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 28, 2020, at 9:00 am, or as soon as is practicable, in the Longboat Key Room of the Bradenton Area Convention Center, One Haben Boulevard, Palmetto, FL
MANATEE COUNTY PORT AUTHORITY AGENDA July 28, 2020 – 9:00 am
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
Consent Agenda
Intermodal Container Yard Contract Award
Berth Rehab Construction Award
Berth 4 Extension Professional Services
Fourth Amendment to Legal Services Agreement
Contract for Professional Services with Ramba Law Group LLC
Second Amendment to Employment Agreement
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.
Priscilla Trace, Chairman
Reggie Bellamy, 1st Vice-Chairman; Misty Servia, 2nd Vice-Chairman; Stephen R. Jonsson, 3rd Vice-Chairman; Vanessa Baugh, Member; Betsy Benac, Member; Carol Whitmore, Member
CONSENT AGENDA
Warrant List
Minutes June 16, 2020
Ratify/Affirm Budget Resolutions
Budget Resolution
Ratify/Affirm Amendments to the Public Transportation Grant Agreements Berth 4 Extension and Facilities Improvement
Gulfstream Encroachment Agreement
HDR Engineering Inc. Professional Services Continuing Contract
Port Manatee Tariff No. 3 Item 452
Truck Loading Docks Change Order No. 9
Memorandum of Understanding (MOU) with Tripletail Aqua, LLC
RECOMMENDATION:
Move to approve the Consent Agenda incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda items.
Manatee County Port Authority Warrant (Check) Listing
06/10/2020 to 07/20/2020
AP | XXXXXXX | V019302 | ABBOTT, PAUL SCOTT | 975.00 |
AP | XXXXXXX | V020252 | ACCURATE BACKFLOW TESTING INC | 211.00 |
AP | XXXXXXX | V023321 | AMERICAN EXPRESS TRAVEL RELATE | 50.22 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 250.41 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 109.90 |
AP | XXXXXXX | P000270 | APPICE, MATTHEW | 90.54 |
AP | XXXXXXX | P000270 | APPICE, MATTHEW | 35.96 |
AP | XXXXXXX | V023254 | ARCPOINT LABS OF SARASOTA | 40.00 |
AP | XXXXXXX | V023254 | ARCPOINT LABS OF SARASOTA | 40.00 |
AP | XXXXXXX | V118009 | AT AND T | 127.90 |
AP | XXXXXXX | V013140 | AT AND T MOBILITY | 46.62 |
AP | XXXXXXX | V013140 | AT AND T MOBILITY | 46.62 |
WT | XXXXXXX | V019189 | BANK OF AMERICA | 5,369.33 |
WT | XXXXXXX | V019189 | BANK OF AMERICA | 4,957.55 |
AP | XXXXXXX | V002730 | BANK OF AMERICA | 179.56 |
AP | XXXXXXX | P000016 | BASS, JAMES | 130.00 |
AP | XXXXXXX | V004571 | BATTERY USA INC | 408.50 |
AP | XXXXXXX | V154927 | BIRMINGHAM RAIL AND LOCOMOTIVE | 820.00 |
AP | XXXXXXX | V170611 | BOYD INSURANCE AGENCY INC | 9,028.25 |
AP | XXXXXXX | P000049 | BRACKEN, JOE | 130.00 |
AP | XXXXXXX | V007624 | BRIGHT HOUSE | 549.98 |
AP | XXXXXXX | V007624 | BRIGHT HOUSE | 877.27 |
AP | XXXXXXX | V007624 | BRIGHT HOUSE | 549.98 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 44,973.39 |
AP | XXXXXXX | V192319 | BUREAU OF ELEVATOR INSPECTION | 150.00 |
AP | XXXXXXX | V196809 | BUSINESS RESOURCE INC | 167.89 |
AP | XXXXXXX | V202222 | CALLAGHAN ENTERPRISES INC, DAN | 461.32 |
AP | XXXXXXX | V024368 | CARR RIGGS AND INGRAM LLC | 84.38 |
AP | XXXXXXX | V010813 | CEMEX | 6,354.00 |
AP | XXXXXXX | V010813 | CEMEX | 3,484.50 |
AP | XXXXXXX | V010813 | CEMEX | 21,581.00 |
AP | XXXXXXX | V010813 | CEMEX | 1,541.50 |
AP | XXXXXXX | V221904 | CHOP SHOP INC | 91.80 |
AP | XXXXXXX | V006136 | CONSTRUCTION MATERIALS LTD INC | 709.74 |
ZP | XXXXXXX | L023569 | CORE AND MAIN LP | 1,583.90 |
ZP | XXXXXXX | L023569 | CORE AND MAIN LP | 2,132.25 |
ZP | XXXXXXX | L245170 | COSTANTINO BODY SHOP INC | 6,129.70 |
AP | XXXXXXX | V025612 | DYNAFIRE INC | 609.00 |
AP | XXXXXXX | V022096 | ENTECH | 2,309.00 |
AP | XXXXXXX | V022096 | ENTECH | 419.00 |
AP | XXXXXXX | V024683 | EVERGLADES EQUIPMENT GROUP | 105.90 |
AP | XXXXXXX | V323190 | FASTENAL COMPANY | 62.04 |
AP | XXXXXXX | V324212 | FEDERAL EXPRESS CORPORATION | 87.17 |
AP | XXXXXXX | V324212 | FEDERAL EXPRESS CORPORATION | 8.32 |
AP | XXXXXXX | V023189 | FIRST MANATEE TAG AGENCY INC | 308.35 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 96.96 |
Manatee County Port Authority Warrant (Check) Listing
06/10/2020 to 07/20/2020
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 186.48 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 480.60 |
AP | XXXXXXX | V026823 | FLORES CONSTRUCTION CO | 190,808.10 |
AP | XXXXXXX | V334298 | FLORIDA MUNICIPAL INSURANCE TR | 41,547.75 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 17,152.49 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 70,932.34 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 1,789.79 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 496.22 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 1,439.96 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 1,020.67 |
AP | XXXXXXX | P000384 | GILL, JAMES H | 121.99 |
AP | XXXXXXX | P000248 | GRAFFICE, RALPH | 112.35 |
AP | XXXXXXX | V385107 | GRAHAM WHITE SALES | 101.20 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 38.24 |
AP | XXXXXXX | V007986 | GREATER TAMPA BAY MARINE ADVIS | 833.33 |
WT | XXXXXXX | V020386 | HANCOCK BANK | 29,253.12 |
AP | XXXXXXX | V018000 | HERNANDO,ELENA GARCIA | 400.00 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 2,204.39 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 387.44 |
AP | XXXXXXX | V896015 | INTERISK CORPORATION | 375.00 |
AP | XXXXXXX | V012352 | JANI KING OF TAMPA BAY | 1,276.00 |
AP | XXXXXXX | V012352 | JANI KING OF TAMPA BAY | 225.00 |
AP | XXXXXXX | V027228 | JENNI AND GUYS | 60.00 |
AP | XXXXXXX | V000060 | JH WILLIAMS OIL CO INC | 1,815.76 |
AP | XXXXXXX | V000060 | JH WILLIAMS OIL CO INC | 1,177.41 |
WT | XXXXXXX | V026038 | JOCELYN HONG AND ASSOCIATES | 5,000.00 |
AP | XXXXXXX | V493800 | JOHNSON PRINTING | 72.82 |
AP | XXXXXXX | V015114 | JOHNSTONE SUPPLY | 281.93 |
AP | XXXXXXX | V000423 | LEWIS LONGMAN AND WALKER PA | 11,792.50 |
AP | XXXXXXX | V013723 | LOGISTEC USA INC | 7,000.00 |
AP | XXXXXXX | V022184 | LOUIS PRYOR SUPPLY INC | 301.80 |
AP | XXXXXXX | V022184 | LOUIS PRYOR SUPPLY INC | 560.34 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 467.20 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 196.98 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 220.08 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 47.46 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 222.58 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 313.31 |
AP | XXXXXXX | V627027 | MANATEE CHAMBER OF COMMERCE | 300.00 |
AP | XXXXXXX | V627027 | MANATEE CHAMBER OF COMMERCE | 20.00 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 521.85 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 349.80 |
UT | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 7,498.52 |
UT | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 7,801.14 |
AP | XXXXXXX | V022877 | MCGUIRE ELECTRIC INC | 866.60 |
AP | XXXXXXX | P000011 | MELVIN, FRANK | 130.00 |
Manatee County Port Authority Warrant (Check) Listing
06/10/2020 to 07/20/2020
AP | XXXXXXX | V017759 | MOWERS INC | 196.92 |
AP | XXXXXXX | P000341 | NOGUERA, JOHNATHAN | 130.00 |
AP | XXXXXXX | V696429 | NORTHERN SAFETY CO INC | 128.39 |
AP | XXXXXXX | V701905 | OFFICE DEPOT INC | 339.10 |
AP | XXXXXXX | P000329 | ONEAL, JORDAN F | 130.00 |
AP | XXXXXXX | V706455 | ORKIN PEST CONTROL | 1,029.33 |
AP | XXXXXXX | V010854 | P & T FILTER SALES INC | 199.95 |
AP | XXXXXXX | V026631 | PALMETTO AUTO WAREHOUSE LLC | 744.19 |
AP | XXXXXXX | V026631 | PALMETTO AUTO WAREHOUSE LLC | 111.34 |
AP | XXXXXXX | V026631 | PALMETTO AUTO WAREHOUSE LLC | 117.45 |
AP | XXXXXXX | V026028 | PARATEC DOOR SOLUTIONS INC | 13,823.00 |
AP | XXXXXXX | V026028 | PARATEC DOOR SOLUTIONS INC | 410.00 |
AP | XXXXXXX | P000228 | PENA, JUAN | 130.00 |
AP | XXXXXXX | V012114 | PITNEY BOWES GLOBAL FINANCIAL | 141.00 |
AP | XXXXXXX | V022437 | PREFERRED GOVERNMENTAL INSURAN | 7,519.75 |
AP | XXXXXXX | V747112 | PRO CHEM INC | 379.95 |
AP | XXXXXXX | V018591 | PRO MARINE INC | 229.17 |
AP | XXXXXXX | V748180 | PUBLIX SUPER MARKET | 130.33 |
AP | XXXXXXX | V748180 | PUBLIX SUPER MARKET | 270.79 |
AP | XXXXXXX | V020765 | R S AND H INC | 10,098.61 |
AP | XXXXXXX | V019469 | RAILINC CORPORATION | 130.00 |
AP | XXXXXXX | V776386 | RING POWER CORP | 217.02 |
AP | XXXXXXX | V026217 | SMALL ENGINE REPAIRS LLC | 119.94 |
AP | XXXXXXX | V018549 | SONITROL | 528.00 |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 12,543.04 |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 10,225.00 |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 5,754.45 |
WT | XXXXXXX | V874841 | STATE OF FLA DEPT OF REVENUE | 12,513.29 |
AP | XXXXXXX | V875019 | STATE OF FLORIDA | 762.35 |
AP | XXXXXXX | V875019 | STATE OF FLORIDA | 749.55 |
AP | XXXXXXX | V020041 | TERRACON CONSULTANTS INC | 12,330.06 |
AP | XXXXXXX | V906395 | TERRY SUPPLY COMPANY | 244.87 |
AP | XXXXXXX | V923227 | TROPHY AND SPORTS WORLD | 130.00 |
AP | XXXXXXX | V005547 | TROPIC SUPPLY INC | 290.76 |
AP | XXXXXXX | V006904 | UNITED REFRIGERATION INC | 2,250.00 |
AP | XXXXXXX | V024682 | US COATING SPECIALISTS LLC | 134,500.06 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 1,135.44 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 505.63 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 1,090.86 |
AP | XXXXXXX | V021915 | WEBTIVITY MARKETING AND DESIGN | 65.00 |
AP | XXXXXXX | V961411 | WEST FLORIDA SUPPLY CO | 115.19 |
AP | XXXXXXX | V019987 | WIMAUMA AUTO PARTS INC | 228.44 |
AP | XXXXXXX | V019987 | WIMAUMA AUTO PARTS INC | 191.20 |
AP | XXXXXXX | V023510 | WURTH ACTION BOLT AND TOOL CO | 1,581.63 |
Total warrants (checks) for period reported 761,137.29
MANATEE COUNTY PORT AUTHORITY REGULAR MEETING
BRADENTON AREA CONVENTION CENTER, NORTH CENTER HALL
One Haben Boulevard Palmetto, Florida June 16, 2020
Present were:
Priscilla Whisenant Trace, Chairman Reggie Bellamy, First Vice-Chairman Misty Servia, Second Vice-Chairman Stephen R. Jonsson, Third Vice-Chairman Vanessa Baugh
Betsy Benac Carol Whitmore
Also present were:
Carlos Buqueras, Executive Director Jennifer R. Cowan, Port Authority Attorney
Susan Flowers, Accounting Manager, Clerk of the Circuit Court Vicki Tessmer, Board Records Supervisor, Clerk of the Circuit Court
Chairman Trace called the meeting to order at 9:11 a.m.
AGENDA PA20200616DOC001
PUBLIC COMMENTS
There being no public comment, Chairman Trace closed public comment.
CONSENT AGENDA PA20200616DOC002
Carlos Buqueras, Executive Director, outlined changes to the Consent Agenda as follows:
Item 1.D - Change Orders to Warehouse 2 Loading Docks Contract – The motion was changed to read: “Move to approve and authorize the Chairman to execute Change Order 7 and Change Order 8 to the Flores Construction contract, and approved the issuance and execution of purchase order in the amount of $59,024.18, to Paratec 20- 18Door Solutions, Inc., for the purchase of overhead doors and pit levelers.”
Item 1.H - Continuing Engineering, Geotechnical Engineering, Environmental and Planning Professional Services Contracts – The contract with HDR is unavailable and will be presented to the Authority at the next meeting.
A motion was made by Member Benac, seconded by Member Servia, and carried to 7-0, to approve the Consent Agenda, with the changes as outlined.
WARRANT LIST
Accepted Warrant Listing from May 12, 2020 to June 9, 2020 PA20201616DOC003
MINUTES
Approved the Minutes of May 19, 2020
REFUND
Approved refund to Maxim Crane Works LP, in the amount of $2,444.80
PA20200616DOC004
CHANGE ORDERS
Approved and authorized the Chairman to execute Change Order 7 ($1,500 increase) and Change Order 8 ($62,665.63 decrease) to contract with Flores Construction
JUNE 16, 2020 (Continued)
Company (2/20/20), and approved the issuance and execution of purchase order in the amount of $59,024.18, to Paratec Door Solutions, Inc., for purchase of overhead doors and pit levelers PA20200616DOC005
BERTH 10 REHABILITATION
Approved an additional $10,342, to RS&H, Inc., for Berth 10 additions (incorporating a new rail, a walking path for line handlers and steps), subject to the review and approval of the Florida Department of Transportation (FDOT), total $332,467 PA20200616DOC006
PORT MANATEE TARIFFS
Approved the changes in wording to Port Manatee Tariff No. 3, Item 365-Free Time (clarifies free time in Zone A), and Item 415-Parking Fees (adds a fee for access-control parking) PA20200616DOC007
PORT RESOLUTION
Approved and authorized the Chairman to execute Resolution PA-20-18, authorizing the sublease of land (48,000 square feet of Building 1) at Port Manatee by Carver Maritime LLC, to Gateway Co-Packing Acquisition LLC PA20200616DOC008
CONTINUING ENGINEERING, GEOTECHNICAL ENGINEERING, ENVIRONMENTAL AND
PLANNING PROFESSIONAL SERVICES
Approved and authorized execution on behalf of the Port Authority of the contracts with the firms and teams of firms: AECOM Technical Services, Inc.; Ardaman & Associates, Inc.; Atkins; Bermello Ajamil & Partners; Brightwater Solutions; Gahagan & Bryant Associates; Hyatt Survey Services; John C. Martin Associates; Moffatt & Nichol; RS&H, Inc.; Stantec Consulting Services, Inc.; and ZNS Engineering PA20200616DOC009
CHANGE ORDER
Approved and authorized the Chairman to execute Change Order 1 in the amount of
$18,483.82, to contract with American Roll-up Door Co., (approved 5/19/20), for concrete repair work to the leveler bays at Warehouse 4, subject to approval of FDOT
PA20200616DOC010
BERTH 4 EXTENSION
Approved the selection of Stantec Consulting Services, Inc., and team for professional services including design, permitting, construction, and monitoring phase of Berth 4 extension PA20200616DOC011
(End Consent Agenda)
EXECUTIVE DIRECTOR COMMENT
Carlos Buqueras, Executive Director, reported that Port Manatee continues to operate continuously, and all employees and stevedores are actively working. The Port has not experienced any significant COVID-19 (Corona Virus Disease) issues, and proper precautions are being taken. The supply chain remains unchanged.
PUBLIC COMMENTS
There being no public comment, Chairman Trace closed public comment.
AUTHORITY MEMBER COMMENTS
There were no Authority Member comments.
ADJOURN
There being no further business, Chairman Trace adjourned the meeting at 9:13 a.m.
Minutes Approved:
CONSENT
AGENDA ITEM 1.C: RATIFY/AFFIRM BUDGET RESOLUTIONS BACKGROUND:
During extended periods between Authority meetings, Resolution No. PA-20-16 (approved May 19, 2020) authorizes limited and temporary delegation of authority to the Executive Director, including approving any budget amendment required to support authorizations for contracts, purchase orders, and change orders in order to maintain continuity of service in routine business and avoid delay in conducting Port business. The Executive Director approved the following increases in the operating and capital project budgets to maintain continuity of services in the routine business of the Port and avoid delay in the conduct of business:
$10,343 for a rail, walking path and steps for Berth 10. The item was approved, but not budgeted, at the June 16, 2020, Port Authority meeting.
Decreases Berth 4 Improvements project $1,108,724 and increase the Berth 12 Trench and Fenders project for the same amount.
ATTACHMENT:
Budget Resolution PA-20-19
Budget Resolution PA-20-20
COST AND FUNDING SOURCE:
Budgets $7,757 FDOT and SIB loan of $2,586.
No change in funding amount for the decrease and increase of Berth 4 Improvements and Berth 12 Trench and Fenders project.
CONSEQUENCES IF DEFERRED:
Delay in ratifying and affirming action taken by the Executive Director
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATION:
Move ratify and affirm the approval by the Executive Director of Budget Resolutions PA-20-19 and PA-20-20.
BUDGET RESOLUTION – PA-20-19
BACKGROUND:
This resolution budgets $10,343 for a rail, walking path and steps for Berth 10 which was approved by the Port Authority on June 16, 2020.
ATTACHMENT:
Budget Resolution PA-20-19.
COST AND FUNDING SOURCE:
Budgets $7,757 FDOT funding and SIB loan of $2,586.
CONSEQUENCES IF DEFERRED:
Delay in budget allocations.
LEGAL COUNSEL REVIEW: N/A
RESOLUTION PA-20-19 AMENDING THE ANNUAL BUDGET
FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2019-2020
WHEREAS, Florida Statutes 129.06, authorizes the Manatee County Port Authority to amend its budget for the current.'fiscal year as follows: '
Appropriations for expenditures in any fund may be decreased and other appropriations in the same fund c01Tespondingly increased, provided the total appropriations of the fund are not changed.
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.
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 2019-2020 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.
1
Batch ID No. BAAL062220A
Reference No. BU20200402
ADOPTED with a quorum present and voting this the 22th day of June, 2020.
ATTEST: ANGELINA M. COLONNESO
CLERK OF CIRCUIT COURT
MANATEE COUNTY PORT AUTHORITY
By, :
- ½ . r
BUDGET ADMENDMENT RESOLUTION NO. PA-20-19
Fund: FDOT – 75% SIB Loan – 25%
Section: Berth 10
Description: Budgets $10,343 to incorporate a new rail, a walking path for line handlers and steps at Berth 10.
Batch ID: BAAL062220A Reference: BU20200402
BUDGET RESOLUTION – PA-20-20
BACKGROUND:
This resolution decreases the Berth 4 Improvements project and increases Berth 12 Trench and Fenders project for the same amount of $1,108,724 for the removal and replacement of 870 linear feet of trench drain to maintain drainage and protect cargoes from damage and seventeen fenders to protect ships and infrastructure at berth 12.
ATTACHMENT:
Budget Resolution PA-20-20.
COST AND FUNDING SOURCE:
Decreases and/ or increases of same amount of current budgets.
CONSEQUENCES IF DEFERRED:
Delay in budget allocations.
LEGAL COUNSEL REVIEW: N/A
RESOLUTION PA-20-20 AMENDING THE ANNUAL BUDGET
FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2019-2020
WHEREAS, Florida Statutes 129.06 , authorizes the Manatee County Port Authority to amend its budget for the current fisdl year as follows: '
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.
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.
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 2019-2020 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.
1
Batch ID No. BAAL072120NB
Reference No. BU20200446
ADOPTED with a quorum present and voting this the 21th day of July, 2020.
ATTEST: ANGELINA M. COLONNESO
CLERK OF CIRCUIT COURT
MANATEE COUNTY PORT AUTHORITY
B, y
G,.Jl, ¾-=
BUDGET ADMENDMENT RESOLUTION NO. PA-20-20
Fund: FDOT – 75% Port Cash – 25%
Section: Berth 12 Trench and Fenders
Description: Decreases $1,108,724 in the Berth 4 Improvements project and increases same for Berth 12 Trench and Fenders project.
Batch ID: BAAL072120A/B Reference: BU20200446
CONSENT
AGENDA ITEM 1.D: BUDGET RESOLUTION BACKGROUND:
This resolution budgets the following:
$40,000 for a Master Development Plan manual for Port consultants to follow which documents the standards required for all Port development which will result in substantial time savings. This will be funded by Port cash.
Decrease Upland Cargo Facilities Improvements project and increases Intermodal Container Yard project for the same amount of $1,108,724 for additional funding needed for the project construction.
ATTACHMENT:
Budget Resolution PA-20-21.
COST AND FUNDING SOURCE:
Budgets $40,0000 of Port cash and decreases /increases $1,108,724 of the current budgets.
CONSEQUENCES IF DEFERRED:
Delay in budget allocations.
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATION:
Move to adopt Budget Resolution PA-20-21.
RESOLUTION PA-20-21 AMENDING THE ANNUAL BUDGET
FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2019-2020
WHEREAS, Florida Statutes 129.06, authorizes the Manatee County Port Authority to amend its budget for the current fiscal year as follows:
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.
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.
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 2019-2020 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 | BAAL072820A | BU20200448 |
2 | BAAL072820A/B | BU20200449 |
ADOPTED with a quorum present and voting this the 28th day of July, 2020.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY
CLERK OF CIRCUIT COURT
By:
BUDGET ADMENDMENT RESOLUTION NO. PA-20-21 AGENDA DATE: July 28, 2020
Fund: Port Cash
Section: Engineering
Description: Budgets $40,000 for a Master Development Plan manual. Batch ID: BAAL072820A Reference: BU20200448
Fund: FDOT – 50% Port Cash – 50%
Section: Intermodal Container Yard
Description: Decreases $1,108,724 in the Upland Cargo Operating project and increases same for Intermodal Container Yard project.
Batch ID: BAAL072820A/B Reference: BU20200449
CONSENT
AGENDA ITEM 1.E: RATIFY/AFFIRM AMENDMENTS TO THE PUBLIC
TRANSPORTATION GRANT AGREEMENTS BERTH 4 EXTENSION AND FACILITIES IMPROVEMENT
BACKGROUND:
On June 6, 2019, the Authority authorized the execution of a Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation for the extension of Berth 4 and Amendment 1 on May 19, 2020, revising the project scope. Amendment 02 further revises the scope to include berths 12 and 14.
On February 20, 2020, the Authority authorized the execution of a PTGA for various facilities and equipment improvements. Amendment 1 revises the scope to include improvements to existing and expansion of cargo storage areas.
There is no change in the FDOT funding nor the Port’s match requirement.
Resolution No. PA-20-16 (approved May 19, 2020) authorizes limited and temporary delegation of authority to the Executive Director during extended periods between Authority meetings. The Executive Director approved the PTGA Amendments to maintain continuity of services in the routine business of the Port and avoid delay in the conduct of Port business in accordance with the authority granted pursuant to Resolution No. PA-20- 16.
ATTACHMENT:
Public Transportation Amendment to the Public Transportation Grant Agreement – Berth 4 Extension and Berth Rehab - 02
Public Transportation Amendment to the Public Transportation Grant Agreement – Facilities Improvements - 1
COST AND FUNDING SOURCE:
No additional funding
CONSENT
AGENDA ITEM 1.F, cont.:
CONSEQUENCES IF DEFERRED:
Delay in ratifying and affirming action taken by the Executive Director
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to ratify and affirm the execution of the Public Transportation Amendment to the Public Transportation Grant Agreement with the Florida Department of Transportation for the extension of Berth 4 modifying the scope to include berths 12 and 14.
Move to ratify and affirm the execution of the Public Transportation Amendment to the Public Transportation Grant Agreement with the Florida Department of Transportation for Facilities Improvements modifying the scope to include improvements to existing and expansion of cargo storage areas.
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGC 11/19
55.005, 55.034
Seaport Grant Program, Seaport Investment Program
01-973-
7399
FLAIR Category: 088794, 088807
Object Code: 751000
Org. Code: 55012020129
Vendor Number: VF596000727160 Amendment No.: 02
Federal Number/Federal Award Identification Number (FAIN) – Transit only: Federal Award Date:
Agency DUNS Number:
G1946
N/A N/A
Contract Number:
CFDA Number:
CFDA Title: CSFA Number: CSFA Title:
Fund(s): DIS, DPTO, GMR, POED
Work Activity Code/Function: 215
Financial Project Number(s):
(item-segment-phase-sequence)
433457-1-94-05
THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT (“Amendment”) is made and entered
into on 7/17/2020 | 5:32 PM EDT , by and between the State of Florida, Department of Transportation (“Department”), and Manatee County Port Authority, (“Agency”),collectively referred to as the “Parties.”
RECITALS
WHEREAS, the Department and the Agency on 6/12/2019 (date original Agreement entered) entered into a Public Transportation Grant Agreement (“Agreement”).
WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.
NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:
Amendment Description. The project is amended to modify the Project Description and Project Scope.
Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):
Aviation
X Seaports
Transit
Intermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement:
X Exhibit A: Project Description and Responsibilities
Exhibit B: Schedule of Financial Assistance
*Exhibit B1: Deferred Reimbursement Financial Provisions
*Exhibit B2: Advance Payment Financial Provisions
*Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions
Exhibit F: Contract Payment Requirements
*Exhibit G: Financial Assistance (Single Audit Act)
*Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGC 11/19
*Additional Exhibit(s):
Project Cost.
The estimated total cost of the Project is X increased/ decreased by $0 bringing the revised total cost of the project to $15,165,555.
The Department’s participation is X increased/ decreased by $0. The Department agrees to participate in the Project cost up to the maximum amount of $11,374,166, and, additionally the Department’s participation in the Project shall not exceed 75.00% of the total eligible cost of the Project.
Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.
AGENCY Manatee County Port Authority
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By: By:
Name: Title:
Carlos Buqueras Executive Director
Name: John Kubler, P.E.
Title: Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review: 7/16/2020 | 8:5
Don Conway 7/16/2020 | 10:23 PM EDT
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 02/20
EXHIBIT A
Project Description and Responsibilities
Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): This Project provides Department participation for Port Manatee’s berth rehabilitation and reconstruction initiative for berths 4 through 14. For context, when berths are taken out-of-service, the port has to shift vessel activities to berths that are remaining in-service. The timing of individual berthing rehabilitation activities requires flexibility. Rehabilitation and reconstruction of berths 4 through 14 includes three primary components.
The combined berth length of berths 4 and 5 is only 1,200 feet, making it difficult to support vessel operations on each berth simultaneously. In addition, there is an area of overlapped use between berths 4 and 5, which experiences double the use of each individual berth, leading to increased wear and tear of this overlapping area. A reconstruction of berth 4 is the most viable approach to correct the design of the Port’s North Port area, maximize the Port’s operating capacity, and to extend the design life of berths 4 and 5.
Construction of the berth 4 extension component is expected to include impacts to aquatic resource(s). To obtain required pre-construction certifications, Port Manatee will offset (or mitigate) impacts through the acquisition of offsite mitigation property constructed to function similarly to the impacted aquatic area(s). Manatee County has acquired approximately 9.01 acres at Perico Mitigation site. Port Manatee (the Agency) plans to reimburse Manatee County approximately $3,167,127 for related acquisition costs. Cost related to acquisition of offsite mitigation property is not eligible for reimbursement by the Department but may be used to document the Agency’s required matching funds, listed as “LF” (Local Funds) in Exhibit "B", Schedule of Financial Assistance.
Berths 6 through 14 need improvements to ensure operational and functional capabilities between all berths. Rehabilitation and construction activities are needed to restore and maintain their functionality and allow for continued cargo operations.
Project Location (limits, city, county, map): Port Manatee, Palmetto, FL
Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental work, design work, and construction work required to complete the berth rehabilitation and reconstruction activities described in the Project Description, including: aids to navigation; apron improvements; asphalt paving activities; benthic studies; berthing area widening and deepening; bulkhead caps; cap faces repair or installation; cable protection systems; cap soffits repair or installation; cast in place concrete; cathodic protection; compaction; concrete beams; construction; construction inspection cost; construction management; construction services; consulting services; contractor stand-by; cost estimates; crack repairs; crane rail repair or installation; deck ballast; demobilization; demolition; electrical systems; engineering services; environmental assessments; environmental impact mitigation; fasteners and connectors; fenders and bollards; form work; geotechnical services; historical resource studies; installation and testing; lighting systems; mitigation assessments; mobilization; panel soffits repair or installation; permitting; pilings; plan development (e.g., 30 / 60 / 90 / 100 % and asbuilts); precast concrete; preconstruction engineering and design; procurement costs; rebar repair or installation; reconstruction of underdeck concrete; bulkhead wall excavation, patching, backfilling and grouting; seagrass studies; seagrass mitigation; sheet piling; shore and slope protection; sidewalk and walkway systems; signage and way finding; steel; stormwater management; striping of roadway or storage areas; structural components; surveying; temporary structures; tie-back systems; turning basin widening and deepening; and, water quality protection structures.
Deliverable(s):
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 02/20
incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.
Unallowable Costs (including but not limited to): Travel costs are not allowed. As described in the Project Description, costs related to acquisition of offsite mitigation property is not eligible for reimbursement by the Department but may be used to document the Agency’s required matching funds, listed as “LF” (Local Funds) in Exhibit "B", Schedule of Financial Assistance.
Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants.
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
Port Manatee Project Location
(Approximate Locations)
N
5 of 6
DocuSign Envelope ID: 55189B30-139A-4C31-A65F-332CA5F96784
DocuSign Envelope ID: 85639649-C9AF-4DA5-8373-485E6F18A912
DocuSign Envelope ID: CF18A729-E0ED-4D49-9DC1-7D0937A6B1EE
DocuSign Envelope ID: B76AFCE7-258E-4335-912B-09E13679DD2D
DocuSign Envelope ID: 0746503C-EEEA-41A9-AA66-230B9068E226
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 02/20
EXHIBIT D AGENCY RESOLUTION
PLEASE SEE ATTACHED
DocuSign Envelope ID: 6E3F72A5-B652-4149-B98F-439E3DBF99E9
DocuSign Envelope ID: 16F2E306-2A34-4906-BBAD-C18460AF5FA0
DocuSign Envelope ID: CD8A25BB-8A40-4E72-93FE-1F3F2276C5F9
DocuSign Envelope ID: 20DBC874-0F93-4F42-9829-55B25BB054F2
DocuSign Envelope ID: 4427282C-60B9-40C3-92B4-39EB8858C2C0
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGC 11/19
Seaport Grant Program
01-973-
7399
FLAIR Category: 088807
Object Code: 751000
Org. Code: 55012020129
Vendor Number: VF596000727160 Amendment No.: 1
G1I49
N/A
N/A 55.034
Contract Number:
CFDA Number:
CFDA Title: CSFA Number: CSFA Title:
215
POED
Fund(s):
Work Activity Code/Function: Federal Number/Federal Award
Identification Number (FAIN) – Transit only:
Federal Award Date:
Agency DUNS Number:
Financial Project Number(s):
(item-segment-phase-sequence)
444277-1-94-03
THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT (“Amendment”) is made and entered
into on 7/17/2020 | 5:30 PM EDT , by and between the State of Florida, Department of Transportation (“Department”), and Manatee County Port Authority, (“Agency”),collectively referred to as the “Parties.”
RECITALS
WHEREAS, the Department and the Agency on 2/25/2020 (date original Agreement entered) entered into a Public Transportation Grant Agreement (“Agreement”).
WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.
NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:
Amendment Description. The project is amended to update the Project Description and map.
Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):
Aviation
X Seaports
Transit
Intermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement: X Exhibit A: Project Description and Responsibilities
Exhibit B: Schedule of Financial Assistance
*Exhibit B1: Deferred Reimbursement Financial Provisions
*Exhibit B2: Advance Payment Financial Provisions
*Exhibit C: Terms and Conditions of Construction
X Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions
Exhibit F: Contract Payment Requirements
*Exhibit G: Financial Assistance (Single Audit Act)
*Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
DocuSign Envelope ID: 6E3F72A5-B652-4149-B98F-439E3DBF99E9
DocuSign Envelope ID: 16F2E306-2A34-4906-BBAD-C18460AF5FA0
DocuSign Envelope ID: CD8A25BB-8A40-4E72-93FE-1F3F2276C5F9
DocuSign Envelope ID: 20DBC874-0F93-4F42-9829-55B25BB054F2
DocuSign Envelope ID: 4427282C-60B9-40C3-92B4-39EB8858C2C0
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGC 11/19
*Additional Exhibit(s):
Project Cost.
The estimated total cost of the Project is increased/ decreased by $0 bringing the revised total cost of the project to $2,827,166.
The Department’s participation is increased/ decreased by $0. The Department agrees to participate in the Project cost up to the maximum amount of $1,413,583, and, additionally the Department’s participation in the Project shall not exceed 50.00% of the total eligible cost of the Project.
Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.
AGENCY Manatee County Port Authority
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By: By:
Name: Title:
Carlos Buqueras Executive Director
Name: John Kubler, P.E.
Title: Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review:
7/16/2020 | 8:
Don Conway 7/16/2020 | 10:23 PM EDT
DocuSign Envelope ID: 6E3F72A5-B652-4149-B98F-439E3DBF99E9
DocuSign Envelope ID: 16F2E306-2A34-4906-BBAD-C18460AF5FA0
DocuSign Envelope ID: CD8A25BB-8A40-4E72-93FE-1F3F2276C5F9
DocuSign Envelope ID: 20DBC874-0F93-4F42-9829-55B25BB054F2
DocuSign Envelope ID: 4427282C-60B9-40C3-92B4-39EB8858C2C0
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 02/20
EXHIBIT A
Project Description and Responsibilities
Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): This Agreement provides for the Department's participation in Port Manatee's upland cargo facilities improvement initiative. There are eight (8) primary activities included as part of this Project. The first component consists of installing a walkway between mooring bollards near Berths 10 and 11 to increase safety for line handlers and incoming ships. The second component consists of repairs to warehouse roofs to allow for the continuance of business operations. The third component consists of replacing dock levelers for efficiency of cargo handling. The fourth component consists of replacing a trench drain near Berth 12 to maintain drainage and protect cargoes from damage. The fifth component consists of replacing refrigeration systems to allow for the continued movement of freight that requires refrigeration. The sixth component consists of installing sprinklers to increase the types of cargoes that can be handled at the port. The seventh component consists of replacing fenders to protect ships and infrastructure at the port. The eighth component consists of improvements to existing and expansion of cargo storage areas.
Project Location (limits, city, county, map): Palmetto, Florida
Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental, design and construction work required to complete the rehabilitation activities described in the Project Description, including: anchoring components; asphalt paving activities; backfilling; compaction; concrete; construction; construction inspection costs; construction management; consulting services; contractor stand-by; costs estimates; demobilization; demolition; dock leveler components; door components; drainage systems; earthwork; electrical systems; engineering services; fasteners and connectors; fenders and bollards; fire protection systems; form work; geotechnical services; ground covering; interior finishes; installation and testing; insulation; mobilization; permitting; pilings; plan development (e.g., 30 / 60 / 90 / 100
% and as-builts); plumbing systems; preconstruction engineering and design; procurement cost; refrigeration system components; roofing system components; shore and slope protection; siding; sprinkler system components; structural components; surveying; thermal barriers; trench drain components; ventilation systems; utility components; and, water quality protective structures.
Deliverable(s):
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.
Unallowable Costs (including but not limited to): Travel costs are not allowed.
Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants.
DocuSign Envelope ID: 4427282C-60B9-40C3-92B4-39EB8858C2C0
DocuSign Envelope ID: 20DBC874-0F93-4F42-9829-55B25BB054F2
DocuSign Envelope ID: CD8A25BB-8A40-4E72-93FE-1F3F2276C5F9
DocuSign Envelope ID: 16F2E306-2A34-4906-BBAD-C18460AF5FA0
DocuSign Envelope ID: 6E3F72A5-B652-4149-B98F-439E3DBF99E9
DocuSign Envelope ID: 6E3F72A5-B652-4149-B98F-439E3DBF99E9
DocuSign Envelope ID: 16F2E306-2A34-4906-BBAD-C18460AF5FA0
DocuSign Envelope ID: CD8A25BB-8A40-4E72-93FE-1F3F2276C5F9
DocuSign Envelope ID: 20DBC874-0F93-4F42-9829-55B25BB054F2
DocuSign Envelope ID: 4427282C-60B9-40C3-92B4-39EB8858C2C0
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 02/20
EXHIBIT D AGENCY RESOLUTION
PLEASE SEE ATTACHED
CONSENT
AGENDA ITEM 1.F: GULFSTREAM ENCROACHMENT AGREEMENT BACKGROUND:
Gulfstream Natural Gas System, L.L.C. (Gulfstream) is the present owner of an Easement and Right of Way for the transportation of natural gas through a pipeline over certain lands in Port Manatee. Port Manatee’s Intermodal Container Yard Phase II project is located within the Easement and therefore consent is required by Gulfstream for construction of said project. Gulfstream has given consent and has provided an Encroachment Agreement.
ATTACHMENT:
Encroachment Agreement
COST AND FUNDING SOURCE:
N/A
CONSEQUENCES IF DEFERRED:
Delay in drop trailer lot project completion
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Executive Director to execute the Encroachment Agreement between the Manatee County Port Authority and Gulfstream Natural Gas System, L.L.C.
Instrument prepared by:
Name: Melissa Hammer
Gulfstream Natural Gas System, L.L.C.
Address: 4610 Buckeye Road
Palmetto, FL 34221
STATE OF FLORIDA COUNTY OF MANATEE
Tract No. 200 FL-MA-003.000
ENCROACHMENT AGREEMENT
KNOW ALL MEN BY THESE PRESENTS;
WHEREAS, Gulfstream Natural Gas System, L.L.C., a Delaware Corporation. (hereinafter called "Gulfstream"), whose mailing address is 46 IO Buckeye Road Palmetto, FL 34221, is the present owner of an Easement and Right of Way (hereinafter called the "Easement") over certain lands in Manatee County, State of Florida, pursuant to that Port Manatee Pipeline Agreement dated July 20, 2000, and recorded in the Office of the Clerk of Court of Manatee County, Florida, in Book 1642 at Page 6959. Gulfstream acquired this Easement for the purpose of laying, constructing, maintaining, operating, repairing, altering, replacing, changing the size of, and removing one pipeline (with valves, regulator s, meters, fittings, appliances , tie-over s, and appurtenant facilities) for the transportation of natural gas through a pipeline under, upon, over, through and across certain lands in Manatee County, Florida, more particularly described therein, and
WHEREAS, the Manatee County Pott Authority (the "Authority"), 300 Tampa Bay Way, Suite 1, Palmetto, FL 34221, (hereinafter called "G rantee") represent and warrant that they are the present owner of a portion of the property described in the above referenced Easement; and
WHEREAS, Gulfstream owns and maintains one (1) pipeline (hereinafter called the "Pipeline") across said prope1ty pursuant to the Easement; and
WHEREAS, the Grantee desires to construct a Container Yard Expansion within the Easement in accordance with the plans as depicted in Stantec drawing sheet C-104, Project No. 215614956 dated 04/03/2020 and included as Exh ibit "A"; and procedures as submitted and approved by Gulfstream as set forth in Gulfstream 's letters dated June 11, 2020 and June 30, 2020 from Sam Wooley, Sr. Engineer and included as Exhibit "B", (hereinafter called "Penn itted Construction");
NOW THEREFORE, notwithstanding any of the prov1s10ns of the Easement which prohibit such construction, consent is hereby given by Gulfstream to the Authority, insofar as it has the lawful right to do so, to install, operate and maintain the Permitted Construction partly on or within Gulfstream's Easeme nt, subject to the following terms and conditions:
The Authority accepts this consent with full knowledge of Gulfstream 's prior rights and existing facilities.
Except as specifically provided herein, Grantee shall not change the grade, except as provided in the Permitted Construction, on the right of way nor place or construct upon the right of way any building, house, improvement, structure, trees or obstruction of any kind (except the Pennitted Construction) across the Pipeline, or cause or permit such construction or said acts to be done by others, without the express written pe1mission of Gulfstream.
The Authority acknowledges the receipt of Williams Gas Pipeline Requirements for Landowner and Third Party Construction and wanant that any construction and/or maintenance in the area of Gulfstream 's Easement will confo1m to the conditions and requirements listed in said Requirements for Landowner and Third Party Constrnction.
The Authority warrants that prior to any contractor or subcontractor(s) perfonning any construction over or in the vicinity of Gulfstream's Easement, said contractor(s) and/or subcontractor(s) shall furnish to Gulfstream verification of liability insurance in an amount not less than $2,000,000. Said verification of liability is to be submitted on a Gulfstream approved form, and shall name Gulfstream Natural Gas System, L.L.C. as additional insured.
Gulfstream shall have no responsibility for the maintenance of the Permitted Construction authorized herein.
The Easement shall remain in full force and effect except as modified and changed by this Encroachment Agreement.
If Gulfstream deems it necessaiy to remove any portion of the Pe1mitted Construction to gain access to the Pipeline for repair, maintenance, or in exercising any right under the Easement, Gulfstream may remove same after two business days' prior written notice has been provided to the Grantee; and after Gulfstream has completed the work for which the Permitted Construction was removed, Grantee agrees to replace same at their sole cost and expense. Gulfstream shall not be responsible or liable to Grantee for any damage caused to the Pe1mitted Construction in the performance of such work or the exercise of such rights.
THIS CONSENT shall not serve to diminish or affect the rights granted to Gulfstream in the Original Easement Agreement.
THIS AGREEMENT shall be binding upon and shall inure to the benefit of the patties hereto, their heirs, executors, administrators, personal representatives, successors and assigns.
IN WITNESS WHEREOF, this Encroachment Agreement has been duly executed this _ _ _ _ day of
,2020.
Witness:
Print Name
By:_ _ _ _ _ _ _ _ _ _ _ _ _ _ _
Print Name and Title:
Address and Contact information :
STATE OF - - - - - - - - - - -
COUNTY OF _ _ _ _ _ _ _ _ _ _
I HEREBY CERTIFY that before me, a Notary Public in and for the County aforesaid, personally appeared ,known to me to be the_ _ _ _ _ _ _ _ _ _
of _ _ _ _ _ _ _ _ _ _ _ . and acknowledged that, being thereunto authorized, (s)he executed the foregoing agreement for the purposes therein contained, as an act and deed of
In witness whereof, I have set my hand and seal this day of ,2020.
(SEAL)
Notmy Public
My commission expires _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Remainder of page is blank_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
Witness:
l'Z6y <'YIE:001..-y6
u
GULFSTREAM NATURAL GAS SYSTEM, L.L.C.
By: GULFSTREAM MANAGEMENT &
OPERATING SERVICES, L.L.C., ITS OPERATOR
Print Name: Shawn Deutscher, Operations Manager
Me1,·ss"- /+aMhler-
STATEOF E\o6 da.
COUNTY OF Mo.na+ee.
I HEREBY CERTIFY that before me, a Notaiy Public in and for the State and County aforesaid, personally appeared 5 no,,,oD ei-Js c.be..c , known to me to be the
Opecab' QY\ s ec of GULFSTREAM NATURAL GAS SYSTEM, LLC and acknowledged
that, being thereunto authorized, (s)he executed the foregoing agreement for the purposes therein contained, as an act and deed of GULFSTREAM NATURAL GAS SYSTEM LLC.
In witness whereof, I have set my hand and seal this
..--;,: vp •·_•.. MELISSA HAJ.\MER
sI f day of T1.dy , 2020.
(SE
{f \-\ Notary Public • State of Florida
\\_ $! Commission# GG 227135
h Orf\: ,.. My Comm. Expires Aug 21, 2022
Bonded through National Notary Assn.
# tk>MltbU
My Commission expires ,I/dcl
No taryPuiic
f
i
!
iii
I
?;
.
- - - - - - - - - - - --''---- "
100 · 2 00'
m
X
I
OJ
-I
)>
LEGEND
=============== -= - --
==:.:=.:.=:.:=.:.=:.:=.:.:=.:.=:-.-=::=.::--.=-=- =---= == =======-= -
=-=- =
Per'l'l'Nt-Seol
Tt ll ,C,M l'v,- dl)l<:fl'IIQnodO'ld
l*olt<IDl" l'l' .!£.on4 1) W"9 o <!QldlQ'ICIIU'•. l'm lecl<'CC>ll1ol H-,,
.,. Qf<1rolc on11a, •w or>a
-lod-'"",q,ot,lrem.,<IIM'-.C,llllil<f.,..
oro,,<1t1e,arlceo1r«.
Coo ulton1
MOl', ATT& HOI,.
W..RINEENOlt-lEERINO ANO
PV, NO
t:& ME, INC.
GEOTECHNIOJ. ENOtNEERINO
SE,t,/ICES
AAl$ GE-O,,ollll ,l,l,.Sf. U C
PHOTOCiRAMMETRIC MN>PINO
Stantec
()
St.ntocCOm..filng SorvlOII'$Ille.
771:.Her'bo..f lt,,o.lull,«ll
! ,flor,ool:)1(12 ltl.lll,71.J
- IO"l<>e.ee<n rQll.1 11! 23;0009
Cenif.cololol AUl!lOIIIOlloro• ?11!13
1 Lie.• tC-CCOCl7!l
- "9·-- •- """'•>d..
,-.c.,,_,.,.,.,._,..,....,._.,.OfM--OOIQI,. ,_
-lol>o........_, __
c : .
PO RTMANAT:E
INTERM O DALCARGO YARD
EXPANSION
PO RT MANAiEE
PALMffiO. Fl ORIOA
MANAlEECOUNTY
MANATEECOUNTY
CO NSTRUCTION DRAWINGS
STORMWAIER POLLUTION
P! = ON : ::-N
2151A956 ! : 100'
O< NC.:
I 11..-.m,r■c o...1. ,.IOrl m'CX'l.. ,m,,,
:: : : : : : : : : : : : : : = - - ---
ENGINEER orRECORD:AYSE FIGANMESE.P.E.
........,,,,,,
""' """"'- "'i'ol,-Cilbl,,-
> L _ _ _ _ _ _ _ _ _ _ _ _ _
twcd
.. ,- .,. o
Fl EG. NO,: 075820
....i:-_.. .....,.......
... "'_ ..1 ,... 1><.
C -!04 OF 19
...1.._ _ _ _ _ _ _ _ _ _ _ _ _! _ _ _ _ _ _ _ _ _ _ _ _J'----- - - - ....L.--- - --- -- -- - -'---- -- - - -- -- --- ...1.. '
Clean Energy for Florida's Future
June 11, 2020
Mr. George Isiminger
Manatee County Port Authority 300 Tampa Bay Way Suite 1
Palmetto, FL 34221
941-721-2330
EXHIBIT B
.
\
na tural oas s11s1em
Subject: Port Manatee lntermodal Cargo Yard Expansion Plans - Encroachment overLL200
Mr. Isiminger,
Gulfstream Natural Gas System has reviewed the plans provided under the email received on April 16, 2020 for the subject project. Gulfstream Natural Gas owns operates and maintains a 30" high pressure natural gas transmission pipeline within the northern zone of the proposed project limits. There is no conflict within the southern zone as proposed. Gulfstream provided an aerial map and the associated survey notes showing the pipeline location (email dated May 21, 2020) and William McDonald has field verified depth of coverage in the area of concern as indicated in the same email as being over 8 ft deep. (This is at the crossing at Norway Ave). The depth of coverage near the water is over 80 ft deep as this was an HOD installation. After reviewing the proposed elevation changes in this area of concern (Near Norway Ave), Gulfstream approves of the project as proposed.
During work that occurs within Gulfstream's easement the contractor will be required to follow the specifications outlined below in order to safely proceed with the proposed project.
An Encroachment /Foreign Line Crossing Permit will have to be issued prior to performing any work within our ROW. The agreement stipulates that you have received and understand the requirements, conditions and specifications contained within the permit. This permit is issued in the field by a Gulfstream representative.
An authorized Gulfstream representative must be on site prior to and during any surface disturbing work performed within our ROW. Gulfstream's representative will assist you, free of charge in determining the location of the pipeline, the right-of-way width and existing cover over the pipeline. William (Caleb) McDonald will be the primary contact for this project; Caleb can be reached at (727) 304-7383.
Gulfstream Natural Gas System 4610 Buckeye Road
Palmetto, FL 34221
Phone: (941) 723-7100 Fax: (941) 723-7180
Toll Free: BBB·GAS -4-FLA
Clean Energy for Florida's Future
The exact pipeline location and depth will need to be field verified.
If you have any questions, please contact me at (251) 873-2602. Sincerely,
illi s.
Sam Wooley I Williams I Sr Engineer I Tactical Projects-Technical Services I Gulf East
Office: 251-873-2602 I Cell: 251-214-6438 I Fax: 251-873-26051
IGj'
fm
If you have received this message in error, please reply to advise the sender of the error and then immediately delete this message.
Cc: William McDonald Fred Deloach Melissa Hammer Jerry Knight
Clean Energy for Florida's Future
June 30, 2020
Mr. George Isiminger
Manatee County Port Authority 300 Tampa Bay Way Suite 1
Palmetto, FL 34221
941-721-2330
natural oas sustem
Subject: Port Manatee lntermodal Cargo Yard Expansion Plans - Encroachment over LL200 (Addendum)
Mr. Isiminger,
Upon further review of the plans provided on April 16, 2020, Gulfstream Natural Gas System would like to add the following stipulation to the previous letter sent out on June 11, 2020:
Please provide a valve box over the GNGS gas transmission line located in the asphalt covered area west of Norway Ave centered over the covered portion of the pipeline. There are no specifications on the valve box except that it should be rated for the traffic.
If you have any questions, please contact me at (251) 873-2602 or feel free to email me at sam.wooley@williams.com.
Sincerely,
,..,. mS
Sam Wooley I Williams I Sr Engineer I Tactical Projects-Technical Services I Gulf East
Office: 251-873-26021 Cell: 251-214-64381 Fax: 251-873-2605 I
- -- - ·r, tm
If you have received this message in error, please reply to advise the sender of the error and then immediately delete this message.
Cc: William McDonald Fred Deloach Melissa Hammer Jerry Knight
CONSENT
AGENDA ITEM 1.G: HDR ENGINEERING INC. PROFESSIONAL SERVICES CONTINUING CONTRACT
BACKGROUND:
On May 19, 2020, the Authority certified the qualification of the firms and teams of firms for continuing Engineering, Geotechnical Engineering, Environmental and Planning professional services contracts as recommended by the Evaluation Committee and authorized negotiation of the continuing contracts to be brought back to the Port Authority for approval. On June 16, 2020, twelve (12) of the thirteen (13) firms selected were presented with completed contracts available upon request. One of the firms, HDR Engineering Inc., was delayed in providing its contract. The completed contract is now attached.
ATTACHMENT:
Port Manatee Professional Services Continuing Contract
COST AND FUNDING SOURCE:
N/A until Professional Service Agreements are entered into.
CONSEQUENCES IF DEFERRED:
Delay in the continuing contract for HDR.
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the execution on behalf of the Port Authority of the contract with HDR Engineering Inc.
Port Manatee Professional Services Continuing Contract
MANATEE COUNTY PORT AUTHORITY,
a political entity of the State of Florida, with offices located at Port Manatee, 300 Tampa Bay Way, Palmetto, FL 34221, hereinafter referred to as the "Authority", and
HDR Engineering Inc.
a professional services firm, with its principle place of business located at 4830 W Kennedy Blvd Suite 400 Tampa, FL 33609, hereinafter referred to as the "Consultant," for and in consideration of the mutual covenants of this Contract and other good and valuable consideration hereby agree as follows:
ARTICLE 1. CONTRACT DOCUMENTS: This Contract consists of this document including attachments, the RFQ, and Consultant's response to the RFQ, as if all components were set forth herein verbatim. In the event of a conflict between the terms and conditions provided in this document including the attachments and the RFQ or response, the provisions in this document will prevail. No amendment will be effective until and unless reduced to writing and executed by the Parties.
To the extent that the incorporated proposal addresses any terms inconsistent with the terms of this main Contract document, the inconsistent proposal terms do not apply.
ARTICLE 2. SCOPE OF SERVICE: The Consultant shall perform and render engineering, architecture, planning and/or environmental services for various projects as required by the Port to function as a deepwater seaport on an as needed basis for a protracted period of time and the Consultant's services may include, but are not limited to, the necessary engineering, investigations, studies, cost estimating, planning, inspections, sampling, testing, environmental assessment, compliance, remediation, analysis, consulting, design, specifications, permitting, mitigation, monitoring, reporting, certification, procurement of professional services, procurement of construction, construction phase services, Engineer of Record services, as-built drawings, record drawings, drafting, surveying, hydrographic surveying, compliance, value engineering, architecture, master planning, strategic planning, comprehensive planning, capital improvement planning, transportation planning, land valuation and market analysis services.
Services may include new construction and renovations/additions to existing facilities.
The services that may be required of the Consultant include, but are not limited to, the following engineering disciplines:
Site/Civil Structural Mechanical Electrical Waterfront Facilities Transportation Railroad Planning Environmental
The Consultant shall perform all services in accordance with generally accepted professional standards. No other warranty, express or implied, is made or intended. The Consultant shall perform all services as expeditiously as is consistent with professional skill and care and the orderly progress of the work. All work of any kind must conform to and be in compliance with, and the consultant shall be familiar with applicable codes, laws, ordinances, regulations and restrictions, guidelines, standards, procedures and directives.
The Consultant recognizes that funding for work to be performed under this contract may be made from the Florida Department of Transportation (the "FOOT"), pursuant to a Grant Agreement. Consultant will have to review any applicable Grant Agreement and agree to comply with all of the requirements under the Grant and complete the Engineer's Certification of Compliance to the Department if required by the Authority or FOOT, as a prerequisite to authorization of work covered by a Grant under this contract. Failure of the Consultant to comply with any provision of the Grant will be grounds for immediate termination of this Contract and potential liability to the Port for loss of grant money.
ARTICLE 3. COMPENSATION: The Authority shall pay the Consultant for services performed or rendered for the Authority pursuant to the terms of this Contract the amount applicable to the portion of the services completed pursuant to the Contract, including but not limited to the related reimbursable expenses if applicable. The amount of compensation paid to the Consultant shall in no event exceed the amount set forth in the Contract. The amount of per diem and travel expenses paid by the Authority to the Consultant must be limited to the extent set forth in Section 112.061 of the Florida Statutes if applicable. Payment may be made by the Authority to the Consultant based upon invoices or statements periodically (but no more than once a month) and timely submitted by the Consultant to the Authority that sufficiently document, itemize, and report all compensation expenses claimed. Recognizing that the Authority is a public entity, the Consultant shall provide all of the necessary documents and records to the Authority, the Clerk of the Circuit Court of Manatee County, Florida on behalf of the Authority, and to any independent auditor of the Authority upon request, using forms as provided by the Authority, as necessary pursuant to acceptable accounting standards applicable to public bodies and to provide the necessary audit trail and justification for the Authority paying said compensation and expenses.
Compensation to the Consultant will be based on terms set forth in a Professional Services Authorization (PSA). Said compensation will be the total compensation for the services and must contain all costs to include salaries, office operation, transportation, equipment, overhead, general and administrative, incidental expenses, fringe benefits and operating margin.
"Task," as used in the Contract, refers to particular categories/groupings of services.
ARTICLE 4. REIMBURSABLE EXPENSES: All costs of providing the Scope of Services will be the responsibility of the Consultant with no separate reimbursement by the Authority for any direct costs.
ARTICLE 5. SUBCONTRACTORS AND SUBCONSULTANTS: lfit should become
necessary for the Consultant to utilize the services of an associated firm, a subcontractor or a Subconsultant, in matters relating to the scope of services, then the identity of the associated firm, a subcontractor or a Subconsultant shall be set forth in the particular PSA. The Consultant shall require each such associated engineering firm, subcontractor or Subconsultant to adhere to the appropriate provisions of this Contract and the utilization of any such associated engineering firm, subcontractor or Subconsultant by the Consultant shall not relieve the Consultant from any liability or responsibility to the Authority pursuant to the provisions of this Contract or any duly executed PSA. The Consultant shall not sublet, assign or transfer any work under this Contract to another associated firm, a subcontractor or a Subconsultant without the prior written consent of the Authority.
ARTICLE 6. AUTHORIZATION OF OPTIONAL OR ALTERNATIVE PROFESSIONAL
SERVICES: No work is guaranteed under this Contract. The Consultant shall provide services described in Attachment A: Professional Services Proposal as optional or alternative only after receipt of written specific authorization from the individual or individuals authorized pursuant to the "Contract Administration" section of this Contract.
ARTICLE 7. AUTHORIZATION OF PROFESSIONAL SERVICES: The Consultant shall
provide services only after receipt of a written Professional Services Authorization (PSA) issued in accordance with this Contract in the attached form. PSAs must be signed by the Consultant and the Authority and will constitute supplemental agreements entered into under the terms and conditions of this Contract.
Each PSA must establish the following:
l. A PSA number;
A title for the project;
A general description of the purpose of the work;
A clear and concise description of each item of the scope of the services to be performed in sufficient detail to reasonably assure both Parties as to the extent and cost of each service to be performed;
The scope items to which a lump sum fee applies and the total compensation that will be paid to the Consultant by the Authority for completion of the project services;
The scope items to which time charges apply and the maximum total compensation amount to which they are limited for each scope item;
The maximum total amount to which reimbursement of related expenses is limited;
Deliverables;
The committed date of completion of the services, with intermediate milestone dates where appropriate;
Subconsultants to be utilized, the scope items in which they will be involved, and the above-referenced fees and expenses attributable to them;
Any additional details that may be required to describe the duties and obligations of the Parties with respect to a particular PSA;
A designated person to act on the Consultant's behalf on all matters concerning the PSA; and
Reference to any applicable grants used to fund the work and its requirements.
Each PSA must be accompanied by a signed "Truth in Negotiation Certificate" using the form included in Attachment A.
The Executive Director of Port Manatee may approve on behalf of the Authority additional services PSA where the total project's fee, reimbursable expenses and other compensation to the Consultant do not exceed the threshold amount set forth in the Manatee County Port Authority Procurement Policy, as amended from time to time. Any single PSA in excess of the specified threshold amount may not be effected, unless and until the document has been approved by the Authority and signed on behalf of the Authority. The PSA may not be purposefully divided to increase the delegated authority provided to the Executive Director.
The Parties shall negotiate in good faith the tenns of each proposed additional services PSA. If the Parties are not able to negotiate in good faith the tenns of a particular proposed PSA, no services shall be performed by the Consultant in reliance thereon.
Consultant is expected to identify and include, or expressly exclude, all services in the applicable engineering dis iplines that would be reasonably expected to be necessary to complete the project. Additionally, services reasonably expected include those services potentially necessary depending on known factors that have yet to be resolved and those services reasonably expected are to be identified with the fee for such services subject to resolution. All reasonably expected services not expressly excluded, even if not specifically expressed, will be required without additional fees.
Consultant acknowledges and agrees that time is of the essence with respect to its perfonnance under this Contract and any PSA.
If the project described in any PSA is suspended, canceled, or abandoned by the Authority, without affecting any other PSA or this Contract, the Consultant must be given seven (7) calendar days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment.
Port Authority approval of certain PSAs will be subject to FOOT approval pursuant to terms of the applicable grants.
ARTICLE 8. AUTHORITY COOPERATION: The Authority shall, at its sole cost, furnish to the Consultant all reasonably available books, plans, records, studies and other documents and information in the possession of the Authority to assist the Consultant in perfonning services pursuant to this Contract. The Authority does not warrant the accuracy or completeness of the information authored by third parties. The Consultant is responsible for independently verifying the infonnation contained in the documents provided.
ARTICLE 9. PROPERTY OF THE AUTHORITY: All reports, studies, plans, specifications, maps and data prepared or obtained by the Consultant pursuant to any duly executed PSA must become the property of the Authority and must be made available to the Authority upon request at any reasonable time, including all finished or unfinished documents and other data prepared or obtained by the Consultant upon the termination of this Contract in whole or in part. Documents shall be provided in original searchable electronic format (as opposed to scanned with OCR).
Consultant may not be held liable for the accuracy or reliability of any partially completed work clearly identified as partially completed and delivered in accordance with this provision. The Consultant will have the right to retain reproducible copies of said documents or other data. Any reuse of said documents or other data by the Authority without written verification or adaptation by the Consultant for the specific use intended will be at the sole risk of the Authority and without liability or legal exposure to the Consultant.
ARTICLE 10. CONTRACT ADMINISTRATION: The Authority hereby authorizes the Executive Director of Port Manatee to administer the terms and conditions of this Contract on behalf of the Authority and to make all managerial decisions on behalf of the Authority as they relate to the provisions of this Contract. The Executive Director has the authority to transmit instructions, receive information, interpret and define the policy of the Authority and decisions pertinent to services covered by this Contract. The Executive Director has the right from time to time to designate such other employee of the Authority as the Executive Director may deem advisable to perform administrative and managerial functions as they relate to provisions of this Contract.
For the purposes of this Contract, the Senior Director and Port Engineer, Department of Engineering, Planning and Environmental Affairs, is the designated Contract Manager.
For the purposes of this Contract, Mike Freiner is designated as the person to act on the Consultant's behalf on all matters concerning this Contract.
ARTICLE 11. NOTICE: Any notice or other writings permitted or required to be delivered under the provisions of this Contract must be in writing and be delivered by sending the notice by personal delivery, electronic mail, U.S. regular mail, or U.S. express mail in any event with sufficient postage affixed, and addressed as follows:
If to Authority:
Manatee County Port Authority 300 Tampa Bay Way
Palmetto, FL 34221 Attention: Executive Director
Email: cbuqueras@portmanatee.com
If to Consultant:
Mike Freiner Project Manager
4830 W Kennedy Blvd Suite 400
Tampa, FL 33609
Either party may change said address by notice in writing to the other party in the manner provided in this Contract.
ARTICLE 12. ACCESS TO THE PORT: Access to Port Manatee is controlled pursuant to seaport security requirements that change from time to time to comply with applicable governing laws, rules and regulations. The Consultant is responsible for compliance with all of the applicable seaport security requirements, including obtaining Transportation Worker Identification Credentials (TWIC) as necessary for access to the Port to perform the services pursuant to this Contract. Port Manatee Security Access Control at (941) 722-6455 is the appropriate contact for information on the latest requirements. Escorts needed due to lack of TWIC credentials will not be provided by the Authority.
ARTICLE 13. AUTHORITY REPRESENTATIONS: The Authority owns and operates public seaport facilities in northwest Manatee County, Florida, known as "Port Manatee."
The Authority conducted public announcement, qualification, competitive selection and competitive negotiation procedures for this contract in accordance with Section 287.055 of the Florida Statutes, the Consultants' Competitive Negotiation Act (CCNA). The request for proposals (RFQ-1-0-2020/JZ PROFESSIONAL SERVICES CONTINUING CONTRACT)
(the "RFQ") was publicly advertised on March 9, 2020. (25) submittals were received by the deadline, including the Consultant's submittal. The submittals were opened on April 14, 2020. An Evaluation Committee met publicly on April 28, 2020 and reached consensus on the short lists. The Authority certified the short-listed firms, which included the Consultant, as qualified and authorized negotiation of the contract at its May 19, 2020, public meeting.
The Authority has determined that it is necessary, expedient, and in its best interest to enter into this Contract with the Consultant for the performance of professional consulting services in connection with Port Manatee.
ARTICLE 14. CONSULTANT REPRESENTATIONS: The Consultant submitted and stands behind its submittal in response to the above RFQ as accepted into the record of the Authority on April 14, 2020, with the knowledge that the Authority is relying thereon as an inducement for entering into this Contract. The Consultant acknowledges that the Authority also relied upon the Consultant's representations identified in this Contract as an inducement for entering into this Contract.
The Consultant is legally authorized to and, by capacity and experience, is qualified to perform and render all of the professional consulting engineering services identified in this Contract and the professional qualifications of the Consultant was material inducement for the Authority to enter into this Contract with the Consultant.
The Consultant, in representing the Authority, shall promote the best interest of the Authority and assume towards the Authority a responsible professional relationship consistent with mutual confidence and fair dealing between Consultant and the Authority.
The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract and that is has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bona fide employee working for the Consultant any fee, commission, percentage, gift, or any
other consideration, contingent upon or resulting from the award or making of this Contract. Consultant represents that it has complied with the provision of Section 287.055(6) of the Florida Statutes.
The Consultant currently has no potential or actual conflict of interest with respect to providing professional services to the Authority. The Consultant agrees to notify the Authority in writing of any commitments during the term of this Contract which may constitute a potential or actual conflict of interest with respect to the professional services to be performed for the Authority. The Consultant agrees that it must not knowingly engage in any contractual or professional obligations that create an appearance of a conflict of interest with respect to the service provided pursuant to this Contract.
ARTICLE 15. PROFESSIONAL SERVICES AUTHORIZATIONS FOR ADDITIONAL
SERVICES: If the Parties are not able to negotiate in good faith the terms of a particular proposed PSA, the Authority reserves the right, without prejudice to this Contract, to negotiate for the performance of said services by another qualified firm.
The Authority reserves the right to enter into contracts with other firms for similar services and negotiate with separate firms for separate parts of a single project. The Consultant is not promised or guaranteed any amount of additional work or fees as part of this Contract.
ARTICLE 16. SUPPLEMENTAL SERVICES: It is the intention of this Contract to provide for the performance and rendering of professional consulting services supplemental to any professional consulting services rendered or performed by any other consultant for the Authority and provide the Authority with additional access to professional consulting services when the abilities, costs or work load of any professional consultant under contract with the Authority or any other relevant factors make it impractical or not feasible or less advantageous to use any other professional consultant under contract with the Authority.
ARTICLE 17. DURATION, REVIEW AND TERMINATION: The Contract shall commence on the day and year as shown below and continue in force for a period of not more than 5 years, with four( 4), 5-year options to extend the Contract at the Authority's discretion, subject to annual review by the Authority and termination at the election of either party as described below. The Authority may annually review this Contract and the Consultant's performance and may make a determination as a result of the review to terminate the Contract or make such modification to this Contract as the Authority may deem appropriate and to which the Consultant may agree. If the Authority determines that the performance of the Consultant is not satisfactory, the Authority shall have the option of: 1) immediately terminating the Contract, or 2) notifying the Consultant of the deficiency with a requirement that the deficiency be corrected within a specified time otherwise the Contract will be terminated at the end of specified time. The Consultant shall be paid only for that work satisfactorily performed for which costs can be substantiated. All work in progress will become the property of the Authority and will be promptly delivered to the Authority by the Consultant.
This Contract may be terminated in its entirety by either party giving at least 30 calendar days prior written notice to the other party. If the Contract is terminated, the Consultant must
continue to perform for the remaining 30-day time period in accordance with all previous issued PSAs, except to the extent Consultant is directed by Authority in writing to cease performance of any or all such previously issued PSAs. The Consultant will be entitled to compensation for all services rendered or performed on outstanding PSAs through the date of the termination together with all costs and expenses incurred in connection therewith, but the Consultant will not be entitled to any other or further recovery against the Authority, including, but not limited to, anticipated fees or profit on services not required to be performed. The Authority shall determine that portion of the fee earned for any incomplete PSA based on the ratio of such part of the PSA that has been completed relative to the entire PSA. Any such determination must be made in the Authority's sole discretion.
The Consultant will be considered in material default of this Contract and such default will be considered cause for the Authority to terminate this Contract, in whole or in part, for any of the following reasons: (a) failure to begin services authorized under any particular PSA within the time specified in that PSA, or (b) failure to properly and timely perform the services required hereunder or as directed by the Authority, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by Consultant or by any of Consultant's principals, partners, officers or directors , or (d) failure to provide access to public records, or (e) failure to comply with the Grant or grant requirements, if project funding is through a grant, or (f) having been found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel, or (g) failure to obey and comply with any applicable laws, ordinances, regulations, agency agreements or other codes of conduct, or (h) Consultant otherwise materially breaches this Contract. In any such event, the Authority may terminate this Contract, in whole or in part, by giving Consultant seven (7) calendar days' written notice. In the event of any such termination, the Authority will not be obligated to make any further payments to Consultant until such time as the Authority has determined all direct costs, expens es, losses and damages which the Authority may have incurred as a result of such default by Consultant, whereupon the Authority will be entitled to set off all costs, expenses, losses and damages so incurred by the Authority against any amounts due Consultant for services properly performed.
ARTICLE 18. QUALITY OF PROFESSIONAL CONSULTING SERVICES: The services
must be performed by the Consultant to the reasonable satisfaction of the Authority and all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Contract, any duly executed PSA, the prosecution fulfillment of the services in this Contract and the character, quality, amount and value thereof which cannot be settled by mutual agreement of the Parties will be settled by recourse to litigation under Florida law in the appropriate court in Manatee County, Florida.
ARTICLE 19. INDEMNIFICATION: To the greatest extent permitted by law, the Consultant shall indemnify, save and hold harmless the Authority, its officers, directors, employees, and agents from and against claims, causes of action, lawsuits, damages, judgments, losses and expenses, whether direct, indirect or consequential, including but not limited to, bodily injury, sickness, disease or death, personal injury, or injury to or destruction of tangible property, including loss of use, to the extent such claims are caused by the negligent or reckless acts or errors or omissions, or wrongful or willful acts by the Consultant, any Subconsultant or any other person or organization employed by Consultant to perform or furnish any of the services required hereunder, or anyone for whose acts any of them may be liable. This indemnity must include, but not be limited to, reasonable charges of engineers, attorneys, legal assistants, and other professionals, and costs of both defense and appeal in a court of law, or arbitration, or other tribunal, for any reason. This indemnification must also include claims, damages, losses and expenses, including reasonable attorneys', experts', and legal assistants' fees and costs, to the extent caused by infringement of patents or copyrights, or public record violations incident to providing the services required hereun der. It is specifically understood and agreed that this indemnification agreement does not cover or indemnify the Authority for its own negligence. It is the specific intent of the Parties that that this indemnification provision complies with section 725.08, Fla. Stat. It is further the specific intent and agreement of the Parties that all of the contract documents of any project for which the Consultant provided services be hereby
amended to include this indemnification provision. Consultant expressly agrees that it will not claim, and waives any claim that this article violates section 725.06, Fla. Stat. or is unenforceable pursuant to section 725.06, Fla. Stat. This indemnification provisions shall include claims made by an employee of Consultant or any subconsultant again the Authority and the Consultant waives any entitlement to immunity under section 440.01 l, Fla. Stat. This Indemnification must survive completion or termination of this Contract. Nothing contained in this Agreement is intended to nor will it constitute a waiver of any immunity or limitation of liability the Authority may be entitled to under the doctrine of sovereign immunity or section 768.28, Fla. Stat.
In the event that State of Florida, Department of Transportation grant funding is involved, to the fullest extent permitted by law, the Consultant shall indemnify and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Consultant an person employed or utilized by the Consultant in the performance of this Contract. This indemnification survives termination of this Contract. Nothing contained in this paragraph is intended to nor will it constitute a waiver of the State of Florida and the Authority's sovereign immunity.
ARTICLE 20. INSURANCE: During the term of the Contract, the Consultant shall provide, pay for, and maintain with insurance companies satisfactory to the Authority, the types of insurance described in this Contract. All insurance must be from responsible insurance companies eligible to do business in the State of Florida. The required policies of insurance must be performable in Manatee County, Florida, and shall be construed in accordance with the laws of the State of Florida.
The Authority must be specifically included as an Additional Insured on the Consultant's
Commercial General Liability, Umbrella Liability and Business Automobile Liability policies and must also provide the "Severability of Interest" provision (a/k/a "Separation of Insured's" provision). The Authority's additional insured status should be extended to the Completed Operations coverage. ISO's standard "Blanket Additional Insured" will not be acceptable.
The Consultant shall deliver to the Authority, prior to the Authority issuing the PSA, properly executed "Certificate(s) of Insurance," setting forth the insurance coverage and limits required in this Contract. The Certificates must be personally, manually signed by the authorized representative of the insurance company(s) shown on the Certificate oflnsurance. In addition, certified, true and exact copies of the insurance policies required in this Contract must be provided the Authority, on a timely basis, ifrequested by the Authority.
The Consultant shall take immediate steps to make up any impairment to any Aggregate Policy Limit upon notification of the impairment. If at any time the Authority requests a written statement from the insurance company(s) as to any impairment to the Aggregate Limit, the Consultant shall promptly authorize and have delivered such statement to the Authority.
The Consultant authorizes the Authority and/or the Authority's insurance consultant to confirm all information furnished to the Authority, as to its compliance with its Bonds and Insurance Requirements, with the Consultant's insurance agents, brokers, surety, and insurance carriers. The insurance coverage required of the Consultant must be primary to any insurance or self insurance program carried by the Authority. The Authority's insurance or self-insurance programs or coverage must not be contributory with any insurance required of the Consultant in this Contract.
The acceptance of delivery to the Authority of any Certificate of Insurance evidencing the insurance coverage and limits required in the Contract does not constitute approval or agreement by the Authority that the insurance requirements in the Contract have been met or that the insurance policies shown in the Certificates oflnsurance comply with the Contract requirements .
No work governed by this contract or occupancy of the premises owned or occupied by the Authority may commence at the site unless and until the required Certificate(s) of Insurance are in effect and the PSA and written Notice to Proceed are issued to the Consultant by the Authority.
The insurance coverage and limits required of the Consultant under this Contract are designed to meet the minimum requirements of the Authority. They are not designed as a recommended insurance program for the Consultant. The Consultant alone will be responsible for the sufficiency of its own insurance program. Should the Consultant have any question concerning its exposures to loss under this Contract or the possible insurance coverage needed therefore, it should seek professional assistance.
The Authority and its Tenants may continue to operate their businesses on the Authority's premises during the activities of the Consultant. No property used in connection with their activities may be considered by the Consultant's insurance company as being in the care, custody, or control of the Consultant.
Should any of the required insurances specified in this Contract provide for a deductible, self insured retention, self-insured amount, or any scheme other than a fully insured program, and the insurance company providing the coverage will not agree in writing to pay the deductible or retention including the costs of defense as provided for in its policy without consideration of the deductible or retention in the settlement of insured claims, then the Consultant agrees, if required by the Authority, to provide, pay for, and maintain a surety bond acceptable to the Authority from an insurance company acceptable to the Authority (or a standby irrevocable Letter of Credit acceptable to the Authority) in the amount of the deductible or retention, guaranteeing payment of the deductible or retention. Said guarantee is to continue for four (4) years following completion of the Work.
All of the required insurance coverage must be issued as required by law and shall be endorsed, where necessary, to comply with the minimum requirements contained in this Contract.
Consultant shall give the Authority thirty (30) calendar days advance written notice of any cancellation, intent not to renew any policy and/or any change that will reduce the insurance coverage required in this Contract, except for the application of the Aggregate Limits Provisions.
Renewal Certificate(s) oflnsurance must be provided to the Authority at least twenty (20) calendar days prior to expiration of current coverage so that there will be no interruption in the work due to lack of proof of the insurance coverage required of the Consultant in this Contract. If the Consultant fails to provide or maintain the insurance coverage required in this Contract at any time during the term of the Contract, the Authority may terminate or suspend this Contract.
If the Consultant utilizes contractors or sub-contractors to perform any work governed by this Contract, the Consultant will ensure all contractors and sub-contractors maintain the same types and amounts of insurance required of the Consultant. In addition, the Consultant will ensure that the contractors and sub-contractors insurances comply with all of the Insurance Requirements specified for the Consultant contained within this Contract. The Consultant shall obtain Certificates oflnsurance comparable to those required of the Consultant from all contractors and sub-contractors. Such Certificates of Insurances must be presented to Authority prior to the subcontractor beginning work.
SPECIFIC INSURANCE COVERAGES AND LIMITS:
The Consultant must comply with all requirements in this Insurance Section in full unless excused from compliance in writing by the Authority. The amounts and types of insurance must conform to the following minimum requirements. Current Insurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, forms, and endorsements or broader must be used where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be acceptable to the Authority.
Workers' Compensation and Employers' Liability Insurance must be maintained in force during the term of this Contract for all employees engaged in this work under this Contract, in accordance with the laws of the State of Florida. The minimum acceptable limits are:
Workers' Compensation: Employer's Liability:
Florida Statutory Requirements
$1,000,000.00 Limit Each Accident
$1,000,000.00 Limit Disease Aggregate
$1,000,000.00 Limit Disease Each Employee
USL&H Coverage must be maintained by the Consultant if any of the work governed by this Contract or any of the Consultant's employees may be entitled to benefits specified in the United States Longshoremen and Harbor Workers (USL&H) Act (33 USC sections 901-950). The minimum acceptable limits under such coverage must be no less than $1,000,000.
Jones Act Coverage must be maintained by the Consultant if any of the work governed by this Contract involves the use of any watercraft (regardless of size). Such coverage must comply with the Federal Jones Act (46 U.S.C.A, subsection 688). The minimum acceptable limits under such coverage must be no less than $1,000,000.
Commercial General Liability Insurance must be maintained by the Consultant on the Full Occurrence Form. Coverage must include but not be limited to Premises and Ope rations, Personal Injury, Contractual Liability, Independent Contractors, Broad Form Property Damage, and Products & Completed Operations Coverage and may not exclude coverage for the "X" (explosion), "C" (collapse) and "U" (underground) Property Damage Liability exposures. Limits of coverage must not be less than:
Bodily Injury & Property Damage Liability: $1,000,000.00 Combined Single Limit each occurrence and aggregate.
Completed Operations Liability Coverage must be maintained by the Consultant for a period of not less than four (4) years following Final Completion and Acceptance by the Authority.
The use of an Excess and/or Umbrella policy will be acceptable if the level of protection provided by the Excess and/or Umbrella policy is no less restrictive then the Primary General Liability policy.
Business Automobile Liability Insurance must be maintained by the Consultant as to ownership, maintenance, use, loading and unloading of all owned, non-owned, leased or hired vehicles with limits of not less than :
Bodily Injury: $1,000,000.00 Limit Each Accident
Property Damage Liability: $1,000,000.00 Limit Each Accident or
Bodily Injury & Property Damage Liability: $1,000,000.00 Combined Single Limit Each Accident
Professional Liability [nsurance must be maintained by the Consultant that will respond to claims arising out of any professional services provided by the Consultant. The minimum
acceptable limits of such coverage must be $2,000,000 per claim and in aggregate and must be maintained for a minimum of 4 years following the termination of this agreement.
The Consultant must maintain Watercraft Liability Insurance if any of the services provided by the Consultant or any of its sub-consultants require the use of any watercraft that is in excess of 26 feet in length. The minimum acceptable limits of such coverage must be $1,000,000.
The Consultant must maintain Aircraft Liability Insurance if any of the services provided by the Consultant or any of its sub-contractors require the use of any aircraft. The minimum acceptable limits of such coverage must be $1,000,000.
ARTICLE 21. PROFESSIONAL LIABILITY: The Consultant recognizes that the registered persons practicing engineering with the Consultant as provided in Chapter 471 of the Florida Statutes are not relieved from personal liability for their professional acts and each registered person practicing engineering with the Consultant who performs consulting engineering services for the Authority pursuant to this Contract or any particular PSA will be liable in accordance with section 471.023(3) of the Florida Statutes.
ARTICLE 22. LEGAL RESTRAINTS AND LIMITATIONS: The Consultant acknowledges that the Authority, as a unit of local government and as a subdivision of the State of Florida, is subject to controls, limitations, regulations and restraints imposed or administered pursuant to numerous applicable laws, ordinances, agreements, rules and regulations of federal, state, regional and certain local jurisdictions, governmental agencies or authorities. Additionally, the Consultant acknowledges that the Authority often receives grants and participates in grant or funding agreements from federal and state agencies. All service·s rendered or performed by the Consultant pursuant to any duly executed PSA will be in conformance therewith.
In performing services, Consultant must be responsible for identifying and assisting the Authority in obtaining all permits necessary to complete the services.
The Authority retains the Consultant only for the purposes and to the extent set forth in this Contract, and its relationship with the Authority will, during the term of this Contract, be that of an independent contractor. Consultant has discretion, subject to the requirement that it performs the services required in this Contract competently and professionally in accordance with the applicable professional standards and otherwise complies with the terms of this Contract, to select the means and methods of performing such services. In this regard, Consultant will be fully responsible for the employment, direction, supervision, compensation and control of any and all persons employed or retained by Consultant. Neither Consultant nor Consultant's contractors, subcontractors, consultants, Subconsultants, suppliers, experts or other persons or organizations retained or utilized by Consultant for the services required in this Contract will be considered by reason of the provisions of this Contract or otherwise as being an employee or agent of the Authority. Consultant shall comply with all workers' compensation, employers' liability and other Federal, State, and municipal la ws, ordinances and regulations required of an employer performing services as contemplated in this Contract. Furthermore, Consultant is responsible for paying all income and employment taxes, and the Authority will not be responsible for collecting and/or paying withholding, FUTA, FICA and any other state or federal
taxes.
At all times during the performance of any of the services required hereunder, Consultant must comply with Title VII of the Civil Rights Act of 1964, as amended (45 C.F.R. Part 1010), and the Florida Civil Rights Act of 1992. Consultant may not discriminate in any form or manner against its employees or applicants for employment on the basis of race, color, national origin, religion, sex, age, handicap or marital status. Further, Consultant shall comply with all applicable rules, regulations or executive order promulgated to give effect to the Civil Rights Act of 1964, as amended.
In accordance with FOOT policy, projects funded with FOOT funding shall provide Disadvantaged Business Enterprises ("DBE") an opportunity to participate in the performance of the Contract. In the event that State of Florida, Department of Transportation grant funding is involved, Consultant agrees to ensure that DBEs have the opportunity to participate in the performance of any Contract or PSA funded with FOOT funding and that Consultant shall take necessary and reasonable steps to ensure such opportunities. The Authority and its Consultant, Contractors, and subcontractors must not discriminate on the basis of race, color, national origin, or sex in the performance of any Contract or PSA funded with FOOT funding.
In the event that state or federal funding is involved, the Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant/sub-consultant during the contract term and require all of its sub-consultants performing work or providing services pursuant to this contract to do the same.
ARTICLE 23. LITIGATION AND ADMINISTRATIVE PROCEEDINGS: In the event the
Consultant is authorized by a duly executed PSA to become involved in litigation or administrative proceedings as a witness for the Authority or in any other professional assignment connected with litigation or administrative proceedings, the compensation or fee to the Consultant for such services will not be related to the findings of any court or administrative agency concerning the adequacy or inadequacy of the compensation or fee. The Authority will pay the Consultant compensation for said services in the manner set forth in the particular Authorization regardless of the decision in any such litigation or administrative proceedings.
ARTICLE 24. LEGAL QUALIFICATIONS AND ETHICAL CONSIDERATIONS: The
Consultant warrants it is duly permitted by the laws of the State of Florida to render engineering services in the State of Florida and that one or more of its officers and employees are duly registered as professional engineers in the State of Florida. The Consultant recognizes that in rendering or performing professional services pursuant to the provisions of this Contract, the Consultant is working for the residents of Manatee County, Florida, subject to public observation, scrutiny and inquiry and based upon said recognition, the Consultant shall in all of its relationships with the Authority pursuant to the provisions of this Contract conduct itself in accordance with all of the recognized applicable ethical standards set by any related national societies, and the reasonable traditions to perform services.
The Consultant acknowledges that the portion of its books and records related to its contracting
activities with the Authority may become subject to inspection and copying under the Florida Public Records Act. The Consultant agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to section 119.0701 of the Florida Statutes. The Consultant agrees, to the extent required by law, to:
keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Contract and meeting any grant agreement requirements;
provide the public with access to the public records under the same terms and conditions that the Authority, and Department of Transportation (DOT), if applicable, would provide the records and at a cost that does not exceed the cost provided for by law;
ensure that the public records that are exempt or confidentia l, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and
meet all requirements where retained public records and transfer, at no cost, to the Authority, and DOT, if applicable, all public records in possession of the Consultant, upon termination or completion of the Contract and destroy any duplicate public records that are exempt or confidential, or exempt from public record disclosure requirements.
Furthermore, the Consultant agrees that all records stored electronically will be provided to the Authority, and DOT, if applicable, in a format that is compatible with the information technology systems of the Authority, and DOT, if applicable. The Consultant shall promptly provide the Authority with a copy of any request to inspect or copy public records that Consultant receives and a copy of the Consultant's response to each request. The Consultant understands and agrees that failure to provide access to the public records will be grounds for unilateral cancellation of the Contract, its amendments, and PSAs.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE AUTHORITY AT (941) 722-6621; 300 TAMPA BAY WAY, PALMETTO, FL 34221; EMAIL: TDAUGHERTY@PORTMANATEE.COM.
Consultant has been made aware of the Florida Public Entity Crimes Act,§ 287.133, Florida Statutes, specifically section 2(a), and the Authority's requirement that the Consultant has complied with it in all respects prior to and will comply with it in all respects during the term of this Contract.
Consultant has been made aware of the prohibition against contracting with scrutinized companies pursuant to Section 287.135, Florida Statutes, and the Authority's requirement that the Consultant has complied with it in all respects prior to and will comply with in all respect during the term of this Contract.
Consultant agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.0555(5), Florida Statutes.
ARTICLE 25. NO WAIVER OF SOVEREIGN IMMUNITY: Nothing in this Contract may be interpreted as a waiver by the Authority of its rights, including the limitations of the waiver of immunity, as set forth in Florida Statutes 768.28, or any other statutes, and the Authority expressly reserves these rights to the full extent allowed by law. This provision survives completion or termination of this Contract.
ARTICLE 26. SEVERABILITY: It is understood and agreed by the Parties that if any part, term or provision of this Contract is held to be illegal or in conflict with any law, the validity of the remaining portions or provisions will not be affected, and the rights and obligations of the Parties must be construed and enforced as if the Contract did not contain the particular part, term or provision held to be invalid.
ARTICLE 27. SUCCESSORS AND ASSIGNS: This Contract is binding on successors, assigns, and legal representatives of and persons in privity of contract with the Authority or Consultant. The Consultant may not sublet, assign, or transfer this Contract, any PSA or any other work specifically set forth under this Contract without the prior written consent of the Authority, which consent may be withheld in the Authority's sole discretion. This provision survives completion or termination of this Contract.
ARTICLE 28. JURISDICTION AND VENUE: The Contract is governed by and construed under the laws of the State of Florida. Venue for any action arising under the Contract lies exclusively in state courts in Manatee County, FL. Each Party consents to the jurisdiction of such court in any such civil action or legal proceeding and waives any objection to the aforeseaid laying of venue of any such civil action or legal proceeding in such court. This provision survives completion or termination of this Contract.
ARTICLE 29. INTERPRETATION: The Parties represent and warrant that they have entered into this Contract relying wholly upon their own judgment, belief, and knowledge of the nature, extent, effect, and duration of any actions, damages, and liability therefore. The Parties represent that they enter into this Contract without relying upon any statement or representation of the adverse parties other than what has been set forth in writing in this Contract. The Parties represent that they have had the opportunity to discuss this matter with counsel of their choosing and are satisfied with its counsel and the advice received. The Parties understand this Contract's contents and agree that this Contract may not be construed more strongly against any party to this Contract, regardless of who is responsible for its preparation or drafting. The Parties further declare and represent that no promise, inducement, agreement or understanding not expressed in this Contract has been made to an adverse party and that this Contract contains the entire agreement between the Parties hereto and that the terms of this Contract are contractual and not a mere recital. All the Parties drafted this Contract jointly, and no term, condition or provision of this Contract may be construed more strictly against any Party.
The captions and headings in this Contract are for convenience of reference only and in no way define or limit the scope or content of this Contract or in any way affect its provisions.
ARTICLE 30. AGREEMENTS RELATING TO CONSIDERATION: Each party
acknowledges and agrees that the covenants under this Contract, together with the consideration exchanged hereunder, constitute full, fair and valuable consideration for the transfers, transactions and releases required of and by the Parties pursuant t9 the provisions of this Contract and that, by virtue of the above-referenced consideration, the Parties have received reasonably equivalent value in exchange for their obligations under this Contract. The Parties acknowledge and agree that each has received and reviewed a copy of this Contract in the presence of their respective, independent counsel retained by them. Each party understands the purport, tenor, and effect of this Contract, and has entered into this Contract freely and voluntarily.
ARTICLE 31. AUTHORITY TO EXECUTE: Each of the Parties covenants to the other party to this Contract that it has lawful authority to enter into this Contract, that the governing or managing body of each of the Parties has approved this Contract and that the governing or managing body of each of the Parties has authorized the execution of this Contract in the manner hereinafter set forth.
IN WITNESS WHEREOF, the Parties have caused this Contract to be duly executed, in
duplicate, this the day of 2020.
ATTEST: ANGELINA COLONNESO CLERK OF CIRCUIT COURT
MANATEE COUNTY PORT AUTHORITY
By: _ _ _ _ _ _ _ _ _ _ _ _
AUTHORITY
WITNESSES: HDR Engineering Inc.
CONSULTANT
Attachment A
TRUTH IN NEGOTIATION CERTIFICATE
This Certificate is executed and given by the undersigned as a condition precedent to entering into this Contract:
HDR Engineering Inc.
pursuant to the Port Manatee Professional Engineering Services Contract for the Professional Services Continuing Contract with the Manatee County Port Authority.
Before me, the undersigned authority personally appeared, who having knowledge as to the facts and statement in this Truth In Negotiation Certificate after duly sworn, deposes and states under oath that:
l. This Certificate must be attached to and constitute an integral part of the contract as provided in Florida Statute 287.055(5)(a).
The undersigned hereby certifies that the wage rate and other factual unit costs supporting the compensation on which this contract is established are accurate, complet e, and current on the date set forth in this Truth In Negotiation Certificate .
The truth of statements made in this Truth In Negotiation Certificate may be relied upon by the Manatee County Port Authority and the undersigned is fully advised of the legal effect and obligations imposed upon him by the execution of this instrument under oath.
The original contract price and any additional thereto will be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to in accurate, in complete, or noncurrent wage rates and other factual unit costs.
Executed on behalf of the Party to the Port Manatee Professional Engineering Services Contract referred to as the Consultant, doing business as:
HDR inee· 1 _Inc. 1 I 1
By: t-1
--( S- gi n --;,"rTe,' Na-me ) --=-Y:-? - r1- 1"1i -.-..R.,..,1---/£ ---. -----=-/----o{---r- ;;+--t - - ·
Title: V; ce?res,·aen--t-
The foregoing instrument was acknowledged and executed before me by the above signed on the 1sf day of ..Julv , 20&-.0
NOTARY SEAL:
I JOOIEM.HUNTER _ _: lli _
COmmlsslon #GG 978249
Expires June 10, 2024
Bondedllllll BudgatNalalyS....
A C O R D9 CERTIFICATE OF LIABILITY INSURANCE 6/1/2021 | I DATE (MM/DD/YYYY) 5/22/2020 | ||
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVEL Y OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. | |||
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms end conditions of the policy, certain policies may require en endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). | |||
PRODUCER Lockton Companies 444 W. 47th Street Suite 900 Kansas City MO 64112-1906 (816) 960-9000 to O | CONTACT NAME: | ||
r.HJN,t ,. r .Nol: | |||
ADDRESS· | |||
INSURE(R$) AFFORDING COVERAGE | NAIC # | ||
INSURER A o su ra nc e Comp :m v INSURER B : | 194 .L | ||
HDR ENGINEERING. INC. 1917 SOUTI{ 67TH STREET OM AH A NE 68106 | |||
INSURER C: | |||
INSURER D: | |||
INSURER E: | |||
INSURERF : |
COVERAGE S *
CERTIFICATE NUMBER· 16763994 REVISION NUMBER· x:xxxxxx
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO.WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDEDBY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONSAND CONDITIONSOF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR LTR
□
TYPEOFINSURANCE COMMERCIAL GENERAL LLABILITY
I I CLAIMS-MADE OCCUR
L
R □ □
>---
1 . c°.;I
POLICY NUMBER NOT APPLICABLE
I , MPMO/LDICDY/YEYYFYF,l l )t,%JvW ,l
LIMITS
s xxxxxxx
EACH OCCURRENCE $ xxxxxxx
DAMAGE TO RENTED
M!§E"'E•occurrence!
MED EXP (Anv one person) s XXXXXX_X
PERSNOAL & ADV INJURY s xxxxxxx
GEN'L AGGREGATELIMIT APPLIES PER:
GENERAL AGGREGATE s xxxxxxx
POLICY OTHER:
PJAEOC-T LOC
PRODUCTS · COMP/OPAGG s xxxxxxx
s
-AUTOMOBILE LIABILITY
NOT APPLICABLE
t f Nl
GLE LIMIT 1 s XXXXXXX
-
OWNED AUTOS ONLY
-
-- ANY AUTO -
BODILY INJURY(Perperson)
s xxxxxxx
HIRED AUTOSONLY -
-
UMBRELLA LIAB
I EXCESS LIAB
NON·OWNED AUTOS ONLY
SCHEDLUED AUTOS
H OCCUR CLAIMS-MADE
BODILY INJURY(Peracciden)l s xxxxxxx
NOT APPLI CABLE
f,RO !°.i1:_: AMAGE
Per a n1t
EACH OCCURRENCE AGGREGATE
$ xxxxxxx s x:xxxxxx s xxxxxxx
s xxxxxxx
OED I IRETENTION s
WORKERS COMPENSATION
□
ANO EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBEREXCLUDE?D
N / A
NO T APPLI CABLE
I T\JTE I I H- I
EL. EACH ACCIDENT
s xxxxxxx
-
s xxxxxxx
(Mandatory InNH)
E. L DISEASE. EA EMPLOYeel $ xxxxxxx
m:t ';l 'j,d PERATIONSbelow
EL. DISEASE· POLICY LIMIT $ xxxxxxx
A ARCH&ENG N
PROFESSIONAL
N 061853691 6/1/20 20 1 6 /1/2021
PER CLAIM: $2.000.000
AGGREGATE: $2.000.000.
LI ABI LITY
I I I
DESCRIPTIONOFOPERATIONS / LOCATIONS/ VEHICLES (ACORD101, Additional Remarks Schedu1l t, may be attached H more spaco Is required)
MANATEE COUNTY PORT AUT HORIT Y PORT MA N ATEE PROFESSIONAL SERVICES CONTI UING CONTRACT RFQ-1-0-2020/JZ PROFESSION AL SERVICES CONTINUING CONTRACT
16763994 MANATEE COUNTY PORT AUTHORITY ATTENTION: JEANINE FRAILEY ZERIS 300 TAMPA BAY WAY, SUITE I PALMETTO FL 34221 I | SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. |
AUTHORIZED REPRESENTAT1I ) z;-tl, /1 i |
CERTIFICATE HOLDER CANCELLATION
© 1988>Q015 ACORD CORPORATION.
ACORD 25 (2016/03) The ACORD name and logo areregistered marks of ACORD
All rlghts reserved.
A C O R D 1$1> CERTIFICATE OF LIABILITY INSURANCE
Page 1 of 2
DATE (MM/DD/YYYY) 05 / 22 / 20 20 | ||
THI S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ":PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. | ||
_ ,1PORTANT : If th e cert ifi cat e holder Is an ADDITIONAL INSURED, the poli cy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, sub ject to the term s and cond ition s of the poli cy, cert ain poli cies may require an end ors ement. A statement on this certificatedoes not confer rights to the certificate holder in lieu of such endorsement(s). | ||
PRODUCER Willis Tower s Wat so n Mi d west . I n c . c / o 26 Cen t ury B l vd P. O. Box 305 1 91 Nashville, TN" 372305191 U S.l\ | 1 CT Wi l l i s Tow er s Wa t son Cer t i f i ca te Cen t er | |
r.. NJ 0 E O· 1 - 8 7 7 - 94 5 - 7378 ( , No}: 1 - 88 8 - 46 7 - 23 7 8 | ||
,i.o AJ ss : cex t i f i c at e s @ wi l l i s . c om | ||
INSURECRSl AFFORDING COVERAGE I | NAIC#_ 2303 5 | |
INSURER A : Liberty Mutual Fir e I nsurance Company I | ||
INSURED HD R Engin aering, Inc. 1917 Sou t.h 67th Str eat Omaha, NE 6B106 | INSURER B : Ohio Casualty Insurance Company I 24 0 74 | |
INSURERC: L ib er t y Insurance Co;rporation | I 4240·-4 I | |
INSURERD : | ||
INSURER E : I | ||
I NSURERF : |
I
COVERAGES CERIFTICTANUMBER: w16511235 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIST ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEENI REDUCED BY PAID CLAIMS.
LTR
INSRI TYPEOF INSURANCE
X COMMERCIAL GENERAL LIABILITY
I CLAIMS-MADE CK. OCCUR
A ==:) Contr act u al Li abi l i t y
. !' l !!. I
POLICYNUMBER
POLICYEFF POLICY EXP IMM/00 /YYYY\ CMM/DD/YYYYI
LIMITS
'$ 1 , 000 , 00 0
!EACHOCCURRENCE s 2 , 000, 000 iOAMAGE To RENTED
MED EXP (Anv one person) | s | 1 0, 000 |
PERSONAL & ADV INJURY | s | 2 , 000, 000 |
GENERAL AGGREGATE | s | 4 , 000, 000 |
PRODUCTS· COMP/OPAGG | $ | 4 , 000, 000 |
s |
PREMISES!Eaoccurrence\
y y
q
0
GEN'L AGGREGATELIMIT APPLEI SPER;
9 ""'"""'
I
POLICY f& 0 LOC OTHER: I
-AUTOMOBILELIABILITY
-· - X ANY AUTO
B2-641-444950- 039
0 6/ 0l / 20191 0 6 / 01 / 2020
I I
COMBINEDSINGLELIMIT
IEa aocidenll
BODILYINJURY (Per person)
s 2 , 000, 000
$
A
OWNED
-
AUTOS ONLY AUTOS
y y AS 2-641 - 44495 0 - 0 49
0 6 / 01 / 2 019
0 6 / 01 / 2 02 0
BOOILY INJURY(Pera ccldent) s
$
HIRED NON-OWNED
r
AUTOS ONLY AUTOSONLY I
PROPERTY DAMAGE
rPer aceidentl
s
-
UMBRELLA LIAS
B
X EXCESSLIAB
X OCCUR I
CLAIMSM. ADE y y
E00 ( 20) 57919 36 3 0 6/ 01 / 2019 0 6/ 01 / 2020
EACHOCCURRENCE s 5 , 000-, 000
AGGREGATE s 5, 000, 000
I
OED I X IRETENTIONS 0 WORKERSCOMPENSATION ANDEMPLOYERS'LIABILITY Y / N
C ANYPROPRIETOR/PARTNERIEXECUTIVE
I s
X I; TUTE I I H- I -
E.L.EACH ACCIDENT $ 1 , 000, 000
OFFICER/MEMBEREXCLUDED?
{ Mandatory I n NH)
If es, descnbe under
I N / A l y
'W1o.7 -64D - 444950 - 0l9
06/ 01 / 2019 06/ 01/ 2020
DISEASE· EA EMPLOYEE s
1 , 000 , 000
1 , 000, 000
ol sc R1PTIONOF OPERATIONSbelow
E.L. DISEASE· POLICY LIMIT s
I
I I
DESCRIPTION OF OPERATIONS / LOCATIONSI VEHICLE$ (ACORD101, Additional Remarks Schedule, may be attached if more space is required)
Cer t i f i c at e Bolder is name d as Additi onal I nsured on Gene.raJ. Li ab i l i t y , Au t omob i l e Li ab il i ty and Umbr el l a / Ex ce ss
Li ab i l i t y on a Pr im ary , Non-contributory basis wher e required by wr i t t en contract. Waiver of Subr og a t i on applies on
Genear.l L i ab i -1.i t y , A u t om o b i l e L i ab i l i t y , Umbr e l l a / Ex c e s s Liability and Wor k er s Co mpen sa ti on wher e r e qui r ed by wr i t t en c o n tr ac t and as permitted by l aw . Umbr el l a / Exc es s p o l i cy is F o l l ow F orm ov er Gen er al L i ab i l i ty , Au t o Liability and Empl oy er s Liability.
CERTIFICATE HOLDER CANCELLA TION
,tee Coun t y Por t Au t hor i ty --'" Jeani ne Fra iley Zeris 300 Tampa Bay Way Suite 1 Pal met t o , FL 34221 | SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. |
AUTHORIZED REPRESENTATIVE {,,U Piv.Lkd |
ACORD 25(2016/03)
© 1988-2016 ACORD CORPORATION. All rig hts reserved.
The ACORD name and lo go are register ed marks of ACORD
SR ID, 19643214 BATC, H 1688429
AGENCY CUSTOMER ID_: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
AC O R D®
LOC #_: _ _ _ _ _ _ _
ADDITIONAL REMARKS SCHEDULE Page 2 of 2
I NCY - lis Towers Watson Midwest, Inc . | NAMED INSURED HOR Engineering, Inc. 1917 South 67th Street | ||
POLICY NUMBER | Omaha, NE 68106 | ||
See Page l | |||
See Page J. | See Page 1 | EFFECTIVE DATE: Saca Page 1 |
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance
Project Description: Manatee County Port Authority, Port Manatee Professional Services Continuing Contract, RFQ-1-0-2020/JZ Professional Services Continuing Contract.
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo areregistered marks of ACORD
SR ID: 19643214 BATCH: 1688429 CERT: W16511235
ORGANIZATIONAL CHART
\h n,.itte{mm h f'WI l'\ud,:ui1v Pl"- ·.Y"u';t L' f'rnltwo !UIStrrir,.,( rmlm-.tt111, Cfliritr;ul t-:n
PROJECT PRINCIPAL QUALITY CONTROL
. 1·.b,;I. !'E lv',,l,e Frc1nL'I, PE \\'u.Jotrch,P[
a-:llJ-iiiih4'@i1MifoW1' ADDnlONAl SERVICES
s,r[JCIVIL
1, ·!: Ours r
Carlos Lopez, PE - Stor mwaler & Drainage
,1')Ey HJ>l- ili (KHA)
Ju,·r H 't '[ (KHA)
Ryan Hoppe, PE mlA>
Juan Jimenez, PE (KHA>
,;:,f<UCTURAL
Fri. 1 f r"<-11. Ji r:rr. - M arine ChadSmith, PE - Tran sportation Robert DiRienzo, PE - Morine Craig McG illawee,PE.·Marine
'"'!,. re < HA>
Acrt, ,n, r 111( (KHA)
Seth Schmid, PE C« HAJ
'U\UENC¥
Stephanie Long, PE (KHA>
Chris Nlforatos, PE tKHA)
MECli'AMII.A,.
ElEC1RICAI
Jose Gonzale-z, PE Peter Syntax , PE <KHA)
WATi:RHmm
<,t pk ·· r\/1--r•rlo•r I" rn i}' r· lill P1 Robert DiRien:w, PE
'' 'if' D[ (KHA)
FACILITIE
,-,,,"'I Lnnr ' (KHA)
· 11 ,, h,n d. "· (Kl-IA)
Angelina Fairchild, PE <KHA>
O!ANSt'OlffA nori
Dn1111h ·fol, .ii ,b, 'E
Ke nt M cWa t ers, PE- Road way
l ndike Rat n aya ke, PhD, PE, PTOE-Traffic Design
Heat her Hubb ard, PE - Traffic Operations
u, d, L,•, o. '[ (KHA)
irll '- ape!,, t 'F (KHA) - Securit y & Traffic Planning
RAILROAD
T, ·l<: Irv.Pf. KyleRobe
L ct. T ''If ·" i·' (KHA)
PI.At1NING
1i II .,1.: :, Pl
Noel Comeaux, PM P,AICP
I II,,,. Kl• 11 , f' (KHA)
ENVIR'1NMENTA!
.1•,: 1,1, o , r- v
Sherri Swanson, PWS, GTA
,1 11 ,It, ,l)n(KHA)
1 rr,hh ..:r,hc J (KHAJ
UTILITIES
H eather M anganiello, PE Ji: d;, Ii\ all , J,E (K H A> Juan Jimenez, PE (KHA)
CO!,TESTIMAT£S
Stephen M ersdorf, PE Robert DiRlenzo, PE
COliST RI/CTIO\.'l"HAst SI il/lCl:S
Stephen M ersdor f, PE
VIILUr WGINffl! "G
Jose Theiler, PE Frank Proctor, PE
l r
GRAIIT SUPPOl!T
V v·I! I(
Pete r O g onowski, PhD Steve Schnell, AICP
O , lb" I P (KHA)
PUBL,._ &.IVOll/Ul17fT
Sharlsse Kenney
LI' ., (On< ' p, (KHA)
IIR.ED61NG
Ne ,l Mclellan. PE
s ...G 'l. S MnGATIDI'
Ch ip M essenkop,f PW S Sherri Swanson, PWS, GTA Barry Lenz
John Spierto, PE, CEM , LEED AP
ffia
K,·y Fer,vnnd /11 rul Csi!ith§@,N·til11@itf
Kml ley·llornand A<SOCi,1l es, foc. jKKA)
Manatee County Port Authority , RFQ-1-0-2020/JZ Professional Services Continuing Contract
ATTACHMENT A
RESPONSE SIGNATURE FORM
RFQ-1-0-2020/JZ, PROFESSlONAL SERVICES CONTINUING CONTRACT
The undersigned represents by signing the Response that he/she has the authority and approval of the legal entity purporting to submit the Response, and that all of the facts and responses set forth in the Response are true and correct. If the Responder is selected by the Port to negotiate an agreement, the undersigned certifies that the Responder's negotiators will negotiate in good faith to establish an agreement to provide the services described in the Scope of Services of this Request for Qualifications.
Print or Type Responder's Information Below:
Name of Responder HDR Engineering, Inc.
Telephone Number 813.282.2300
Street Address
4830 W Kennedy Blvd., Suite 400
Tampa, FL 33609-2548
Email Address erin.hunt@hdrinc.com
Print Name & Title of Authorized Officer Jennifer E. Hunt, PE, Vice President
Date Signed 4/10/2020
Acknowledge Addendum No. 1
Acknowledge Addendum No. 2 Acknowledge Addendum No.
Web Address
Dated. 3/17/20
Dated: 3/25/20 Dated:
Manatee County Port Authority ' RFQ- -0- 020iJZ I Professional Services Continuing Contract
ATTACHMENT B
PUBLIC CONTRACTING AND ENVIRONMENTAL CRIMES CERTIFICATION
SWORN STATEMENT
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to the Manatee County Port Authority (the Port) by Jennifer E. Hunt, PE, Vice President
[print Individual's name and title]
For HOR Engineering, Inc.
[name of entity submitting sworn statement]
whose business address is: 4830 W Kennedy Blvd, Suite 400, Tampa, FL 33609-2548
and (if applicable) Its Federal Employer Identification Number (FEIN) is 47-0680568. If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:
I understand that no person or entity shall be awarded or receive a Port contract for public improvements, procurement of goods or services (Including professionalservices) or a Port lease, franchise, concession or management agreement, or shall receive a grant of Port monies unless such person or entity has submitted a written certification to the Authority that it has not:
been convicted of bribery or attempting to bribe a public officer or employee of the Port. the State of Florida, or any other public entity, Including. but not limitedto theGovernment of theUnited States, any state. or any local government authority in the United States, in that officer's or employee"s official capacity; or
been convicted of an agreement or collusion among bidders or prospective bidders In restraint of freedom of competition, by agreement to bid a fixed price. or otherwise; or
) been convicted of a violation of anenvironmental law that. In the sole opinion of thePort. reflects negatively upon the ability of the person or entity to conduct business in a responsible manner; or
made an admissionof guilt of such conduct described in items (1), (2) or (3) above, which is a matter of record, but has not been prosecuted for such conduct. or has made an admission of guilt of such conduct. which is a matter of record, pursuant to fonnal prosecution. An admission of guilt shall be construed to include a plea of nolo contendere; or
where an officer. official, agent or employee of a business entity has been convicted of or has admitted gull! to any of the crimes set forth above on behalf of such and entity and pursuant to the direction or authorization of an official thereof (including the person committing the offense. if he Is an official of the business entity), the business shall be chargeable with the conduct herein above set forth. A business entity shall be chargeable with the conduct of an affiliated entity, whether wholly owned, partially owned. or one which has common ownership or a common Board of Directors.
For purposes of this Form. business entitles are affiliated if, directly or indirectly, onebusiness entity controls or has the power to control another business entity, or if an Individual or group of individuals controls or has the power to control both entities. lndlcia of control shall Include, without limitation, interlocking management or ownership, identity of interests amount family members, shared
CONSENT
AGENDA ITEM 1.H.: PORT MANATEE TARIFF NO. 3 ITEM 452 BACKGROUND:
Port Manatee Tariff No. 3 Item 452 is added to reflect $30.00 per container dock transfer fee at warehouse 2.
ATTACHMENT:
Port Manatee Tariff No. 3 Item 452
COST AND FUNDING SOURCE:
N/A.
CONSEQUENCES IF DEFERRED:
N/A
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATION:
Move to approve the addition of item 452 in the Port Manatee Tariff No. 3 to reflect a dock transfer fee at warehouse 2.
PORT MANATEE TARIFF NO. 3 | 16th Rev. Page 32-A Canc. 15th Rev. Page 32-A | ||
SECTION FOUR RATES AND CHARGES | |||
ITEM | SUBJECT | APPLICATION | |
452 ■ | Warehouse 2-B Dock Transfer Fee | Warehouse 2-B Dock Transfer Fee $30.00 per container. | |
453 | Used Vehicles With Cargo | For shipments of used vehicles which contain commodities considered cargo which are not vehicle components, the following rates will apply in addition to the wharfage commodity rates in Item 491, page 36 of this tariff: | |
454 | Late Cargo Statement Charge | Reference is made to the cargo statement requirements of Item 195. This documentation is necessary for computation and assessment of charges and maintaining Port records. All vessel agents or representatives shall comply within five (5) business days or: | |
Issued: 07/28/20 Effective: 07/28/20 | |||
Vehicles up to 10,000 pounds-$15.00 each
Vehicles over 10,000 pounds- $25.00 each
A late charge will be imposed of $100 per business day; and
Cargo free time will be waived.
Addition Issued by: Manatee County Port Authority
CONSENT
AGENDA ITEM 1.I: TRUCK LOADING DOCKS CHANGE ORDER NO. 9
BACKGROUND:
On February 20, 2020, the Authority approved the contract with Flores Construction Company in the amount of $1,238,073 for all necessary labor, equipment, and materials for the construction of loading docks. On May 19, 2020 and June 16, 2020, change orders 1-8 were approved decreasing the contract $314,251.94. Change Order 9 increases the contract
$1,650 to raise the grate/lid elevation for existing storm structures from 7.96’ to 8.35’ and also includes several no-cost design revisions.
ATTACHMENT:
Change Order No. 9
Several pages of design revisions are available upon request
COST AND FUNDING SOURCE:
FDOT and Port cash in the amount of $825 each
CONSEQUENCES IF DEFERRED:
Delay in warehouse 2 loading dock completion
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute Change Order No. 9 to the Flores Construction contract in the amount of $1,650, subject to the approval of FDOT.
Change in Contrac Price Change in Contract Times
Original Contract Price: ' $ 1,238,073 .00 | Original Contract Price Times: 180 days Substantial Completion: September 6, 2020 Ready for final payment: October 6, 2020 |
Increase/(Decrease) from previously approved Change Orders No. I to No. 8: ($314,251.94) | lncrease/(Decrease) from previously approved Change Orders No. I to No. 8: 0 Substantial Completion: September 6, 2020 Ready for final payment: October 6, 2020 |
Contract Price prior to this Change Order: $ 923,821.06 | Contract Times prior to this Change Order: 0 Substantial Completion: September 6, 2020 Ready for final payment: October 6, 2020 |
Increase/(Decrease) this Change Order: $1,650.00 | Increase/(Decrease) this Change Order: 0 Substantial Completion: September 6, 2020 Ready for final payment: October 6, 2020 |
Contract Price incorporating to this Change Order: $925,471.06 | Contract Times with all approved Change Orders: 0 Substantial Completion: September 6, 2020 Ready for final payment: October 6, 2020 |
Recommended by Enginne Authorized by Owner Port Authority
By:
_i1_ D IC
I
Johr/ D. Rice, PE, CEM
Senior Project Management Engineer
Title:
7/15/2020
Date:
/..--------:;
Authorized by Owner
,·:/;,/
l;.,....--....--
...-..
Approved by C,o,ntractor
'
·,.:/ / ,-
By: Title: Date:
George Isiminger, PE David Flores Senior Director of Planning, Engineering
is~ / --:?6-
and Environmental Affairs President
07/15/2020
MEMORANDUM
To: Jdhn Rice, RS&H
n .net
From: David Flores, C 813 323-7895, David@FloresConstructio Date: June 10, 2020
Re: Cold Storage Improvements (PO No. PA005411)
Please accept this memorandum as our Change Order Proposal (COP) to provide the following: Raise grate/lid elevation for existing storm structure ES-7 (DS-4) from 7.96' to 8.35' .
Subcontractor | $ 1,500.00 |
Mark up | $ 150.00 |
Total ADD | $1,650.00 |
•
5470 East Busch Boulevard #511 Tampa , Fl orida 33617
lnfo@Fl oresConst ruction.net www. FloresConst ruct ion.net
CONSENT
AGENDA ITEM 1.J.: MEMORANDUM OF UNDERSTANDING (MOU) WITH
TRIPLETAIL AQUA, LLC
BACKGROUND:
Port Manatee is the owner of 54 acres which is currently occupied by Florida Fish and Wildlife Conservation Commission (FFWCC). Tripletail Aqua, LLC (TTA) requested the opportunity to conduct due diligence of the land without disrupting FFWCC’s operations to determine if the property and the facilities available are suitable for TTA’s purposes of operating a state-of-the-art aquaculture facility. Both parties desire to execute a MOU to document their willingness to explore whether the parties should enter a lease. FFWCC has been advised and has no objection.
ATTACHMENT:
Memorandum of Understanding between Manatee County Port Authority and Tripletail Aqua, LLC
COST AND FUNDING SOURCE:
None.
CONSEQUENCES IF DEFERRED:
Delay in TTA commencement of due diligence
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute a Memorandum of Understanding between the Manatee County Port Authority and Tripletail Aqua, LLC.
Memorandum of Understanding
Between Manatee County Port Authority and Tripletail Aqua, LLC
This Memorandum of Understanding (this “MOU”), is made and entered into as of
of July, 2020, (the “Effective Date”), by and between MANATEE COUNTY PORT AUTHORITY (the “Authority”), having an address at Port Manatee, 300 Tampa Bay Way, Palmetto Florida 34221-6608, and Tripletail Aqua, LLC (“TTA), a Delaware limited liability company, authorized to do business in the State of Florida and having an address at 1901 E. Moreland Blvd, Waukesha, WI, 53186. The Authority and TTA are sometimes collectively referred to herein as the “Parties” and individually as a “Party”.
WITNESSETH:
WHEREAS, Authority is the owner, fee simple, of land(s) located in Manatee County described in Exhibit “A” attached hereto (the “Land”) to include but not limited to land currently leased by Florida Fish and Wildlife Conservation Commission (“FFWCC”); and
WHEREAS, TTA is interested in leasing Port Manatee Land to build and operate a state- of the-art aquaculture facility to include a hatchery and grow out operation for marine finfish and other similar and related facilities (the “Project”); and
WHEREAS, TTA requested the Authority allow TTA the opportunity to conduct some due diligence on the Land, without disrupting FFWCC’s operations, to determine if the Land and the facilities available are suitable for TTA’s purposes and to determine the economic viability of the project; and
WHEREAS, Policy 1.3.1 of the Port Manatee Master Plan states that the Port shall allow land uses within the Port for manufacturing, processing, and assembly activities that are customarily associated with ports and Foreign Trade Zones as well as other revenue-generating uses; and
WHEREAS, both parties desire to execute this MOU to document their willingness to explore whether the Parties should entered into a lease for the Land and the potential terms of that Lease; and
NOW, THEREFORE, for and in consideration of the foregoing premises and mutual understandings of the Parties, the Authority and TTA agree as follows:
TERM. This MOU is in effect until December 1, 2020. TTA intends to perform the diligence necessary to determine whether the Land at Port Manatee are suitable to conduct the aquaculture operations intended to be initiated. Once the diligence period is complete, the Parties may need up to an additional 90 days to execute definitive agreements. This MOU may be extended if items agreed to be provided to TTA by Manatee County Port Authority have not yet been secured or available.
DUE DILIGENCE. The actions by the Parties provided for in this MOU will begin immediately following the signing of this MOU and will be pursued to substantial completion as soon as reasonably feasible. The actions will be aimed at enabling the Parties to arrive at a firm and mutually acceptable determination of the overall concept of the Project and its principal parameters in technical, commercial and financial respects, furnishing a clear basis for the approvals to be sought. At no costs to the Authority, TTA will engage consultants and partners to determine requirements for each proposed aquaculture operation and whether the Authority facilities available are suitable. Additional diligence will be performed to determine economic viability of each operation based on available land, facilities, flow through permits and any regulatory constraints. It is envisioned that this diligence will be complete no later than December 1, 2020. If any inspection or test disturbs the Land, TTA shall restore the Land as soon as reasonably possible to the same condition as existed prior to any such inspection or test. In addition, TTA shall not disturb the current operations of FFWCC on the Land.
TTA Partners. The Authority acknowledges and recognizes, and TTA represents that TTA’s business partners, Pontos Recirculating Aquaculture Company, LLC (d/b/a “Terra Blue Farms”), will act on behalf of and represent TTA in relation to the due diligence and other matters as described herein.
AUTHORITY ASSITANCE. Authority will promptly be notified of any facility, regulatory, mitigation or other issues that arise in diligence so as to allow Authority to assist in solving issue or provide an alternative solution.
EXCLUSIVITY. The Authority understands that TTA will continue to spend significant time and resources, both internal and external, for the purpose of completing a careful and full review of the feasibility of this Project and other aspects of the Project as a whole during the term of this MOU. In consideration of this, the Authority grants a period of exclusivity up to December 1, 2020 with regard to any due diligence for aquaculture operations to be conducted at the Port Manatee location and facilities. Notwithstanding the foregoing, TTA acknowledges that the Land is currently subject to a lease with FFWCC and the exclusivity provisions described in this paragraph are subject to such a lease. The Authority shall provide to TTA the details of any such existing relationship and exclusivity provisions along with other deliverables described herein.
DEPOSIT: TTA will pay to the Authority, concurrent with the execution of this MOU, a non-refundable deposit of $5,000.00 (five thousand dollars). In the event that the Parties enter into a fully executed Lease Agreement as contemplated herein, the $5,000 shall be credited towards any lease payments required under such fully executed Lease Agreement.
CONFIDENTIALITY. The Parties acknowledge that the Authority, Pontos Recirculating Aquaculture Company, LLC, and TTA have entered into a separate Non- Disclosure Agreement. The Authority will notify TTA of any requests for documents deemed as trade secret by TTA.
MUTUAL UNDERSTANDING. This MOU is only an expression of the Parties’ intent with respect to TTA’s potential lease of Port Manatee Land and nothing herein shall create any legally binding obligation upon the Parties; provided, however, Paragraphs 1., 4., 5., 6., 8. and 9, shall be binding on the Parties. No such obligation shall arise unless and until a mutually agreeable contract regarding the proposed transaction has been executed by both Parties, and then the Parties shall be bound only in accordance with the terms of contract. This MOU does not create a duty and negotiate in good faith towards any such definitive, binding written agreement and may not be relied upon as a basis for a contract by estoppel or otherwise. Nothing in this MOU shall be construed to place the Parties in the relationship of legal representatives, partners, or participants in a joint venture or in any trust or other fiduciary relationship, and each party stipulates that no such relationships exist. Nothing in this MOU is intended to create any rights to anyone other than the Parties. The Parties agree they will not assign their rights or obligations under this MOU except with the written consent of each of the other party.
NOTICES. Any notices, demands, requests or other communications which the Authority or TTA require or desire to give to the other hereunder shall be in writing and shall be given by (i) hand delivery, (ii) a widely recognized national overnight courier service (e.g. Federal Express, Airborne, UPS) for next business day priority delivery, or (iii) the United States Postal Service when sent registered or certified mail, return receipt requested, postage prepaid, and in each case addressed to each Party at its address set forth below:
To the Authority: MANATEE COUNTY PORT AUTHORITY
c/o Executive Director 300 Tampa Bay Way
Palmetto, Florida 34221-6608
With a copy to: Bryant, Miller, & Olive, P.A. , P.A. c/o Jennifer Cowan
201 Franklin Street, Ste 2700
Tampa, FL 33602
To TTA: Tripletail Aqua, LLC
1901 E. Moreland Blvd.,
Waukesha, WI 53186 Attn: Earl Klein
GOVERNING LAW. This agreement shall be governed and construed in accordance with the laws of the State of Florida.
EXPENSES. Each of the Parties shall bear its own costs and expenses incurred in connection with this Agreement and the transactions contemplated hereby.
COUNTERPARTS. This MOU may be executed in counterparts each of which shall be deemed an original but all of which together shall constitute one and the same instrument. Signed signature pages may be transmitted digitally and any such signature shall have the same legal effect as an original.
IN WITNESS WHEREOF, the Authority and TIA have executed this Memorandum of Understanding effective as of the Effective Date.
MANATEE COUNTY PORT AUTHORITY COMMISSIONERS
ATTEST:
Angelina M. Colonneso Clerk of the Circuit Court
By:
_
PRISCILLA TRACE CHAIRWOMAN
WITNESSES: Tripletail Aqua, LLC:
A Delaware limited liability company
By: _
/;fllP
MT. Holtzman
By:
Print Name: ]_Qnatha.n Milchman Title: Member, Mgr.
Untitled Map
EXHIBIT A
FWC Occupancy at Port Manatee through 2025 Yellow boxes indicate exclusive use by FWC Orange boxes indicate shared use
Untitled Map
FWC Occupancy at Port Manatee beyond 2025.
Yellow boxes indicate exclusive use by FWC. Orange boxes indicate shared use.
AGENDA ITEM 2: INTERMODAL CONTAINER YARD CONTRACT AWARD
BACKGROUND:
On February 26, 2019, the Authority approved the Port Manatee Professional Engineering Services Contract with Stantec Consulting Services, Inc. (Stantec) for the engineering of the Intermodal Cargo Yard Improvements. Stantec prepared the bid documents for the construction of the expansion and a bid opening was held on February 9th, 2020. The lowest responsible, responsive bidder is The Crisdel Group (Crisdel) with the bid of $8,927,812.90. Several cost-saving measures were identified, many of which are removal of scope items that can be delayed until the next phase of the container yard expansion. Change Order 001 reduces the contract $1,037,615 resulting in a new contract amount of $7,890,197.90.
ATTACHMENT:
Bid tabulation sheet
Partial Contract (entire contract document will be provided for Chair signature when all documents are received)
Change Order No. 001
COST AND FUNDING SOURCE:
FDOT proceeds and Port cash each $3,945,098.95
CONSEQUENCES IF DEFERRED:
Delay in project commencement
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the contract between the Manatee County Port Authority and The Crisdel Group in the amount of $8,927,812.90 for the construction of the Intermodal Container Yard Expansion, subject to receipt of all contract documents and FDOT approval.
Move to approve and authorize the Chairman to execute Change Order No. 001 decreasing the contract between the Manatee County Port Authority and The Crisdel Group in the amount of $1,037,615.00, subject to the review and approval of FDOT.
Tabulation Sheet
Tabluation with Additive Options
Company Name | A1 | AA1 | AA2 | B | C | Grand Total | |
Cobb Site Development | $9,336,929.59 | $2,294,263.47 | $2,285,226.57 | $0.00 | $50,000.00 | $13,966,419.63 | |
Gator Grading & Paving LLC | $11,953,526.00 | $2,492,954.00 | $2,493,779.00 | $0.00 | $50,000.00 | $16,990,259.00 | |
Pepper Contracting Services Inc. | $12,141,400.00 | $1,750,000.00 | $1,575,000.00 | $0.00 | $50,000.00 | $15,516,400.00 | |
Woodruff & Sons, Inc. | $10,946,445.26 | $1,856,557.60 | $2,133,484.06 | $0.00 | $50,000.00 | $14,986,486.92 | |
Crisdel Group Inc | $8,927,812.90 | $1,749,636.15 | $1,776,054.05 | $50,000.00 | $12,503,503.10 | ||
Carver Construction, Inc. | $11,247,250.00 | $1,676,750.00 | $2,841,750.00 | $0.00 | $50,000.00 | $15,815,750.00 | |
$0.00
A1 Lump Sum Bid Price for Base Bid ‐ 9.306 ac of pavement, base, and prepared subgrade
(Consists of three areas: 4.543 ac + 0.108 ac + 4.655 ac), all proposed stormwater collection, all fire line,
AA1 Add Alternate 1 ‐ Additional 2.912 acres of eaithwork, pavement, base, and prepared subgrade, additional curbing, one additional flume
AA2 Add Alternate 2 ‐ Additional 2.894 acres of earthwork, pavement, base, and prepared subgrade, additional curbing, one additional flume
B All specified cash allowance(s) are included in the price(s) set forth below, and have been computed in accordance with Paragraph 13.02 of the General Conditions.
C Lump Sum for General Owner Contingency Allowance (All specified contingency allowances are included in the price(s) set fo1th below, and have been computed in accordance with Paragraph 13 .02
1 of 1 Container Yard Expansion 6/9/2020
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
SECTION 00 52 13 AGREEMENT FORM
AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)
This Agreement is dated as of day of inthe year by and between
Manatee Count Port Authority ("Owner") and Crisdel Group, Inc., who is registered and licensed to do business in the State of Florida ("Contractor"). Owner and Contractor hereby agree as fo llows :
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as the furnishing, delivering, and installing all materials, equipment, incidentals and services, including labor, for the Work which general includes, but is not necessar ily limited to the Project described below in Article 2.
ARTICLE 2-THE PROJECT
The Project, of which the Work under the Contract Documents is a part, is generally described as fo llows : The project is located in the secured Port Manatee, in Palmetto, Manatee County, Florida. Ability to obtain TWIC cards are required . The project limits are 17.45 ac. Construction activities include demolition, clearing, surveying, soil erosion and sediment control, backfilling/ eart hwork, compaction, asphalt paving, cur bing, installation of: drainage collection system, electrical systems, fencing, fire line, sod, lighting systems, and signage. There are additional areas of fill, earthwork, prepared subgrade, base material, paving, and curbing as described below. All other work to be included in the base bid. Base Bid: 9.306 ac of pavement, base, and prepared subgrade (Cons i sts of three areas: 4.543 ac + 0.108 ac + 4.655 ac), all proposed stormwater collection, all fire line, all electrical work, as indicated on the Drawings and as specified herein
Additive Alternate No. 1 includes additional 2.912 acres of earthwork, pavement, base, and prepared subgrade, additional curbing, one additional flume, as indicated on the Drawings and as specified herein.
Additive Alternate No.2 includes additional S.80 7 acres of earthwork, pavement, base, and prepared subgrade, additional cur bing, one addit ional flume, as indicated on the Drawings and as specified herein
All Work for the Project shall be constructed in accordance with the Drawings and Specification prepared by Stantec Consulting Services Inc and Moffat & Nichol.
ARTICLE 3 - ENGINEER
The Owner has retained Stantec Consulting Services Inc. ("Engineer") to act as Owner's representative, assume all duties and responsibilities of the Engineer of Record, and have the rights and authority assigned to Engineer in the Contract.
0110326&-4
This Section is a MODIFIED version of EJCDc• C-520 , Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright© 2018 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies. Those portions of the text that originated in published EJCDC documents remain subject to the copyright .
07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
The part of the Project that pertains to the Work has been designed by Stantec Consulting Services Inc., Moffatt & Nichol, and SM & E.
Contractor to provide and pay for on site testing and inspections by an appropriated licensed professional. The contractor shall provide five days advance notice to the owner's representative to observe and concur with the adequacy of the proof-rolling. The owner's representative is to perform the following tasks:
Attend progress meetings at the site
Review pavement/base material submittals
Observe site works and review site preparation activities (such as proofrolIing/overexcavatio n)
ARTICLE 4 - CONTRACT TIMES
Time is of the Essence
All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract.
Contract Times: Days
The Work, including add-alternates if elected, will be substantially completed within 302 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 28 calendar days after substantial completion.
Liquidated Damages
Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer direct financial and other losses if the Work is not completed within the Contract Times and Milestones are not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contr act . The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding, the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty):
Substantial Completion : Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.01.A. above for Su bst ant ial Completion until the Work is substantially complet e.
Completion of Remaining Work : After Su bstant ial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after such time until the Work is completed and ready for final payment.
Liquidated damages for failing to timely attain Milestones, if any, Substantial Completion and final completion are not additive and will not be imposed concurrently.
011032664
AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION
PORT MANATEE
INTERMODAL CONTAINER YARD EXPANSION
The Owner may deduct liquidated damages as described in this section from any unpaid amounts due to Contractor under this Contract.
These amounts represent a reasonable estimate of Owner's expenses for extended delays and for inspection, engineering services and administrative costs associated with such delay.
Any liquidated damages not deducted or set-off from any unpaid amounts due to Contractor shall be payable to the Owner, at the demand of the Owner, together with interest from the date of the demand at the maximum allowed interest rate .
Special Damages
Contractor shall reimburse Owner (1) for any fines or penalties imposed on Owner as a direct result of the Contractor's failure to attain Substantial Completion according to the Contract Times, and (2) for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Substantial Completion (as duly adjusted pursuant to the Contract), until the Work is substantially complete ;
After Contractor achieves Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times, Contractor shall reimburse Owner for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Work to be completed and ready for final payment (as duly adjusted pursuant to the Contract), until the Work is completed and ready for final payment.
The special damages imposed in this paragraph are in addition to any liquidated damages for delayed completion established in this Agreement.
ARTICLE 5 - CONTRACT PRICE
Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract:
For all Base Bid Work, a lump sum of: $8,927,812.90.
For all Additive Alternate No. 1 Work, a lump sum of: $
For all Additive Alternate No. 2 Work, a lump sum of: $
All specific cash allowances are included in the above price in accordance with Paragraph 13.02 of the General Conditions.
For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit .
ARTICLE 6 - PAYMENT PROCEDURES
Submittal and Processing of Payments
Contractor shall submit Applications for Payment in accordance with Article 15 of the General Condition s. Applications for Payment will be processed by Engineer as provided in the General Conditions.
011032664
07117/102_0 ISSUED_ FQB_CQ_NSTRUCTl_ON AG_REEMENT FORM
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
Progress Payments; Retainage
Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the first day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Cont ract.
Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract
Ninety (90) percent of Work completed (with the balance being ret aina ge), and
Ninety (90) percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage).
Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to ninety-five (95) percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01. E of the General Conditions, and less one hundred (100) percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list of items to be completed or corrected prior to final payment.
Final Payment
Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Par ag raph 15.06. Contractor's acceptance of final payment from Owner shall constitute a full waiver and release
ARTICLE 7 - CONTRACT DOCUMENTS
Contents
The Contract Documents consist of all of the following:
This Agreement (Section 00 52 13 - pages 1 to 14, inclusive).
Bonds:
Performance bond (together with power of attorney) (Section 00 6113.13 pages 1 to 4, inclusive).
Payment bond (together with power of attorney) (Section 00 61 13.16 pages 1 to 4, inclusive).
General Conditions (Section 00 72 00 pages 1 to 71, inclusive).
Supplementary Conditions pages 1 to 38, inclusi ve).
Specifications, Permits and Reports as listed in the table of contents of the project manual (copy of list attached).
01103266-4
AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION
PORT MANATEE
INTERMODAL CONTAINER YARD EXPANSION
Drawings (not attached but incorporated by reference) consisting of 51 sheets with each sheet bearing the following general title: Port Manatee lntermodal Container Yard Expansion, listed on the following sheet index.
GENERAL
COVER
GENERAL NOTES
HORIZONTAL CONTROL PLAN CIVIL
EXISTING CONDITIONS & DEMOLITION PLAN (1)
EXISTING CONDITIONS & DEMOLITION PLAN (2) C-103 SITE PLAN
C-104 STORMWATER POLLUTION PREVENTION PLAN C-105 BASIN AND DRAINAGE PLAN
C-106 PAVING AND GRADING PLAN (1) C-107 PAVING AND GRADING PLAN (2) C-108 PAVING AND GRADING PLAN (3)
C 109 ALTERNATIVE PAVING AND GRADING PLAN C-109A SURCHARGE GRADING PLAN BASE BID
C 109B SURCI-IARGE GRADING PLAN BID ALTERNATIVES C-110 FIRE LINE PLAN & PROFILE
C-111 CROSS SECTIONS (1) C-112 CROSS-SECTIONS (2)
CROSS-SECTIONS (3)
CROSS-SECTIONS (4)
CONSTRUCTION DETAILS (1) C-116 CONSTRUCTION DETAILS (2) C-117 CONSTRUCTION DETAILS (3)
ELECTRICAL
GENERAL NOTES
ELECTRICAL LEGEND AND ABBREVIATIONS ED-101 OVERALL ELECTRICAL DEMOLITION PLAN
ED-102 ENLARGED ELECTRICAL DEMOLITION PLAN (1 OF 2) ED-103 ENLARGED ELECTRICAL DEMOLITION PLAN (2 OF 2)
01103266-4
01/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
E-101 OVERALL ELECTRICAL SITE PLAN - PHASE 1 E-102 ELECTRICAL SITE PLAN (1 OF 8)
E-103 ELECTRICAL SITE PLAN (2 OF 8) E-104 ELECTRICAL SITE PLAN (3 OF 8) E-105 ELECTRICAL SITE PLAN (4 OF 8) E-106 ELECTRICAL SITE PLAN (5 OF 8) E-107 ELECTRICAL SITE PLAN (6 OF 8) E-108 ELECTRICAL SITE PLAN (7 OF 8) E-109 ELECTRICAL SITE PLAN (8 OF 8)
E-401 ENLARGED ELECTRICAL SITE PLAN (1 OF 3) E-402 ENLARGED ELECTRICAL SITE PLAN (2 OF 3) E-403 ENLARGED ELECTRICAL SITE PLAN (3 OF 3) E-501 REEFER RECEPTACLE DETAILS
E-502 DUCTBANK DETAILS
E-503 PULL BOXES AND HANDHOLE DETAILS E-504 MISCELLANEOUS DETAILS
E-505 HIGH MAST LIGHTING DETAILS E-506 PERIMETER LIGHTING DETAILS E-601 SINGLE LINE DIAGRAM (1 OF 4) E- 602 SINGLE LINE DIAGRAM (2 OF 4) E-603 SINGLE LINE DIAGRAM (3 OF 4) E-604 SINGLE LINE DIAGRAM (4 OF 4)
E-605 LIGHTING CONTROL SINGLE LINE DIAGRAM E- 611 CABLE SCHEDULE (1 OF 2)
E-612 CABLE SCHEDULE (2 OF 2) E-621 PANEL SCHEDULE
Addendum 01 Construction Plan Upload
Addendum 02 Response to Quest i ons.
Exhibits to this Agreement (enumerated as follows):
Invitation to Bid (Section 00 1113 pages 1 to 2, inclusive).
