A meeting of the Manatee County Port Authority will be held during a meeting of the Board of County Commissioners of Manatee County Tuesday, July 24, 2018, at 1:30 p.m., or as soon as is practicable, in Commission Chambers on the first floor of the County Administration Building, 1112 Manatee Avenue West, Bradenton, Florida.


image


MANATEE COUNTY PORT AUTHORITY AGENDA July 24, 2018 – 1:30 p.m.


The Manatee County Port Authority may take action on any matter during this meeting, including those items set forth within this agenda. The chairperson, at the option of the chairperson, may take business out of order if the chairperson determines that such a change in the agenda’s schedule will expedite the business of the Port Authority.


CALL TO ORDER

Public Comments


  1. Design of Loading Docks at Warehouse 2


  2. Consent Agenda


Executive Director Comments Public Comments Commissioner Comments

According to Section 286.0105, Florida Statutes, any person desiring to appeal any decision made by the Port Authority with respect to any matter considered at this meeting will need a record of the proceedings, and for such purpose may need to ensure that a verbatim record of the proceedings is made, which includes the testimony and evidence upon which the appeal is to be based.

Vanessa Baugh, Chairman

Stephen R. Jonsson, 1st Vice-Chairman; Betsy Benac, 2nd Vice-Chairman; Robin DiSabatino 3rd Vice-Chairman; Charles B. Smith, Member; Priscilla Whisenant-Trace, Member; Carol Whitmore, Member

July 24, 2018

AGENDA ITEM 1.: DESIGN OF LOADING DOCKS AT WAREHOUSE 2 BACKGROUND:


On March 15, 2018, the Authority approved RS&H to prepare conceptual designs and evaluate two alternative locations for six additional loading docks at either warehouse 2 or warehouse 7, as part of the Cold Storage Warehouse Improvement project funded 50% by FDOT. RS&H determined that warehouse 2 is the best location for the additional docks and under the Port Manatee Professional Consulting Engineering Services Continuing Contract dated October 16, 2014, RS&H submitted a fee of $140,012 for the loading docks design, permitting, and construction phase services.


ATTACHMENT:


Professional Services Authorization (PSA) No. 18-06 and Scope of Services


COST AND FUNDING SOURCE:


FDOT grant funding and Port cash in the amount of $70,006.00 or 50%, each.


CONSEQUENCES IF DEFERRED:


Delay in design of loading docks at warehouse 2


LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:


Move to approve and authorize the Chairman to execute Professional Services Authorization (PSA) No. 18-06 to RS&H, Inc., in the amount of $140,012.00 for the warehouse 2 loading docks design, permitting, and construction phase services, subject to the review and approval of FDOT.



01010722-2

image

18-06


07/09/18

image


07/09/18

Fees

Loading Docks Preliminary Engineering


Fees for the services, including salary and non-salary expenses, are to be billed at percentage of a lump sum fee of $140,012.00 based on percentage completion of the work.


Scope


Loading Docks Design, Permitting, and Construction Inspection


See attached.


Schedule


Loading Docks Design, Permitting, and Construction Inspection One Hundred Eighty (180) days from NTP to final deliverable.

Contacts

Loading Docks Design, Permitting, and Construction Inspection


Individuals designated for performance of administrative and managerial functions as they relate to provisions of this Contract


For the Consultant:


Michael S. Dixon, P.E.

Vice President, Tampa Office Leader 1715 N. Westshore Blvd. Suite 500

Tampa, FL 33607-3999

813-636-2631 (O)

813-431-0391 (M)

michael.dixon@rsandh.com For the Authority:

George F. Isiminger, P.E.

Senior Director of Planning, Engineering and Environmental Affairs Port Manatee

300 Tampa Bay Way Palmetto, FL 34221

941-722-6621 (O)

941-650-3451 (M)

gisiminger@portmanatee.com

SCOPE OF SERVICES

Engineering Services

For

Warehouse Addition

PORT MANATEE

Manatee County, Florida

PROJECT DESCRIPTION

The intent of the overall project is to provide architectural and engineering design services and permitting of a new pre-engineered metal building accommodating (6) six new enclosed truck bays and docks. The space shall include staging area for freight. The design will be based on the selected conceptual design at Warehouse 2.


SECTION 1 – APPLICABLE STANDARDS


All plans and designs furnished by RS&H, Inc. (Consultant) are to be prepared with English Units. The current (latest) editions, including updates, of the following manuals and guidelines shall be used as resources and reference materials in the performance of Consultant’s work:



Listing of the above reference materials and resources is not intended to establish these documents as design standards or criteria to be used on this project. The Manatee County Port Authority (AUTHORITY) may decide which design standards and criteria will be used based on an evaluation of this specific project and other factors, as the AUTHORITY policy may require.


The fee is based on using the current (latest) editions of the manuals and guidelines, including updates, at the time this agreement is executed.


