Miami-Dade Legislative Item
File Number: 141777
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 141777 File Type: Resolution Status: Adopted
Version: 0 Reference: R-935-14 Control: Board of County Commissioners
File Name: YOUNGQUIST BROTHERS AWARD Introduced: 8/8/2014
Requester: Water & Sewer Department Cost: Final Action: 10/21/2014
Agenda Date: 10/21/2014 Agenda Item Number: 8O2
Notes: Title: RESOLUTION APPROVING AWARD OF CONSTRUCTION CONTRACT NO. S-869: CENTRAL DISTRICT WASTEWATER TREATMENT PLANT - INDUSTRIAL WASTE WATER DEEP INJECTION WELL SYSTEM TO YOUNGQUIST BROTHERS, INC. IN THE TOTAL COMPENSATION AMOUNT OF $19,887,887.00 WITH A TOTAL CONTRACT TERM OF 880 DAYS; AND AUTHORIZING THE COUNTY MAYOR OR MAYOR’S DESIGNEE TO EXECUTE SAME AND EXERCISE THE PROVISIONS CONTAINED THEREIN
Indexes: AWARD OF CONSTRUCTION CONTRACT
Sponsors: NONE
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 10/21/2014 8O2 Adopted P
REPORT: Chairwoman Sosa introduced the foregoing proposed resolution into the record. In response to Commissioner Moss inquiry as to why participation could not be measured for this item and what the process was for drilling injection well systems. Mr. Bill Johnson, Miami-Dade Water and Sewer Department Director (WASD), noted this project involved specialized work with a limited number of firms that performed the work. He explained that the review committee found no opportunity for participation in this process. Mr. Lester Sola, Internal Services Department Director, explained the review process that every project awarded by the County was subject to; however, he advised that due to the highly specialized work required with this contract, the process could not be adhered to. Ms. Virginia Walsh, Senior Professional Geologist, WASD, described the “deep injection” wells that required specialized drill rigs. She noted that, due to the specialized nature of the required work, two firms in the United States were qualified to perform the work. Mr. Johnson indicated that the bid price from the recommended firm, Youngquist Brothers, Inc., was 1.9 percent below the professional estimate and that this firm had previously completed a successful project for the County that also came in under bid. Expressing concern with the increasing number of projects being classified as “specialized,” Commissioner Jordan questioned whether the County could consider building capacity locally by including a mentoring process. Additionally, she asked for more information regarding the requirement for firms performing this type of work to be licensed by the Florida Health and Rehabilitation Services Bureau of Radiation Control. Mr. Johnson indicated that staff made every effort to include local firms in each project and announced that on Wednesday, December 12, 2014, WASD would host an industry forum to explore the forecast for the County’s infrastructure Program. Ms. Walsh explained that the certification, referenced by Commissioner Jordan, was required, by the State of Florida, of anyone performing this type of drilling and handling radioactive materials. She explained that the work included installing steel casings to protect the aquifer and activating radioactive tracers to ensure that the casing and cement were properly set and the well was properly constructed. With respect to Commissioner Jordan’s inquiry as to the possibility of initiating a mentoring program for specialized work, Mr. Johnson advised that he had interests in providing opportunities through local colleges and universities for internships and mentoring through the academia. He noted he was also interested in working with the summer programs at local high schools and with large firms that could provide mentoring services, similar to the strong mentoring program the Turner Corporation provided years ago. Commissioner Jordan asked Assistant County Mayor Jack Osterholt to explore other specialized work opportunities and bring back recommendations for establishing local mentoring or transitioning programs to develop local talent that could partner with those major firms expertise in specialized areas. Hearing no further questions or comments, the Board proceeded to vote on the foregoing proposed resolution as presented.