Bidder Qualification Form (Section 00 11 53 pages 1 to 12, inclusive).
Instructions to Bidders (Section 00 2113 pages 1 to 19, inclusive).
Contractor's Bid (Section 00 4113, pages 1 to 6, inclusive).
Proposed Subcontractor list (Section 00 43 36, pages 1 to 1 in clusi ve).
01103266-4
AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto (samples of the forms are included):
Notice to Proceed (Section 00 55 00, Pages 1 to 2, inclusive).
Work Change Directives (Section 00 63 49, Pages 1 to 2, inclusive).
Change Order(s) (Section 00 63 63, Pages 1 to 2 inclusive).
Permit Modifications and/or Amendments.
State of Florida Department of Transportation (FOOT) Public Transportation Grant
Agreement (PTGA) Contract Number _G1527 restrictions.
Warranty Bond, if any.
for its applicable conditions and
All applicable provisions of state and federal law, which are incorporated by reference and included as if attached to this Contract, and any Modification, including all Change Orders, duly delivered after execution of Contract.
The Contract Documents listed in Paragraph 7.01.A are attached to this Agreement (except as expressly noted otherwise above) .
There are no Contract Documents other than those listed above in this Article 7.
The Contract Documents may only be amended, modified, or supplemented as provided in the Contract.
The Contract represents the entire and integrated agreement between the Contractor and Owner and supersedes prior negotiations, representations or agreements, either written or oral.
ARTICLE 8 - REPRESENTATIONS
In order to induce Owner to enter into this Contract, Contractor makes the following representat ions :
Contractor has examined and carefully studied the Contract Documents, including Addenda and any data and reference items identified in the Contract Documents.
Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.
Contractor is familiar with and is satisfied as to state, federal and local Laws and Regulations that may affect cost, progress, and performance of the Work.
Contractor has carefully studied all : (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the General Conditions, especially with respect to Technical Data in such reports and drawin gs, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the General Conditions, especially with respect to Technical Data in such reports and drawin gs.
Contractor has considered that it has carefully examined, satisfied itself as to the conditions and limitations under which the Work is to be performed, including without limit at ion 1) the
01 103266-4
07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
location, layout, and nature of the Site and surrounding areas, 2) generally occurring climate and weather conditions, and 3) anticipated labor, supply and costs ; and 4) availability of materials, tools, and equipment and other similar issues.
Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obt aine d from visits to the Site; the Contract Documents; and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs.
Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract.
Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as ind icat ed in the Contract Documents .
Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor.
The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.
Co ntractor ' s entry into this Contract constitutes an incont rovert ible representation by Contractor that without exception all prices in the Contract are premised upon performing and furnishing the Work required by the Contract Documents.
Contractor accepts assignment of responsibilities for Owner direct procurement items as described in the Tax Savings Provision in Section 22.01 of the Instructions to Bidders.
ARTICLE 9 - PROJECT FUNDING
The Project is funded in part from the proceeds of a grant(s) from the Florida Department of Transpo rt at ion . This grant funding is conditioned in part on the Contractor meeting the following requirements:
DBE Policy: The contractor and subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Cont ract . The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of this Contract . Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such remedy as the Owner deems appropriate.
Contractor shall utilize the U.S. Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of this Contract, and shall expressly require any subcontractor performing Work or providing services pursuant to this Contract to likewise utilize the U.S. Department of Homeland
011032664
AGREEMENTFORM O'Z/17}_2_0_2 0 ISSUED FO_R CONS'I'RUCTION
PORT MANaIEE INTERMODAL CONTAINER YARD EXPANSION
Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract.
Contractor understands that the grant funding is dependent on completion of Work within the Contract Times and the Milestones and the Contractor agrees to complete the Work within the Contract Times and Milestones. Should the Contractor fail to complete the Work within the Contact Times and Milestones, the Contractor agrees the provisions of Article 4 above shall apply.
No member, officer or employee of Contractor during this Contract or 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof . Moreover, this provision must be inserted in any subcontracts for the Work .
Contractor shall not employ unauthorized aliens in violation of section 274(e) of the Immigration and Naturalization Act. If Contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Contract.
To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contract and person employed or utilized by the Contractor in the performance of this Agreement. This indemnification provision shall survive termination of this Agreement. Nothing contained in this this paragraphs is intended to nor shall it constitute a waiver of the State of Florida and the Owne r' s sovereign immunity.
Contractor agrees to include the above provision (F.) in its subcontracts for those who perform Work in connection with this Contract.
In addition to any requirements listed above in section 9.01, Contractor acknowledges its review
of FOOT Grant #_G1527 of FOOT Grant #_G1527
and agrees to strictly comply with all of the terms and conditions
_
ARTICLE 10 -TERMINATION OR SUSPENSION
Termination
The Contract may be terminated by the Owner or Contractor as provided in Article 16 of the General Conditions.
Suspension by Owner
The Work may be suspended by the Owner as provided in Article 16 of the General Conditions.
ARTICLE 11 - MISCELLANEOUS
Terms
Terms used in this Agreement will have the meanings stated in the General Conditions.
Assignment of Contract
Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation,
01103266-4
07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM
PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION
money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Document s. Notwithstanding the foregoing, the Owner may assign this Contract to the State of Florida for any political subdivision, municipality, special district, or authority thereof without Contractors consent and without recourse.
Successors and Assigns
Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Document s.
This Contract is solely for the benefit of the parties and no right or privilege or cause of action shall by reason hereof accrue upon to, or for the benefit of any third party. Nothing in this Contract is intended or will be construed to confer upon or give any person, corporation, partnership, trust, private ent ity, or agency any right, remedy, or claim under or by reason of this Contract or any provisions or conditions of this Contract.
Severability
Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall cont inue to be valid and binding upon Owner and Cont ractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.
Neither the validity of this Contract nor the validity of any portion of it may be challenged by any party to this Cont ract, and each party waives any right to initiate such challenge. Furthermore, if this Contract or any portion is challenged by a third party in a judicial, administrative, or appellate proceeding (each party covenanting with the other party not to initiate, encourage , foster, promote, cooperate with or acquiesce to such challenge), the parties collectively and individually agree, at their individual sole cost and expense, to defend in good faith its validity through a final judicial determination or other resolution, unless all parties mutually agree in writing not to defend such challenge or not to appeal any decisions invalidating this Contract or portion thereof.
Contractor's Certifications
Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract . For the purposes of this Paragraph
10.05 :
"corrupt pract ice" means the off ering , giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execut ion ;
"fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;
011032664
AGR_EEl\1_ENT FORM 07/_1_7!20io ISSUED FOR CONSTRUCTION
POJU'MAN 'fEE
INTERMODAL CONTAINER YARD EXPANSION
"collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and
"coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.
8. Contract shall pay promptly and before final payment, any claims or liens incurred in and about this work, and to execute a Contractor's affidavit for final payment.
Other Provisions
The Owner and Contractor agree that this Contract shall be governed by applicable Florida Law. Venue for any legal action in connection with this Contract shall be in the Circuit Court of the Twelfth Judicial Circuit in and for Manatee County. In any claim dispute procedure or litigation arising from this Contract, each party shall be solely responsible for paying its attorney's fees and costs.
Each party to this Contract has had the benefit of representation by counsel and equal input into drafting this Contract such that no provision of this Contract shall be strictly construed against one party as the draft of the Contract.
The headings and captions of articles, sections and paragraphs used in this Agreement are for convenience of reference only and are not intended to define or limit their contents, nor are they to affect the construction of or be taken into consideration in interpreting this Agreement.
The Contractor recognized the Owner is a public agency subject to the Public Records Act of Florida and agrees to comply with section 18.12 of the Supplementary Condition s. The Contractor agrees that , at any time during the Contract, the Contactor will allow and provide the Owner access to all of the documents, papers, letter , or other materials made or received by the Contractor in co njunct ion with the Contract and Work . Should the Contractor Fail to provide prompt access to these documents in response to the Owner's request, the Owner may unilaterally cancel the Contract.
Contractor has reviewed and agreed to comply with the applicable Port Manatee Tariff prov1s1ons available online at https:/ / www.port manate e.co m/ wp co ntent/ uploads/ 2018/ 05/ Tari ff. pdf. Any conflict between a Tariff provision and this Contract, this Contract shall prevail.
Owner stipulates that if the General Conditions that are made a part of this Contract are based on EJC DC® C-700, Standard General Conditions for the Construction Contract, published by the Engineers Joint Contract Documents Committee ®, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline/strikeout), or in the Supplementary Conditions.
01103266-4
0_7/17/202()_ISSlJED_F'OR CONST_RUCTION AGREEMENT FORM
I>ORT MANATEE
INTERMODAL CONTAINER YARD EXPANSION
IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement.
This Agreement will be effective on , 2020 (which is the Effective Date of the Contract).
OWNER: CONTRACTOR:
Manatee County Port Authority CR150t£..
By: By:
Title: Chairman Title: ill c oo
""',.
{If Contractor jl' a corporation, a partnership, or
a joint venty e, attach evidence of authority to sign.)
Attest: Attest: Title: Title:
ch I
Address for giving notices:
Manatee County Port Authority
Address for giving notices:
C ltl t>tf &,""P , 1 ,w ,
300 Tampa Bay Way JJo P.•,,AAI s1,,,J
Palmetto FL 33221
S:.,vlb Pt,,,,,r,,1, w,1 cJ2o flu
License No.: C 6C. I 5'.J"/ d'1t
(where applicable)
Authority to attach evidence of authority to sign and resolution or other documents authorizing execution of this Agreement.)
END OF SECTION 00 52 13
01103266-4
AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION
P_Qlff MANATEE
INTERMODAL CONTAINER YARD EXPANSION
01103266-4
07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM
PORT MANATEE Project Name: INTERMODAL CONTAINER YARD EXPANSION
CHANGE ORDER FORM
Change Order No.
001
Date of Issuance: Effective Date:
Owner: Contractor:
Manatee County Port Authority Crisdel Group, Inc.
Contract No: Contractors Project No.
Engineer: Engineer's Project No.
Project:
Intermodal Cargo Yard Expansion
Contract Name:
The Contract is modified as follows upon execution of this Change Order:
Description:
See attached summary
Attachments:
see attached
List documents supporting change:
see attached
CHANGE IN CONTRACT PRICE
Original Contract Price:
CHANGE IN CONTRACT TERMS
[note changes in Milestones if applicable]
Original Contract Times:
$ 8,927,812.90 -
[Increase] [Decrease] from previous approved
N/A
Substantial Completion:
Date of Final Payment
[days or date]
[Increase] [Decrease] from previous approved
Change Orders #:
~ Change Orders #: ~
Substantial
Completion Date:
$ -
Contract Price prior to this Change Order:
Date of Final Payment
Contract Times prior to this Change Order:
Substantial Completion:
$ 8,927,812.90 -
Date of Final Payment:
[date or days]
[Increase] [Decrease] of this Change Order:
$ 1,037,615.00 -
[Increase] [Decrease] of this Change Order:
Substantial Completion:
Date of Final Payment:
[days or dates]
Contract Price Incorporating this Change Order:
$ 7,890,197.90 -
Contract Times with all approved Change Orders:
Substantial Completion:
Date of Final Payment:
[date or days]
RECOMMENDED: ACCEPTED: ACCEPTED:
Hamid Sahebkar, P.E. Stantec
Frank A. Criscola
Date:
Project Engineer (if required)
July 15, 2020
Authority Authorized Contractor President & COO Crisdel Group, Inc.
Date: Date:
Approved by Funding Agency (if applicable)
By:
Title:
REV: 05/2018
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion CO #1 Summary
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following summary for Change Order #1. Please find enclosed herewith the corresponding supporting documentation for the proposals listed below.
Quote # | Description | Amount |
#17208A | Surcharge Material to remain on Site | $ (67,495.00) LS |
#17208B | Eliminate Drainage in Alternate Areas | $ (221,057.00) LS |
#17208C | Eliminate Waterlinefrom Alternate Areas | $ (17,395.00) LS |
#17208D | Eliminate North-South Drive Lane along Eastern Limit | $ (436,246.00) LS |
#17208E | Construct 24" Subgrade in (1) Lift | $ (89,701.00) LS |
#17208F | Reduced Elecrtrical Demolition | $ (90,000.00) LS |
#17208G R1 | Alternate Asphalt Pavement Binder for Base Crse Lifts | $ (115,721.00) LS |
Total Proposed Increase/Decrease for CO #1: $ (1,037,615.00)
Very Truly Yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL) RG/rg
Enclosures
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Surcharge Material Remaining on Site Crisdel Quote No 17208A
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to allow the proposed surcharge material to remain on site upon completion of the base contract scope of work. Our lump sum deductive proposal for this work is ($67,495.00) in accordance with attached supporting documentation.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Surcharge Material remain on Site
Description:
Explanation: It was anticipated using strippings from site as surcharge material and purchasing additional surcharge material as needed. As part of the removal of the purchased surcharge material, this material was to be halued off and sold, also the strippings would require hauling off and disposal cost. By disposing of the surcharge material in one of the alternate areas it precluded the resale of the purchased surcharge material but this was offset substantially by eliminating the strippings hauling/disposal costs.
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | (96.00) | $ (7,281.60) |
Laborer | $ 40.13 | (24.00) | $ (963.12) |
Operator | $ 44.00 | (32.00) | $ (1,408.00) |
Driver | $ 35.50 | 360.00 | $ 12,780.00 |
Subtotal - Labor: | $ 3,127.28 |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | (64.00) | $ (7,610.88) |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | $ - | |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | (32.00) | $ (1,774.08) |
End Dump Off Rd - John Deere 300D | $ 111.26 | 360.00 | $ 40,053.60 |
Grader - Komatsu GD655 | $ 88.47 | $ - | |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | 56.00 | $ 5,011.44 |
Dirt Roller - IR SD122 | $ 63.87 | $ - | |
Dirt Roller - Rammax Trench Roller | $ 64.11 | $ - | |
Skid Steer | $ 46.95 | $ - | |
FM Pickup/Tool Truck | $ 23.14 | (96.00) | $ (2,221.44) |
Mason Truck/Rack Truck | $ 30.00 | $ - | |
Subtotal -Equipment: | $ 33,458.64 |
Material Costs | Unit Rate | Qty | ||
Embankment | $ 3.85 | /cy | (4,839.00) | $ (18,630.15) |
Credit for Sale of Import | $ 2.00 | /cy | 27,669.00 | $ 55,338.00 |
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
Subtotal- Materials | $ 36,707.85 |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | ||
Embankment - Hauling | $ 3.10 | /cy | (4,839.00) | $ (15,000.90) |
Strippings - Hauling | $ 140.00 | /ld | (893.00) | $ (125,020.00) |
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
- | $ - | |||
Subtotal - Subs/Rental/Haul: | $ (140,020.90) |
Notes: | Sales Tax | $ 2,569.55 |
Labor rates include burden i.e. payroll taxes, insurances, etc. Equipment Rates are based Blue Book Monthly Rate/176 hours plus operating cost. | 5% Fee | $ (3,336.36) |
Sales Tax is included for materials only. | ||
5% Fee is based on Specification Section 11.07 (C),2,e | Total Credit: | $ (67,493.94) |
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Reduced Drainage Infrastructure in add Alternate Areas Crisdel Quote No 17208B
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to eliminate portions of the proposed drainage work that extend beyond the base contract limits into the add alternate areas. Our lump sum deductive proposal for this work is ($221,057) in accordance with attached supporting documentation.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Drainage Deduct
Description:
Explanation: Eliminate Drainage that extends into Alternate #1 & #2 Work Areas Deduct (3) Inlets
Deduct 100 lf of 24" RCP
Deduct 100 lf of 36" RCP
Deduct 610 lf of 48" RCP
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | (72.00) | $ (5,461.20) |
Laborer | $ 40.13 | (256.00) | $ (10,273.28) |
Operator | $ 44.00 | (128.00) | $ (5,632.00) |
Driver | $ 33.83 | ||
Subtotal - Labor: | $ (21,366.48) |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | (64.00) | $ (7,610.88) |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | $ - | |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | (64.00) | $ (3,548.16) |
Grader - Komatsu GD655 | $ 88.47 | $ - | |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | $ - | |
Dirt Roller - IR SD122 | $ 63.87 | $ - | |
Dirt Roller - Rammax Trench Roller | $ 64.11 | (40.00) | $ (2,564.40) |
Skid Steer | $ 46.95 | $ - | |
FM Pickup/Tool Truck | $ 23.14 | (64.00) | $ (1,480.96) |
Mason Truck/Rack Truck | $ 30.00 | (8.00) | $ (240.00) |
Subtotal -Equipment: | $ (15,444.40) |
Material Costs | Unit Rate | Qty | ||
24" RCP | $ 41.34 | /lf | (104.00) | $ (4,299.36) |
36" RCP | $ 81.90 | /lf | (104.00) | $ (8,517.60) |
48" RCP | $ 154.83 | /lf | (624.00) | $ (96,613.92) |
Type B/C Mod Inlets | $ 6,780.12 | /ea | (3.00) | $ (20,340.36) |
24" Bell Wrap | $ 3.50 | /ea | (13.00) | $ (45.50) |
36" Bell Wrap | $ 5.00 | /ea | (13.00) | $ (65.00) |
Pipe Bedding | $ 25.50 | /ton | (115.00) | $ (2,932.50) |
Concrete | $ 200.00 | /cy | (0.75) | $ (150.00) |
Cement | $ 10.00 | /bag | (20.00) | $ (200.00) |
CB Brick | $ 1.00 | /ea | (250.00) | $ (250.00) |
Dewatering - Fuel | $ 4.50 | /gallon | (615.29) | $ (2,768.81) |
Subtotal- Materials | $ (136,183.05) |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | ||
Clean & TV | $ 1.50 | /lf | (810.00) | $ (1,215.00) |
Core & Boot | $ 1,000.00 | /ea | (1.00) | $ (1,000.00) |
Inspection | $ 1.50 | /lf | (810.00) | $ (1,215.00) |
Dewatering | $ 28.34 | /lf | (780.00) | $ (22,105.20) |
Pumps | $ 500.00 | /week | (2.00) | $ (1,000.00) |
TB's | $ 500.00 | /week | (3.50) | $ (1,750.00) |
Haul - Pipe Bedding | $ 1.50 | /ton | (115.00) | $ (172.50) |
Subtotal - Subs/Rental/Haul: | $ (28,457.70) |
Notes: | Sales Tax | $ (9,532.81) |
Labor rates include burden i.e. payroll taxes, insurances, etc. Equipment Rates are based on Blue Book Monthly Rate/176 hours plus operating cost. | 5% Fee | $ (10,072.58) |
Sales Tax is included for materials only. | ||
5% Fee is based on Specification Section 11.07 (C),2,e | Total Credit: | $ (221,057.02) |
25
DELMONTE WAY
EXISTING TIDAL DITCH MHW = 0.37
24
MLW = 2.70
BASIN BOUNDARY
23
BASIN AREA 12 AREA = 4.32 AC CN = 97
Tc = 15 MIN.
22
PROJECT LIMITS
WAREHOUSE 11 AREA = 9.46 AC CN = 97
21
Tc = 15 MIN.
19
20
BASELINE OF CONSTRUCTION
BERTH 12 EXTENTION AREA = 7.08 AC
CN = 98
Tc = 15 MIN.
CARGO YARD AREA = 29.68 AC CN = 97
Tc = 15 MIN.
16
17
18
ZONE X
ZONE X
ZONE AE (EL. 9.00)
PROJECT LIMITS
13
14
15
ZONE VE (EL. 10.00)
ZONE AE (EL. 10.00)
ZONE AE (EL. 10.00)
ZONE AE (EL. 9.00)
ZONE AE (EL. 10.00)
Box to Remain
12
LOWER TAMPA BAY
EXISTING WET DETENTION POND WEIR ELEV = 2.80 SHW = 2.16 SEASONAL HIGH TIDE = 2.70
10
11
WETLANDS
MOFFATT & NICHOL MARINE ENGINEERING AND PLANNING
S & ME, INC.
GEOTECHNICAL ENGINEERING SERVICES
AXIS GEOSPATIAL SE, LLC PHOTOGRAMMETRIC MAPPING
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Reduced Waterline in add Alternate Areas Crisdel Quote No 17208C
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to eliminate a portion of the 12” Waterline that extends beyond the base contract limits into the add alternate areas. Our lump sum deductive proposal for this work is ($17,395.00) in accordance with the attached supporting documentation.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Fireline Deduct
Description:
Explanation: Eliminate Waterline extending into Alternate work Area
Deduct 12" PVC w/Bell Restraints - 350 lf Deduct 12" GV & Valve Box- 1 ea
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | (4.50) | $ (341.33) |
Laborer | $ 40.13 | (18.00) | $ (722.34) |
Operator | $ 44.00 | (9.00) | $ (396.00) |
Driver | $ 33.83 | ||
Subtotal - Labor: | $ (1,459.67) |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | $ - | |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | (4.50) | $ (455.54) |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | (4.50) | $ (249.48) |
Grader - Komatsu GD655 | $ 88.47 | $ - | |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | $ - | |
Dirt Roller - IR SD122 | $ 63.87 | $ - | |
Dirt Roller - Rammax Trench Roller | $ 64.11 | (4.50) | $ (288.50) |
Skid Steer | $ 46.95 | $ - | |
FM Pickup/Tool Truck | $ 23.14 | (4.50) | $ (104.13) |
Mason Truck/Rack Truck | $ 30.00 | $ - | |
Subtotal -Equipment: | $ (1,097.64) |
Material Costs | Unit Rate | Qty | ||
12" DIP | $ 19.36 | /lf | (360.00) | $ (6,969.60) |
12" Bell Restraint | $ 137.00 | /ea | (20.00) | $ (2,740.00) |
Locate Wire | $ 3.15 | /lf | (700.00) | $ (2,205.00) |
12" GV & Box | $ 690.00 | /ea | (1.00) | $ (690.00) |
Misc | $ 1.00 | /lf | (529.18) | $ (529.18) |
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
Subtotal- Materials | $ (13,133.78) |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | |
- | $ - | ||
Subtotal - Subs/Rental/Haul: | $ - |
Notes: | Sales Tax | $ (919.36) |
Labor rates include burden i.e. payroll taxes, insurances, etc. Equipment Rates are based Blue Book Monthly Rate/176 hours plus operating cost. | 5% Fee | $ (784.55) |
Sales Tax is included for materials only. | ||
5% Fee is based on Specification Section 11.07 (C),2,e | Total Credit: | $ (17,395.00) |
SHIFT TEE/BRANCH
Eliminate Pipe
15 15
PROJECT LIMITS
EXISTING 12" DIP WATER
10
PROPOSED ASPHALT PAVEMENT
EXISTING GRADE PROPOSED GRADE
PROPOSED 12" GATE VALVE & BOX
10
3'-0' MIN.
5
PROPOSED 12" 22.5° BEND
PROPOSED 12" PVC DR-14 FIRE LINE
PROPOSED 12" 11.25° BEND
5
PROPOSED 12" DIP TEE
PROPOSED 12" CAP
(TIE INTO EXISTING 12" DIP WATER) PROPOSED 12" 11.25° BEND
0 0
10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 17+49
FIRE LINE PROFILE
HORIZ. SCALE: 1" = 25' / VERT. SCALE: 1" = 2.5'
MOFFATT & NICHOL MARINE ENGINEERING AND PLANNING
S & ME, INC.
GEOTECHNICAL ENGINEERING SERVICES
AXIS GEOSPATIAL SE, LLC PHOTOGRAMMETRIC MAPPING
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Elimination of NO-SO Drive Lane Along Eastern Contract Limits Crisdel Quote No 17208D
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to eliminate the proposed NO-SO drive lane along the eastern contract limit. Our lump sum deductive proposal for this work is ($436,246.00) in accordance with the attached supporting documentation.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Eliminate No-So Drive Lane
Description:
Explanation: Eliminate pavement section along eastern edge of base contract area - Approx 6000 SY Deduct 24" Stabilized Subgrade
Deduct 12" Lime Rock Base Course Deduct 8.5" Asphalt Pavement Section
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | (96.00) | $ (7,281.60) |
Laborer | $ 40.13 | (96.00) | $ (3,852.48) |
Operator | $ 44.00 | (224.00) | $ (9,856.00) |
Driver | $ 33.83 | (72.00) | $ (2,435.76) |
Subtotal - Labor: | $ (23,425.84) |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | $ - | |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | $ - | |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | (72.00) | $ (3,991.68) |
Grader - Komatsu GD655 | $ 88.47 | (40.00) | $ (3,538.80) |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | (72.00) | $ (6,443.28) |
Dirt Roller - IR SD122 | $ 63.87 | (40.00) | $ (2,554.80) |
Dirt Roller - Rammax Trench Roller | $ 64.11 | $ - | |
Water Truck | $ 33.74 | (72.00) | $ (2,429.28) |
Skid Steer | $ 46.95 | $ - | |
FM Pickup/Tool Truck | $ 23.14 | (96.00) | $ (2,221.44) |
Mason Truck/Rack Truck | $ 30.00 | $ - | |
Subtotal -Equipment: | $ (21,179.28) |
Material Costs | Unit Rate | Qty | ||
Bank Run Shell | $ 10.00 | /ton | (2,892.00) | $ (28,920.00) |
Lime Rock Base Aggregate | $ 11.00 | /ton | (3,976.50) | $ (43,741.50) |
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
Subtotal- Materials | $ (72,661.50) |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | ||
Asphalt Subcontractor | $ 39.19 | /sy | (6,025.00) | $ (236,119.75) |
Mixer Rental | $ 350.00 | /hr | (17.40) | $ (6,090.00) |
Shoot Prime Subcontractor | $ 0.75 | /sy | (6,025.00) | $ (4,518.75) |
Haul - Lime Rock | $ 9.80 | /ton | (3,976.50) | $ (38,969.70) |
Haul - Shell | $ 2.65 | /ton | (2,892.00) | $ (7,663.80) |
$ - | ||||
$ - | ||||
Subtotal - Subs/Rental/Haul: | $ (293,362.00) |
Notes: | Sales Tax | $ (5,086.31) |
Labor rates include burden i.e. payroll taxes, insurances, etc. Equipment Rates are based Blue Book Monthly Rate/176 hours plus operating cost. | 5% Fee | $ (20,531.43) |
Sales Tax is included for materials only. | ||
5% Fee is based on Specification Section 11.07 (C),2,e | Total Credit: | $ (436,246.36) |
PROPOSED 6" THICK WHITE PAINT STRIPING (TYP.)
23
1
DELMONTE WAY
620 LF TYP 'K' T MPORARY CONCRETE BARRIER PER FDOT INDEX #102-100
PROPOSED ASPHALT
4.543 AC
PROJECT LIMITS
PROPOSED ASPHALT
0.108 AC
EXISTING TIDAL DITCH MHW = 0.37
MLW = -1.17
ZONE AE (EL. 8.00) ZONE X
EASTERN DRIVE LANE
21
100
EXISTING WAREHOUSE 11
NOTE: SEE ELECTRICAL PLANS FOR LOCATIONS AND DETAILS OF ALL PROPOSED ELEVATED CONCRETE SLABS FOR ELECTRICAL EQUIPMENT
NOTE: CONTRACTOR SHALL PHASE CONSTRUCTION AND PAVING ACTIVITIES TO MAINTAIN VEHICULAR ACCESS AT ALL TIMES FOR PORT OPERATIONS THROUGHOUT THE ENTIRE DURATION OF CONSTRUCTION ACTIVITIES.
22
2
PARCEL ID:
ADDRESS:
18
19
40'
12'
69'
STR:
24
25
LEGEND
- PROPOSED ASPHALT PAVEMENT (BASE BID)
1
SITE DATA TABLE
2062500158
610 SOUTHPORT BLVD,
PALMETTO, FL 34221
12/33S/17E
20
PROPOSED CURB (SEE DETAIL, SHEET C-115); CURB TO BE PAINTED TRAFFIC SAFETY YELLOW (TYP. OF ALL PROPOSED CURB).
2
PROPOSED HIGH MAST LIGHTS (TYP. OF 11, SEE ELECTRICAL PLANS)
200
BASELINE OF CONSTRUCTION
ZONE X
BERTH 12 EXTENSION
1
ZONE X
ZONE AE (EL. 9.00)
Paving not in contract 1.25 ac (54230 SF)
PROJ. SITE: ZONING:
FUTURE LAND USE:
OVERLAYS:
ZONING
17.45 AC 1
PDPM
IL (INDUSTRIAL-LIGHT) MANUFACTURING
DEVELOPMENT OVERLAY COASTAL PLANNING AREA (CPA) COASTAL HIGH HAZARD AREA (CHHA)
COASTAL EVACUATION AREA (CEA)
15
16
17
ZONE AE (EL. 10.00)
ORDINANCE: PDPM-05-45(Z)(G)
NOTE: ALL DISTURBED AREAS TO BE SODDED
14
ZONE VE (EL. 10.00)
ZONE AE (EL. 10.00)
LAND USE: INTERMODAL TERMINAL
LOWER TAMPA BAY
PROJECT LIMITS
AC
DENSITY/INTENSITY MAX FAR: 0.50
300
LOT STANDARDS/SETBACKS
13
1 FRONT (FT): N/A
SIDE (FT):
REAR (FT):
N/A N/A
12
4
3
EXISTING POND
HEIGHT (FT): 200
1
PARKING
1 SPACE PER 0 NEW EMPLOYEES
10
11
ZONE AE (EL. 10.00)
ZONE AE (EL. 9.00)
1
2
WETLANDS
EMPLOYEE:
FLOODPLAIN PANEL:
ZONE AE:
(TRUCK PARKING ONLY)
12081C0018E & 12081C0014E EFF. 3/17/2014
ELEV. 10 FT NAVD 88
MOFFATT & NICHOL MARINE ENGINEERING AND PLANNING
S & ME, INC.
GEOTECHNICAL ENGINEERING SERVICES
AXIS GEOSPATIAL SE, LLC PHOTOGRAMMETRIC MAPPING
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Construct 24” Stabilized Subgrade in (1) Lift in lieu of (2) Lifts Crisdel Quote No 17208E
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to construct the 24” stabilized subgrade in (1) lift in lieu of (2) lifts. Our lump sum deductive proposal for this work is ($89,701.00) in accordance with the attached supporting documentation.
Clarifications:
Proof-rolling to be completed after cutting subgrade prior to blending.
Even though Stabilized Subgrade will be constructed in one 24” lift, LBR’s and Densities will be checked at Top of Stabilized subgrade and 12” Down from top of Stabilized subgrade.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Construct 24" Stabilized Subgrade in (1) Lift
Description:
Explanation: Eliminate (1) Step of Excavation, Mixing, Rehandling, Regrading and Recompacting of lower lift of stabilized subgrade see attached sketch
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | (264.00) | $ (20,024.40) |
Laborer | $ 40.13 | (264.00) | $ (10,594.32) |
Operator | $ 44.00 | (464.00) | $ (20,416.00) |
Driver | $ 35.50 | (424.00) | $ (15,052.00) |
Subtotal - Labor: | $ (66,086.72) |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | $ - | |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | $ - | |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | (224.00) | $ (12,418.56) |
End Dump Off Rd - John Deere 300D | $ 111.26 | (320.00) | $ (35,603.20) |
Grader - Komatsu GD655 | $ 88.47 | $ - | |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | (112.00) | $ (10,022.88) |
Dirt Roller - IR SD122 | $ 63.87 | (128.00) | $ (8,175.36) |
Dirt Roller - Rammax Trench Roller | $ 64.11 | $ - | |
Skid Steer | $ 46.95 | $ - | |
Water Truck | $ 33.74 | (104.00) | $ (3,508.96) |
FM Pickup/Tool Truck | $ 23.14 | (264.00) | $ (6,108.96) |
Mason Truck/Rack Truck | $ 30.00 | $ - | |
Subtotal -Equipment: | $ (75,837.92) |
Material Costs | Unit Rate | Qty | |||
Bank Run Shell | $ 10.00 | /ton | 2,665.00 | $ 26,650.00 | |
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
$ - | |||||
Subtotal- | Materials | $ 26,650.00 |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | ||
Haul - Shell | $ 2.65 | /ton | 2,665.00 | $ 7,062.25 |
Mixer Rental | $ 350.00 | /hr | 60.00 | $ 21,000.00 |
$ - | ||||
$ - | ||||
$ - | ||||
- | $ - | |||
Subtotal - Subs/Rental/Haul: | $ 28,062.25 |
Notes: | Sales Tax | $ 1,865.50 |
Labor rates include burden i.e. payroll taxes, insurances, etc. Equipment Rates are based Blue Book Monthly Rate/176 hours plus operating cost. | 5% Fee | $ (4,360.62) |
Sales Tax is included for materials only. | ||
5% Fee is based on Specification Section 11.07 (C),2,e | Total Credit: | $ (89,707.51) |
COMPUTATION SHEET DESCRIPTION
CLIENT
Port Manatee
24" STABILIZED SUBGRADE
JOB NUMBER
17208
SCALE
NTS
JOB NAME
Intermodal Expansion
COMPUTED BY
RG DATE
06/16/2020
JOB LOCATION PAGE
1 OF 1
ALTERNATE 24" STABILIZED SUBGRADE CONSTRUCTED IN ONE LIFT
ADD 8" STABILIZER MIX AND GRADE TO 24" IN A SINGLE LIFT
16"
24"
EXCAVATE/CUT SUBGRADE DOWN 8"
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Reduced Electrical Demolition Crisdel Quote No 17208F
Dear Mr. Isiminger:
As per your request, Crisdel Group, Inc. is pleased to provide the following deductive change order proposal to reduce the electrical demolition. Demolition of existing underground electric will be limited to only what is needed to enable construction of the new facilities Our lump sum deductive proposal for this work is (90,000.00) in accordance with the attached supporting documentation.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
Reduced Eelectrical Demoltition
Description:
Explanation: Credit for eliminating demolition of electrical conduits & duct banks
In Lieu of complete removal of all existing underground. Contractor will only remove conduits/duct abnks which are conflict with proposed underground improvements otherwise conduits and duct banks will be abandoned in place.