SECTION 2 – ELECTRONIC FILES


In addition to the number of copies at the submittal phase, the Consultant shall provide electronic files of all drawing, reports and renderings. Drawings will be in AutoCAD electronic file format and will be provided to the AUTHORITY in .PDF format. Reports and other written material shall be prepared in MS Word or MS Excel. Project Management scheduling shall be prepared using MS Project. All electronic files shall be submitted on USB thumb drive and via internet file transfer.


The AUTHORITY is aware that differences may exist between the electronic files delivered and the hard-copy construction documents due to error. In the event of a conflict between the signed and sealed construction documents prepared by the Consultant and the electronic files, the signed and sealed hard-copy construction documents shall govern.

SECTION 3 – SCOPE OF PROFESSIONAL SERVICES


The Consultant will develop the engineering concept, selected by the AUTHORITY, for the proposed warehouse additions. The Consultant will provide survey, geotechnical engineering, civil engineering, stormwater improvements, architectural, structural, mechanical, electrical, plumbing and fire protection engineering.

The tasks set forth in the Basic Services as listed in Section 3 of this Scope of Services are used to apportion the total man hours required to prepare the complete design and construction documents for this project across the various tasks. Some very minor tasks that are required may not be listed but are considered to be included in this Scope of Services.

Upon receipt of the AUTHORITY’s purchase order, the Consultant shall begin performance of the basic services. The various tasks to be performed are described in the following sections.


Task 1 – Project Administration and Management

  1. Meetings The following management meetings will occur during the course of the project.

    • Design Kick-off Meeting – This meeting is expected to include the AUTHORITY to discuss project parameters, scheduling, design issues, and other related items.

    • 90% Design Review Meetings – One design review meeting is expected at each submittal to schedule and design issues.


  2. Progress Reports The Consultant shall provide the AUTHORITY with monthly progress reports.


  3. AUTHORITY Review and Comment The Consultant shall prepare and submit the following phase reviews for AUTHORITY review and comment.


    1. 60% Construction Documents

    2. 90% Construction Documents

    3. 100% Construction Documents/Permit Set


    The Consultant shall then incorporate any changes based on AUTHORITY comments prior to submitting plans to the AUTHORITY at the next scheduled phase submittal. The Consultant shall provide responses to the AUTHORITY’s comments no later than fourteen (14) calendar days after receiving the final comments for each phase.


  4. Project Scheduling The Consultant shall prepare an overall project schedule using MS Project software. The schedule will be provided to the AUTHORITY at the Kick-off meeting in electronic format and on paper in a readable scale. The Consultant shall provide the AUTHORITY an updated schedule to reflect actual project progress with each invoice.


    Task 1 Deliverables:

    • Project Schedule, (11”x17”) in a readable scale;

    • Monthly Project Progress Reports;

    • Minutes of each meeting distributed to each attendee and others as requested by the AUTHORITY no later than seven (7) calendar days after the meeting;

    • Written responses to AUTHORITY comments at each design submittal stage no later than fourteen (14) calendar days after receiving the final comments.


Task 2 – 60% Construction Documents Submittal



The Consultant shall provide the following services:


  1. Survey (Subconsultant): The Consultant will provide survey of the proposed site to generate control points, existing elevations of adjacent structures, utilities, and other site elements that may impact the design.


  2. Geotechnical Investigation (Subconsultant): The Consultant shall perform 8 Standard Penetration Test (SPT) borings, at a maximum of 25’, at the proposed site.


  3. Subsurface Utility Exploration (Subconsultant) (if needed): The Consultant shall provide subsurface utility exploration (SUE) if determined is needed for final design, at the proposed site.


  4. Construction Drawings: The Consultant will develop construction drawings of the selected concept. Drawings will include architectural, preliminary structural, mechanical, electrical, plumbing and fire protection design.


  5. Specifications Outline: List of specifications.


    Task 2 Deliverables:

    • One (1) hard copy (11” X 17”) of the 60% Construction Drawings;

    • Letter of Quality Control;

    • One (1) pdf copy of all Task 2 Deliverables;

    • Updated preliminary engineering cost estimates.


Task 3 – 90% Construction Document Submittal


The Consultant shall provide the following services:

  1. Geotechnical Report: The Consultant will provide a geotechnical report of the findings from the site investigation.


  2. Construction Drawings: The Consultant shall incorporate comments made by the AUTHORITY during the 60% phase review. The Consultant will further develop the construction drawings to include all architectural details, schedules and building sections. The building engineering design will include plans, details, schedules and any necessary information for full design review. The civil site engineering will include grading and drainage improvements.

  3. Specifications: The Consultant will provide technical specifications. Specifications will be in CSI Masterformat (AIA).


  4. Design Calculations: The Consultant shall prepare and submit design calculations for structural engineering and mechanical engineering (Energy Analysis).