County Attorney 9/19/2014 Assigned Henry N. Gillman 9/19/2014

County Attorney 8/13/2014 Assigned County Mayor 8/13/2014
REPORT: returned

County Attorney 8/11/2014 Assigned Henry N. Gillman 8/12/2014
REPORT: returned

County Mayor 8/8/2014 Assigned Alina Tejeda-Hudak 8/8/2014

County Mayor 8/8/2014 Assigned County Attorney 10/7/2014
REPORT: WASD - No Sponsor - Pending August cmte - County Attorney: Henry Gillman - Attachments: Award of Contract

Legislative Text


TITLE
RESOLUTION APPROVING AWARD OF CONSTRUCTION CONTRACT NO. S-869: CENTRAL DISTRICT WASTEWATER TREATMENT PLANT � INDUSTRIAL WASTE WATER DEEP INJECTION WELL SYSTEM TO YOUNGQUIST BROTHERS, INC. IN THE TOTAL COMPENSATION AMOUNT OF $19,887,887.00 WITH A TOTAL CONTRACT TERM OF 880 DAYS; AND AUTHORIZING THE COUNTY MAYOR OR MAYOR�S DESIGNEE TO EXECUTE SAME AND EXERCISE THE PROVISIONS CONTAINED THEREIN

BODY
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 hereby approves award of construction Contract No. S-869: Central District Wastewater Treatment Plant � Industrial Wastewater Deep Injection Well to Youngquist Brothers, Inc. in the total compensation amount of $19,887,887.00 with a total contract term of eight-hundred eighty (880) days; in substantially the form attached hereto and made a part hereof; and authorizing the County Mayor or Mayor�s designee to execute same and exercise the provisions contained therein for and on behalf of Miami-Dade County, Florida.

HEADER
Date: October 7, 2014

To: Honorable Chairwoman Rebeca Sosa
and Members, Board of County Commissioners

From: � Carlos A. Gimenez
Mayor�
Subject: Resolution approving award of a construction contract to Youngquist Brothers, Inc. to
construct an Industrial Waste Deep Injection Well System at the County�s Central District
Wastewater Treatment Plant with a total compensation amount of $19,887,887.00 and a

STAFF RECOMMENDATION
RECOMMENDATION
It is recommended that the Board of County Commissioners (Board) approve the attached resolution awarding construction Contract No. S-869 to Youngquist Brothers, Inc. to construct an Industrial Waste Deep Injection Well System at the County�s Central District Wastewater Treatment Plant. This project is one in a series of projects related to the State of Florida�s Ocean Outfall Legislation, Section 403.086(9) of the Florida Statutes. The total compensation amount of this construction contract is $19,887,887.00 with a total contract term of eight-hundred eighty (880) days.

This construction contract award recommendation was prepared by the Miami-Dade Water and Sewer Department (WASD) and is recommended for approval.
DELEGATION OF AUTHORITY
The authority of the County Mayor or County Mayor's designee to execute and implement this contract is consistent with those authorities granted under the Code of Miami-Dade County.� Additional delegation of authorities requested for this construction contract are as follows: No additional delegation of authority is requested.
SCOPE
PROJECT NAME: Central District Wastewater Treatment Plant -

Industrial Waste Deep Injection Well System PROJECT NO: N/A �� CONTRACT NO: S-869 �� PROJECT DESCRIPTION: The work of Contract No. S-869 is for the construction of industrial waste deep injection wells at the Central District Wastewater Treatment Plant located in Virginia Key, 3851 Rickenbacker Causeway, Section 16, Township 54, Range 42, in Miami-Dade County, Florida 33149.

This project consists of furnishing all materials, labor and equipment necessary to construct an injection well approximately 10,000 feet deep and a second (redundant) injection well approximately 3,500 feet deep. The project also includes, but is not limited to, constructing drilling pilot holes, monitoring well, furnishing and installing all required steel casing and reinforced fiber pipe tubing, well development, environmental monitoring, all required testing and startup; and all other appurtenant and miscellaneous items and work for a complete, functional and satisfactory installation.
PROJECT LOCATION: 3851 Rickenbacker Causeway, Virginia Key, in Miami-Dade County, Florida 33149 PROJECT SITES: SITE # LOCATION 1 DIST ESTIMATE T-S-R #70000 3851 RICKENBACKER CSWY 7 $19,887,887.00 54-17-42 PRIMARY COMMISSION DISTRICT: District 7 Xavier L. Suarez APPROVAL PATH: Board of County Commissioners Section 2-8.1 of the Miami-Dade County Code USING DEPARTMENT: Miami-Dade Water and Sewer Department MANAGING DEPARTMENT: Miami-Dade Water and Sewer Department
�FISCAL IMPACT / FUNDING SOURCE