Labor | Hrly Rate | Manhours | |
General Foreman | $ 75.85 | $ - | |
Laborer | $ 40.13 | $ - | |
Operator | $ 44.00 | $ - | |
Driver | $ 33.83 | ||
Subtotal - Labor: | $ - |
Equip | Hrly Rate | Equip Hrs | |
Hyd Excavator - Komatsu PC 308 | $ 118.92 | $ - | |
Hyd Excavator - Komatsu PC 228 | $ 101.23 | $ - | |
Hyd Excavator - Komatsu PC 138 | $ 77.10 | $ - | |
Front End Loader - Komatsu WA 320 | $ 55.44 | $ - | |
Grader - Komatsu GD655 | $ 88.47 | $ - | |
Dozer - Komatsu D65 | $ 121.21 | $ - | |
Dozer - Komatsu D51 | $ 89.49 | $ - | |
Dirt Roller - IR SD122 | $ 63.87 | $ - | |
Dirt Roller - Rammax Trench Roller | $ 64.11 | $ - | |
Skid Steer | $ 46.95 | $ - | |
FM Pickup/Tool Truck | $ 23.14 | $ - | |
Mason Truck/Rack Truck | $ 30.00 | $ - | |
Subtotal -Equipment: | $ - |
Material Costs | Unit Rate | Qty | ||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
$ - | ||||
Subtotal- | Materials | $ - |
Sub/Rentals/Hauling Cost | Unit Rate | Qty | |
Electrical Subcontractor - Orirignal Demo Cost | $ 115,260.00 | (1.00) | $ (115,260.00) |
Electrical Subcontractor - Revised Demo Cost | $ 29,545.00 | 1.00 | $ 29,545.00 |
- | $ - | ||
Subtotal - Subs/Rental/Haul: | $ (85,715.00) |
$ (90,000.75)
Total Credit:
$ (4,285.75)
5% Fee
-
$
Sales Tax
Notes:
Labor rates include burden i.e. payroll taxes, insurances, etc.
Equipment Rates are based Blue Book Monthly Rate/176 hours plus operating cost. Sales Tax is included for matwrials only.
5% Fee is based on Specification Section 11.07 (C),2,e
July 10, 2020
Manatee County Port Authority
Department of Engineering, Planning & Environmental Affairs 300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
George F. Isiminger, P.E.
Senior Director and Port Engineer
RE: Intermodal Cargo Yard Expansion
Deductive CO Proposal – Alternate Asphalt Pavement Binder Crisdel Quote No 17208G R1
Dear Mr. Isiminger:
As per our discussions, Crisdel Group, Inc. is pleased to offer the following proposal for an alternate asphalt pavement binder for the proposed pavement. Our proposal is based on the base contract pavement area exclusive of the North-South Drive Lane or approximately 8.18 Acres of pavement area. The pavement sections are as follows:
Current Pavement Section: 8.5” of SP12.5E w/76-22 Binder
Alternate Pavement Section: 2.5” of SP12.5E w/76-22 Binder & 6” of SP12.5E w/67-22 Binder
The value of this deductive proposal would be $115,721.00. This alternate section maintains the pavement thickness as originally specified but eliminates the use of the high performance asphalt binder in the lower asphalt structure courses. We would ask that Stantec review this proposal and either concur or negate the feasibility.
Upon your review, should you require any further additional information, please feel free to contact our office.
Very truly yours, CRISDEL GROUP, INC.
Raul Gonzalez
Project Executive/Area Manager (FL)
RG/rg enclosures
AGENDA ITEM 3: BERTH REHAB CONSTRUCTION AWARD
BACKGROUND:
On May 17, 2018, the Authority approved Professional Services Authorization (PSA) No. 18-05 to RS&H, Inc., for inspection of certain berths, design of repairs and bidding and construction phase services. On June 16, 2020, the bid documents prepared by RS&H were published for improvements to berths 6, 7, 8 and 10. A bid opening was held on July 17, 2020, with Midcoast Construction Enterprises LLC the lowest, responsive bidder in the amount of $3,131,655.The engineer of record recommends a contingency of up to $250,000 for any necessary change orders based on unforeseen conditions.
ATTACHMENT:
Bid tabulation
Contract documents will be provided for Chair signature when all documents are received
COST AND FUNDING SOURCE:
FDOT proceeds of $2,348,741.25 or 75% and Port cash of $782,913.75 or 25% and if needed for unforeseen conditions up to $187,500 FDOT and $62,500 Port.
CONSEQUENCES IF DEFERRED:
Delay in project commencement
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the contract between the Manatee County Port Authority and Midcoast Construction Enterprises LLC in the amount of $3,131,655 for berths 6, 7, 8 and 10 improvements, subject to receipt of all contract documents and FDOT approval, and authorization for the Executive Director to enter into any necessary change orders based on unforeseen conditions for an amount up to $250,000.
Tabulation Sheet 2020 Wharf & Wall Repairs
Tabluation with Additive Options Additive Alternate
Company Name | Phone | A1 | AA1 | AA2 | AA3 | AA4 | AA5 | AA6 | AA7 | AA8 | Total |
Orion Marine Construction Inc | (813) 839‐8441 | $2,602,433.00 | $155,756.00 | $16,052.00 | $16,975.00 | $153,134.00 | $27,606.00 | $104,239.00 | $90,760.00 | $164,192.00 | $3,331,147.00 |
Midcoast Construction Enterprises LLc | (727) 800‐5512 | $1,677,491.00 | $146,935.00 | $332,511.00 | $18,320.00 | $398,185.00 | $17,785.00 | $97,740.00 | $101,488.00 | $341,200.00 | $3,131,655.00 |
0 | |||||||||||
0 | |||||||||||
0 | |||||||||||
A1 Lump Sum Bid Price for Base Bid at Berth 6
AA1 Additive Alternate 1‐ Lump sum price for polymer grout at Berth 6
AA2 Additive Alternate 2‐ Lump sum price for pile and pile cap repairs at Berth 7 ‐ East Gantry Tower AA3 Additive Alternate 3‐ Lump sum price for polymer grout at Berth 7 ‐ East Gantry Tower
AA4 Additive Alternate 4‐ Lump sum price for pile and pile cap repairs at Berth 7 ‐ West Gantry Tower AA5 Additive Alternate 5‐ Lump sum price for polymer grout at Berth 7 ‐ West Gantry Tower
AA6 Additive Alternate 6‐ Lump sum price for SSP repairs and polymer grout between Berths 6 & 7. Not to exceed quanity of grout (pounds) AA7 Additive Alternate 7‐ Lump sum price for SSP repairs and polymer frout adjacent Berth 8. Not to exceed quality of grout (pounds)
AA8 Additive Alternate 8‐ Lump sum price for SSP repairs, polymer grout, rail repairs and earth work adjacent Berth 10. Not to exceed quantity of grout (pounds)
1 of 1 Wharf & Wall Repairs 7/17/2020
AGENDA ITEM 4.: BERTH 4 EXTENSION PROFESSIONAL SERVICES
BACKGROUND:
On June 16, 2020, approved the selection of Stantec Consulting Services Inc. and team for the professional services including design, permitting, construction and monitoring phase of Berth 4 Extension. At this time, the parties have negotiated a professional services agreement for the design and permitting of Berth 4 and negotiated a price of $2,078,936.63.
ATTACHMENT:
Port Manatee Professional Services Contract Berth 4 Extension Improvements and Mitigation Port Manatee Professional Services Agreement 20-01
COST AND FUNDING SOURCE:
FDOT funding in the amount of $1,559,202.47 or 75% and Port cash in the amount of
$519,734.16 or 25%
CONSEQUENCES IF DEFERRED:
Delay in project commencement
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the contract between the Manatee County Port Authority and Stantec Consulting Inc. for the design, permitting, construction and monitoring phase of Berth 4 Extension, subject to FDOT approval and approve and authorize the Chairman to execute Professional Services Agreement 20-01 between the Manatee County Port Authority and Stantec Consulting Inc. in the amount of $2,078,936.63 for the design and permitting of Berth 4 Extension, subject to FDOT approval.
Port Manatee Professional Services Contract Berth 4 Extension Improvements and Mitigation
MANATEE COUNTY PORT AUTHORITY,
a political entity of the State of Florida, with offices located at Port Manatee, 300 Tampa Bay Way, Palmetto, FL 34221, hereinafter referred to as the "Authority", and
Stantec Consulting Services Inc.,
a professional services firm, with its principle place of business located at 6900 Professional Parkway East Sarasota, Fl 34240, hereinafter referred to as the "Consultant," for and in consideration of the mutual covenants of this Contract and other good and valuable consideration hereby agree as follows:
ARTICLE 1. CONTRACT DOCUMENTS: This Contract consists of this document including attachments, the RFQ, and Consultant's response to the RFQ, as if all components were set forth herein verbatim. In the event of a conflict between the terms and conditions provided in this document including the attachments and the RFQ or response, the provisions in this document will prevail. No amendment will be effective until and unless reduced to writing and executed by the Parties.
To the extent that the incorporated proposal addresses any terms inconsistent with the terms of this main Contract document, the inconsistent proposal terms do not apply.
ARTICLE 2. SCOPE OF SERVICE: The Consultant will provide services as described in Attachment A: Professional Services Proposal, dated July 17, 2020.
The Consultant shall perform all services in accordance with generally accepted professional standards. No other warranty, express or implied, is made or intended. The Consultant shall perform all services as expeditiously as is consistent with professional skill and care and the orderly progress of the work. All work of any kind must conform to and be in compliance with, and the consultant shall be familiar with applicable codes, laws, ordinances, regulations and restrictions, guidelines, standards, procedures and directives.
The Consultant recognizes that funding for this project is being made from the Florida Department of Transportation (the "FDOT"), pursuant to Grant Agreement, Financial Project Number 433457-1-94-05, Contract Number G1946, for Berth 4 Extension Investigation (the "Grant"). Consultant has reviewed the Grant and agrees to comply with all of the requirements under the Grant and complete the Engineer's Certification of Compliance to the Department if required by the Authority or FDOT. Failure of the Consultant to comply with any provision of the Grant will be grounds for immediate termination of this Contract and potential liability to the Port for loss of grant money.
ARTICLE 3. COMPENSATION: The Authority shall pay the Consultant for services performed or rendered for the Authority pursuant to the terms of this Contract the amount applicable to the portion of the services completed pursuant to the Contract, including but not limited to the related reimbursable expenses if applicable. The amount of compensation paid to the Consultant shall in no event exceed the amount set forth in the Contract. The amount of per diem and travel expenses paid by the Authority to the Consultant must be limited to the extent set forth in Section 112.061 of the Florida Statutes if applicable. Payment may be made by the Authority to the Consultant based upon invoices or statements periodically (but no more than once a month) and timely submitted by the Consultant to the Authority that sufficiently document, itemize, and report all compensation expenses claimed. Recognizing that the Authority is a public entity, the Consultant shall provide all of the necessary documents and records to the Authority, the Clerk of the Circuit Court of Manatee County, Florida on behalf of the Authority, and to any independent auditor of the Authority upon request, using forms as provided by the Authority, as necessary pursuant to acceptable accounting standards applicable to public bodies and to provide the necessary audit trail and justification for the Authority paying said compensation and expenses.
Compensation to the Consultant will be computed based on the percentage completed of each task listed in Attachment A: Professional Services Proposal and the total value of each task set forth in Attachment A: Professional Services Proposal. Said compensation will be the total compensation for the services and must contain all costs to include salaries, office operation, transportation, equipment, overhead, general and administrative, incidental expenses, fringe benefits and operating margin.
"Task," as used in the Contract, refers to particular categories/groupings of services.
ARTICLE 4. REIMBURSABLE EXPENSES: All costs of providing the Scope of Services will be the responsibility of the Consultant with no separate reimbursement by the Authority for any direct costs.
ARTICLE 5. SUBCONTRACTORS AND SUBCONSULTANTS: The Consultant may not
sublet, assign or transfer any work under this Contract to another associated firm, a subcontractor or a Subconsultant without the prior written consent of the Authority in an amendment to the Contract or PSA. The Consultant shall require all associated professional consultant firms, subcontractors and Subconsultants to adhere to the appropriate provisions of this Contract and the utilization of any such associated professional consultant firm, subcontractor or Subconsultant by the Consultant will not relieve the Consultant from any liability or responsibility to the Authority pursuant to the provisions of this Contract or any duly executed PSA.
ARTICLE 6. AUTHORIZATION OF OPTIONAL OR ALTERNATIVE PROFESSIONAL
SERVICES: No work is guaranteed under this Contract. The Consultant shall provide services described in Attachment A: Professional Services Proposal as optional or alternative only after receipt of written specific authorization from the individual or individuals authorized pursuant to the "Contract Administration" section of this Contract.
ARTICLE 7. AUTHORIZATION OF ADDITIONAL PROFESSIONAL SERVICES: The
Consultant shall provide additional services covered by the scope of the referenced applicable Request for Qualifications (RFQ) and beyond the initial Scope of Services of this Contract only after receipt of a written Professional Services Authorization (PSA) issued in accordance with this Contract in the attached form. PSAs must be signed by the Consultant and the Authority and will constitute supplemental agreements entered into under the terms and conditions of this Contract.
Each PSA must establish the following:
Identification of the contract to which the PSA is subject and statement that the services are subject to the identified contract;
A PSA number;
A title for the project;
A general description of the purpose of the work;
A clear and concise description of each item of the scope of the services to be performed in sufficient detail to reasonably assure both Parties as to the extent and cost of each service to be performed;
The scope items to which a lump sum fee applies and the total compensation that will be paid to the Consultant by the Authority for completion of the project services;
The scope items to which time charges apply and the maximum total compensation amount to which they are limited for each scope item;
The maximum total amount to which reimbursement of related expenses is limited;
Deliverables;
The committed date of completion of the services, with intermediate milestone dates where appropriate;
Subconsultants to be utilized, the scope items in which they will be involved, and the above-referenced fees and expenses attributable to them;
Any additional details that may be required to describe the duties and obligations of the Parties with respect to a particular PSA;
A designated person to act on the Consultant's behalf on all matters concerning the PSA; and
Reference to any applicable grants used to fund the work and its requirements.
The Executive Director of Port Manatee may approve on behalf of the Authority additional services PSA where the total project's fee, reimbursable expenses and other compensation to the Consultant do not exceed the threshold amount set forth in the Manatee County Port Authority Procurement Policy, as amended from time to time. Any single PSA in excess of the specified threshold amount may not be effected, unless and until the document has been approved by the Authority and signed on behalf of the Authority. The PSA may not be purposefully divided to increase the delegated authority provided to the Executive Director.
The Parties shall negotiate in good faith the terms of each proposed additional services PSA. If the Parties are not able to negotiate in good faith the terms of a particular proposed PSA, no services shall be performed by the Consultant in reliance thereon.
Consultant is expected to identify and include, or expressly exclude, all services in the applicable engineering disciplines that would be reasonably expected to be necessary to complete the project. Additionally, services reasonably expected include those services potentially necessary depending on known factors that have yet to be resolved and those services reasonably expected are to be identified with the fee for such services subject to resolution. All reasonably expected services not expressly excluded, even if not specifically expressed, will be required without additional fees.
Consultant acknowledges and agrees that time is of the essence with respect to its performance under this Contract and any PSA.
If the project described in any PSA is suspended, canceled, or abandoned by the Authority, without affecting any other PSA or this Contract, the Consultant must be given seven (7) calendar days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment.
Port Authority approval of the Contract and any related PSA is subject to FDOT approval pursuant to terms of the applicable grants.
ARTICLE 8. AUTHORITY COOPERATION: The Authority shall, at its sole cost, furnish to the Consultant all reasonably available books, plans, records, studies and other documents and information in the possession of the Authority to assist the Consultant in performing services pursuant to this Contract. The Authority does not warrant the accuracy or completeness of the information authored by third parties. The Consultant is responsible for independently verifying the information contained in the documents provided.
ARTICLE 9. PROPERTY OF THE AUTHORITY: All reports, studies, plans, specifications, maps and data prepared or obtained by the Consultant pursuant to any duly executed PSA must become the property of the Authority and must be made available to the Authority upon request at any reasonable time, including all finished or unfinished documents and other data prepared or obtained by the Consultant upon the termination of this Contract in whole or in part. Documents shall be provided in original searchable electronic format (as opposed to scanned with OCR).
Consultant may not be held liable for the accuracy or reliability of any partially completed work clearly identified as partially completed and delivered in accordance with this provision. The Consultant will have the right to retain reproducible copies of said documents or other data. Any reuse of said documents or other data by the Authority without written verification or adaptation by the Consultant for the specific use intended will be at the sole risk of the Authority and without liability or legal exposure to the Consultant.
ARTICLE 10. CONTRACT ADMINISTRATION: The Authority hereby authorizes the Executive Director of Port Manatee to administer the terms and conditions of this Contract on behalf of the Authority and to make all managerial decisions on behalf of the Authority as they relate to the provisions of this Contract. The Executive Director has the authority to transmit instructions, receive information, interpret and define the policy of the Authority and decisions pertinent to services covered by this Contract. The Executive Director has the right from time to time to designate such other employee of the Authority as the Executive Director may deem advisable to perform administrative and managerial functions as they relate to provisions of this Contract.
For the purposes of this Contract, the Senior Director and Port Engineer, Department of Engineering, Planning and Environmental Affairs, is the designated Contract Manager.
For the purposes of this Contract, Michael Burton is designated as the person to act on the Consultant's behalf on all matters concerning this Contract.
ARTICLE 11. NOTICE: Any notice or other writings permitted or required to be delivered under the provisions of this Contract must be in writing and be delivered by sending the notice by personal delivery, electronic mail, U.S. regular mail, or U.S. express mail in any event with sufficient postage affixed, and addressed as follows:
If to Authority:
Manatee County Port Authority 300 Tampa Bay Way Palmetto, FL 34221
Attention: Executive Director Email: cbuqueras@portmanatee.com
If to Consultant:
Michael Burton (Senior Principal) Stantec Consulting Services Inc. 6900 Professional Parkway East Sarasota, FL 34240
Either party may change said address by notice in writing to the other party in the manner provided in this Contract.
ARTICLE 12. ACCESS TO THE PORT: Access to Port Manatee is controlled pursuant to seaport security requirements that change from time to time to comply with applicable governing laws, rules and regulations. The Consultant is responsible for compliance with all of the applicable seaport security requirements, including obtaining Transportation Worker Identification Credentials (TWIC) as necessary for access to the Port to perform the services pursuant to this Contract. Port Manatee Security Access Control at (941) 722-6455 is the appropriate contact for information on the latest requirements. Escorts needed due to lack of TWIC credentials will not be provided by the Authority.
ARTICLE 13. AUTHORITY REPRESENTATIONS: The Authority owns and operates public seaport facilities in northwest Manatee County, Florida, known as "Port Manatee."
The Authority conducted public announcement, qualification, competitive selection and competitive negotiation procedures for this contract in accordance with Section 287.055 of the Florida Statutes, the Consultants' Competitive Negotiation Act (CCNA). The request for proposals (RFQ-2-1-2020/GI, Berth 4 Extension Improvements and Mitigation) (the "RFQ") was publicly advertised on May 11, 2020. (2) submittals were received by the deadline, including the Consultant's submittal. The submittals were opened on June 10, 2020. An Evaluation Committee met publicly on June 12, 2020, and reached consensus on the short lists. The Authority certified the short-listed firms, which included the Consultant, as qualified and authorized negotiation of the contract at its June 16, 2020, public meeting.
The Authority has determined that it is necessary, expedient, and in its best interest to enter into this Contract with the Consultant for the performance of professional consulting services in connection with Port Manatee.
ARTICLE 14. CONSULTANT REPRESENTATIONS: The Consultant submitted and stands behind its submittal in response to the above RFQ as accepted into the record of the Authority on June 10, 2020, with the knowledge that the Authority is relying thereon as an inducement for entering into this Contract. The Consultant acknowledges that the Authority also relied upon the Consultant's representations identified in this Contract as an inducement for entering into this Contract.
The Consultant is legally authorized to and, by capacity and experience, is qualified to perform and render all of the professional consulting engineering services identified in this Contract and the professional qualifications of the Consultant was material inducement for the Authority to enter into this Contract with the Consultant.
The Consultant, in representing the Authority, shall promote the best interest of the Authority and assume towards the Authority a responsible professional relationship consistent with mutual confidence and fair dealing between Consultant and the Authority.
The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract and that is has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bona fide employee working for the Consultant any fee, commission, percentage, gift, or any
other consideration, contingent upon or resulting from the award or making of this Contract. Consultant represents that it has complied with the provision of Section 287.055(6) of the Florida Statutes.
The Consultant currently has no potential or actual conflict of interest with respect to providing professional services to the Authority. The Consultant agrees to notify the Authority in writing of any commitments during the term of this Contract which may constitute a potential or actual conflict of interest with respect to the professional services to be performed for the Authority. The Consultant agrees that it must not knowingly engage in any contractual or professional obligations that create an appearance of a conflict of interest with respect to the service provided pursuant to this Contract.
ARTICLE 15. PROFESSIONAL SERVICES AUTHORIZATIONS FOR ADDITIONAL
SERVICES: If the Parties are not able to negotiate in good faith the terms of a particular proposed additional services PSA, the Authority reserves the right, without prejudice to this Contract, to negotiate for the performance of said services by another qualified firm.
The Authority reserves the right to enter into contracts with other firms for similar services and negotiate with separate firms for separate parts of a single project. The Consultant is not promised or guaranteed any amount of additional work or fees as part of this Contract.
ARTICLE 16. SUPPLEMENTAL SERVICES: It is the intention of this Contract to provide for the performance and rendering of professional consulting services supplemental to any professional consulting services rendered or performed by any other consultant for the Authority.
ARTICLE 17. TERMINATION: The Contract remains effective until the work identified in Attachment A and any PSA is completed or the Contract is otherwise terminated.
If the Authority determines that the Contract should be terminated based on the Consultant's performance, it may terminate the Contract or make such modification to this Contract as the Authority may deem appropriate and to which the Consultant may agree. If the Authority determines that the performance of the Consultant is not satisfactory, the Authority may: 1) immediately terminating the Contract, or 2) notifying the Consultant of the deficiency with a requirement that the deficiency be corrected within a specified time otherwise the Contract will be terminated at the end of specified time. The Consultant will be paid only for that work satisfactorily performed for which costs can be substantiated. All work in progress will become the property of the Authority and will be promptly delivered to the Authority by the Consultant.
This Contract may be terminated in its entirety by either party giving at least 30 calendar days prior written notice to the other party. If the Contract is terminated, the Consultant must continue to perform for the remaining 30-day time period in accordance with all previous issued PSAs, except to the extent Consultant is directed by Authority in writing to cease performance of any or all such previously issued PSAs. The Consultant will be entitled to compensation for all services rendered or performed on outstanding PSAs through the date of the termination together with all costs and expenses incurred in connection therewith, but the Consultant will not be entitled to any other or further recovery against the Authority, including, but not limited to,
anticipated fees or profit on services not required to be performed. The Authority shall determine that portion of the fee earned for any incomplete PSA based on the ratio of such part of the PSA that has been completed relative to the entire PSA. Any such determination must be made in the Authority's sole discretion.
The Consultant will be considered in material default of this Contract and such default will be considered cause for the Authority to terminate this Contract, in whole or in part, for any of the following reasons: (a) failure to begin services authorized under any particular PSA within the time specified in that PSA, or (b) failure to properly and timely perform the services required hereunder or as directed by the Authority, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by Consultant or by any of Consultant's principals, partners, officers or directors, or (d) failure to provide access to public records, or (e) failure to comply with the Grant or grant requirements, if project funding is through a grant, or (f) having been found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel, or (g) failure to obey and comply with any applicable laws, ordinances, regulations, agency agreements or other codes of conduct, or (h) Consultant otherwise materially breaches this Contract. In any such event, the Authority may terminate this Contract, in whole or in part, by giving Consultant seven (7) calendar days' written notice. In the event of any such termination, the Authority will not be obligated to make any further payments to Consultant until such time as the Authority has determined all direct costs, expenses, losses and damages which the Authority may have incurred as a result of such default by Consultant, whereupon the Authority will be entitled to set off all costs, expenses, losses and damages so incurred by the Authority against any amounts due Consultant for services properly performed.
ARTICLE 18. MILESTONES: Milestones and related deadlines are shown in Attachment A: Professional Services Proposal. Work not completed by its deadline will be deemed unsatisfactorily performed for the purposes of applying the standard in the Termination section. The authorization of optional scope items will not delay or extend any milestone or deadline in any way.
ARTICLE 19. QUALITY OF PROFESSIONAL CONSULTING SERVICES: The services
must be performed by the Consultant to the reasonable satisfaction of the Authority and all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Contract, any duly executed PSA, the prosecution fulfillment of the services in this Contract and the character, quality, amount and value thereof which cannot be settled by mutual agreement of the Parties will be settled by recourse to litigation under Florida law in the appropriate court in Manatee County, Florida.
ARTICLE 20. INDEMNIFICATION: To the greatest extent permitted by law, the Consultant shall indemnify, save and hold harmless the Authority, its officers, directors, employees, and agents from and against claims, causes of action, lawsuits, damages, judgments, losses and expenses, whether direct, indirect or consequential, including but not limited to, bodily injury, sickness, disease or death, personal injury, or injury to or destruction of tangible property, including loss of use, to the extent such claims are caused by the negligent or reckless acts or errors or omissions, or wrongful or willful acts by the Consultant, any Subconsultant or any other person or organization employed by Consultant to perform or furnish any of the services required hereunder, or anyone for whose acts any of them may be liable. This indemnity must include, but not be limited to, reasonable charges of engineers, attorneys, legal assistants, and other professionals, and costs of both defense and appeal in a court of law, or arbitration, or other tribunal, for any reason. This indemnification must also include claims, damages, losses and expenses, including reasonable attorneys', experts', and legal assistants' fees and costs, to the extent caused by infringement of patents or copyrights, or public record violations incident to providing the services required hereunder. It is specifically understood and agreed that this indemnification agreement does not cover or indemnify the Authority for its own negligence. It is the specific intent of the Parties that that this indemnification provision complies with section 725.08, Fla. Stat. It is further the specific intent and agreement of the Parties that all of the contract documents of any project for which the Consultant provided services be hereby amended to include this indemnification provision. Consultant expressly agrees that it will not claim, and waives any claim that this article violates section 725.06, Fla. Stat. or is unenforceable pursuant to section 725.06, Fla. Stat. This indemnification provisions shall include claims made by an employee of Consultant or any subconsultant again the Authority and the Consultant waives any entitlement to immunity under section 440.011, Fla. Stat. This Indemnification must survive completion or termination of this Contract. Nothing contained in this Agreement is intended to nor will it constitute a waiver of any immunity or limitation of liability the Authority may be entitled to under the doctrine of sovereign immunity or section 768.28, Fla. Stat.
To the fullest extent permitted by law, the Consultant shall indemnify and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Consultant an person employed or utilized by the Consultant in the performance of this Contract. This indemnification survives termination of this Contract.
Nothing contained in this paragraph is intended to nor will it constitute a waiver of the State of Florida and the Authority's sovereign immunity.
ARTICLE 21. INSURANCE: During the term of the Contract, the Consultant shall provide, pay for, and maintain with insurance companies satisfactory to the Authority, the types of insurance described in this Contract. All insurance must be from responsible insurance companies eligible to do business in the State of Florida. The required policies of insurance must be performable in Manatee County, Florida, and shall be construed in accordance with the laws of the State of Florida.
The Authority must be specifically included as an Additional Insured on the Consultant's Commercial General Liability, Umbrella Liability and Business Automobile Liability policies
and must also provide the "Severability of Interest" provision (a/k/a "Separation of Insured's" provision). The Authority's additional insured status should be extended to the Completed Operations coverage. ISO's standard "Blanket Additional Insured" will not be acceptable.
The Consultant shall deliver to the Authority, prior to the Authority issuing the PSA, properly executed "Certificate(s) of Insurance," setting forth the insurance coverage and limits required in this Contract. The Certificates must be personally, manually signed by the authorized representative of the insurance company(s) shown on the Certificate of Insurance. In addition, certified, true and exact copies of the insurance policies required in this Contract must be provided the Authority, on a timely basis, if requested by the Authority.
The Consultant shall take immediate steps to make up any impairment to any Aggregate Policy Limit upon notification of the impairment. If at any time the Authority requests a written statement from the insurance company(s) as to any impairment to the Aggregate Limit, the Consultant shall promptly authorize and have delivered such statement to the Authority.
The Consultant authorizes the Authority and/or the Authority's insurance consultant to confirm all information furnished to the Authority, as to its compliance with its Bonds and Insurance Requirements, with the Consultant's insurance agents, brokers, surety, and insurance carriers. The insurance coverage required of the Consultant must be primary to any insurance or self- insurance program carried by the Authority. The Authority's insurance or self-insurance programs or coverage must not be contributory with any insurance required of the Consultant in this Contract.
The acceptance of delivery to the Authority of any Certificate of Insurance evidencing the insurance coverage and limits required in the Contract does not constitute approval or agreement by the Authority that the insurance requirements in the Contract have been met or that the insurance policies shown in the Certificates of Insurance comply with the Contract requirements.
No work governed by this contract or occupancy of the premises owned or occupied by the Authority may commence at the site unless and until the required Certificate(s) of Insurance are in effect and the PSA and written Notice to Proceed are issued to the Consultant by the Authority.
The insurance coverage and limits required of the Consultant under this Contract are designed to meet the minimum requirements of the Authority. They are not designed as a recommended insurance program for the Consultant. The Consultant alone will be responsible for the sufficiency of its own insurance program. Should the Consultant have any question concerning its exposures to loss under this Contract or the possible insurance coverage needed therefore, it should seek professional assistance.
The Authority and its Tenants may continue to operate their businesses on the Authority's premises during the activities of the Consultant. No property used in connection with their activities may be considered by the Consultant's insurance company as being in the care, custody, or control of the Consultant.
Should any of the required insurances specified in this Contract provide for a deductible, self- insured retention, self-insured amount, or any scheme other than a fully insured program, and the insurance company providing the coverage will not agree in writing to pay the deductible or retention including the costs of defense as provided for in its policy without consideration of the deductible or retention in the settlement of insured claims, then the Consultant agrees, if required by the Authority, to provide, pay for, and maintain a surety bond acceptable to the Authority from an insurance company acceptable to the Authority (or a standby irrevocable Letter of Credit acceptable to the Authority) in the amount of the deductible or retention, guaranteeing payment of the deductible or retention. Said guarantee is to continue for four (4) years following completion of the Work.
All of the required insurance coverage must be issued as required by law and shall be endorsed, where necessary, to comply with the minimum requirements contained in this Contract.
Consultant shall give the Authority thirty (30) calendar days advance written notice of any cancellation, intent not to renew any policy and/or any change that will reduce the insurance coverage required in this Contract, except for the application of the Aggregate Limits Provisions.
Renewal Certificate(s) of Insurance must be provided to the Authority at least twenty (20) calendar days prior to expiration of current coverage so that there will be no interruption in the work due to lack of proof of the insurance coverage required of the Consultant in this Contract. If the Consultant fails to provide or maintain the insurance coverage required in this Contract at any time during the term of the Contract, the Authority may terminate or suspend this Contract.
If the Consultant utilizes contractors or sub-contractors to perform any work governed by this Contract, the Consultant will ensure all contractors and sub-contractors maintain the same types and amounts of insurance required of the Consultant. In addition, the Consultant will ensure that the contractors and sub-contractors insurances comply with all of the Insurance Requirements specified for the Consultant contained within this Contract. The Consultant shall obtain Certificates of Insurance comparable to those required of the Consultant from all contractors and sub-contractors. Such Certificates of Insurances must be presented to Authority prior to the subcontractor beginning work.
SPECIFIC INSURANCE COVERAGES AND LIMITS:
The Consultant must comply with all requirements in this Insurance Section in full unless excused from compliance in writing by the Authority. Limits may be modified by Professional Services Authorization (PSA). The amounts and types of insurance must conform to the following minimum requirements. Current Insurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, forms, and endorsements or broader must be used where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be acceptable to the Authority.
Workers' Compensation and Employers' Liability Insurance must be maintained in force during the term of this Contract for all employees engaged in this work under this Contract, in accordance with the laws of the State of Florida. The minimum acceptable limits are:
Workers' Compensation: Florida Statutory Requirements Employer's Liability: $1,000,000.00 Limit Each Accident
$1,000,000.00 Limit Disease Aggregate
$1,000,000.00 Limit Disease Each Employee
USL&H Coverage must be maintained by the Consultant if any of the work governed by this Contract or any of the Consultant's employees may be entitled to benefits specified in the United States Longshoremen and Harbor Workers (USL&H) Act (33 USC sections 901-950). The minimum acceptable limits under such coverage must be no less than $1,000,000.
Jones Act Coverage must be maintained by the Consultant if any of the work governed by this Contract involves the use of any watercraft (regardless of size). Such coverage must comply with the Federal Jones Act (46 U.S.C.A, subsection 688). The minimum acceptable limits under such coverage must be no less than $1,000,000.
Commercial General Liability Insurance must be maintained by the Consultant on the Full Occurrence Form. Coverage must include but not be limited to Premises and Operations, Personal Injury, Contractual Liability, Independent Contractors, Broad Form Property Damage, and Products & Completed Operations Coverage and may not exclude coverage for the "X" (explosion), "C" (collapse) and "U" (underground) Property Damage Liability exposures. Limits of coverage must not be less than:
Bodily Injury & Property Damage Liability: $1,000,000.00 Combined Single Limit each occurrence and aggregate.
Completed Operations Liability Coverage must be maintained by the Consultant for a period of not less than four (4) years following Final Completion and Acceptance by the Authority.
The use of an Excess and/or Umbrella policy will be acceptable if the level of protection provided by the Excess and/or Umbrella policy is no less restrictive then the Primary General Liability policy.
Business Automobile Liability Insurance must be maintained by the Consultant as to ownership, maintenance, use, loading and unloading of all owned, non-owned, leased or hired vehicles with limits of not less than:
Bodily Injury: $1,000,000.00 Limit Each Accident
Property Damage Liability: $1,000,000.00 Limit Each Accident or
Bodily Injury & Property Damage Liability: $1,000,000.00 Combined Single Limit Each Accident
Professional Liability Insurance must be maintained by the Consultant that will respond to claims arising out of any professional services provided by the Consultant. The minimum
acceptable limits of such coverage must be $2,000,000 per claim and in aggregate and must be maintained for a minimum of 4 years following the termination of this agreement.