    Task 3 – Deliverables:

    • One (1) hard copy (11” X 17”) of the 90% Construction Drawings;

    • One (1) hard copy (8.5” X 11”) of the Technical Specifications;

    • One (1) copy of the Geotechnical Report;

    • Refined engineering cost estimate;

    • Letter of Quality Control;

    • One (1) pdf copy of all Task 3 Deliverables.


Task 4 – 100% Construction Document/Permit Submittal


The Consultant shall provide the following services:

  1. Construction Drawings: The Consultant shall incorporate comments made by the AUTHORITY during the 90% phase review. The Consultant will finalize all plan details.


  2. Specifications: The Consultant shall incorporate comments made by the AUTHORITY during the 90% phase review. The Consultant will finalize the technical specifications.


  3. Design Calculations: The Consultant shall prepare and submit final design calculations for structural engineering and mechanical engineering (Energy Analysis).


  4. Permit Submittal: The Consultant shall coordinate and prepare permit submittal documents to the Manatee County Building and Development Services.


    Task 4 – Deliverables:

    • One (1) hard copy (11” X 17”) of the 100% Construction Drawings;

    • One (1) hard copy (8.5” X 11”) of the Technical Specifications;

    • Final engineer cost estimates;

    • Letter of Quality Control;

    • One (1) pdf copy of all Task 4 Deliverables.


Task 5 – Bidding Support Services:


The Consultant shall provide the following services:


  1. Pre-Bid Meeting: The Consultant shall attend a pre-bid meeting to provide technical support.


  2. Bid Questions: The Consultant shall prepare responses to bid questions that request technical answers to the Construction Documents.

  3. Bid Addenda: The Consultant shall prepare addendums as needed to respond to bidder questions.


    Task 5 – Deliverables:

    • One (1) hard copy (11” X 17”) of the 100% Bidding Drawings;

    • One (1) hard copy (8.5” X 11”) of the Contract Documents;

    • Letter of Quality Control;

    • One (1) pdf copy of all Task 5 Deliverables.


Task 6 – Construction Administration:


The Consultant shall provide the following services:


  1. Site Inspections: The Consultant shall perform up to three (3) site inspections to verify construction.


  2. Construction Progress Meetings: The Consultant shall attend up to six (6) progress meetings by phone. Attendance in person will be based on work progress.


  3. Plan Revisions: The Consultant shall prepare up to two (2) plan revisions.


  4. Shop Drawings: The Consultant shall review up to 25 shop drawing submittals.


  5. Request for Information (RFI): The Consultant shall provide responses for up to 10 RFIs.


  6. Final Walkthrough (Punchlist): The Consultant shall perform a site walkthrough and provide punchlist items to the AUTHORITY.


  7. Record Drawings: The Consultant shall prepare Record Drawings with inclusion of the Contractor’s as-built documentation.


    Task 6 – Deliverables:

    • One (1) hard copy (11” X 17”) of the Record Drawings in certified print;

    • Electronic copy of the Record Drawings in pdf and CAD format;

    • Electronic copy of the survey in pdf and CAD format;

    • Letter of Quality Control.


END SCOPE OF SERVICES

Consultant: RS&H, Inc.

Date Prepared: June 20, 2018

Job Description: Port Manatee Loading Docks Design Services

Contract:




Project Officer


Project Manager


Senior Engineer

Senior Project Engineer


Senior Designer


Architect


Clerical


Total Man Hours by Activity


Total Fees


Comments

Work Element / Activity








Task 1 Project Management and Admin.











