Loading...
Resolution No. 2025-02 Maestre Construction Inc. Contract to Mill and Resurface Country Club Drive - January 14, 2025CITY OF AVENTURA RESOLUTION NO. 2025-02 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF AVENTURA, FLORIDA, AUTHORIZING THE CITY MANAGER TO "PIGGYBACK" OFF OF THE MIAMI-DADE COUNTY WATER AND SEWER DEPARTMENT CONTRACT WITH MAESTRE CONSTRUCTION, INC., IN AN AMOUNT NOT TO EXCEED $926,000 TO MILL AND RESURFACE COUNTRY CLUB DRIVE; APPROVING THE EXEMPTION FROM COMPETITIVE FORMAL BIDDING PURSUANT TO SECTION 2-253 OF THE CODE OF ORDINANCES TO ENTER INTO THIS CONTRACT; PROVIDING FOR IMPLEMENTATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on June 9, 2023, the Miami -Dade County Water and Sewer Department entered into an agreement with Maestre Construction, Inc. to furnish and install a 16-inch sanitary force main along West, North, and East Country Club Drive, from William Lehman Causeway to Yacht Club Way; and WHEREAS, the City's Public Works/Transportation Department has requested the use of the Miami -Dade County Water and Sewer Department contract with Maestre Construction, Inc. for milling and resurfacing Country Club Drive; and WHEREAS, the determination has been made that Maestre Construction, Inc., will best meet the needs of the City; and WHEREAS, Section 2-253 of the City Code of Ordinances exempts piggyback contracts from competitive formal bidding thereby enabling the City Manager to recommend utilizing the Miami -Dade County Water and Sewer Department contract with Maestre Construction, Inc. for this purpose because it is an active contract and was competitively solicited; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the residents of the City of Aventura. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF AVENTURA, FLORIDA: Section 1. Recitals. That each of the above -stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Authorization. That the City Manager is hereby authorized to "piggyback" off of the Miami -Dade County Water and Sewer Department contract with Maestre Construction, Inc. in an amount not to exceed $926,000 to mill and resurface Country Club Drive. City of Aventura Resolution No. 2025-02 Section 3. Effective Date. That this Resolution shall become effective immediately upon its adoption. The foregoing Resolution was offered by Commissioner Bloom, who moved its adoption. The motion was seconded by Commissioner Kruss, and upon being put to a vote, the vote was as follows: Commissioner Clifford B. Ain Yes Commissioner Gustavo Blachman Yes Commissioner Amit Bloom Yes Commissioner Paul A. Kruss Yes Commissioner Cindy Orlinsky Yes Vice Mayor Rachel S. Friedland Yes Mayor Howard S. Weinberg Yes PASSED AND ADOPTED this 14th day of January, 2025. O ARD S. WEINBERG, ES MAYOR ATTEST: ELLISA L. HORVATH, MMC CITY CLERK APPROVED AS TO LEGAL SUFFICIENCY: I il I A. __ ROBERT MEYERS CITY ATTORNEY WEISS SEROTA HELFMAN COLE + BIERMAN, P.L. Page 2 of 2 0 Maestre ConstructionIne. 610 West 53�a Street Hialeah, Florida 33012 Phone: (305) 557-4 4C Fax: (305)557-4489 Proposal No. RPQ No. S971 Date: 10/25/2024 Project: S971 RE: This is the work request by the City of Aventura to Mill and Resurface the road way. This price includes, MOT to perform the work, the temporary striping and thermoplastic striping. Estimate Construction Time: 20 working days Additional Cost Description Unit Quantity Unit Price Extended Total Milling SY 40922.22 $ 3.00 $ 122,766.67 Resurfacing SY 40922.22 $ 11.15 $ 456,282.78 Temporary and Thermo Striping LS 1 $ 130,000.00 $ 130,000.00 Traffic Loops LS 6 $ 3,650.00 $ 21,900.00 Cross walk Loops LS 1 $ 77,292.00 $ 77,292.00 Sub -Total: $ 808,241.44 Tax: $ - 10 k per GCandC $0.00 Total Cost: $ 808,241.44 Material Cost Breakdown Description Unit Quantity Unit Price Extended Total LS 0 $ - $ Sub -Total: $ Tax: $ Total: $ 10 % per GCandC $ Total Material Cost: $ Other Costs Description Unit Quantity Unit Price Extended Total Maintenance of Traffic LS 1 $ 75,000.00 $ 75,000.00 Police officer FIR 80 $ 160.00 $ 12,800.00 Public Outreach Services LS 1 $ 12,500.00 $ 12,500.00 Sub -Total: $ 100,300.00 Tax: $ 7,021.00 Total: $ 107,321.00 10 k per GCandC $ 10,030.00 Total Other Cost: $ 117,351.00 Equipment Cost Description Unit Quantity Unit Price Extended Total Cat 325 Excavator FIR 0 $ 107.79 $ Cat 335 Excavator FIR 0 $ 162.07 $ Cat 308 Excavator FIR 0 $ 56.71 $ Cat 938 Loader FIR 0 $ 65.37 $ Bomag Roller FIR 0 $ 19.35 $ Skid Steer 332G FIR 0 $ 74.71 $ Dump Truck (3) FIR 0 $ 53.36 $ Light Tower FIR 0 $ 7.92 $ Hydraulic Unit FIR 0 $ 40.00 $ Trash Pump FIR 0 $ 59.83 $ 4" Hydraulic Pump FIR 0 $ 56.40 $ AirCompressor FIR 0 $ 39.62 $ Equipment Truck (2) FIR 0 $ 28.68 $ Equipment Trailer (2) FIR 0 $ 5.51 $ Sub -Total: $ Tax: $ Total: $ 10 k per GCandC $ Total Equipment Cost: $ Labor Cost Description Unit Quantity Unit Price Extended Total Laborer(4) FIR 0 $ 28.36 $ Operator(2) FIR 0 $ 41.08 $ Pipelayer(1) FIR 0 $ 31.86 $ Driver(3) FIR 0 $ 38.80 $ Working Foreman (1) FIR 0 $ 75.00 $ TotalA: $ Labor Burden (57.56 k): $ Total $ 15 k per GCancIC from TotalA $ Total Labor Cost: $ Proposed Grand Total: $ 925,592.44 This claim is justified and is consistent with the Plans and Specifications. All the costs for extra work have been reviewed and are accurate, fair and reasonable. Approved by: 9820.032 52027.53 61847.562 Memorandum "'®°�"°E Date: December 12, 2023 To: Honorable Chairman Oliver G. Gilbert, III Agenda Item No. 8(0)(7) and Members, Board of County Commissioners From: Daniella Levine Cava 4W4 �CtV0,_, Mayor Resolution Ratifying the Award of Construction Contract No. 5-971 to Furnish Subject: and Install 16-Inch Sanitary Force Main along W, N & E Country Club Dr from William Lehman Causeway to Yacht Club Way related to Miami -Dade Water and Sewer Department's Consent Decree and Capital Improvement Programs Acceleration Ordinance