The Consultant must maintain Watercraft Liability Insurance if any of the services provided by the Consultant or any of its sub-consultants require the use of any watercraft that is in excess of 26 feet in length. The minimum acceptable limits of such coverage must be $1,000,000.
The Consultant must maintain Aircraft Liability Insurance if any of the services provided by the Consultant or any of its sub-contractors require the use of any aircraft. The minimum acceptable limits of such coverage must be $1,000,000.
ARTICLE 22. PROFESSIONAL LIABILITY: The Consultant recognizes that the registered persons practicing engineering with the Consultant as provided in Chapter 471 of the Florida Statutes are not relieved from personal liability for their professional acts and each registered person practicing engineering with the Consultant who performs consulting engineering services for the Authority pursuant to this Contract or any particular PSA will be liable in accordance with section 471.023(3) of the Florida Statutes.
ARTICLE 23. LEGAL RESTRAINTS AND LIMITATIONS: The Consultant acknowledges that the Authority, as a unit of local government and as a subdivision of the State of Florida, is subject to controls, limitations, regulations and restraints imposed or administered pursuant to numerous applicable laws, ordinances, agreements, rules and regulations of federal, state, regional and certain local jurisdictions, governmental agencies or authorities. Additionally, the Consultant acknowledges that the Authority often receives grants and participates in grant or funding agreements from federal and state agencies. All services rendered or performed by the Consultant pursuant to any duly executed PSA will be in conformance therewith.
In performing services, Consultant must be responsible for identifying and assisting the Authority in obtaining all permits necessary to complete the services.
The Authority retains the Consultant only for the purposes and to the extent set forth in this Contract, and its relationship with the Authority will, during the term of this Contract, be that of an independent contractor. Consultant has discretion, subject to the requirement that it performs the services required in this Contract competently and professionally in accordance with the applicable professional standards and otherwise complies with the terms of this Contract, to select the means and methods of performing such services. In this regard, Consultant will be fully responsible for the employment, direction, supervision, compensation and control of any and all persons employed or retained by Consultant. Neither Consultant nor Consultant's contractors, subcontractors, consultants, Subconsultants, suppliers, experts or other persons or organizations retained or utilized by Consultant for the services required in this Contract will be considered by reason of the provisions of this Contract or otherwise as being an employee or agent of the Authority. Consultant shall comply with all workers' compensation, employers' liability and other Federal, State, and municipal laws, ordinances and regulations required of an employer performing services as contemplated in this Contract. Furthermore, Consultant is responsible for paying all income and employment taxes, and the Authority will not be responsible for collecting and/or paying withholding, FUTA, FICA and any other state or federal
taxes.
At all times during the performance of any of the services required hereunder, Consultant must comply with Title VII of the Civil Rights Act of 1964, as amended (45 C.F.R. Part 1010), and the Florida Civil Rights Act of 1992. Consultant may not discriminate in any form or manner against its employees or applicants for employment on the basis of race, color, national origin, religion, sex, age, handicap or marital status. Further, Consultant shall comply with all applicable rules, regulations or executive order promulgated to give effect to the Civil Rights Act of 1964, as amended.
In accordance with FDOT policy, projects funded with FDOT funding shall provide Disadvantaged Business Enterprises ("DBE") an opportunity to participate in the performance of the Contract. Consultant agrees to ensure that DBEs have the opportunity to participate in the performance of any Contract or PSA funded with FDOT funding and that Consultant shall take necessary and reasonable steps to ensure such opportunities. The Authority and its Consultant, Contractors, and subcontractors must not discriminate on the basis of race, color, national origin, or sex in the performance of any Contract or PSA funded with FDOT funding.
In the event that state or federal funding is involved, the Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant/sub-consultant during the contract term and require all of its sub-consultants performing work or providing services pursuant to this contract to do the same.
ARTICLE 24. LITIGATION AND ADMINISTRATIVE PROCEEDINGS: In the event the
Consultant is authorized by a duly executed PSA to become involved in litigation or administrative proceedings as a witness for the Authority or in any other professional assignment connected with litigation or administrative proceedings, the compensation or fee to the Consultant for such services will not be related to the findings of any court or administrative agency concerning the adequacy or inadequacy of the compensation or fee. The Authority will pay the Consultant compensation for said services in the manner set forth in the particular Authorization regardless of the decision in any such litigation or administrative proceedings.
ARTICLE 25. LEGAL QUALIFICATIONS AND ETHICAL CONSIDERATIONS: The
Consultant warrants it is duly permitted by the laws of the State of Florida to render engineering services in the State of Florida and that one or more of its officers and employees are duly registered as professional engineers in the State of Florida. The Consultant recognizes that in rendering or performing professional services pursuant to the provisions of this Contract, the Consultant is working for the residents of Manatee County, Florida, subject to public observation, scrutiny and inquiry and based upon said recognition, the Consultant shall in all of its relationships with the Authority pursuant to the provisions of this Contract conduct itself in accordance with all of the recognized applicable ethical standards set by any related national societies, and the reasonable traditions to perform services.
The Consultant acknowledges that the portion of its books and records related to its contracting activities with the Authority may become subject to inspection and copying under the Florida
Public Records Act. The Consultant agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to section 119.0701 of the Florida Statutes. The Consultant agrees, to the extent required by law, to:
keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Contract and meeting any grant agreement requirements;
provide the public with access to the public records under the same terms and conditions that the Authority, and Department of Transportation (DOT), if applicable, would provide the records and at a cost that does not exceed the cost provided for by law;
ensure that the public records that are exempt or confidential, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and
meet all requirements where retained public records and transfer, at no cost, to the Authority, and DOT, if applicable, all public records in possession of the Consultant, upon termination or completion of the Contract and destroy any duplicate public records that are exempt or confidential, or exempt from public record disclosure requirements.
Furthermore, the Consultant agrees that all records stored electronically will be provided to the Authority, and DOT, if applicable, in a format that is compatible with the information technology systems of the Authority, and DOT, if applicable. The Consultant shall promptly provide the Authority with a copy of any request to inspect or copy public records that Consultant receives and a copy of the Consultant's response to each request. The Consultant understands and agrees that failure to provide access to the public records will be grounds for unilateral cancellation of the Contract, its amendments, and PSAs.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE AUTHORITY AT (941) 722-6621; 300 TAMPA BAY WAY, PALMETTO, FL 34221; EMAIL: TDAUGHERTY@PORTMANATEE.COM.
Consultant has been made aware of the Florida Public Entity Crimes Act, § 287.133, Florida Statutes, specifically section 2(a), and the Authority's requirement that the Consultant has complied with it in all respects prior to and will comply with it in all respects during the term of this Contract.
Consultant has been made aware of the prohibition against contracting with scrutinized companies pursuant to Section 287.135, Florida Statutes, and the Authority's requirement that the Consultant has complied with it in all respects prior to and will comply with in all respect during the term of this Contract.
Consultant agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.0555(5), Florida Statutes.
ARTICLE 26. NO WAIVER OF SOVEREIGN IMMUNITY: Nothing in this Contract may be interpreted as a waiver by the Authority of its rights, including the limitations of the waiver of immunity, as set forth in Florida Statutes 768.28, or any other statutes, and the Authority expressly reserves these rights to the full extent allowed by law. This provision survives completion or termination of this Contract.
ARTICLE 27. SEVERABILITY: It is understood and agreed by the Parties that if any part, term or provision of this Contract is held to be illegal or in conflict with any law, the validity of the remaining portions or provisions will not be affected, and the rights and obligations of the Parties must be construed and enforced as if the Contract did not contain the particular part, term or provision held to be invalid.
ARTICLE 28. SUCCESSORS AND ASSIGNS: This Contract is binding on successors, assigns, and legal representatives of and persons in privity of contract with the Authority or Consultant. The Consultant may not sublet, assign, or transfer this Contract, any PSA or any other work specifically set forth under this Contract without the prior written consent of the Authority, which consent may be withheld in the Authority's sole discretion. This provision survives completion or termination of this Contract.
ARTICLE 29. JURISDICTION AND VENUE: The Contract is governed by and construed under the laws of the State of Florida. Venue for any action arising under the Contract lies exclusively in state courts in Manatee County, FL. Each Party consents to the jurisdiction of such court in any such civil action or legal proceeding and waives any objection to the aforeseaid laying of venue of any such civil action or legal proceeding in such court. This provision survives completion or termination of this Contract.
ARTICLE 30. INTERPRETATION: The Parties represent and warrant that they have entered into this Contract relying wholly upon their own judgment, belief, and knowledge of the nature, extent, effect, and duration of any actions, damages, and liability therefore. The Parties represent that they enter into this Contract without relying upon any statement or representation of the adverse parties other than what has been set forth in writing in this Contract. The Parties represent that they have had the opportunity to discuss this matter with counsel of their choosing and are satisfied with its counsel and the advice received. The Parties understand this Contract's contents and agree that this Contract may not be construed more strongly against any party to this Contract, regardless of who is responsible for its preparation or drafting. The Parties further declare and represent that no promise, inducement, agreement or understanding not expressed in this Contract has been made to an adverse party and that this Contract contains the entire agreement between the Parties hereto and that the terms of this Contract are contractual and not a mere recital. All the Parties drafted this Contract jointly, and no term, condition or provision of this Contract may be construed more strictly against any Party.
The captions and headings in this Contract are for convenience of reference only and in no way define or limit the scope or content of this Contract or in any way affect its provisions.
ARTICLE 31. AGREEMENTS RELATING TO CONSIDERATION: Each party
acknowledges and agrees that the covenants under this Contract, together with the consideration exchanged hereunder, constitute full, fair and valuable consideration for the transfers, transactions and releases required of and by the Parties pursuant to the provisions of this Contract and that, by virtue of the above-referenced consideration, the Parties have received reasonably equivalent value in exchange for their obligations under this Contract. The Parties acknowledge and agree that each has received and reviewed a copy of this Contract in the presence of their respective, independent counsel retained by them. Each party understands the purport, tenor, and effect of this Contract, and has entered into this Contract freely and voluntarily.
ARTICLE 32. AUTHORITY TO EXECUTE: Each of the Parties covenants to the other party to this Contract that it has lawful authority to enter into this Contract, that the governing or managing body of each of the Parties has approved this Contract and that the governing or managing body of each of the Parties has authorized the execution of this Contract in the manner hereinafter set forth.
IN WITNESS WHEREOF, the Parties have caused this Contract to be duly executed, in duplicate, this the day of .
ATTEST: ANGELINA COLONNESO MANATEE COUNTY PORT AUTHORITY CLERK OF CIRCUIT COURT
By:
AUTHORITY
WITNESSES: | Stantec Consulting Services Inc. | |
|
| By: |
|
| Title: V ic e P r e s id e n t |
CONSULTANT
PROFESSIONAL SERVICES AUTHORIZATION (PSA) NO. _20-01
Pursuant to the Port Manatee Professional Engineering Services Contract for Berth 4 Extension dated _ between the Manatee County Port Authority, hereinafter referred to as the “Authority”, and
Stantec Consulting Services Inc.,
hereinafter referred to as the “Consultant”, the Authority hereby authorizes and the Consultant hereby agrees to perform the hereinafter identified professional services for the project, facility or program identified as:
“Berth 4 Extension Design, Permitting and Mitigation Monitoring”.
The professional services and additional terms hereby authorized by the Authority and agreed to by the Consultant are set forth in the attached proposal dated July 17, 2020 for the above entitled project, facility or program.
The total fees and expenses for these professional services must not exceed:
$2,078,936.63
DATED:
MANATEE COUNTY PORT AUTHORITY CONTRACT MANAGER
George F. Isiminger
By: Senior Dir Engineering, Planning &
Executive Director Env. Affairs
CONSULTANT
By:
Name, Title: Michael A.G. Burton, Senior Principal
If applicable, the Authority has considered and hereby approves this Professional Engineering Services Authorization with a quorum present and voting this day of _ , 20 .
Attest: MANATEE COUNTY PORT AUTHORITY
By: By: _
Deputy Clerk of the Circuit Court Chairman
Attachment A Professional Services Proposal
Port Manatee Professional Services Contract Berth 4 Extension Improvements and Mitigation Stantec Consulting Services Inc.
July 17, 2020
File: 177311522
Stantec Consulting Services Inc.
777 S Harbour Island Boulevard Suite 600, Tampa FL 33602-5729
Attention: Mr. George Isiminger, P.E.
Senior Director of Planning, Engineering and Environmental Affairs
Port Manatee
300 Tampa Bay Way Palmetto Florida 34221
Dear Mr. Isiminger,
Reference: Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Stantec is pleased to submit the following proposal of professional services and fees for the design, permitting, and seagrass mitigation monitoring of Berth 4. This scope of work and associated fees will be performed in accordance with the terms and conditions of the Port Manatee Professional Services Contract, to which this document is to be attached.
Overview
Manatee County Port Authority, a political subdivision of the State of Florida (Client) (hereinafter the "Client" or the "Port") is proposing to extend Berth 4 Extension within the Port property. The Port has selected Stantec Consulting Services Inc. (Stantec) to submit a professional services proposal for the design and permitting of the above referenced Project.
Port Manatee intends to extend Berth 4 northward 600 feet in accordance with the preferred alternative presented in the Berth 4 Extension Investigation previously completed by Stantec and its team of subconsultants. The Port requested Stantec submit a professional services proposal for the engineering, design, environmental studies, and permit applications for the construction of the Berth 4 Extension and associated improvements. The following is the general Task list associated with this effort:
Berth 4 Extension Project Concept Review and Refinement
Regulatory Agencies Project Concept Review and Coordination Meeting
Berth 4 Extension Project Impact Area Assessment and UMAM Scoring
Rookery at Perico Preserve Seagrass Basin Mitigation Site Acceptance as Project Mitigation and UMAM Scoring
Cumulative Impact Analysis Requirements
Regulatory Agency Pre-Application and Site Inspection Meetings
U.S. Army Corps of Engineers (USACE)
July 17, 2020
Mr. George Isiminger, P.E. Page 2 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
National Oceanic and Atmospheric Administration (NOAA) – National Marine Fisheries Service (NMFS)
U.S. Fish and Wildlife Service (FWS)
Florida Department of Environmental Protection (FDEP)
Florida Fish and Wildlife Conservation Commission (FWC)
Southwest Florida Water Management District (SWFWMD)
Manatee County Building & Development Services
Berth 4 Extension Project Impact Site Assessment and Seagrass Mapping
High Resolution Aerial Imagery Acquisition of Berth 4 Extension Project Area
August/September 2020 – Permitting Support
August/September 2023 – Time Zero (Pre-Construction)
August/September – Post-Construction
GIS Based Aerial Interpretation of Seagrasses Using Available Historical Aerials (2010 to 2020)
Intensive Study Utilizing High Resolution Aerial Imagery Analysis for Mapping of the Areal Extents and Characterization of Specific Coverage of Seagrass Communities (August/September 2020)
Assessment of Previously Mapped Seagrass Bed Margins (August/September 2020, included as contingency task)
Cumulative Impact Analysis (FDEP)
Alternatives Analysis (USACE)
Uniform Mitigation Assessment Method Analysis of Berth 4 Extension Impact Areas and Mitigation Site (Rookery at Perico Preserve Seagrass Basin Mitigation Site)
Rookery at Perico Preserve Seagrass Basin Mitigation Site Assessment
Seagrass Mitigation Plan Development
USACE Section 10 RHA/Section 404 CWA Permit Applications
NWP No.: 6 PCN to Support Geotech Studies
Individual Permit Application for Berth 4 Expansion
FDEP – Environmental Resource Permit (ERP) Application
Manatee County Building & Development Services – Site Plan Approval Application
Public and Stakeholder Meetings Support
Geotechnical Studies
Preliminary Analysis and Design
Berth
Operation Layout
Access/Circulation/Access Control
Structural Design Options
Lighting
Pavement Options
Stormwater Design Options
Utilities
Dredging
Confirm Layout
Confirm Configuration, slopes, limits
Disposal
Confirm Options
July 17, 2020
Mr. George Isiminger, P.E. Page 3 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Confirm areas
Preliminary Engineer’s Opinion of Probable Cost of Construction
Final Construction Plans and Specifications
Berth
Operation Layout
Access/Circulation/Access Control
Structural Design Options
Lighting
Pavement Options
Stormwater Design Options
Utilities
Dredging
Engineered Layout & Plans production
Disposal
Engineer’s Opinion of Probable Cost of Construction
Mitigation Implementation Oversight
Mitigation Pre-Planting (Baseline) Survey
Mitigation Post-Planting (Time Zero) Survey
Berth 4 Extension Project Impact Area Monitoring Program
August/September 2022 – Baseline Pre-Construction
August/September – Time Zero (Post-Construction)
August/September – Post-Construction +1 Year
Annual Seagrass Mitigation Success Monitoring and Reporting Program (5 Years)
To deliver these tasks, Stantec has engaged the following subconsultants; Moffatt & Nichol for marine engineering, GBA for hydrographic survey and dredging design, S&ME for geotechnical investigation and CSA for environmental support.
Assumptions and Conditions
The Port will be available to negotiate with and provide Owner input and requirements to agencies, utility providers, and similar third parties.
The Port will provide front end templates.
Berth expansion is an extension of existing Berth 4 by approximately 600-ft long by 250-ft wide with deep water on west side, revetment stabilization to the east side, and ship access. Additional concepts are not included.
The Port will confirm maximum operating criteria for Berth 4 to be provided by Port Pilots and/or Coast Guard Captain of the Port, including the wind speed at which vessels are put to sea.
Permit issuance is at the discretion of the issuing agency. Stantec cannot guarantee approval of a permit nor control the timing of permit issuance.
Client will provide/facilitate delivery of all available plans in in digital format including AutoCAD files.
July 17, 2020
Mr. George Isiminger, P.E. Page 4 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
If the work associated with the proposed improvements are delayed or put on hold for any reason beyond Stantec’s control, Stantec reserves the right to renegotiate this contract, including fee amount changes.
The Client will supply Stantec with the detailed objectives and requirements.
Any and all review application, permitting, impact and connection fees, if applicable, are to be paid by the Client. Stantec will provide the fee amount to the Client after the pre-application meetings with the agencies.
Design and permitting of offsite roadway, storm or utility improvements which are outside of the project limits and not reasonably expected to be required, such as water main extension to the County service point or addition of turn lanes on roads leading to the project, etc., are not included in this Scope of work. However, improvements reasonably expected to be required to deliver the complete project as it was scoped in the RFQ are included.
Client will furnish Stantec with any readily available information pertaining to the subject project.
The methods outlined herein for discovery and designation of subsurface utilities are consistent with industry recognized procedures. While such methods are effective, the potential exists that all underground utilities may not be discovered due to soil condition, water table, utility depth and utility placement (i.e., utilities on top of one another).
It is assumed that surficial sands within the dredge area will be placed as structural fill within the Berth 4 Extension, while the remaining silty, clayey sands and silts dredged from the project will be disposed of in the Port Manatee Dredge Material Management Area (DMMA), which is operated by the Jacksonville District of the U.S. Army Corps of Engineers (USACE). Evaluation of the DMMA will be based on existing surveys to be obtained from USACE. The acquisition of supplemental data to define disposal site topography or foundation conditions at the disposal site is not included within this scope of work.
Plans for the removal and resolution of surcharge materials, which will be performed at a later date, are not included in this scope.
Due to recent personnel changes at the Tampa Bay Pilots Association, it is recommended that the proposed design should be re-submitted to the Pilots for review, in order to obtain a formalized letter of their acceptance of the suitability of the basin layout. This scope includes meetings with the Pilots to present and discuss the proposed design to gain their approval.
The Port Manatee Berth 4 Extension Project design concept will not deviate significantly from the preliminary project concept developed as part of the investigation that was completed by Stantec in 2019. Deviations in the design concept of the Berth 4 Extension Project for any reason that would require additional dredging analyses, engineering studies/analyses, geotechnical studies, survey/bathymetrical data collection, or environmental assessments are beyond this scope.
For purposes of this scope, the “impact area” is defined as the area associated with the construction footprint (i.e. dredge and fill impacts) of the Port Manatee Berth 4 Extension Project as conceptually represented within investigation as completed by Stantec in 2019. Additionally, the “mitigation site” is defined as the Rookery at Perico Preserve Seagrass Basin Mitigation Site as referenced within the investigation study (Stantec, 2019).
This scope assumes that meetings referenced herein (unless specifically referenced otherwise) with Port staff, regulatory agencies, commenting entities, or other entities (referenced under this scope of services) can be facilitated to occur locally using one of following facilities/mechanisms:
Port Manatee Administrative Building
Telephonic conference
July 17, 2020
Mr. George Isiminger, P.E. Page 5 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Online service-based call
Stantec or Stantec Project Team Tampa or Sarasota Office
Local regulatory agencies or commenting entities Tampa District Offices
The cost of facility rental and/or the purchase of virtual meeting software is not included herein.
Services related to Manatee County land use (zoning) review for these improvements is limited to the cursory review completed prior to processing an application for site plan approval, which is included herein. Comprehensive Plan Amendments, rezoning, and other similar services are not included herein.
It is our understanding, based on a preliminary conversation with Manatee County staff that Manatee County Building & Development Services, relative to the environmental review, typically default to State and Federal agencies for impact and mitigation review. However, as part of this Scope of Services, Stantec will coordinate with Manatee County Environmental Review staff for a Pre-Application Meeting and prepare the required Manatee County Land Development Code (LDC) reports from Sections 705 Habitat, Wildlife, and Endangered Species Protection (Wildlife Survey Report) and Section 706 Wetland Protection (Wetland Impact Study and Mitigation Plan).
Stantec cannot guarantee the agreement by the regulatory agencies or commenting entities of the project concept, impact, or mitigation assessment methodologies, characterizations/evaluations (i.e. UMAM), mitigation plan, cumulative impact assessment, or alternatives analysis. Additionally, Stantec cannot guarantee approval by the regulatory agencies of the permits associated with this Scope of Services.
This scope does not include additional RAI responses beyond those detailed in Task 345 below, nor studies or analyses not described in this scope. Should the regulatory agencies present significant issues not identified during pre-application process, additional RAI responses may be required.
If for any reason(s) beyond the control of Stantec or GPI, there are disturbances to the water (i.e. turbidity, boat wakes, etc.) that diminish the quality of the aerial imagery where an accurate GIS based aerial analysis cannot be conducted, additional imagery may have to be collected. Costs for one (1) additional As-Needed Only overflight for each of the four (4) imagery acquisition events are included as a contingency.
This scope assumes that only (1) Post-Application meeting will be necessary to coordinate with the FDEP, USACE, and NMFS. Should the regulatory agencies present significant issues not identified by the regulatory agencies during pre-application process, additional regulatory coordination meetings and/or other services which are not included in this scope may be required.
Manatee County will perform any required planting or transplanting of submerged aquatic vegetation at the Rookery at Perico Preserve Seagrass Basin Mitigation Site. Manatee County will be responsible for harvesting and transplanting seagrass pursuant to the Mitigation and Monitoring Plan (prepared by Stantec) and associated project State and Federal permits. Stantec will provide oversight, technical support, and quality assurance review of transplanting activities.
Within 90 days of completion of the transplanting activities within the mitigation site, Manatee County will prepare a Planting Completion Report, that will include final planting area, planting layout, location of permanent monitoring transects, planting density, and total number of planting units transplanted within the mitigation site.
Stantec will conduct pre-construction, post-construction time zero and post-construction +1-year monitoring of the impact area, totaling three (3) impact area monitoring events, as part of the monitoring efforts described herein. Stantec cannot guarantee the approval and/or acceptance by the regulatory agencies or commenting entities of the monitoring results. Additionally, Stantec cannot guarantee that the regulatory agencies or commenting entities will not require additional monitoring of the impact area
July 17, 2020
Mr. George Isiminger, P.E. Page 6 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
beyond the three (3) events provided for herein. Further, if monitoring indicates that secondary impacts to seagrass resources may be occurring adjacent to the impact area, additional monitoring (beyond the services referenced under this Scope of Services) may be required by the regulatory agencies.
Stantec will conduct pre-planting (Baseline survey) and post-planting monitoring surveys (Time Zero and 5 Annual Monitoring Events – totaling seven [7] monitoring events) of the mitigation site as part of the monitoring program as referenced herein. Should monitoring results indicate the need for additional monitoring events and/or the regulatory agencies require additional monitoring events, an amendment to this scope would be required.
Manatee County will coordinate with the appropriate regulatory agencies (i.e. FDEP, SWFWMD, and USACE) to modify existing Perico Preserve permits to allow a portion of the Mitigation Basin to be used as the Mitigation Site to address impacts associated with the Berth 4 Extension Project.
Manatee County will produce or procure a Specific Purpose Survey that delineates, permanently marks and surveys the acreage procured by the Port for use of the area as mitigation. The survey will be signed and sealed by a Florida registered professional surveyor and will be provided by Manatee County to the Port and the appropriate regulatory agencies prior to any transplanting of seagrass at the mitigation site.
Flushing studies will not be required for permitting the expansion of the harbor or berth. Flushing studies will not be required for the Rookery at Perico Preserve Seagrass Basin Mitigation Site.
Berth 4 extension lighting will be designed for standard cargo operations.
Geotechnical Services:
The north end of the wharf extension has moved 200 feet north since the initial geotechnical studies. Two additional borings are recommended by the design team to evaluate the soils at the northeast and northwest corners.
Borings B-1 and B-2 (drilled along the west berth face) showed a significant variation in depth to refusal soils (over 20 feet) that will impact bulkhead installation and the need for predrilling. An additional boring is recommended to further investigate the limits of required predrilling.
The fill loads coupled with the operational loads make settlement (both immediate and long term) a design consideration. An additional boring in the center of the wharf is recommended to obtain additional information on settlement potential (including consolidation behavior for time-rate of settlement). In accordance with the report used in the investigation study, the report was preliminary and stated additional data would be needed.
The dredge footprint has changed significantly such that there is no data near the northwest corner of the dredge area. An additional boring is recommended by the design team to provide material characterization from both a geotechnical and environmental perspective.
In water activities will be performed in compliance with 62-330.051(11)(d) Exemption for Geotechnical investigations and USACE Nationwide Permit 6. No additional permitting will be required.
A crane will be required to launch and retrieve S&ME’s barge rig and support boat which is not included in the base fee. The barge is 12’x34’ and weighs 11 tons; the support boat is a jon boat type small craft. The Port will provide a crane to S&ME for this purpose. Alternatively, a contingency fee for use of the crane has been provided in Task 801, below.
Port will provide a berth for storage of barge rig and support boat overnight during the period of in- water activities.
For the water borings, the drill mud will be pumped onshore after completion of drilling and material will be hauled to the spoil site for disposal.
July 17, 2020
Mr. George Isiminger, P.E. Page 7 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Borings will be grouted with bentonite clay, which is softer than the surrounding material and will not interfere with future dredging.
In accordance with Florida Statute 556.101-111 (Underground Facility Damage Prevention and Safety Act), persons or companies intending to engage in excavation or demolition shall notify the Sunshine State One-Call of Florida, Inc. Call Center (Call Sunshine) of the location, date and other operation particulars, to allow affected utility companies the opportunity to mark the location of their buried lines, prior to excavation. To comply with this statute, S&ME will notify Call Sunshine of proposed operations ten business days prior to mobilization of exploration equipment, to comply with Call Sunshine operation procedures.
Port will provide S&ME with available drawings depicting onsite utilities. Port will determine the location of buried utility lines on the site, which are not owned or maintained by a chartered utility company, and to cooperate with the exploration crew to verify that the selected exploration sites lie at least 5 feet away from such buried utility lines. S&ME’s exploration staff will coordinate with the Port’s representative to clear exploration locations, as necessary.
The engineer providing oversight will possess a TWIC and will act as escort for the crew.
Reasonably expected professional services to complete the project to final design and support the application for and processing of regulatory permits have been included herein, based upon the knowledge of the consulting team at the time of drafting. Additional services that may be required, but are not reasonably expected, have been included in the contingency for the project. Services that are not reasonably expected have been excluded, as per the Excluded Services section, below.
Client acknowledges and agrees the current COVID 19 pandemic may create certain adverse impacts on the performance of Stantec’s services on the project, which are out of our control, and for which Stantec may be entitled to schedule and cost relief. Due to the dynamic and fluid nature of the situation, we are currently unable to provide a reasonable assessment of the potential impacts. Our firm has developed a detailed pandemic response plan, we are monitoring the situation closely and will provide you with updates once we are able to evaluate the impact of the pandemic may have on this project. We are committed to working with you to mitigate any adverse impact arising from these circumstances.
Scope of Services
200 Program Management
Stantec will provide support services for coordination of the project team and tracking project schedule, budget and delivery of the scope of services as per the following Tasks:
210 Project Management
Stantec will perform various regular project management related activities to support the Client’s management and administration of the overall project. Under this task, Stantec project manager will work closely with the team’s Task Managers and Technical Leads to facilitate addressing project related issues, cross discipline coordination, track budget, and maintain the project schedule.
July 17, 2020
Mr. George Isiminger, P.E. Page 8 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
220 Project Meetings and Coordination
Stantec will establish and hold regularly scheduled meetings with the Client and project team. Based on the meeting agenda, appropriate Stantec and project team members will be invited to attend. Client team members to be included in meetings will be at the discretion of the Client PM. Stantec staff will attend meetings, prepare and track action item summaries.
K ickoff Meeting
Stantec staff, as well as team members including from CSA, GBA, M&N, and S&ME, will attend one (1) kickoff meeting with the Port to review project tasks and deliverables, define prime and subconsultant roles and responsibilities, and determine project schedules and milestones. This kickoff meeting will double as a design charrette to confirm the design requirements for the project as clarified in technical sections below.
M onthly Onsite Meetings
Stantec staff will attend monthly meetings onsite at the Port to provide updates on project task progress, review preliminary data and findings (as available), and discuss any ongoing or anticipated information needs, data gaps or scope deviations. For purposes of this scope of work, a total of twenty-four (24) monthly onsite meetings (in addition to the kickoff meeting) are proposed.
B iweekly Conference Calls
Stantec will schedule a bi-weekly remote teleconference to update the Client on project progress, discuss issues requiring Client’s direction and clarification, and to receive updates on ongoing Port activities that may affect project activities. In advance of each meeting, Stantec will circulate a list of issues to be included on the agenda for the meeting and invite team members required to attend. For purposes of this scope of work, a total of up to fifty-two (52) biweekly calls are proposed.
300 Environmental Services
310 Berth 4 Extension Project Concept Review and Refinement
Stantec will coordinate with the project team and the Port to review and refine the Port Manatee Berth 4 Extension concept for moving forward with the project impact analysis and permitting activities. The coordination and refinement of the Berth 4 Extension footprint will consider the intended purpose and functions as well as the limitations and safe operations with specific focus on avoidance and minimization of impacts to sensitive natural resources.
July 17, 2020
Mr. George Isiminger, P.E. Page 9 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Agency Coordination Meetings
Regulatory Agency Project Concept Review, Impact Assessment, and Mitigation Methodology Meeting
Stantec will coordinate and attend one (1) Pre-Project meeting with the FDEP, USACE, and NOAA-NMFS. The purpose of this Pre-Project meeting is to reengage with the regulatory agencies since the preliminary coordination efforts as part of the Port Manatee Berth 4 Extension Investigation completed in 2019. The intended goal of the Pre-Project meeting is to get feedback and agreement regarding the items below and to uncover agency priorities and concerns prior to conducting studies and analyses for permit applications. The following information will be presented at this Pre-Project meeting:
A review of the Port Manatee Berth 4 Extension Project concept as initially presented during the pre- project agency coordination meetings as part of the feasibility investigation conducted by Stantec in 2019.
Seagrass mapping data collected as part of the survey activities associated with the field studies that were completed in October of 2019 (Stantec, 2019).
The proposed methodology for survey (i.e. mapping of seagrass limits) and characterization (i.e. UMAM) methodologies/approaches for the Port Manatee Berth 4 Extension Project impact area.
Potential agency concerns relative to the acceptance of the Rookery at Perico Preserve Seagrass Basin Mitigation site as an appropriate form of mitigation.
Discussion of the requirements for the developing the necessary Cumulative Impact Analysis to address out of watershed basin mitigation.
Discussion of other potential agency concerns or permitting constraints.
Regulatory Agency Pre-Application Meeting
Stantec will coordinate and attend one (1) Pre-Application meeting with applicable regulatory agencies to review the information presented from the Pre-Project Meeting referenced in Task 321 (above) and to discuss permit application timing and other potential agency concerns. The goal of the Pre-Application meeting is to confirm understandings and agreements regarding the project permitting approach for the environmental, dredging, and engineering components of the application process.
In addition to the FDEP, USACE, and NMFS, Stantec will also coordinate to meet separately with the Environmental Review staff from Manatee County Building & Development Services. The purpose of this meeting is to discuss Manatee County’s requirements for addressing environmental reporting referenced under LDC Sections 705 (Habitat, Wildlife and Endangered Species) and 706 (Wetland Protection).
Agency Site Inspection Meetings
Stantec will coordinate with the regulatory agencies (FDEP, USACE, Manatee County) and commenting entities (NMFS, USFWS) to attend one (1) Site Inspection meeting at the Port Manatee Berth 4 Extension impact area and one (1) Site Inspection meeting at the Rookery at Perico Preserve Seagrass Basin Mitigation site. The purpose of these Site Inspection meetings is to allow the regulatory agencies and commenting entities to become familiar with the subject impact and mitigation areas and to facilitate permit application review.
July 17, 2020
Mr. George Isiminger, P.E. Page 10 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Assessments and Studies
Historical Aerial Analysis of Impact Area
At the specific request of the regulatory agencies (FDEP and USACE) and commenting entity (NMFS) during the coordination activities associated with the Port Manatee Berth 4 Extension Investigation Stantec, 2019), Stantec will conduct a cursory GIS analysis of publicly available aerial imagery covering the impact area dating as far back as 2002, depending on the availability, date of acquisition (i.e. within the agency approved survey window – April through September), and image quality (i.e. visible seagrass signature). It is anticipated that up to 20 historical images may be analyzed as part of this task (Task 331). Sources of the available historical imagery will be limited to the following:
low altitude, high-resolution orthro rectified imagery (digital format only) previously collected by Port Manatee as part of the Seagrass Mitigation Program associated with the Turning Basin and Berth 12 Expansion project (2000 – 2010)
Google Earth Pro™
Manatee County
Land Boundary Information System (LABINS) historical imagery (limited)
The purpose of this desktop study is to document the historical seagrass coverage within the Berth 4 Extension impact area. This historical information will be used in conjunction with:
the seagrass mapping data collected as part of the investigation completed by Stantec in 2019 and
the data to be collected as part of the updated mapping studies referenced under Tasks 332 and 333 or 334 (below)
to support the development of the impact UMAM evaluation for the permitting activities (Tasks 335 and 340).