Kickoff Meeting/Progress Reports


10

4




2

16

$3,362.00


Schedule and updates to schedule


6






6

$1,350.00


Coordination and Contract Administration

8

12





3

23

$5,142.00


Task 1 Total Hours

8

28

4




5

45



Total Fee

$2,208.00

$6,300.00

$956.00




$390.00


$9,854.00













Task 2 60% Construction Documents











Civil Design



2

10

2



14

$2,400.60


Architectural Design





4

24


28

$5,376.00


Structural Design



4

10




14

$2,494.60


Mechanical Design



2

4




6

$1,093.44


Plumbing Design



2

2




4

$785.72


Electrical Design



4

8




12

$2,186.88


Fire Protection Design



2

2




4

$785.72


Preliminary Cost Analysis



1



2

1

4

$701.00


Technical Specifications



1



1

1

3

$509.00


QAQC

1

4

4



2


11

$2,516.00


Task 2 Total Hours

1

4

22

36

6

29

2

86



Total Fee

$276.00

$900.00

$5,258.00

$5,538.96

$1,152.00

$5,568.00

$156.00


$18,848.96













Task 3 90% Construction Documents











Civil Design



2

10

2



14

$2,400.60


Architectural Design





4

24


28

$5,376.00


Structural Design



8

14




22

$4,066.04


Mechanical Design



2

8

4



14

$2,476.88


Plumbing Design



2

6




8

$1,401.16


Electrical Design



4

8




12

$2,186.88


Fire Protection Design



4

8




12

$2,186.88


Preliminary Cost Analysis



1



2

1

4

$701.00


Technical Specifications



2

8


4

4

18

$2,788.88


Design Calculations



2

28




30

$4,786.08


QAQC

1

4

8



4


17

$3,856.00


Task 3 Total Hours

1

4

33

80

8

34

5

148



Total Fee

$276.00

$900.00

$7,887.00

$12,308.80

$1,536.00

$6,528.00

$390.00


$32,226.40













Task 4 100% Construction Documents











Civil Design



2

6




8

$1,401.16


Architectural Design





2

6


8

$1,536.00


Structural Design



2

6




8

$1,401.16


Mechanical Design



2

4




6

$1,093.44


Plumbing Design



1

2




3

$546.72


Electrical Design



2

4




6

$1,093.44


Fire Protection Design



1

3




4

$700.58


Final Cost Analysis


4

1



2

1

8

$1,601.00


Technical Specifications


4

1

2


2

2

11

$1,986.72


Design Calculations



2

6




8

$1,401.16


Permitting


4


9


4

1

18

$3,130.74


QAQC

1

2

8



4


15

$3,406.00


Task 4 Total Hours

1

14

22

42

2

18

4

62



Total Fee

$276.00

$3,150.00

$5,258.00

$6,462.12

$384.00

$3,456.00

$312.00


$19,298.12













Task 5 Bidding Support Services











Pre-Bid Meeting


4




4


8

$1,668.00


Bid Questions


1


4


4


9

$1,608.44


Bid Addenda


2


4

2

4


12

$2,217.44


Task 5 Total Hours


7


8

2

12


29



Total Fee


$1,575.00


$1,230.88

$384.00

$2,304.00



$5,493.88













Task 6 Construction Administration












Site Inspections




4




12



16


$3,260.00

3 trips x 4 hours = 12 (Engineer assumes 1 site inspection is needed)

Progress Meetings


12




12


24

$5,004.00

6 meetings x 2 hours = 12 hours

Plan Revisions



2

20


12


34

$5,859.20


Shop Drawings




45


30

2

77

$12,839.70


Request for Information (RFIs)


8


15


15


38

$6,987.90


Final Walkthrough (Punchlist)


8

4



4


16

$3,524.00


Record Drawings


4


8


8


20

$3,666.88


Task 6 Total Hours


32

10

88


93

2

225



Total Fee


$7,200.00

$2,390.00

$13,539.68


$17,856.00

$156.00


$41,141.68













Total for Base Fee

$3,036

$20,025

$21,749

$39,080

$3,456

$35,712

$1,404


$124,462


Total Hours

9

64

36

124

6

122

9

370



Unit Prices

$276.00

$225.00

$239.00

$153.86

$192.00

$192.00

$78.00















Subconsultants







Survey


$8,850


Geotech

$5,200


SUE (allowance)

$1,500


Grand Total for Base Fee

$140,012


image


July 5, 2018


Mr. John Rice, P.E.

Senior Program Management Engineer Reynolds, Smith & Hills

301 E Pine St., Ste. 350

Orlando, Florida, 32801


Re: Port Manatee Topographic Survey Dear Mr. Rice:

We appreciate the opportunity to provide this proposal for the Port Manatee

Topographic Survey. McKim & Creed will provide the services as requested in your provided Request for Proposal (RFP). The surveying scope of work and the requirements required by RS&H are an excellent fit with the McKim & Creed mission “To provide the Most Responsive and Dependable Service all the time” and our Geomatics group capabilities, expertise, and goals. I will be the McKim & Creed point of contact and will coordinate the work on this project.


SCOPE OF WORK


In order to support pending project improvements, we will be responsible for the following project requirements:


  1. Establish three (3) permenant reference monuments in order to facilicate collecting topographic data as well as utilize for future constructions. Reference monuments to be established on the horizontal datum of NAD83/11 and the vertical datum on NAVD88.

  2. Said reference monuments will then be referenced and adjusted to Mean Low Water Elevation.

  3. Perform a topographic survey with limits as shown on the following page denoted as Figure 1.

  4. Locate high, low, and breakline surface elevations, existing roadway features, existing above ground utilities, and information regarding drainage structures to the extend of the next connecting drainage structure outside of the topographic survey limits.

  5. Locate eight (8) soild borings staked by others.

Mr. John Rice July 5, 2018

Page 2


image

Figure 1: Limits of Topographic Survey


SCHEDULE


We will perform the work described in the above Scope of Services as expeditiously as practical, weather permitting, to meet a mutually agreed schedule upon receipt of your written authorization to proceed.


Our work on the project will begin within five working days of receiving the notice‐to‐proceed. We will provide our intended topographic survey to RS&H for review and comments with‐in ten business days from the first day on‐site. If review comments are provided or revisions to the title block requested we will update with‐in 3 business days. Total schedule timeline will be 13 business days from the first day on‐site.


Our maps will be prepared in Microstation and PDF format on Florida Department of Transportation layering standards, unless otherwise noted prior to notice‐to‐proceed.

Mr. John Rice July 5, 2018

Page 3


DELIVERABLES


Based on our understanding of your requirements, McKim & Creed will provide the deliverables below in the formats noted as part of our scope of services. If additional deliverables are requested, or if deliverables are required to be delivered in alternate formats, those requests will be considered additional services.


Deliverable Format

Digital Maps (including ownership table) Microstation CAD File Signed, Sealed Map, Drawing PDF file

ASCII Point File Comma Delimited Text File

Digital Terrain Model Microstation TIN model


ADDITIONAL SERVICES


Any services not reflected in the Scope of Services section of this Agreement, including but not limited to the following, are not included in this Agreement. Surveyor may elect to provide or coordinate these services, if requested, but they will be considered additional services. These additional services can be performed as mutually agreed upon by the Client and Surveyor and documented by a written addendum to this Agreement. Additional Services include:



Surveyors Certifications: The Surveyor shall not be required to sign any documents, no matter by whom they may be requested, that would result in the Surveyorʹs having to certify, guarantee or warrant the existence of conditions which the Surveyor cannot ascertain. The Client also agrees that it has no right to make the resolution of any dispute with the Surveyor or the payment of any amounts due to the Surveyor in any way contingent upon the Surveyorʹs signing any such certification.


COMPENSATION AND BILLING


image

Task / Activity / Phase Compensation Method Fee Amount

image

Topographic Survey Fixed Fee $ 8,850.00


image

Total $ 8,850.00

image


COMPENSATION & BILLING METHODS FIXED FEE

This work will be billed on a fixed price basis for the scope of work described.

Mr. John Rice July 5, 2018

Page 5


I am confident that through our knowledge, experience, capabilities, and technology we will provide a quality product and deliver it on time and be a valuable partner for the surveying needs of RS&H. Please do not hesitate to contact me if you have any questions concerning this proposal. We look forward to receiving notice‐to‐proceed and having the opportunity to provide you with these services.


Respectfully Submitted, McKIM & CREED, INC.


image


Chris Bosshart, PSM Geomatics Project Manager


image

image

Ardaman & Associates, Inc.


Geotechnical, Environmental and Materials Consultants


July 6, 2018

File No. 18-7233


TO: RS&H

301 E Pine Street; Suite 350

Orlando, Florida 32801


Attention: Mr. John Rice, P.E., CEM


SUBJECT: Proposal for Geotechnical Exploration Services for

Proposed Warehouse Structure; Port Manatee Loading Docks Manatee County, Florida


image


Dear Mr. Rice:


As requested, our firm is pleased to submit the following proposal for geotechnical engineering services. Based on a preliminary site location plan provided by you and dated June 6, 2018, the proposed development includes a single-story 5,400 square foot warehouse.


Grading plans are not complete at this time. Therefore, we have assumed that approximately 1 to 2 feet of fill is required to raise the building area to final elevation(s). Typical loading conditions for the 1-story building are assumed to be on the order of 1 to 10 klf for wall foundations and 100 kips for individual column foundations. Floor loads are assumed to be less than 100 pounds per square foot.


The scope of our work will include determining if the bearing capacity and other soil characteristics are suitable to construct the proposed building.


The following summarizes our proposed scope of work and associated fees for conducting the subject exploration.


Our services would include conducting eight (8) Standard Penetration Test borings to a maximum depth of 25 feet.


Routine laboratory visual classification will be performed along with specific classification tests deemed necessary (i.e., percent fines and organic contents).


Engineering and technical support services would also be required to analyze the obtained data and to prepare an engineering report. This report would present the results of our findings and make recommendations relating to foundation system design for the proposed structure and site development.


We recommend that the project surveyor locate our borings horizontally and vertically (i.e.; determine the elevation of the ground surface at the boring locations). This information will increase the accuracy of the data obtained.



78 Sarasota Center Boulevard, Sarasota, Florida 34240 Phone (941) 922-3526 FAX (941) 922-6743 Louisiana: Baton Rouge, Monroe, New Orleans, Shreveport

Florida: Bartow, Cocoa, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee, Tampa, W. Palm Beach

2

RS&H

File No. 18-7233

July 6, 2018



Based on our knowledge of the project, the following services and corresponding fees will be necessary to accomplish our objectives:


Field Investigation


Mobilize drilling crew and equipment $450.00


Coordinate utilities and site reconnaissance by engineering technician $100.00


Eight (8) Standard Penetration Test borings to a depth

of 25 feet below ground surface @ $16.00/foot (0’ to 25’) $3,200.00


Laboratory Investigation (Estimate)


Laboratory classification tests to define soil characteristics $180.50


Engineering Coordination, Analysis and Report Preparations


Senior Project Engineer; 0.5 hours @ $155.00/hr $69.50


Project Engineer; 6 hours @ $139.00/hr $834.00


Technical Draftsman; 4 hours @ $61.00/hr $244.00


Technical Secretary; 2 hours @ $61.00/hr $122.00


Total Fee (not to exceed) $5,200.00


Based on our knowledge of site conditions and soil conditions in the immediate area, we anticipate that the total fee for our work would not exceed the above amount. In the event that additional work and fees are necessary due to site or soil conditions, you will be informed of this prior to proceeding with any work that is beyond the scope of this proposal.


PROPOSAL ASSUMPTIONS

This proposal is subject to the following assumptions: (1) access to boring locations is to be readily available to our truck-mounted drilling equipment, (2) the proposed number of borings and the boring depths will be adequate, (3) undisturbed samples and consolidation tests on fine grained soils are not budgeted into the total cost, (4) the structures can be supported on conventional shallow spread footings; if deep foundations (e.g., piles) are necessary, additional exploration and engineering evaluation may be required, (5) maintenance of traffic is not required to perform the field work, and (6) exploration or evaluation of the environmental (ecological or hazardous/toxic material related) condition of the site and subsurface is not included.

3

RS&H

File No. 18-7233

July 6, 2018



Please contact us if you should have any questions concerning this proposal. To authorize the proposed services, please have the attached Proposal/Project Acceptance and Agreement form fully completed and signed by the appropriate individual. Failure to provide complete information may result in a delay in scheduling. Return one (1) signed copy to our office and retain a copy for your records.

RDAMAN & ASSOCIATES, INC.

ertificate of Authorization No. 595

image

Sincerely yours, A

C 0


image

Gregory S. Stevens, P.E. Jerry H. Kuehn, P.E.