Executive Summary This item seeks ratification of the award of Construction Contract No. 5-971 (the "Contract") to Maestre Construction, Inc. (Maestre) for Maestre to furnish and install a 16-inch sanitary force main along W, N & E Country Club Dr from William Lehman Causeway (the Causeway) to Yacht Club Way in an amount not to exceed $7,209,758.12. The project consists of furnishing and installing approximately 11,090 PVC C900 linear feet of sanitary sewer force main in the above - described location. This project will replace a 40-year-old 24-inch force main located 12 feet below ground that failed in 2019, resulting in a sewage spill into a retention pond near Aventura Mall. The Causeway connects State Road AIA to Biscayne Boulevard, requiring a phased approach to the necessary upgrade to the aging infrastructure that resulted in the 2019 incident. This is the third of three phases of force main repairs and involves the installation of a 16-inch force main to complete the enhancements. When complete the useful life of the new force mains will be extended by 40 years. The larger pipe diameters will support additional flows at lower pressure, reducing the need and cost associated with emergency repairs and cleanup of breaks. Recommendation It is recommended that the Board of County Commissioners (Board) ratify the action of the County Mayor or County Mayor's designee, as authorized under Section 2-8.2.12 of the Miami -Dade County Code related to Miami -Dade Water and Sewer Department's (WASD) Consent Decree and Capital Improvement Programs Acceleration Ordinance (WASD's Acceleration Ordinance) for the funded project identified below and on Exhibit A, as attached. Capital Improvement Project This project is for the construction of proposed infrastructure and is necessary to upgrade the wastewater collection and transmission system (WCTS) in an area of Aventura along the Causeway near the intersection with West Country Club Drive. Item 1 — Recommendation awarding Construction Contract to Furnish and Install 16-Inch Sanitary Force Main along W, N & E Country Club Dr from the Causeway to Yacht Club Way, Contract No. 5-971. This item requests ratification of an award for a contract in an amount not to exceed $7,209,758.12 with a total contract period of 449 days to Maestre. The 5-971 award was filed M DC001 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 2 with the Clerk's Office on June 9, 2023, and the contract was fully executed and attested by the Clerk's Office on September 13, 2023. Delegation of Authority This Contract was awarded pursuant to Section 2-8.2.12 of the Miami -Dade County Code related to WASD's Acceleration Ordinance, which delegates authority to the County Mayor or County Mayor's designee to award certain projects, and among other things, negotiate and settle claims, and execute change orders that do not exceed ten percent (10%) of the base contract amount, subject to ratification by the Board. Scope The project consists of furnishing and installing approximately 11,090 PVC C900 linear feet of sanitary sewer force main along W, N & E Country Club DR from the Causeway to Yacht Club Way. The pipe installation method will be via open -cut; however, the project will also contain connections to existing sewage force mains; making cut in and cap to an existing sewage force main; The work will also include the furnishing and installation of all fittings, restraints, valves, connections at both ends of the pipe's route, clearing and grubbing of existing vegetation, milling, re -surfacing, pavement restoration and maintenance of traffic. As shown on Exhibit A, this project is located in Commission District 4, which is represented by Commissioner Micky Steinberg. Fiscal Impact/Fundin2 Source The funding sources for this project are as follows: Wastewater Renewal Fund, Wastewater Connection Charges, WASD Revenue Bonds Sold, Future WASD Revenue Bonds Sold and Future Subordinate Debt, and are detailed on Exhibit A and other accompanying attachments. The project is in the FY 2022 — 23 Adopted Budget and Multi -Year Capital Plan. The fiscal impact to the County will be $7,209,758.12 for this project. Track Record/Monitoring WASD's Deputy Director of Capital Improvements, Marisela Aranguiz, will oversee the implementation of this project. Due Diligence/Safety Information Due diligence was conducted by WASD and the Internal Services Department (ISD) in accordance with ISD's Procurement Guidelines to determine responsibility, including verifying corporate status; performance; safety record, including Occupational Safety and Health Administration (OSHA) records; and compliance data. The lists that were reviewed include: convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings related to Maestre's responsibility. This information is being provided pursuant to Resolution No. R-187-12. Background On September 3, 2014, the Board approved Ordinance No. 14-77 authorizing the County Mayor or County Mayor's designee to award contracts for funded capital projects and related goods and services, and to accelerate the approval of WASD's (1) Consent Decree projects and (2) projects identified in WASD Multi -Year Capital Plan's Capital Improvement Program without the need for prior Board approval but subject to ratification by the Board. M DC002 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 3 Exhibit A includes the details of the competitively bid award for which ratification is being requested. Exhibit A contains the information bulleted below for the contract award: • Item Number • Department Name • Type of Solicitation • Contract Type • Contract No. / Project No. • Project Name • Firm Awarded • Commission District • Contract Amount • Funding Source(s) • Operations and Maintenance Costs • Estimated Start Date/Estimated End Date • Contract Measures: SBE Goods & Services; SBE-A/E; SBE-Construction; and