Print Back to Calendar Return
  County Administrator's Report     13. 25.    
BCC Regular Meeting Budget & Finance Consent  
Meeting Date: 12/05/2019  
Issue:    Contract PD 16-17.081 - General Paving and Drainage Pricing Agreement
From: PAUL NOBLES
Department: Asst County Administrator  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning the General Paving and Drainage Pricing Agreement - Joy Jones, Department Director, Engineering, and Paul Nobles, Purchasing Manager, Office of Purchasing

That the Board take the following action regarding Contract PD 16-17.081, General Paving and Drainage Pricing Agreement:

A. Approve the second (final) one-year renewal, effective retroactive to December 1, 2019, and valid through November 30, 2020, for the Unit Price Contract, PD 16-17.081, General Paving and Drainage Pricing Agreement, for each of the following firms, accepting those price changes as indicated in the provided documents;
  1. Allsouth Construction Services, LLC;
  2. B & W Utilities, Inc.;
  3. Chavers Construction, Inc.;
  4. Gulf Atlantic Constructors, Inc.;
  5. Gulf Marine Construction, Inc.;
  6. Heaton Brothers Construction Company, Inc.;
  7. J. Miller Construction, Inc.;
  8. Midsouth Paving, Inc.;
  9. Panhandle Grading & Paving, Inc.;
  10. Principle Properties, Inc.;
  11. Roads, Inc. of NWF;
  12. Site and Utility, LLC; and
  13. Utility Service Company, Inc.
B. Authorize the Agreement for use by various Departments, and utilize the accepted Bid Form Price Listing and Balance of Line Items as defined within the Special Terms and Conditions of the Solicitation to determine the lowest bid for a project; and

C. Authorize the issuance of individual or blanket Purchase Orders by all Departments/Divisions, in accordance with Chapter 46 of the Escambia County Code of Ordinances, during Fiscal Year 2019-2020.

[Fund 175, Transportation Trust Fund; Cost Centers 211201 - Traffic Operations, 211602 - Engineering/Infrastructure, & 211101 - Engineering Admin;
Fund 182, Master Drainage Basin Fund; Cost Centers 210719-210736 - Master Drainage Basins I-XVIII;
Fund 352, LOST III; Cost Centers 210107 - Transportation & Drainage, & 350229 - Parks Capital Projects;
Fund 353, LOST IV; Cost Centers 210106 - Transportation & Drainage, & 350221 - Parks Capital Projects;
Fund 167, Bob Sikes Toll Fund; Cost Centers 140301 -  Bob Sikes Toll Admin, & 140302 - Bob Sikes Toll Operation & Maintenance.]

Projects are limited to $250,000 each and the pricing Agreement budget limit is $2 Million for all vendors as approved by the Board on October 17, 2019. Anything over those limits will require additional Board approval.  

NON-ADA COMPLIANT DOCUMENTS TO BE DISTRIBUTED UNDER SEPARATE COVER:
  • Board Action 11/30/2017
  • Board Action 12/06/2018
  • 2019 GPAD Pricing Changes Requested by the Following Vendors:
    • B & W Utilities
    • Chavers Construction, Inc.
    • J. Miller Construction
    • Midsouth Paving
    • Panhandle Grading and Paving, Inc.
BACKGROUND:
The Board approved this Unit Price Contract PD 16-17.081 - General Paving and Drainage Pricing Agreement on November 30, 2017, for a period of one year, and the Board approved the first one-year renewal on December 6, 2018.

The Contract provides for a price adjustment on a 12-month basis.

This Contract provides for small-scale paving and drainage projects up to $350,000 each and meets the Florida Statutes relating to competitive sealed bids for road paving while allowing for the expedition of award for such projects. However, projects are limited to $250,000 each and the pricing agreement budget limit is $2 Million for all vendors as approved by the Board on October 17, 2019. Anything over those limits will require additional Board approval.

2018 GPAD Pricing will remain in effect for the renewal period for the following firms:
  • Allsouth Construction Services
  • Gulf Atlantic Constructors
  • Gulf Marine Construction, Inc.
  • Heaton Brothers Construction
  • Principle Properties
  • Roads, Inc. of NWF
  • Site and Utility LLC
  • Utility Service Company
BUDGETARY IMPACT:
Fund 175, Transportation Trust Fund; Cost Centers 211201 - Traffic Operations, 211602 - Engineering/Infrastructure, & 211101 - Engineering Admin;
Fund 182, Master Drainage Basin Fund; Cost Centers 210719-210736 - Master Drainage Basins I-XVIII;
Fund 352, LOST III; Cost Centers 210107 - Transportation & Drainage, & 350229 - Parks Capital Projects;
Fund 353, LOST IV; Cost Centers 210106 - Transportation & Drainage, & 350221 - Parks Capital Projects;
Fund 167, Bob Sikes Toll Fund; Cost Centers 140301 -  Bob Sikes Toll Admin, & 140302 - Bob Sikes Toll Operation & Maintenance.
LEGAL CONSIDERATIONS/SIGN-OFF:
N/A
PERSONNEL:
All work associated with this Recommendation was done in-house and no additional staff was required.
POLICY/REQUIREMENT FOR BOARD ACTION:
This Recommendation is in compliance with Escambia County, Florida Code of Ordinance, Chapter 46, Article II, Purchases and Contracts.
IMPLEMENTATION/COORDINATION:
The Engineering Department shall perform the function of Contract Administration and Management, with the assistance of the Office of Purchasing for specific needs.

Attachments
No file(s) attached.

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved