Print Back to Calendar Return
  County Administrator's Report     11. 18.    
BCC Regular Meeting Budget & Finance Consent  
Meeting Date: 08/20/2015  
Issue:    Miscellaneous Drainage and Paving Projects
From: Joy D. Blackmon, P.E.
Department: Public Works  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning Amending the Board's Action of April 9, 2015, Approving the Issuance of Blanket and/or Individual Purchase Orders in Excess of $50,000 - "Miscellaneous Drainage/Paving Projects" for the Public Works Department - Joy D. Blackmon, P.E., Public Works Department Director

That the Board amend its action of April 9, 2015, approving the issuance of blanket and/or individual purchase orders in excess of $50,000, for Fiscal Year 2014-2015 on CAR II "Budget/Finance," Item #29 "Miscellaneous Drainage/Paving Projects," for the Public Works Department 2014-2015, to add the following Vendor:

Infrastructure Specialty Services, Inc. (Vendor #420809)

[Funding Source:  Fund 175, "Transportation Trust Fund", Cost Center 211201/211602/211101; Fund 182-199, "Master Drainage Basin Funds", Cost Centers 210719-210736; Fund 352, "Local Option Sales Tax III", Cost Center 210107/350229; Fund 112, "Disaster Recovery Fund", Cost Centers 330490-330495]
BACKGROUND:
Meeting in regular session on September 25, 2014, the Board approved issuance of purchase orders to J. Miller Construction, Perdido Grading and Paving, Chavers Construction, and Green Procedures for a not-to-exceed amount of $500,000 for FY 2014-2015. 

Meeting in regular session on April 9, 2015, the Board approved adding the following vendors and increasing the yearly allotment from $500,000 to $1,500,000.

Warrington Utility and Excavation
Allsouth Construction
Gulf Marine Construction
Green Energy
B&W Utilities
SPB, Inc.
Biles Constructon

The Public Works Department requests that an additional small local business vendor be added to this request so that we can continue procuring contracts for construction projects under $50,000 until reaching a threshold of $1.5M for this fiscal year. This efficient procurement process for small construction contracts has been instrumental for the Public Works Department to procure 51 construction contracts identified for Federal Emergency Management Agency (FEMA) reimbursement.

The Department will continue with its current procedure of requesting three quotes for each project as required by the "Code of Ordinances of Escambia County, Florida, Chapter 46, Finance, Article II, Purchase and Contracts" for these small construction projects. Upon receipt of the quotes, the lowest responsive bidder will be selected and all responses and supporting documentation will be sent to the Office of Purchasing for purchase order processing.

The Department is continuing to use Contract PD 10-11.065 "Drainage and Paving Pricing Agreement" for projects over $50,000 and under $350,000. When Pricing Agreement vendors are not interested in accepting a project, the Department has been and will continue to proceed with a formal bid.
BUDGETARY IMPACT:
Funds are available as follows:  Fund 175, "Transportation Trust Fund" Cost Center 211201/211602/211101; Fund 182-199, "Master Drainage Basin Funds" Cost Centers 210719-210736; Fund 352, "Local Option Sales Tax III", Cost Center 210107/350229; Fund 112, "Disaster Recovery Fund", Cost Centers 330490-330495.
LEGAL CONSIDERATIONS/SIGN-OFF:
This recommendation is in compliance with the provisions of the Code of Ordinances of Escambia County, Florida, Chapter 46, Finance, Article II, Purchase and Contracts.
PERSONNEL:
N/A
POLICY/REQUIREMENT FOR BOARD ACTION:
The Purchasing Ordinance specifies that any purchases over $50,000 require Board approval.
IMPLEMENTATION/COORDINATION:
N/A

Attachments
Board Actions

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