CWP Program • Brief Project Description Attached as Exhibit B is the recommendation to award the contract referenced in Item No. 1 in this memorandum. A copy of the contract for this project is available from the Intergovernmental Affairs Division of WASD. Attachments Jimmy Morales Chief Operations Officer M DC003 Exhibit A Ratification of Contract Awards Authorized by the WASD Accelerate Ordinance Item No. Dept. Name Type of Sol' ci- tation Contract T e Type Contract No. Project Name Firm Awarded Commis- sion District ContractAmount Funding Sources ( Operations and Mainte- nance Costs Est. Start Date Contract Measures Brief Project Description SBE SBE CWP Project No. Est. End Date Goods & SBE Construc Pro - Services AIE tion gram The scope of this Contract consists of Wastewater furnishing and installing approximately Renewal 11,090 PVC C900 linear feet of sanitary Fund, sewer force main along the west, north, Wastewater and east of Country Club Drive from Furnish and Install 16- Connection Operations William Lehman Causeway to Yacht Inch Sanitary Force Charges, Cost: $22,000 Estimated Notice to Club Way. The pipe installation method County Construc- Main along W, N & E Maestre District 4 WASD per year; and Proceed Date: will be via open -cut; however, the 1 WASD Bid Lion Contract No. Country Club Dr from Construc- (Micky $7,209,758.12 Revenue Maintenance Mid -October 2023 1.02 % n/a 9.20 % n/a project will also contain connections to Process Contract S-971 William Lehman tion, Inc. Stein -berg) Bonds Sold, Cost: Completion Date: existing sewer force mains; making cut Causeway to Yacht Future $8,500 per (total contract period is in and cap to an existing sewer force Club Way WASD 449 days) main. The work shall also include the Revenue year furnishing and installation of all fittings, Bonds Sold restraints, valves, connections at both and Future ends of the pipe's route, clearing and Subordinate grubbing of existing vegetation, milling, Debt re -surfacing, pavement restoration and maintenance of traffic. n O O Total Dollar Value of Award: $7,209,758.12 Page 1 of 1 M Exhibit B M IAM June 9, 2023 Memorandum on,"M Date: To: Roy Coley, Director Water and Sewer Department From: Marisela Aranguiz-Cueto, P.E., Deputy Director of Planning, Regulatory Compliance, and Capital Infrastructure Water and Sewer Department Subject: Award Recommendation for Construction Contract No S-971 to Furnish and Install 16- Inch Sanitary Force Main along W, N & E Country Club Dr from William Lehman Causeway to Yacht Club Way SUMMARY This memorandum seeks approval to award construction Contract No. S-971, Furnish and Install 16-Inch Sanitary Force Main along W, N & E Country Club Dr from William Lehman Causeway to Yacht Club Way (the Contract) to the lowest responsive and responsible bidder, Maestre Construction, Inc. ("Maestre"). RECOMMENDATION It is recommended to award Contract S-971 to Maestre for a total compensation amount of $7,209,758.12, with a total contract period of 449 to final completion, plus a 45-day time allowance. SCOPE The work of this Contract will be performed along William Lehman Causeway and Yacht Club Way from W. Country Club Drive to Turnberry Way, Aventum in District 4, which is represented by Commissioner Micky Steinberg. The scope of this Contract consists of furnishing and installing approximately 11,090 PVC C900 linear feet of sanitary sewer force main along the west, north, and east of Country Club Drive from William Lehman Causeway to Yacht Club Way. The pipe installation method will be via open -cut; however, the project will also contain connections to existing sewer force mains; making cut in and cap to an existing sewer force main. The work shall also include the furnishing and installation of all fittings, restraints, valves, connections at both ends of the pipe's route, clearing and grubbing of existing vegetation, milling, re -surfacing, pavement restoration and maintenance of traffic. DELEGATED AUTHORITY This project is a Capital Improvement Contract being processed under Section 2-8.2.12 of the Miami - Dade County Code, a/k/a the WASD Consent Decree and Capital Improvement Program Acceleration Ordinance (Acceleration Ordinance). Pursuant to the Acceleration Ordinance, the County Mayor or County Mayor's designee is authorized to amend and execute the Contract, subject to ratification by the Board of County Commissioners (Board). Pursuant to Sections 2-8.2.12 (4xd) and (e) of the Code, the County Mayor or County Mayor's designee has the authority to, among other things, amend and/or extend the contract to complete any unfinished work, waive liquidated damages, negotiate, and settle claims, and execute change orders that do not exceed ten percent (10%) of the base contract amount. FISCAL IMPACT/FUNDING RC The fiscal impact to the County is $7,209,759.12, which WASD has determined is a fair and reasonable amount for the project's defined scope of work. The project is in the Adopted Budget and Multi -Year Capital Plan. RECEIVED BY CLERK Circuit & County Courts Miaroi-Dade County, Florida FILED FOR RECORD 3:57:07 PM 6/9/2023 CLERK OF'fHE BOARD M DC005 Roy Coley, Diredor Award Recommendation S-971 Page 2 of 5 • Funding will be provided from Program #9652101 Wastewater - North Miami -Dade Transmission Mains and Pump Stations Improvements Program, Book: Volume 3, Page: 85, • The funding sources are Wastewater Renewal Fund Wastewater Connection Charges WASD Revenue Bonds Sold, Future WASD Revenue Bonds Sold and Future Subordinate Debt. • The life expectancy of the work is 50 years. • Operations Cost Impact f Funding: $22,000 per year. The funding source for the operating impact is WASD Operating Revenues. • Maintenance Cost Impact Funding: $8,500 per year. The funding source for the maintenance impact is WASD Operating Revenues. • The project does not include