� FUNDING SOURCES: SOURCE PROJECT NUM SITE # WASD Revenue Bonds Sold 9653421 #70000 Future WASD Revenue Bonds 9653421 #70000 � OPERATIONS COST IMPACT / FUNDING: $28,410.00 per year. The funding source is the Operations and Maintenance Budget from WASD. MAINTENANCE COST IMPACT / FUNDING: $61,200.00 per year. The funding source is the Operations and Maintenance Budget from WASD. LIFE EXPECTANCY OF ASSET: 50 years
PTP FUNDING: No GOB FUNDING: No ARRA FUNDING: No CAPITAL BUDGET PROJECT: CAPITAL BUDGET PROJECT # - DESCRIPTION AWARD ESTIMATE 9653421- CENTRAL DISTRICT UPGRADES - WASTEWATER TREATMENT PLANT

Book Page:139 �� Funding Year: Adopted Capital Budget Book for FY 2013-19 and Prior Years' Funds $19,887,887.00 PROJECT TECHNICAL CERTIFICATION REQUIREMENTS: One of the following licenses is required: State General Contractor, General Engineering Contractor, and/or other category as applicable to Chapter 489 of the Florida Statutes or Chapter 10 of the Miami-Dade County Code. The following license is required for the well drilling portion of the project: Water Well License issued by the South Florida Water Management District. BID PACKAGES ISSUED: 11 BIDS RECEIVED: 2 ESTIMATED ORIGINALCONTRACT PERIOD: 800 Days.������������ TOTAL CONTRACT PERIOD: 800 Days.������������ Excludes Warranty Administration Period CONTINGENCY PERIOD: 80 Days.
IG FEE INCLUDED IN BASE CONTRACT: Yes ART IN PUBLIC PLACES: No BASE ESTIMATE: $17,940,050.00 BASE CONTRACT AMOUNT: $17,599,900.00 CONTINGENCY ALLOWANCE (SECTION 2-8.1 MIAMI DADE COUNTY CODE): TYPE PERCENT AMOUNT COMMENT Infrastructure 10% $1,759,990.00 PERMIT FEES : $527,997.00 ��3.00%

TOTAL DEDICATED ALLOWANCE: $527,997.00


TOTAL AMOUNT: $19,887,887.00

TRACK RECORD / MONITOR

SBD HISTORY OF VIOLATIONS: None
EXPLANATION: On June 9, 2014, WASD received two (2) bids for this project: Youngquist Brothers, Inc. in the amount of $19,887,887.00, and Layne Christensen Company in the amount of $21,621,639.22.

The solicitation required submittal of licenses and experience qualifications in a sealed envelope, and the bidder's proposal in another. Both bids were forwarded to MWH Americas, Inc., the design consultant, for evaluation.

On June 13, 2014, WASD received a letter from the Layne Christensen Company alleging deficiencies in Youngquist Brothers, Inc.�s submittal. On June 19, 2014, MWH Americas, Inc. provided an evaluation and a recommendation regarding the submittals entered by Youngquist Brothers, Inc. and Layne Christensen Company. Following consultation with MWH Americas, Inc. and the County Attorney�s Office, the Department concluded that both submittals met the qualifications. As such, it is recommended that the project be awarded to the lowest responsible, responsive bidder, Youngquist Brothers, Inc., whose base bid is 1.9% below the base estimate.

The Internal Services Department�s Capital Improvements Information System database contains one (1) evaluation for Youngquist Brothers, Inc. with an average overall rating of 3.8 points out of a possible 4 points, which is indicative of an above satisfactory performance.

Due diligence was conducted in accordance with the Internal Services Department�s Procurement Guidelines to determine responsibility, including verifying corporate status, and performance and compliance data. The lists reviewed include: convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to the contractors responsibility. This information is being provided pursuant to Resolution R-187-12.

