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