GOB funding or Art in Public Places. • The IG Fee is included. VENDOR SELECTION & TRACK RECORD On April 26, 2023, WASD received and opened five (5) bids in response to the February 16, 2023, advertisement for an open competitive solicitation for the Contract. The following were the bids received by the County: Company Name Base Bid Total Bid* Maestre Construction, Inc. $6,228,458.51 $7,209,758.12 Pabon Engineering, Inc. S6,657,564.00 $7,694,647.32 Lanzo Construction Co of Florida $8,646,694.50 $9.942,364.78 Ric -Man International. Inc. $9,109,8.15.61 $10,507,625.95 David Mancini & Sons, Inc. $11.547.019.00 $13,219,731.47 *Total bid includes contingency & dedicated allowances The following due diligence was performed to confirm Maestre as the lowest responsive and responsible bidder: • Because contract measures were assigned, the three (3) lowest bids were forwarded to Internal Services Department's (ISD) Division of Small Business Development (SBD) for a Compliance Review. On May 17, 2023, ISD issued a Compliance Review, concluding that all three (3) low bidders were compliant. The Project Worksheet and the SBD Compliance Review letter are attached to this memo as Exhibit A and B, respectively. • The Engineer of Record, The Corradino Group, (EOR) reviewed the bid submission and, on May 4, 2023, determined that the low bid was acceptable as submitted and that Maestre satisfied the requirements of the solicitation. The FOR letter is attached as Exhibit C. • Pursuant to Resolution R-187.12, WASD performed a review of the vendor information in the Business Management Workforce System (BMWS). WASD discovered no adverse information. Considering the input of ISD and the EOR, WASD concluded that Maestre is responsible. • According to the contract history downloaded from BMW on May 23, 2023, over the past three (3) years, Maestre has been awarded 10 contracts as a prime contractor for a total contract value of $13,394,033.00. • Maestre has 50 evaluations in the ISD Capital Improvement Information System (CIIS), with a rating of 3.8 out of a possible 4. Considering the input of ISD and the EOR, WASD has concluded that the apparent lowest bidder, Maestre, is both responsive and responsible. The total bid is 1.1 % below the EOR's estimate, the bidder has a 3.8 rating in CI IS, and there are no protests, thereby qualifying for an award under the Acceleration Ordinance, M DC006 Roy Coley, Director Award Recommendation S-971 Page 3 of 5 subject to ratification by the Board. Therefore, it is recommended that Contract S-971 be awarded to Maestre fora total compensation amount of $7,209,758.12, with a total contract period of 449 days to final completion, plus a 45-day time contingency. The proposed contract, signed by Maestre is attached to this memo as Exhibit D. WAD CONTRACI M N1T R WASD Deputy Director, Planning Regulatory Compliance and Capital Infrastructure, Marisela Aranguiz- Cueto, P.E., will oversee the implementation of the Contract. BACKGROUND The project, including mobilization and demobilization, consists of, but is not limited to: all labor, material and equipment for furnishing and installing approximately 10 linear feet of 20-inch PVC C900 DR18 pipe of sewer force main; 10,865 linear feet of 16-inch PVC C900 DR18 pipe of sewer force main; 20 linear feet of 12-inch PVC C900 DR14 pipe of sewer force main; 45 linear feet of 8-inch PVC C900 DR14 pipe of sewer force main; 140 linear feet of 6-inch PVC C900 DR14 pipe of sewer force main; 10 linear feet of 4-inch PVC C900 DR14 pipe of sewer force main; nineteen (19) plug valves; making one (1) tapping connection to an existing sewer force main including furnishing and installing a tapping sleeve (stainless steel) and tapping valve; making twelve (12) solid sleeve connections to existing sewage force mains; making two (2) connections to an existing sewer force main; making two (2) cut in and cap to an existing sewer force main; mechanical joint restraints; fumishing and constructing automatic air release valve assemblies for sewer force mains per Standard Detail § 11.0 as ordered by the EOR; polyethylene encasement for ductile iron fittings, valves and restraints; furnishing and installing flowable fill for filling 2,047 LF of existing 8-inch, 602 LF of existing 6-inch and 1,763 LF of existing 4-inch force mains that is to be placed out of service; protecting existing utilities along the route of the force main; exploratory excavation; excavation; sheeting and shoring, if necessary; complying with the Florida Trench Safety Act; sheeting and shoring ordered left in place by the EOR; additional suitable backfill, disposing of excess of unsuitable fill material, if needed; furnish all materials, equipment and supplies necessary for cleaning and testing the main; cutting, dewatering, filling with flowable fill, and capping existing sewer force main(s); obtaining the services of a tapping specialist; furnishing, operating and maintaining sewer by-pass, if required; removal of existing asphalt pavement, sidewalk, curb and gutter, sod and landscaping; removal, transport, and legal disposal of demolition material; replacement of traffic loop detection assemblies; providing traffic control and Maintenance of Traffic plan (MOT) for the construction area; providing off -duty police for traffic control as may be required by the Department or City of Aventura; coordinating with WASD forces; temporary and permanent replacement of any pavement, sidewalk, curb and gutter, sod, landscaping and pavement markings damaged by the construction of the project and all other appurtenant and miscellaneous items and work for a complete and fully functional installation. CONTRACT MANAGER NAME/PHONELEMAIL Paul Adams! 