Skip to main content
File #: 25-1186   
Status: Agenda Ready
In control: AVIATION DEPARTMENT
Agenda Date: 12/9/2025 Final action:
Title: MOTION TO AWARD fixed contract to low bidder, Ranger Construction Industries, Inc., for Taxiway A Pavement Rehabilitation Phase II - Fort Lauderdale-Hollywood International Airport, Bid No. PNC2130571C1, for the Aviation Department, in the amount of $17,892,543, which includes a total allowance amount of $1,233,500; and authorize the Mayor and Clerk to execute same.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goals Memorandum dated October 23, 2025, 3. Exhibit 3 - User Concurrence Memorandum signed August 12, 2025, 4. Exhibit 4 - Price Analysis, 5. Exhibit 5 - Agreement
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 fixed contract to low bidder, Ranger Construction Industries, Inc., for Taxiway A Pavement Rehabilitation Phase II - Fort Lauderdale-Hollywood International Airport, Bid No. PNC2130571C1, for the Aviation Department, in the amount of $17,892,543, which includes a total allowance amount of $1,233,500; and authorize the Mayor and Clerk to execute same.

 

body

Why Action is Necessary

In accordance with Section 332.0075(3)(b), Florida Statutes, a governing body must approve, award, or ratify all contracts executed by or on behalf of a commercial service airport over the threshold amount provided in § 287.017 for CATEGORY FIVE [i.e., $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 all labor, materials, equipment, services, and incidentals to rehabilitate the pavement of Taxiway A.

 

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) initially established a 12% Disadvantaged Business Enterprise (DBE) Goal. Ranger Construction Industries, Inc. (Ranger) committed to 12% DBE participation, which was reviewed and approved by OESBD. Subsequently, OESBD determined that no DBE participation goal shall apply due to change in the federal regulations governing the DBE Program (Exhibit 2).

 

This contract provides for all labor, materials, equipment, and services necessary for the rehabilitation of Taxiway A at Broward County’s Fort Lauderdale-Hollywood International Airport. The construction includes the removal of existing 35-foot shoulders and replacement with 30-foot shoulders, associated drainage improvements, upgraded lighting and signage, new pavement markings, off-pavement grading, and widening and realignment of the north tenant ramp connectors to improve aircraft movement and operational flow.

 

This contract carries a 100% performance and payment guaranty. The vendor has provided a bid guaranty obligating the vendor to provide requisite performance and payment guaranty, upon notice of award.

 

The contract includes allowances in the amount of $1,233,500. Expenditures under the allowances must be approved by the Contract Administrator and will be reimbursed at the vendor’s actual cost without mark-up (Exhibit 1).

 

Broward County Aviation Department (BCAD) has reviewed the bid submitted by Ranger in the amount of $17,892,543, inclusive of $1,233,500 in allowances, and concurs with the recommendation for award (Exhibit 3).

 

One County vendor performance evaluation has been completed for Ranger; the vendor has an overall performance rating of 4.0 out of possible rating of 5.0. Copies of the vendor performance evaluations are available upon request.

 

The Purchasing Division and the Using Agency reviewed the prices submitted by Ranger and, after analysis and review with the Engineer of Record, concluded that the prices submitted by Ranger are fair and reasonable in comparison to the Engineer’s Estimate (Exhibit 4).

 

The bid was advertised on June 11, 2025 and opened on July 15, 2025; four bids were received with no declinations (Exhibit 1).

 

The Recommendation for Award was posted on the Purchasing Division website. There was no protest filed against this procurement.

 

Ranger’s bid validity expired on November 12, 2025, and Ranger has agreed to extend it through December 15, 2025.

 

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.

 

Source of Additional Information

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

 

Fiscal Impact

Fiscal Impact/Cost Summary

The fixed contract funding source is the Aviation Passenger Facility Charge (PFC) Capital Fund (40450) and federal and state grants.

 

Requisition No. AVC0001350