BID OPEN DATE:
6/9/2014

BID BOND EXPIRES:
10/7/2014

BID VALID UNTIL:
10/7/2014



ESTIMATED NOTICE TO PROCEED: 11/3/2014 PRIME CONTRACTOR: YOUNGQUIST BROTHERS INC. COMPANY PRINCIPAL: C.W. Musselwhite COMPANY QUALIFIERS: Harvey Youngquist, Jr. COMPANY EMAIL ADDRESS: [email protected] COMPANY STREET ADDRESS: 15465 Pine Ridge Road COMPANY CITY-STATE-ZIP: Fort Myers, FL 33908 YEARS IN BUSINESS: 37 years PREVIOUS CONTRACTS WITH COUNTY IN THE LAST FIVE YEARS: According to the Firm History Report provided by Internal Services Department, Division of Small Business Development, Youngquist Brothers, Inc. has been awarded one (1) contract with the County with a total value of $1,248,650.00 via the County�s Miscellaneous Construction Program 7360. SUB CONTRACTORS AND SUPPLIERS (SECTION 10-34 MIAMI DADE COUNTY CODE): Halliburton, Skyline Steel, Titan America, LLC, Berg Steel Pipe Corporation, Future Pipe Industries, Inc. MINIMUM QUALIFICATI
ONS EXCEED LEGAL REQUIREMENTS: Yes The Bidder shall submit written evidence of its qualifications and ability to begin construction, to perform in a satisfactory manner, and to complete all of the work covered by the Contract within the time specified in the Solicitation. A Bidder shall submit proof of at least three (3) similar projects within the past 5 years involving drilling of Floridan aquifer wells and/or underground injection control permitted injection wells with 24 inch outside diameter casing cemented to a depth of at least 2,500 feet below land surface. Specialized testing activities including coring, inflatable packer testing, mechanical integrity testing, cement bond logging, temperature logging and water quality sampling must have been completed to demonstrate relevant experience. Failure to submit this information with the bid may be cause for the Bidder to be deemed non-responsive.
STANDARD PAYMENT AND PERFORMANCE BOND: Yes

REVIEW COMMITTEE: MEETING DATE: 1/31/2014� SIGNOFF DATE: 1/31/2014 � RESUBMIT DATE: 3/14/2014 RESUBMIT SIGNOFF: 3/14/2014 APPLICABLE WAGES:

(RESOLUTION No. R-54-10) Yes REVIEW COMMITTEE ASSIGNED CONTRACT MEASURES: TYPE GOAL ESTIMATED

VALUE COMMENT CSBE 0.00% $0.00 No measure was assigned due to insufficient availability. CWP 0.00% 0 CWP is not applicable. MANDATORY CLEARING HOUSE: Yes CONTRACT MANAGER NAME / PHONE / EMAIL: Isaac Smith 786-268-5196 [email protected] PROJECT MANAGER NAME / PHONE / EMAIL: Robert Stebbins Jr., 786-268-5179 [email protected] �BACKGROUND

MANAGER'S BACKGROUND
BACKGROUND: As stated previously, this project is one in a series of projects related to the State of Florida�s Ocean Outfall Legislation, Section 403.086(9) of the Florida Statutes, which regulates wastewater disposal/ocean outfalls. WASD owns and operates the Central District Wastewater Treatment Plant that disposes treated wastewater effluent through an ocean outfall pipeline.

The Ocean Outfall Legislation requires that discharges of domestic wastewater through ocean outfalls meet advanced wastewater treatment requirements no later than December 31, 2018. The requirement for advanced wastewater treatment can be met at the Central District Wastewater Treatment Plant by diverting the volume of total nitrogen and total phosphorus in the wastewater effluent from the ocean outfall by injecting it into the proposed deep injection wells. In addition, the industrial waste stream at the Central District Wastewater Treatment Plant resulting from groundwater remediation at the adjacent south property (the former Virginia Key Landfill) will also be disposed of in the deep injection wells to be constructed by this project.

The deep injection wells will be designed and constructed in accordance with Florida Administrative Code Rule 62?528, and will be permitted by the Florida Department of Environmental Protection. WASD currently has a permit for construction of the wells proposed by this project.



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2026 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2026 Miami-Dade County.
All rights reserved.