796-863-9425 - paul.adams@miamidade.gov PROJECT MANAGER NAMEIPHONEIEMAIL Juan Curiel 786-552-8399 'juan.curiel@miamidade.gov The balance of this page is intentionally left blank M DC007 Roy Coley, Director Award Recommendation S-971 Page 4 of 5 APPLICABLE ORDINANCES AND MEASURES Table below depicts various legislative policies, and whether they are applicable. Tide lAgisfatiou .4pp�Na ble Notations Local Preference Code Section 2-8.5 Yes Local Certified Veteran Business Code Section 2-8.5.1 Yes Enterprise Preference Small Business Enterprise - Code Section 10-33.02 & Yes 9 2% Construction riling Order 3-22 Small Business Enterprise - Services Code Section 2-8.1.1.1.1 & No SSD Determination lm lementin Order 3-41 Small Business Enterprise -Goods Code Section 2-8.1.1.1.2 &Im Yes 1.02efo lementin Order 3-41 Responsible Wages and Benefits Code Section 2-11.16 & Yes Heavy Implementing Order 3.24 Sea Level Rise Ordinance 14-79 Yes Sustainable Buildings Program Im lementin Order 8-8 No Not a building Buy American Iron & Steel Code Section 2-8.2.6.1 Yes Procurement Program Community Workforce Program Resolution R-1145-99, Not in a Designated Target (Clearing House) Code Section 2-1701 & No Area lm lementin Order 3.37 Residents First Training and Code Section 2-11.17 & Yes Employment Im lementin Order 3-61 First Source Hiring Referral Program Section 2-2113 of the County No of a Goods & Services Code Contract Employ Miami -Dade Program Administrative Order 3-63 Yes Art in Public Places Code Section 2-11.15 No Office of Inspector General Fee Code Section 2-1076 Yes The balance of this page is intentionally left blank M DC008 Roy Coley Director Award Recommendation S-971 Page 5 of 5 SIGNATURE PAGE Furnish and Install 16-Inch Sanitary Force Main along W, N & E Country Club Dr from William Lehman Causeway to Yacht Club Way, Contract No. S-971 David C o fetter' OMB DIRECTOR Approved as to legal sufficiency ±06W-eL>�- Angela F. Benjamin Assistant County Attorney 10/01 Roy Coley, VOKD Dire on behalf of Mayor D ' a Levine Cava 06/07/2023 DATE June 2, 2023 DATE _?.gan DAT - M DC009 Small Business Development Division MIAM�DE Project Woriksheet Project/Contract Title: Furnish and Install 16-inch Sanitary Force Main along Received 12/9/2022 W, N & E Country Club DR from William Lehman Date: Causeway to Yacht dub Way Project/Contract No: S-971 Funding Wastewater Renewal Source: Fund, Connection Charges, Revenue Bonds. Department: Water & Sewer Estimated Cost of Project/Bld: $6,0611,126.13 Description of Projectlaid: This work consists of furnishing and Installing approximately 11,090 PVC C900 linear feet of sanitary sewer force main along W, N & E Country Club DR from William Lehman Causeway to Yacht Club Way. The pipe installation method will be via open -cut, however, the project will also contain connections to existing sewage force mains; making cut in and cap to an existing sewage force main; The work shall also include the furnishing and Installation of all fittings, restraints, valves, connections at both ends of the pipe's route, clearing and grubbing of existing vegetation, milling, re -surfacing, pavement restoration and maintenance of traffic. Contract Measures Measure Pro ram Goal Percent Goal SBE -Con 9.2095 Goal SSE - Goods 1.02% Reasons for Recommendation SMALL BUSINESS ENTERPRISE- CONSTRUCTION (SBE-Con) SBD reviewed this project pursuant to Implementing Order 3-22 for a SBE-Con and SBE-Goads/Services measures. Project information analyzed included the project's scope of services, estimated project cost, minimum requirements/qualifications and funding source. Additional factors included surveys conducted with certified firms to determine availability and assignment of the noted measure, these indicate a 9.20% SSE -Con subcontractor goal is appropriate for this contract in the following trades: Highway Street and Bridge Construction (Paving, Milling, Concrete Sidewalk and Curbs and Traffic Control) — 6.63% and Other Heavy'and Civil Engineering Construction (Pipe and Flowable Fill Installation) — 2.57%. An attempt was made to assign this project a Set -Aside measure, however, no firms responded to the Verification of Availability to Bid process performed. Please Note: This project worksheet was processed on 9/30/22 and has been revised to reflect the base estimate (55,534,661.94 plus contingency (10% or $553,466.19) to exclude the dedicated allowance amount ($322,039.86) for a total estimate amount of $6,088,128.13. Miami Dade County Heavy Construction Responsible Wages apply to this contract. SMALL BUSINESS ENTERPRISE — Goods (SSE -Goods) An analysis of the factor contained In Implementing Order 3-41 & Ordinance 16-109 indicate that a 1.02% SBE-Goods subcontractor goal is appropriate to the Goods & Services portion of this contract in Commodity #M10 Construction Materials. The SSE -Goods subcontractor goal can be met by 1st, 2nd and 3rd Tier certified SBE-G firms CWP Not Applicable: Not in DTA M DC010 NAICS 237310 Highway, Street, and Bridge Construction, NAYS 237990 Other Heavy and Civil Engineering Construction, NIGP 15010 Construction Materials (Not Otherwise Classified) Small Business Contract Measure RecommerMathm Highway, Street, and Bridge Construction Other Heavy and Civil Engineering Construction Construction Materials Living Wages: YESD NOa Highway: YES NOE] Responsible Wages: YESE NO[�] Building: YESF-I NO7 Cateizo SBE - Con SBE Con SBE - Goods Heavy Construction: YESa NOD /tom zD 2Z., Qate M DC011 +�IAMaoi�►ce Memorandum A."M D.,LTL. May ' ' 2023 TO- 'aul Adams chief Construction Contracts ,ivisior Nater & Sewer Department FROM: Gary Hartfield Division Directo Internal Services Department Small Business Development SUBJECT: Compliance Review Project No. S-971 Fumtsh and Install 16-inch Sanitary Force Main along W, N & E Country Club DR from William Lehman Causeway to Yacht Club Way Small Business Development (SBD) a Division of the Internal Services Department, has completed its review of the subject project for compliance with the