Project Engineer Senior Project Engineer

Fl. License No. 71511 Fl. License No. 35557


GSS/JHK:ly

July 24, 2018


  1. CONSENT AGENDA


    1. Warrant List


    2. Minutes June 12, 2018


    3. Budget Resolution

Manatee County Port Authority Warrant Listing

06/06/2018 to 07/16/2018

image


AP

XXXXXXX

V019302

ABBOTT, PAUL SCOTT

1,237.50

AP

XXXXXXX

V014865

ACCESS FIRE PROTECTION

1,271.00

AP

XXXXXXX

V023321

AMERICAN EXPRESS TRAVEL RELATE

4.84

AP

XXXXXXX

P000270

APPICE, MATTHEW

89.00

AP

XXXXXXX

P000270

APPICE, MATTHEW

65.29

AP

XXXXXXX

P000270

APPICE, MATTHEW

219.18

AP

XXXXXXX

V023254

ARCPOINT LABS OF SARASOTA

180.00

AP

XXXXXXX

V118009

AT AND T

63.31

AP

XXXXXXX

V013140

AT AND T MOBILITY

45.65

AP

XXXXXXX

V019152

AUTOZONE

160.99

WT

XXXXXXX

V019189

BANK OF AMERICA

17,420.06

WT

XXXXXXX

V019189

BANK OF AMERICA

3,700.07

AP

XXXXXXX

V002730

BANK OF AMERICA

192.32

AP

XXXXXXX

V024209

BLUE TARP CREDIT SERVICES

213.92

AP

XXXXXXX

V171816

BP OIL COMPANY

23.54

AP

XXXXXXX

V007624

BRIGHT HOUSE

1,264.20

AP

XXXXXXX

V007624

BRIGHT HOUSE

88.95

AP

XXXXXXX

P000278

BUQUERAS, CARLOS

302.00

AP

XXXXXXX

V192319

BUREAU OF ELEVATOR INSPECTION

150.00

AP

XXXXXXX

V024368

CARR RIGGS AND INGRAM LLC

292.50

AP

XXXXXXX

V220945

CHEVRON USA CREDIT CARDS

80.49

AP

XXXXXXX

V023756

COPIERSOURCE INTERNATIONAL INC

8.01

ZP

XXXXXXX

L011149

CUMMINS POWER SOUTH LLC

1,087.98

ZP

XXXXXXX

L005778

D&D GARAGE DOORS INC

13,128.81

AP

XXXXXXX

V001080

DEL MONTE FRESH PRODUCE

104,096.00

AP

XXXXXXX

V006291

DEX IMAGING INC

340.77

AP

XXXXXXX

P000265

EDWARDS, MALCOLM R

262.00

AP

XXXXXXX

V022096

ENTECH

814.00

AP

XXXXXXX

V022096

ENTECH

337.50

ZP

XXXXXXX

L017178

EVERGLADES FARM EQUIPMENT CO I

168.88

AP

XXXXXXX

V005271

EYE CENTER INC

30.00

AP

XXXXXXX

V323190

FASTENAL COMPANY

302.30

AP

XXXXXXX

V334298

FLORIDA MUNICIPAL INSURANCE TR

36,208.50

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

8,678.01

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

71,316.23

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

50,211.29

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

17,287.13

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

2,302.36

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

57.26

ZP

XXXXXXX

L007982

FRONTIER LIGHTING INC

160.20

AP

XXXXXXX

V385628

GRAINGER INC, W W

4,123.33

ZP

XXXXXXX

L387610

GRAVELY OF BRADENTON

35.00

AP

XXXXXXX

V024225

GRISALES, VICTORIA E

420.00

WT

XXXXXXX

V020386

HANCOCK BANK

37,077.04

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

207.09

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

29.97

Manatee County Port Authority Warrant Listing

06/06/2018 to 07/16/2018

image


AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

148.18

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

1,550.27

AP

XXXXXXX

P000243

HURST, HERMAN L

45.00

AP

XXXXXXX

P000094

ISIMINGER, GEORGE

71.28

AP

XXXXXXX

P000094

ISIMINGER, GEORGE

272.57

AP

XXXXXXX

V004875

J2 ARTS INC

400.00

AP

XXXXXXX

V487429

JEFFERIES SERVICE CENTER

72.00

AP

XXXXXXX

V000060

JH WILLIAMS OIL CO INC

2,058.57

AP

XXXXXXX

V000060

JH WILLIAMS OIL CO INC

2,471.37

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

155.26

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

187.23

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

140.64

AP

XXXXXXX

V000423

LEWIS LONGMAN AND WALKER PA

9,180.00

AP

XXXXXXX

V018272

LIGHT BULB DEPOT OF TAMPA

49.80

AP

XXXXXXX

V013723

LOGISTEC USA INC

7,000.00

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

55.48

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

436.84

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

142.46

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

347.94

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

97.15

UT

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

6,675.93

UT

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

7,755.00

AP

XXXXXXX

V022877

MCGUIRE ELECTRIC INC

569.97

AP

XXXXXXX

V650907

MICROSOFT CORP

3,076.05

ZP

XXXXXXX

L019959

MOTOR HEADS N CONTROL GEEKS

572.43

AP

XXXXXXX

V017759

MOWERS INC

46.69

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

80.94

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

104.30

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

176.45

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

422.05

AP

XXXXXXX

V701905

OFFICE DEPOT INC

272.88

AP

XXXXXXX

V706455

ORKIN PEST CONTROL

960.00

AP

XXXXXXX

V010854

P & T FILTER SALES INC

146.80

AP

XXXXXXX

V736427

PITNEY BOWES CREDIT CORP

141.00

AP

XXXXXXX

V022437

PREFERRED GOVERNMENTAL INSURAN

9,945.50

AP

XXXXXXX

V021677

PROPELLER CLUB OF THE UNITED S

1,320.00

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

389.55

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

449.76

AP

XXXXXXX

V020765

R S AND H INC

36,574.20

AP

XXXXXXX

V751510

RADIO ONE INC

110.00

AP

XXXXXXX

P000289

SANFORD, DAVID

79.00

AP

XXXXXXX

V019719

SIGNS NOW AND ALLEGRA PRINTING

190.07

WT

XXXXXXX

V874841

STATE OF FLA DEPT OF REVENUE

14,092.70

AP

XXXXXXX

V875019

STATE OF FLORIDA

821.05

AP

XXXXXXX

V906395

TERRY SUPPLY COMPANY

167.24

AP

XXXXXXX

V906395

TERRY SUPPLY COMPANY

432.00

Manatee County Port Authority Warrant Listing

06/06/2018 to 07/16/2018

image


AP

XXXXXXX

V906395

TERRY SUPPLY COMPANY

28.40

AP

XXXXXXX

V005547

TROPIC SUPPLY INC

369.36

AP

XXXXXXX

V004721

TWENTY FIRST CENTURY GROUP INC

5,000.00

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC

586.72

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC

389.84

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC

6,643.71

AP

XXXXXXX

V009667

VERIZON WIRELESS

327.72

AP

XXXXXXX

V009667

VERIZON WIRELESS

1,005.13

AP

XXXXXXX

V021915

WEBTIVITY MARKETING AND DESIGN

65.00

AP

XXXXXXX

V023912

WEST FLORIDA FENCE

11,533.00

AP

XXXXXXX

V023510

WURTH ACTION BOLT AND TOOL CO

463.84

AP

XXXXXXX

P000292

ZIMMERMANN,VIRGINIA

150.00


image

Total warrants for period reported 512,770.79

image

MANATEE COUNTY PORT AUTHORITY REGULAR MEETING

COUNTY ADMINISTRATIVE CENTER

1112 Manatee Avenue West Bradenton, Florida

June 12, 2018


Present were:

Stephen R. Jonsson, First Vice-Chairman Betsy Benac, Second Vice-Chairman Robin DiSabatino, Third Vice-Chairman

Charles B. Smith (Entered at end of Meeting) Carol Whitmore

Priscilla Whisenant Trace


Absent was:

Vanessa Baugh, Chairman


Also present were:

Carlos Buqueras, Executive Director Jennifer R. Cowan, Port Authority Attorney

Vicki Ayles, Accounting Manager, Clerk of the Circuit Court

Vicki Tessmer, Board Records Supervisor, Clerk of the Circuit Court image First Vice-Chairman Jonsson called the meeting to order at 1:30 p.m.

AGENDA PA20180612DOC001

  1. CONSENT AGENDA

    A motion was made by Member Whitmore, seconded by DiSabatino, and carried 5 to 0,with Members Baugh and Smith absent, to approve the Consent Agenda incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda


    1. WARRANT LIST

      Accepted the Warrant Listing from May 10, 2018 through June 05, 2018

      PA20180612DOC002

    2. MINUTES

      Approved minutes of May 17, 2018 PA20180612DOC003

    3. BUDGET RESOLUTION

      Adopted Budget Resolution PA-18-10 PA20180612DOC004

    4. FIRST AMENDMENT TO EXECUTIVE DIRECTOR’S EMPLOYMENT AGREEMENT

      Approved First Amendment to Executive Director’s Employment Agreement

      PA20180612DOC005

    5. RESOLUTION/DELEGATION OF AUTHORITY

      Adopted Resolution PA-18-08 Delegating Authority to the Executive Director during certain months in which there are no regularly scheduled meetings PA20180612DOC006

    6. CONTRACT

      Executed Resolution PA-18-09 Authorizing the sublease of land at Port Manatee by B and N Welding and Fabrication, Inc., to Kerney Marine and Industrial Service

      PA20180612DOC007

    7. LIMITED RELEASE

Approved payment to Del Monte Produce N.A., in the amount of $104,096 for repair of the roof and door damage to warehouse 6 caused by Hurricane Irma, in exchange for the Specific/Limited Release PA20180612DOC008

(End Consent Agenda)

PA MB 2018/16

June 12, 2018 (Continued)


(Enter Member Smith)

EXECUTIVE DIRECTOR COMMENTS

Mr. Buqueras had no comments.


PUBLIC COMMENTS

There being no public comment, First Vice-Chairman Jonsson, closed public comment.


MEMBER COMMENTS

There were no Member comments.


ADJOURN

There being no further business, First Vice-Chairman Jonsson adjourned the meeting at 1:32 p.m.


Minutes Approved:


PA MB 2018/17

July 24, 2018


CONSENT

AGENDA ITEM 2.C.: BUDGET RESOLUTION BACKGROUND:

This resolution budgets $140,012 for warehouse 2 loading docks design, permitting and construction phase services which will be funded 50% by FDOT.


ATTACHMENT:


Budget Resolution PA-18-11.


COST AND FUNDING SOURCE:


Budgets $70,006 each of FDOT grant funds and Port cash.


CONSEQUENCES IF DEFERRED:


Delay in budget allocations


LEGAL COUNSEL REVIEW: N/A


RECOMMENDATION:


Move to adopt Budget Resolution PA-18-11.

RESOLUTION PA-18-11 AMENDING THE ANNUAL BUDGET

FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2017-2018


WHEREAS, Florida Statutes 129.06, authorizes the Manatee County Port Authority to amend its budget for the current fiscal year as follows:


  1. Appropriations for expenditures in any fund may be decreased and other appropriations in the same fund correspondingly increased, provided the total appropriations of the fund are not changed.


  2. Appropriations from reserves may be made to increase the appropriation for any particular expense in the same fund, or to create an appropriation in the fund for any lawful purpose.


  3. Unanticipated revenues, including increased receipts for enterprise or propriety funds, may be appropriated for their intended purpose, and may be transferred between funds to properly account for the unanticipated revenue.


NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 2017-2018 budget is hereby amended in accordance with Section 129.06, Florida Statutes as described on the attached summary and specified in the budget adjustment batch files which are listed below:


Item No.

Batch ID No.

Reference No.

1

BADS709A/Z

BU18000375


ADOPTED with a quorum present and voting this the 24th day of July, 2018.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

CLERK OF CIRCUIT COURT


image

By:

BUDGET ADMENDMENT RESOLUTION NO. PA-18-11 AGENDA DATE: July 24, 2018


1) Fund: FDOT Port


Section: Warehouse 2 Cold Storage Improvements


Description: Budgets $140,012 for warehouse 2 loading docks design, permitting and construction phase services.


Batch ID: BADS709A/Z Reference: BU18000375