleaning Systems, LLC d/b/a Pritchard Industries for Group 2 - Rental Car Center (RCC) only, Janitorial Services for Terminals 1 - 4, AOCC, and RCC at FLL, RFP No. BLD2128700P1, for the Aviation Department, in a maximum not-to-exceed amount of $7,599,229, which includes $62,720 for optional services and allowance for the initial four-year term, and authorize the Director of Purchasing to renew the Agreement for up to four one-year terms, for an eight-year potential total maximum not-to-exceed amount of $16,150,974.
body
Why Action is Necessary
In accordance with Broward County Procurement Code, Section 21.47, 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.
In accordance with Section 332.0075(3)(b), Florida Statutes, 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 comprehensive janitorial services for the Rental Car Center located at Fort Lauderdale-Hollywood International Airport.
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.
The Office of Economic and Small Business Development (OESBD) designated Group 2, Rental Car Center (RCC), as a reserve opportunity for County Business Enterprise (CBE) firms. Sunshine Cleaning Systems, LLC d/b/a Pritchard Industries (Sunshine) is not a certified CBE firm; Sunshine committed to 30% CBE goal participation (Exhibit 2).
The purpose of the solicitation is to provide comprehensive janitorial services at the RCC located at the Fort Lauderdale-Hollywood International Airport.
In accordance with the Broward County Living Wage Ordinance, Broward County Administrative Code, Section 26-101(i), these services are covered services. Sunshine has agreed to be bound to the contractual obligations of the Living Wage Ordinance.
In accordance with the Broward County Workforce Investment Program, Broward County Administrative Code, Section 19.211, these services are subject to the Workforce Investment Program. Sunshine has agreed to be bound to the contractual obligations of the Workforce Investment Program.
This procurement carries a 100% performance and payment guaranty. The Purchasing Division has confirmed with the surety company that Sunshine has the capacity to obtain the required guaranty.
The RFP was advertised on March 18, 2025, and at the time of the submittal deadline on May 16, 2025, 21 firms submitted proposals (11 for Group 1; 16 for Group 2).
On September 5, 2025, an Initial Evaluation Committee meeting was held. The EC determined nine firms for Group 2, were both responsive and responsible to the RFP requirements.
On September 26, 2025, a Final EC meeting was held. After presentations, evaluation, questions and answers, scoring, and ranking, the EC named Sunshine as the first-ranked firm for Group 2.
On October 6, 2025, the Director of Purchasing received a preemptive objection letter for Group 2 from McKenzie’s Cleaning Inc. (McKenzie). The objection letter claimed the Evaluation Committee’s ranking placed a non-CBE prime contractor above the two certified CBE firms, inconsistent with the CBE Reserve Program requirements (Exhibit 3).
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from October 9 - 13, 2025, which provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers.
On October 30, 2025, the Director of Purchasing issued a response to McKenzie’s objection letter, stating that the objection did not meet the criteria under the Procurement Code, Section 21.42, as the information cited was already known to the Evaluation Committee. Additionally, although McKenzie met the monetary differential under Section 1-81.3(f)(1) of the Business Opportunity Act for Group 2, McKenzie did not meet the points differential that was also required by Section 1-81.3(f)(2), therefore McKenzie was not eligible to become the No. 1 ranked firm. The evaluation and scoring of firms were conducted appropriately and within the established guidelines, practices, and procedures set forth in the Broward County Procurement Code, Ordinances, and existing written guidelines. As such, the objection was denied (Exhibit 4).
The EC final recommendation of ranking was posted on the Purchasing Division website from October 30 to November 6, 2025, which provided an opportunity for any aggrieved proposer to file a formal protest. No formal protest was received.
On December 9, 2025, in accordance with Procurement Code, Section 21.42(k), Procedures for RFPs, RLIs, and RFQs, the ranking of the qualified firms became final, and staff proceeded with negotiations.
One negotiation meeting was held on January 7, 2026 to negotiate the Agreement with Sunshine. The meeting was attended by representatives from Sunshine, staff from the Aviation Department, the County Attorney’s Office, and the Purchasing Division. Note, Sunshine Cleaning Systems, LLC d/b/a Pritchard Industries is referenced as Sunshine Cleaning Systems, LLC in the agreement.
Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on the Broward County Purchasing Division website at <https://www.broward.org/Purchasing/Pages/Repository.aspx>.
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 agreement reflects the actual amount of the award.
The initial agreement period begins on April 1, 2025 and terminates four years from that date.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
This Agreement is for a not-to-exceed amount of $16,150,974, over a potential eight-year period. The funds estimated for the current Fiscal Year are included in the current Fiscal Year budget.
Requisition No. AVM0010883