Small Business Enterprise Construction (SBE-Con) and Small Business Enterprise Goods and Services (SBE-G&S) programs The contract measures established for this project is a 9 20% SBE-Construction and 1 02% SBE-G&S subcontractor goals. The Miami -Dade Water and Sewer Department has submitted contract documents that included the Certificate of Assurance for the firms isted below acknowledg.ng the project's SBE measures. The referenced firms also submitted a Ublization Plan (UP) identifying the SSE subcontractors to fulfill the goals via the Business Management Workforce System (BMWS) and the following is the pre -award compliance status and summary FIRM STATUS 1. Lanzo Construction CO, Florda Compliant 2. Maestre Construction Inc Compliant 3. Pabon Engineenng Inc Compliant SUMMARY: Lanzo Construction CO., Florida (#1), a non -certified, SBE-Con firm, committed to utilize A & R Equipment. Corp. a certified, SBE-Con firm, to perform street, sewer line and related construction work at 9 20% in satisfacton of the 9 20% SBE-Con subcontractor goal. The Utilization Plan submitted by Lanzo Construction CO, Florida was confirmed by the subcontractor and approved pursuant to the firm's commitment to achieve the 9 20% SBE-Con goal. Lanzo Construction CO F onda also committed to utilize Mrcar Trucking. Inc. a certified SBE-G&S firm, to provide road and highway building materials at 1 02% in satisfaction of the 1 02% SBE-Goods subcontractor goal measure The Utilization Plan (UP) submitted by Lanzo Construction CO. F'orida and confirmed by the subcontractor was approved pursuant to the firm's commitment to achieve the 1 02% SBE-Goods subcontractor goal. Lanzo Construction CO Florida ,s in compliance with the 9 20% SBE-Con and 1 02% SBE-Goods subcontractor goals established for this contract Lanzo Construction CO Florida is deemed compliant with Implementing Orders 3-22 and 3-41 governing the SSE Con and SBE-G & S programs Maestre Construction Inc. (#2), a certified, SBE-Con firm committed to perform pipe water and sewer line related construction work at 4 60% with -ts own forces. Maestre Construction Inc also comm-tted to uti, ze Palma Pav ng and Concrete Inc.. a certified, SBE-Con firm to perform paving work at 4 60% in satisfaction of the 9 20% SSE -Con subcontractor goal The Utilization Plan submitted by Maestre Construction Inc was confirmed by the subcontractor and approved pursuant to the firms commitment to achieve the 9 20%SBE-Can goal Maestre Construclion Inc M DC012 'aid Wxm+ '(vice; yn ,�iav — _02. Inge : oo - s itilizing Perez—,3arroto Construction '.112 a :ertifiea SBE-Con 'irrn :o oroviae oncrete paving vork at ) 6401A `or a ;otai SBE-Con coal )i 1 34°16 to `uifill 'he entire oortion 1 an SIDE -ion Goal DP.ficit Make -Op -eauirement as isteo on 'he wamoliance Report of Ooen ano Small Business Nage anti/or Nomforce holations no 'he ast -hree 3) years Maestri( Construction Inc. also committed to utilize A & 3 ,pipe and Supply ne Global Distribution inciustres, nc a certified SBE-G&S =irm to supply pipes at '1 02% in satisfaction of ,he 1.02% SBE-Goods subcontractor goa: measure. The Utilization Plan (UP) submitted by Maestre Construction Inc. was confirmed by the subcontractor and approved pursuant to the firm's commitment =o achieve the 1 02% SBE-Goods subcontractor goal Maestre Construction Inc is in compliance with the 9 20% SBE-Con and 1.02% SBE-Goods subcontractor goals established for this contract. Maestre Construction Inc is deemed compliant with Implementing Orders 3-22 and 3-41 governing the SBE-Con and SBE-G & S programs. Pabon Engineering Inc. (0), a certified. SBE-Con firm, committed to self perform water and sewer line and related structures construction and highway, street and bridge construction work at 4.6% with its own forces. Pabon Engineering Inc also committed to utilize the following certified. SBE-Con firms Palma Paving and Concrete 'nc to perfrom paving work at 2 53% Concrete By M & J Inc. to perform concrete work at 0 30%. C & I Construction and Design, Inc to perform water and sewer lines installation and related structure installation work at 1.50% and All Professional Striping, Inc to perform thermoplastic striping work at 0 27% in satisfaction of the 9 20% SBE-Can subcontractor goal Pabon Engineering Inc- is utilizing Pavement Marking & Signs Inc: a certified SBE-Con firm to perform pavement markings work at 0 01% for a total SSE -Con goal of 9.21% to fulfill the entire portion of an SBE-Can Goal Deficit Make -Up requirement as listed on the Compliance Report of Open and Small Business Wage and/or Workforce Violations in the last three (3) years The Utilization Plan submitted by Pabon Engineering inc. was confirmed by the subcontractors and approved pursuant to the firm's commitment to achieve the 9.21% SBE Con goal Pabon Engineering Inc also committed to utilize MCG Mims Construction Group, LLC. a certified SBE-G & S firm to supply pipe and tubing fittings materials at 1,02% in satisfaction of the 1.02% SBE-Goods subcontractor goal The Utilization Plan submitted by Pabon Egineering Inc. was confirmed by the subcontractor and approved pursuant to the firms commitment to achieve the 1.02% SBE-Goods goal. Pabon Engineering Inc. is in compliance with the 9.20% SBE-Con and 1 02% SBE-Goods goals established for this contract Pabon Engineering Inc. is deemed compliant with Implementing Orders 3-22 and 3-41 governing the SBE- Con and SBE-G & S programs respectively. SBD has verified that none of the referenced firms have an open violation on the Compliance Report of Open and Closed Small Business. Wage and/or Workforce Violations in the 'ast three (3) years Please be reminded 'hat SBD staff reviewed and addressed compliance with the SSE -Con and SBE-G & S measure. The Contract and Specifications Section of the Miami -Dade Water and Sewer Department s responsible for any other issues that may exist. Should you have any questions or need any additional information. please do net hesitate to call Caesar E. Suarez SBD Capital Improvement Project Specialist at: 305) 375-3-141. c: Laurie Johnson. SBD, ISD M DC013 THE CORRADINO GROUP, INC. ENGINEERS - PLANNERS • PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS May 4, 2023 Paul F. Adams Chief, Construction Contracts Division Miami -Dade Water and Sewer Department 3071 SW 38`h Avenue, Suite 107 Miami, FL 33146 Subject: Contract S-971 - Bid Tab Review and Recommendation Dear Mr. Adams: As requested, The Corradino Group (Corradino) is providing the review and recommendation for Contract No. S-971 Phased Projects to install Force Mains along William Lehman Causeway. The review observations are as follows: • Bid review was performed upon bid acceptance by MDWASD and no arithmetic errors of bidders were found. • The low bidder came in under the EOPC. Note: EOPC: $7,290,173.10, Maestre Construction, Inc.: $ 7,209,758.12 • A review of the provided experience and qualifications for the low bidder, Maestre Construction, Inc., indicated experience consistent with the type, scale and conditions of work anticipated by this contract. After review of the bid tab and qualifying experience, we recommend the low bidder, Maestre Construction, Inc., for award. If you have any questions, please do not hesitate to contact us at the office information provided below or directly via my mobile at 305-807-2955 or email at j koch(corradino.com. Best Regards, THE CORRADINO GROUP Jeremy D. Koch, PE Sr. Vice President — Water Division cc: file J055 NW 971b AVENUE • MIAMI, FL 33178 IEL 305.594.0735 •800.887.5551 FAY 305.594,0755 `NWW.CORRAIDINO,COW, M DC014 CONTRACT THIS CONTRACT, made and entered into on the day of , 2023, by and between Miami -Dade County, Florida, acting by and through the Office of the Mayor, party of the first part (hereinafter sometimes called the "County"), and Maestro Constnocton, Inc., party of the second part (hereinafter sometimes called "Contractor"); WITNESSETH That the parties hereto, for and in consideration of the covenants and agreements hereinafter set forth, mutually agree as follows, to wit: 1. That the Contractor shall furnish all labor, materials and equipment and perform all work in the manner and form provided by the Contract Documents covering the Project of the County known and Identified as "FURNISH AND INSTALL 16-INCH SANITARY FORCE MAIN ALONG W, N $ E COUNTRY CLUB DR FROM WILLIAM LEHMAN CAUSEWAY TO YACHT CLUB WAY, CONTRACT No. S-971" for the aggregate amount reflected by the Proposal, said aggregate amount being of Seven Million 2. That the Contractor shall begin the work to be performed under this Contract on a day to be specified In a written order issued by the Engineer, and shall fully complete all work hereunder within the time or times stated In the Proposal. 3. That the County shall pay to the Contractor for the faithful performance of this Contract, in lawful money of the United States, and subject to additions and deductions as provided in the Contract Documents, the total amount of the Proposal as set forth above at the times and in a manner stated in the General Covenants and Conditions of the Contract Documents. 4. It is further mutually agreed that if at any time after the execution of this Contract, Surety Performance and Payment Bond, the County shall deem the surety upon such bonds to be unsatisfactory, or if for any reason such bond shall become inadequate to cover the performance of the work, the Contractor shad at its own expense, within five (5) days after the receipt of notice from the County to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the County. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security shall have been furnished in a manner and form satisfactory to the County. 5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids, the Instructions to Bidders, the Proposal, the Certified Resolution (Proposal/Prescribed Bid Bond), the Prescribed Bid Bond, the Contract, the Surety Performance and Payment Bond, the Certified Resolution (Contract/ Surety Performance and Payment Bond), the General Terms and Conditions, the Supplemental General Terms and Conditions, Special Provisions, the Supplemental General Conditions (if Ordinance 90-143 is applicable) including Wage and Benefit Schedules, the Specifications, the Plans, any Addenda which may be issued, the Subcontractor /Supplier listing Form (Ordinance 97-104 as amended by Ordinance 0D-30), the Reporting Subcontracting Policies and Procedures (Ordinance 98 -15 9), the Small Business Enterprise Programs Participation Provisions and Forms (if applicable), and the provisions for the following: Vendors Affidavit (Uniform County Affidavits); Criminal Record (Felony) (as amended by Ordinance 00-30; Community Workforce Program County Code Section 2-1701, Offce of Miami -Dade County Inspector General (IG) (if Ordinance 97-215 as amended by Ordinance 99-15 is applicable); Sworn Statement — Public Entity Crimes (Florida Statute Sect. 287.133 (3) (a)j; Change Orders; Notice to Proceed, Referenced Codes and Standards, Warranties and Guarantees, all related S-971 Page 1 of 3 M DC015 CONTRACT correspondence, field notes, logs, and other documents The General Terms and Conditions of said Contract Documents are incorporated herein by reference and made a part hereof as though fully set forth herein. The Contract Documents are complementary, so that a recital in one is tantamount to a recital in all, and the Contractor specifically acknowledges that it has read and understands all of said Contract Documents. 6. The various indemnities of the Contractor contained in the Contract Documents indemnifying the County from liability for damages to persons or property caused by acts, omissions, or defaults in the performance of the Contract Documents shall have a monetary limitation of the larger of the following: $1.000,000 00. or the entire amount of the Contract. 7 The County retains the right to audit any and all Information regarding this Contract as described in the General Covenants and Conditions, Section 41 "Audit Rights and Review of Records'. 8. Notwithstanding and prevailing over any other provision of the Contract Documents to the contrary, the County Mayor or Mayor's designee's may exercise the provisions of Section 2-8.2.12 (4xd) and (a) of the Code of Miami -Dade County. Any change orders or amendments shall not exceed 10 percent of the base contract price to cumulative percentage amount; provided however, that the foregoing limitation shall not apply to any change order or amendment related to emergency actions impacting remediation, public safety, health requirements or recovery from natural disaster and the foregoing change orders and amendments shall req Are ratfication by the Board, provided further that the County Mayor or his designee may reduce In any amount the scope and compensation payable under this Contract and grant compensable and non-compensable time extensions thereunder. Pursuant to Section 2-8.2.12 (5), the County Mayor or the County Mayor's designee's award and execution of this Contract is subject to ratification by the Board of County Commissioners. If the Mayor or the Mayor's designee's action is not ratified and such legislative action becomes final, this Contract shall be deemed terminated without further notice. In such event, the Contractor shall not be entitled to recovery of any lost profits or other consequential or indirect damages. However, the Contractor Is eligible for payment for any work done prior to failure of the ratification, in accordance with General Terms and Conditions Article 11.0(1) Termination for Convenience. 9. "Contract Execution Date" means the date of the last signature on this contract. The balance of this page is intentionally left blank S-971 Page 2 of 3 M DC016 5 CONTRACT IN WITNESS WHEREOF, the parties hereto have executed this Contract in four (4) counterparts, each of which shall be deemed an original Contract, all as of the day and year first hereinbefore written. (OFFICIAL SEAL) ATTEST: Luis G Montaido, Clerk AD Interim Miami -Dade County, Florida By: Deputy Clerk Approved as to Form and Legal Sufficiency Assistant County Attorney Miami -Dade Water and Sewer Department MIAMI DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS By: Mayor or Mayor's Designee WHEN THE CONTRACTOR IS A CORPORATION (CORPORATION SEAL) A tyt or type name) (PARTY OF THE FIRST PART) Maestro Construction, Inc. jame f C poration) By: (Si nature f officer) (P ' t or type name) �P+res>, din �- (Official Title) 610 West 53'd Street Hialeah. FL 33012 (Address) (PARTY OF THE SECOND PART) Attach to each counterpart a certified copy of a resolution of the Board of Directors of the corporation authorizing the officer who signs the Contract and Surely Performance and Payment Bond to do so in its behalf. S-971 Page 3 of 3 M DC017 MEMORANDUM -- (Revised) TO: Honorable Chairman Oliver G. Gilbert, III DATE: December 12, 2023 and Members, Board of County Commissioners FROM: onzon-Keenan County Attorney Please note any items checked. SUBJECT: Agenda Item No. 8(0)(7) "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's present , 2/3 membership , 3/5's , unanimous , CDMP 7 vote requirement per 2-1161(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-116.1(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required M DC018 Approved Mayor Veto Override RESOLUTION NO. Agenda Item No. 8(0)(7) 12-12-23 RESOLUTION RATIFYING AWARD OF A CONSTRUCTION CONTRACT TO MAESTRE CONSTRUCTION, INC. TO FURNISH AND INSTALL 16-INCH SANITARY FORCE MAIN ALONG, W, N & E COUNTRY CLUB DR. FROM WILLIAM LEHMAN CAUSEWAY TO YACHT CLUB WAY, CONTRACT NO. S-971, PURSUANT TO SECTION 2-8.2.12 OF THE CODE OF MIAMI-DADE COUNTY, MIAMI-DADE WATER AND SEWER DEPARTMENT'S CONSENT DECREE AND CAPITAL IMPROVEMENT PROJECTS, IN A TOTAL AMOUNT NOT TO EXCEED $7,209,758.12, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO EXERCISE THE TERMINATION AND OTHER PROVISIONS CONTAINED THEREIN WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board: Section 1. Approves the foregoing whereas clause and incorporates the same here as if fully set forth herein. Section 2. Ratifies the award of a construction contract to Maestre Construction, Inc. to furnish and install 16-inch sanitary force main along W, N & E Country Club Dr. from William Lehman Causeway to Yacht Club Way, Contract No. S-971, pursuant to section 2-8.2.12 of the Code of Miami -Dade County, Miami -Dade Water and Sewer Department's Consent Decree and Capital Improvement Pro in a total amount not to exceed $7,209,758.12. Section 3. Authorizes the County Mayor or County Mayor's designee to exercise the termination and other provisions contained in the Contract. The solicitation documents and contract are kept on file with and are available upon request from the Intergovernmental Affairs Division of the Miami -Dade Water and Sewer Department. M DC019 Agenda Item No. 8(0)(7) Page No. 2 The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Oliver G. Gilbert, III, Chairman Anthony Rodriguez, Vice Chairman Marleine Bastien Juan Carlos Bermudez Kevin Marino Cabrera Sen. Rene Garcia Roberto J. Gonzalez Keon Hardemon Danielle Cohen Higgins Eileen Higgins Kionne L. McGhee Raquel A. Regalado Micky Steinberg The Chairperson thereupon declared this resolution duly passed and adopted this 12' day of December, 2023. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. Approved by County Attorney as to form and legal sufficiency. L Angela F. Benjamin MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS JUAN FERNANDEZ-BARQUIN, CLERK an Deputy Clerk M DCO20