The historical aerial analysis will be completed by using a combination of aerial interpretation (i.e. heads-up on-screen analysis) assisted by ArcGIS Spatial Analyst for unsupervised and supervised classifications.
The use of unsupervised and/or supervised classifications will be limited by the quality of the available imagery. Stantec will use aerial interpretation when imagery quality is too poor for spatial discrimination which is necessary for GIS based analyses.
Impact Area Aerial Imagery Acquisition
Stantec will subcontract and coordinate with GPI Geospatial, Inc. (GPI) for the acquisition of high-resolution ortho-rectified aerial imagery of the Berth 4 Extension impact area (Task 650, below). Stantec will direct GPI on the location and timing of the aerial imagery collection. As part of this coordination, Stantec will provide the extents of the subject area for the overflights (i.e. impact area), and coordinate the installation/replacement of ground control targets (Task 421, below) for subsequent orthorectification (to be conducted by GPI, Task 651)) and schedule the collection of the aerial imagery to coincide with the most
July 17, 2020
Mr. George Isiminger, P.E. Page 11 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
ideal conditions (i.e. low tide before 10 am, clear weather, minimal wind) to maximize the potential for the collection of suitable imagery for aerial analysis.
To support the GIS based aerial analysis and field mapping activities referenced under Tasks 333 and 334 (below), Stantec will collect high-resolution, small unmanned aerial system (sUAS) (i.e. drone) obliques and flat imagery of impact area. As part of these activities, Stantec will conduct one (1) field day of overflights to collect the imagery.
Impact Area Mapping and UMAM Analysis
Stantec completed the Port Manatee Berth 4 Extension Investigation in 2019. As part of that investigation, Stantec completed an intensive mapping (areal coverage) and characterization (specific coverage) of the seagrass communities within and immediately adjacent to the conceptual footprint of the Berth 4 Extension area. The edge of the mapped seagrass bed margins is represented by the limits of the mapped seagrasses (areal coverage) presented in the findings of the subject report. Given that there were no significant climatological events since the recently (October 2019) completed study that would have altered the inherent stability of the seagrass communities within the subject site, it is presumed that there would not be significant changes to the areal or specific coverage beyond typical interannual variation. By comparing the 1) bed margins as mapped through GIS based aerial interpretation of current (August-September 2020) high-resolution aerial imagery and limited ground-truthing activities to the 2) previously mapped areal extents(September-October 2019), with consideration to 3) the GIS based aerial interpretation of seagrasses from available historical aerials (i.e. 2010 to 2020), the acreage and characterization of the seagrasses within the proposed Berth 4 Extension Project impact area can be assessed for moving forward with permitting activities (i.e. impact acreage and mitigation). This approach and methodology were discussed with FDEP staff on July 9th, 2020.
Stantec will conduct a GIS analysis using both ArcGIS Spatial Analyst for unsupervised and supervised classifications as well as heads-up on-screen analysis of high resolution ortho-rectified digital color imagery of the Berth 4 Extension impact area as acquired under Task 332. The purpose of these classifications is to delineate the bed margins of the existing seagrass resources in order to spatially articulate and quantify the current seagrass acreage within the impact area. GIS exhibits of the mapped seagrasses will used to support the development of the UMAM evaluations under this task (Task 333), Mitigation Plan (Task 336), and permit applications (Tasks 341-344).
Following the initial production of GIS data, Stantec will conduct limited bed margin ground truthing and specific coverage assessments of the seagrass beds within the Berth 4 Extension Impact Area. This will include:
Verifying bed margins and extent by randomly selecting 30 bed margin points, spaced no closer than 10 m, within impact areas and measuring the location of the margin using sub-meter accurate DGPS. Any difference in the location of each bed margin between the previous (conducted as part of the 2019 Berth 4 Extension Investigation) and new survey (2020) will be computed and an average change of bed margin as the mean of expansion [+] or contraction into the bed [-] will be made.
Conducting limited specific coverage assessments by sampling 30 randomly located 1m2 quadrats. These 30 - 1m2 quadrats will be located within previously identified seagrass areas within the impact
July 17, 2020
Mr. George Isiminger, P.E. Page 12 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
area and will be sampled using the same methods as in the previous survey, documenting species composition, coverage, and condition.
Overall mean seagrass abundance values will be compared with those of the previous survey. Any difference will result in an adjustment in the impact acreage (+ or -).
Following the completion of impact area mapping and assessment, a UMAM Analysis of the impact area will be prepared in order to determine the relative functional loss associated with the project impacts.
Stantec will use the findings documented in the previous Berth 4 Extension Investigation to inform this UMAM Analysis process. The final UMAM Analysis will be incorporated into the permit applications prepared in Tasks 341-344 as well as the Mitigation Plan prepared in Task 336.
Mitigation Site Assessment and UMAM Analysis
Consistent with the methodology utilized during the previous Berth 4 Extension Investigation, Stantec will conduct a survey of existing seagrass resources within the Perico Seagrass Mitigation Basin. This will include using hand-held Trimble model Geo 7X DGPS with sub-meter accuracy to return to the previously determined 29 sampling points in the Perico Seagrass Basin, determining seagrass presence or absence within one (1) meter of each point and documenting species composition, general condition and epiphytic coverage. Additionally, a YSI datasonde will be utilized to document mid-water column water temperature, salinity and dissolved oxygen at each sampling point. Approximate water depth will also recorded but not corrected for tidal changes (i.e. relative water depth at time of sampling). This assessment effort will require one (1) day of field work to complete.
Following the completion of this survey event, a UMAM Analysis of the mitigation site will be prepared to determine the relative functional gain and risk of the proposed mitigation activities. Stantec will use the findings documented in the previous Berth 4 Extension Investigation, the current conditions of the Perico Seagrass Basin, the previous permit and associated UMAM Analysis for Lido Key and documented success of plantings associated with the Lido Key Mitigation Plan, to inform this UMAM Analysis process and in turn determine if there should be considerations of reduced risk and time lag in UMAM. The final UMAM Analysis will be incorporated into the permit applications prepared in Tasks 341, 343, and 344 as well as the Mitigation Plan prepared in Task 335.
Mitigation Plan Development
Based on the data and results of Tasks 331-334, and in accordance with regulatory agency guidance and requirements, Stantec will prepare a Mitigation Plan. This mitigation plan will detail the efforts and activities needed to adequately compensate for seagrass impacts in the Berth 4 Extension impact Area. Given that the Perico Preserve Seagrass Basin was determined to be the most appropriate mitigation site during the previous Berth 4 Investigation (Stantec, 2019), the mitigation plan will be based utilizing this site for mitigation. As required by the regulatory agencies, the plan will include the following 12 fundamental components:
Objectives
Site selection
Site protection instrument
July 17, 2020
Mr. George Isiminger, P.E. Page 13 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Baseline information
Determination of credits
Mitigation work plan
Maintenance plan
Performance standards
Monitoring requirements
Long‐term management plan
Adaptive management plan
Financial assurances
The Mitigation Plan will include the completion of a pre-planting survey (baseline event), post planting survey (time zero event), and then five (5) years of annual monitoring surveys of the Mitigation site and prepare the associated monitoring reports (i.e. seven [7] reports in total) for the seagrass transplanting that would be required for the Berth 4 Extension project, as detailed in Task 364 below. The survey methods and reporting requirements will be based off the existing Lido Key project mitigation plan previously approved by the regulatory agencies. The mitigation plan will be submitted as a component of the permit application packages generated under Tasks 341, 343 and 344, as detailed below.
Cumulative Impact Analysis
Stantec will prepare a Cumulative Impact Analysis for submission as part of the FDEP permit application (Task 341 below). This will entail utilizing fisheries data from ongoing, long-term monitoring in Tampa Bay and regional waterbodies to establish the parameters of the fisheries resources that may be affected by the Berth 4 Extension project. Data, reports, and studies available from the FWC, NMFS, local universities, and other sources will be used to prepare a Cumulative Impact Analysis (CIA) which will evaluate both the possible impacts at the Port as well as the net benefits at the Perico mitigation site. There are multiple methodologies for conducting CIA, including guidance from the FDEP, FDOT, NEPA and other programmatic assessments. We will evaluate the appropriateness of these options and discuss our approach with the FDEP during the pre-application and project agency coordination meetings (Tasks 321, 322 and 333).
Alternatives Analysis
Stantec will coordinate, assist, and provide technical expertise to the project team pertaining to natural resources during the preparation of the Alternatives Analysis associated with the USACE permit application process. Stantec will compile information from the project team on project need, Berth design and planning, operations, navigation, and other factors to develop a single Alternatives Analysis document for submittals.
Permit Applications and Processing
FDEP Permit Application
Stantec will prepare a FDEP permit application package with associated supplemental information. Stantec will provide a draft application to the Port for review and comment. Upon receipt of the Port’s comments, a final application package will be prepared for signature and submission by the Port.
July 17, 2020
Mr. George Isiminger, P.E. Page 14 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
USACE Nationwide Permit Application
In support of geotechnical investigations in Task 630 below, Stantec will prepare a USACE Nationwide Permit 6 pre-construction notification (PCN) with associated supplemental information and submit to the USACE.
USACE Individual Permit Application
Stantec will prepare a USACE Section 10/Section 404 Individual Permit application package with associated supplemental information. Stantec will provide a draft application package to the Port for its review and comments. Upon receipt of the Port’s comments, a final application package will be prepared for signature and submission by the Port.
Manatee County Building & Development Services - Environmental Review
Stantec will prepare Manatee County Building and Development Services – Environmental Review LDC Section 705 Wildlife and Endangered Species Survey and a Section 706 Wetland Protection – Wetland Impact Study reports with associated supplemental information. This information will be combined with the Site Plan submittals referenced in Task 523, below.
Permit Processing
Following the submission of permit application prepared in Tasks 341-344 above, Stantec will assist in the permit application process by reviewing and preparing responses to regulatory agency requests for additional information (RAIs). As needed, this will include up to:
Two (2) RAIs in association with the FDEP Permit Application (Task 341).
One (1) RAI response in association with the USACE Nationwide Permit Application (Task 342).
Two (2) RAI responses in association with the USACE Individual Permit Application (Task 343).
Two (2) RAI responses in association with the Manatee County Building & Development Environmental Review (Task 344).
Post Application Agency Meeting (As Needed)
Stantec will coordinate and attend one (1) Post-Application meeting with applicable regulatory agencies to review the information in the permit applications and to discuss potential agency concerns. The goal of the Post-Application meeting is to confirm understandings and agreements regarding the project permitting approach for the environmental, dredging, and engineering components of the application process, discuss and issues which may arise and to facilitate and expedite permit application processing.
July 17, 2020
Mr. George Isiminger, P.E. Page 15 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
350 Public Stakeholder Meetings
Stantec will assist the Port with preparing for and holding up to two (2) public meetings, virtual meetings and/or other stakeholder engagement events. As needed and requested by the Port, handouts, exhibits, graphics, presentations, and similar materials will be prepared by Stantec. If needed, Stantec will assist in presenting during the meetings and public engagement events. Appropriate documentation will be developed to capture the level of attendance and comments received during each event.
Mitigation Compliance Program
Mitigation Pre-Planting (Baseline) Survey
Stantec will conduct a Pre-Planting survey (Baseline) of the Perico Seagrass Basin prior to the initiation of seagrass transplanting activities by Manatee County. This will consist of transect line surveys documenting seagrass presence/absence and quantitative seagrass quadrat surveys documenting seagrass species composition, cover and abundance. This survey will be conducted along transects established by Manatee County in accordance with their Mitigation Area Planting Plan. Tasks and activities include:
Conducting transect line and quadrat survey of the Perico Seagrass Basin Mitigation Area
Preparing a Pre-Planting Survey (Baseline) Summary Report This pre-planting survey will entail one (1) day of field work.
Mitigation Implementation Coordination and Oversight
Stantec will actively coordinate with Manatee County and the appropriate agencies (USACE, FDEP, SWFMD and NOAA) on mitigation implementation efforts. This will include coordinating with Manatee County on their mitigation area boundary survey and permanent line transect marking efforts and seagrass planting schedule. Stantec will also visit the subject mitigation site and donor areas during the transplanting activities, as conducted by others. The purpose of the site inspection will be ensuring quality control of the transplanting methods, planting unit handling, and installation for optimal survival and coverage of the planting area. During this oversight, Stantec will visit the mitigation site to document observations of the transplanting activities for a total of three (3) days.
Mitigation Post-Planting (Time Zero) Survey
Stantec will conduct a Post-Planting (Time Zero) survey of the Perico Seagrass Basin following the completion of seagrass transplanting activities by Manatee County. This survey will establish post planting conditions for future mitigation success monitoring and will consist of transect line surveys documenting seagrass presence/absence and quantitative seagrass quadrat surveys documenting seagrass species composition, cover and abundance. These surveys will be conducted along transects established by Manatee County in accordance with their Mitigation Area Planting Plan. Tasks and activities include:
Conducting transect line and quadrat surveys of the Perico Seagrass Basin Mitigation Area
July 17, 2020
Mr. George Isiminger, P.E. Page 16 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Preparing a Post-Planting (Time Zero) Survey Summary Report This monitoring event will entail one (1) day of field work.
Impact Area Monitoring
Stantec will conduct Baseline (Pre-Construction), Post-Construction (Time Zero) and +1 Year Post- Construction monitoring of the Berth 4 Extension impact area in order to assess changes in seagrass coverage and abundance that could have resulted from secondary impacts to adjacent seagrass beds during or following construction activities. This will consist of the acquisition of aerial imagery consistent with the imagery taken as part of Task 332 above, the analysis of this imagery for seagrass resources as well as field assessment of seagrass distribution and abundance. This task will also include up to three (3) regulatory site inspections of the impact area, one (1) each associated with the three (3) survey and monitoring events (i.e. Baseline, Time Zero, and +1 Year Post-Construction). Tasks and activities for these monitoring events include:
Resurveying/reestablishment of aerial imagery targets
Aerial imagery acquisition and orthorectification
GIS analysis of imagery to delineate seagrass beds areal extent
(As-Needed) establishment of a reference site
Field assessment of seagrasses– two (2) field days per each of the three (3) events
Regulatory Agency Site Inspections – one (1) day per each of the three (3) events, and
Preparation of Impact Area Monitoring Reports – total of three (3) reports.
As the purpose of these monitoring events is to identify potential secondary impacts associated with the Berth 4 Extension construction/dredging activities, a limited sampling of the seagrass resources will be conducted during each monitoring event using the following methodology:
Utilizing aerial imagery acquired prior to each sampling event, seagrass resources adjacent to the impact area will be delineated using ArcGIS Spatial Analyst for unsupervised and supervised classifications and/or heads-up on-screen analysis. Updated seagrass polygon shapefiles will then be generated using the results of this analysis.
Seagrass abundance and species composition with be surveyed using 30 randomly located quantitative 1m2 quadrats within both the previously identified seagrass cover adjacent to the impact areas and within a nearby reference site (as needed), for a total of 60 – 1m2 quadrat samples. Reference site will be selected in coordination with regulatory agencies, will be near the impact area, and will have similar seagrass species composition and abundance. Overall mean seagrass abundance values will be compared with those of the previous survey, for both the reference and impact areas separately.
Seagrass bed extent will be verified by randomly selecting 30 bed margin points, spaced no closer than 10 m, adjacent to impact areas, Bed margin at these points will be measured using sub-meter DGPS. Difference in the location of each bed margin between the previous and new survey will be
July 17, 2020
Mr. George Isiminger, P.E. Page 17 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
computed and an average change of bed margin as the mean of expansion [+] or contraction into the bed [-] will be made.
Annual Seagrass Mitigation Success Compliance Monitoring
In accordance with the Mitigation Plan developed in Task 335 above, Stantec will conduct up to five (5) years of annual mitigation monitoring surveys of the Perico Seagrass Basin mitigation area and up to three
years of the Donor Area utilized by Manatee County to obtain seagrass transplant plugs. This will consist of transect line surveys documenting seagrass presence/absence and quantitative seagrass quadrat surveys documenting seagrass species composition, cover and abundance. Quadrat surveys of the Donor Site (under Contingency Task 830) will only be conducted if transect survey results indicate that the harvested area is not recovering. These surveys will be conducted along transects established by Manatee County in accordance with their Mitigation Area Planting Plan. This task will also include up to five (5) regulatory site inspections of the impacts area, one (1) each associated with the five (5) survey and monitoring event. Tasks and activities include:
Annual monitoring of the Perico Seagrass Basin Mitigation Area and the seagrass planting donor site
Annual regulatory agency site inspections
Preparation of annual monitoring reports
Preparation of a final monitoring report.
Each monitoring event will entail two (2) days of field work (1 each for mitigation planting area and donor site surveys) with an additional one (1) day for each agency impact area site inspection.
400 Survey Services
Stantec will provide survey services required for the subject project. The proposed scope of the tasks below is based on a comprehensive collection of data for use by the designers. However, if the extent of the data needed are less than of the assumed for the task budgets below, budgets will be adjusted accordingly.
Engineering Survey Services
Control Survey
This task provides for the establishment of horizontal and vertical control in support of subsequent surveying and mapping efforts. Positional information for horizontal and vertical control monuments will be depicted on the survey map prepared under the Topographic Survey Task.
Topographic Survey
Stantec will perform a topographic survey to document existing site conditions within the limits shown on the attached Survey Exhibit (approximately 2.2 acres). This effort will include mapping of the rock revetment and existing bulkhead, spot elevations of pavement surface and of surface improvements; locations of fixed
July 17, 2020
Mr. George Isiminger, P.E. Page 18 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
improvements and substantial features; locations and elevations of accessible subsurface utilities (i.e. sanitary sewer and storm sewer structures along with pipe invert elevations, pipe sizes and types where accessible without physical entry into such structures); above ground utilities and above ground visible evidence of subsurface utilities designated through the Subsurface Utility Designation Task.
This task also includes compilation of a digital surface model from the ground survey data as well as incorporation of the surface model produced by others representing the bathymetry of adjacent submerged lands.
The deliverable item for this effort will be a map of survey signed by a Florida licensed Professional Surveyor and Mapper in PDF format, together with CAD files used for said survey map.
Subsurface Utility Investigation
Stantec will perform an investigation to discover and designate subsurface utilities within the subject Survey Area. This effort will be performed using a combination of visible evidence, electromagnetic signal induction and ground penetrating radar. Utility lines (or evidence thereof) discovered through these processes will be designated by paint marks and/or flags and depicted on a field sketch to support the subsequent survey thereof by Stantec.
Level “A” Excavation
Stantec will coordinate with Sunshine State One Call of Florida, Inc. (SSOCF), to file an excavation ticket for all subject areas prior to performing excavations.
Stantec will perform vacuum excavations at up to ten (10) locations within the areas of interest as designated by project engineer.
The deliverable item for this task will be field markings of each excavation together with a horizontal and vertical reference point for each excavation; excavation data sheets noting the utility type, size, material, and direction together with a measured depth from the top of utility to the established reference point; and photographs at each excavation.
The fee for this task includes an allocation for the survey of all excavation points.
Aerial Imagery Survey Services
Impact Area Permitting Support – Aerial Imagery Acquisition Survey Support
Stantec will replace missing aerial targets and photo ID points at (or near) the locations previously established for Port Manatee Berth 4 Extension – Seagrass Mapping in support of the photogrammetric/LiDAR data acquisition. A certified Report of Survey will be prepared to document the position, and or changes thereto, (horizontal and vertically), of the photo control points and be provided to the project Photogrammetrist as a basis for their mapping data.
July 17, 2020
Mr. George Isiminger, P.E. Page 19 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Impact Area Baseline (Pre-Construction) – Aerial Imagery Acquisition (As Needed) Survey Support
Stantec will replace missing aerial targets and photo ID points at (or near) the locations previously established in support of the photogrammetric/LiDAR data acquisition. A certified Report of Survey will be prepared to document the position, and or changes thereto, (horizontal and vertically), of the photo control points and be provided to the project Photogrammetrist as a basis for their mapping data.
Impact Area Time-Zero (Post-Construction) – Aerial Imagery Acquisition (As Needed) Survey Support
Stantec will replace missing aerial targets and photo ID points at (or near) the locations previously established in support of the photogrammetric/LiDAR data acquisition. Additionally, to account for the presence of the newly constructed Berth 4 Extension and/or other changes which may have changed the usability of previously existing targets, new aerial targets may be placed. A certified Report of Survey will be prepared to document the position, and or changes thereto, (horizontal and vertically), of the photo control points and be provided to the project Photogrammetrist as a basis for their mapping data.
Impact Area Post-Construction + 1 Year – Aerial Imagery Acquisition (As Needed) Survey Support
Stantec will replace missing aerial targets and photo ID points at (or near) the locations previously established in support of the photogrammetric/LiDAR data acquisition. A certified Report of Survey will be prepared to document the position, and or changes thereto, (horizontal and vertically), of the photo control points and be provided to the project Photogrammetrist as a basis for their mapping data.
500 | Civil Engineering Services |
510 | Concept Development and Refinement |
511 | Concept Development |
As part of the project kickoff meeting, design parameters will be reviewed. Design considerations include, but are not limited to:
Establishing project limits/boundary
Pavement Section Design requirements
Grading requirements
Drainage requirements
Lighting Requirements
Fire Protection Requirements
Utilities Requirements
On dock structures/buildings consideration
Access and Circulation
July 17, 2020
Mr. George Isiminger, P.E. Page 20 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
A concept plan based on Port’s direction with consideration of the Berth 4’s operation, as well as access and circulation requirements, along with a basis of design document will be prepared.
512 Concept Review
Stantec will coordinate with Client to review the Concept Plan and basis of design, and address Port’s comments to prepare the base plan for the final design of the proposed improvements. Following Port’s approval, preparation of the construction plans will be started. The effort for this task is estimated to be submittal of the concept plan, one (1) review meeting, addressing Port’s comments and a follow up meeting to finalize the concept plan. Any minor comments will be addressed as part of the preparation of the construction plans. No further review comments or response to comments regarding the concept plan is anticipated.
513 Pre-application Meetings
During the Concept Review phase, in coordination with the Port, Stantec will set-up and attend pre- application meetings with the permitting agencies to establish the permitting requirements. Meetings with the environmental agencies will be coordinated as part of Task 322. It is anticipated that previously obtained permits will inform the permitting process. Alternative methods of stormwater treatment will be reviewed with the permitting agencies.
Berth - Civil Engineering Preliminary Design and Permitting
Preliminary Design and Plans Preparation
Stantec will prepare the preliminary landside civil engineering design plans based upon the conceptual Site Plan, as approved by the Port for the preliminary design. These plans include a stormwater management system with alternative treatments considering on site treatment, offsite (within the Port Property) compensatory treatment or potential purchase of treatment credits. Without respect to method of treatment, a collection and conveyance system will be designed to discharge through a filtration device to satisfy National Pollutant Discharge and Elimination System (NPDES) and Clean Water Act (CWA) Section 401 requirements. Landside Civil Design under this Task will address:
Grading/Paving
Stormwater Management System
Underground Utilities
30% and 60% Construction Drawings
60% Level Opinion of Probable Construction Cost Estimate
Preliminary Engineering Calculations
Stormwater Modeling
Technical Special Provisions Outline
Construction Schedule at 60% Plans will include:
July 17, 2020
Mr. George Isiminger, P.E. Page 21 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Cover Sheet
General Notes
Site Plan(s)
Horizontal Control Plan(s)
Paving, Grading Plan(s)
Drainage Plan(s)
Utilities Plan
Detail Sheets
Pollution Prevention plan
All drawings will be prepared in accordance with Port Manatee, Manatee County, and FDOT standards. Plans will be prepared on eleven-inch by seventeen-inch (11”x17”) sheet size at an appropriate scale, using AutoCAD version 2019. All review plan submittals will be distributed electronically.
Stantec will provide technical special provision for non-standard items of the project elements. All other specifications will be by reference and notes on the plans in accordance with FDOT and Manatee County Standards.
As part of this Task, Stantec will submit the plans to Port at 30% and 60% design level. Port’s comments at the 30% will be addressed as part of this Task. The 60% comments will be addressed as part of the Final Design Task.
Preliminary Design Phase Meetings and Coordination
Stantec Civil Engineering team members will participate in project meetings and coordination efforts throughout this phase of the design. It is assumed a regularly scheduled bi-weekly conference call will be held. These calls will be via web hosted/screen sharing. Additionally, it is anticipated Stantec will participate in up to four (4) project team meetings at the Client’s office during the preliminary design phase of the project.
Permit Applications and Initial Submittals
Stantec will assemble the permit applications, plans (60%) and supporting documents for submittal to the appropriate agencies or departments. Stantec will set up and attend submittal conferences with permitting agencies as appropriate. Submittals for approval will be made to the following agencies or governmental departments:
Civil/Site Permits
Manatee County Site Plan Approval Application
Florida Department of Environmental Protection (FDEP) – Application for Individual Environmental Resource Permit (ERP), as coordinated with project environmental Tasks
Water System Permit from FDEP
FDEP – Notice of Intent (National Pollution Discharge Elimination System (NPDES) Notice of Intent (NOI) requesting coverage under the Generic Permit for Stormwater Discharge from Large and Small Construction Activities)
July 17, 2020
Mr. George Isiminger, P.E. Page 22 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Stantec will assist the Client with completing an application requesting coverage under the NPDES Generic Permit. Stantec will prepare a draft Stormwater Pollution Prevention Plan (SWPPP), a NOI form, and transmittal letter to accompany the filing of the NOI. Execution/Certification of the SWPPP and NOI, as well as filing of the NOI will be the responsibility of the Owner or General Contractor. Stantec will submit the draft SWPPP to the Client or the Client’s contractor for use only as a guide in preparing the final SWPPP. The final SWPPP, as prepared and maintained by the Contractor, will be physically located on site as described in the NOI.
Note: The contractor will also be responsible for the following:
Signing the NOI, preparation and filing of a Notice of Termination (NOT), and the final SWPPP as the “Operator and/or Responsible Authority” for the project.
Implementing the “Best Management Practices” as shown in the final SWPPP.
Maintaining the “Best Management Practices” as shown in the SWPPP as required to accommodate conditions in the field.
Making the required inspections and filling out the inspection reports as required by the conditions of the generic NPDES permit.
Stantec will provide the suggested draft SWPPP for the site and the typical details of certain Best Management Practices to the Client or the Client’s contractor in an electronic format.
Agency Meetings, Negotiations and Resubmittals
Stantec will meet and negotiate with agency representatives having concerns during the review/approval process of Site Civil Permitting Process. Stantec will complete additional design revisions based on the agreements reached during the agency meetings and resubmit the plans and supporting documents for final approval. It is assumed this Scope and Fee includes up to two (2) resubmittals for the County and FDEP, and one (1) resubmittal for other agencies, if required. Additional resubmittals due to design changes by reasons beyond the control of Stantec will be considered Additional Services.
530 Berth – Civil Engineering Final Design
531 Final Design and Plans Preparation
Stantec will prepare the Final landside civil engineering design plans based upon the 60% design level, as approved by the Port for the final design. These plans will include the selected stormwater management system. Landside Civil Design under this Task will address:
Grading/Paving
Stormwater Management System
Fire Line
90% and 100% Construction Drawings
90% Level Opinion of Probable Construction Cost Estimate
Final Engineering Calculations
Final Stormwater Modeling
July 17, 2020
Mr. George Isiminger, P.E. Page 23 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Technical Special Provisions
Construction Schedule at 90% Plans will include:
Cover Sheet
General Notes
Site Plan(s)
Horizontal Control Plan(s)
Paving, Grading Plan(s)
Drainage Plan(s)
Utilities Adjustment Plan
Detail Sheets
Pollution Prevention plan
All drawings will be prepared in accordance with Port Manatee, Manatee County and FDOT standards. Plans will be prepared on eleven-inch by seventeen-inch (11”x17”) sheet size at an appropriate scale, using AutoCAD version 2019. All review plan submittals will be distributed electronically.
Stantec will provide technical special provision for non-standard items of the project elements. All other specifications will be by reference and notes on the plans in accordance with FDOT and Manatee County Standards.
As part of this Task, Stantec will submit the plans and supporting documents to Port at 90% and 100% design level. Port’s comments at the 90% review stage will be addressed as part of preparation of the 100% plans. 100% plans will be submitted to the Port as the Issued For Bid (IFB) set.
532 Final Design Phase Meetings and Coordination
Stantec Civil Engineering team members will participate in project meetings and coordination efforts throughout this phase of the design. It is assumed a regularly scheduled bi-weekly conference call will be conducted. These calls will be via web hosting with screen sharing capability. Additionally, it is anticipated Stantec will participate in up to four (4) project team meetings at the Client’s office during the final design phase of the project.
600 Subconsultant Tasks
610 Moffatt and Nichol
Refer to Attachment B for the proposed scope of services by Moffatt & Nichol for Berth Structural and Electrical Services.
July 17, 2020
Mr. George Isiminger, P.E. Page 24 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
620 Gahagan & Bryant Associates
Refer to Attachment C for the proposed scope of services by Gahagan & Bryant Associates for Dredging and Disposal Design Services.
630 S&ME - Geotechnical Engineering
Refer to Attachment D for the proposed scope of services by S&ME for Geotechnical Engineering Services.
640 CSA - Environmental Assessment and Permitting Support
Refer to Attachment E for the proposed scope of services by CSA for Environmental Assessment and Permitting Support Services.
650 GPI Geospatial, Inc.
Refer to Attachment F for the proposed scope of services by GPI Geospatial, Inc. for Aerial Imagery Acquisition Services.
700 (Not Used)
800 Special Requests/Contingencies (Allowance)
If requested, Stantec will provide other assistance and support services to the Client on an as needed basis. These services may include, but are not limited to, attending additional meetings, coordination with agencies, applying for permits or supporting permitting efforts, design changes, attendance and presentations at Port Authority meetings, or similar services. These services will be provided on a time and
materials basis. A ny additional services will be based on pre-approved scope and fee by the Client.
810 Impact Area Mapping and Assessment Contingency
This contingency would provide for additional GIS analysis effort and two (2) additional days of field work in association with the mapping of seagrasses in the impact area. Factors which may trigger the need to utilize these additional resources include:
Poor imagery quality due to water clarity issues and/or similar factors that would lead to unsuccessful spatial discrimination (i.e. clear areal coverage mapping of seagrass limits) during the GIS aerial analysis as referenced under Task 333.
A significant change in seagrass resources is detected in preliminary efforts detailed in Task 333.
A significant change in the footprint of the Berth 4 Extension and/or the proposed dredged area
July 17, 2020
Mr. George Isiminger, P.E. Page 25 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
820 Geotechnical Services Contingency
If a crane is not available at the Port to assist with launch at the time of the required mobilization of S&ME’s 11 ton barge, drill rig, and support craft, S&ME will provide a crane for launching and retrieval under this contingency task.
830 Seagrass Mitigation Donor Site Monitoring Contingency
This contingency would provide for additional quadrat surveys for the seagrass mitigation Donor Site. These additional quadrat surveys of the Donor Site will only be conducted if transect survey results from Task 365, above indicate that the harvested area is not recovering. These surveys will be conducted along transects established by Manatee County in accordance with their Mitigation Area Planting Plan. Data collected as part of this task (Task 830) will be used to prepare the report(s) referenced under Task 365 above.
As needed, this additional quadrat sampling will entail one (1) day of field work within the Donor Site for up to three (3) years of monitoring to support the monitoring activities under Task 365 above.
840 Aerial Imagery Acquisition Re-Flight Contingency
If for any reason(s) beyond the control of Stantec or GPI, there are disturbances to the water (i.e. turbidity, boat wakes, etc.) that diminish the quality of the aerial imagery where an accurate GIS based aerial analysis cannot be conducted, additional imagery may have to be acquired. This task includes costs for one
(1) additional As-Needed Only overflight for each of the four (4) imagery acquisition events referenced below at a cost of $2,500 per each event.
July 17, 2020
Mr. George Isiminger, P.E. Page 26 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Excluded Services
The professional services required to deliver this project, as described in the RFQ, will be provided by Stantec under this Proposal/Agreement. However, services such as the ones listed below are not anticipated to be required for delivery of this project:
Design of Additional Dredge Disposal Area
Design of Additional Mitigation (beyond Perico)
Installation/Transplanting of Seagrass
Bid Support Services
Construction Phase Engineering Services
Master Planning or other design services outside of Berth 4
Flushing Study/Pollutant Concentration Dilution Analysis
Archaeological Services
Preparation of applications for rezoning and land use amendments
FEMA floodplain permitting, including the preparation of applications for a Letter of Map Revision (LOMR) or a Conditional Letter of Map Revision (CLOMR)
Design and permitting of a sanitary sewer lift station
Traffic studies
Services associated with hazardous or contaminated materials
Preparation of an application for a water use permit or well construction permits from the Southwest Florida Water Management District (SWFWMD)
Preparation of an application for water or sewer services
Preparation of illustrative renderings of improvements (color maps of impacts and mitigation site are included)
Design for additional facility lighting, including conveyor/Berth 4 loading hopper area
Refrigerated plug (reefer) design or infrastructure to support same
Backup or stand-by power system design
Only conduit (cabling by others) for low voltage systems (security, access control, and/or CCTV) is included in this scope of work. Conduit requirements will be provided by others.
Relocation design and permitting of the saltwater intake for the fish farm
Design and permitting of any kind of buildings or structures
Design and permitting of infrastructure for future buildings or structures
Design and permitting of offsite improvements
July 17, 2020
Mr. George Isiminger, P.E. Page 27 of 27
Port Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Professional Services
Fees
Compensation to be paid to Stantec for providing the services described shall be the attached Fee Estimate (Attachment A). All fixed fee tasks will be invoiced monthly based on the percent completion of the task.
Tasks not completed will not be billed. If a task is not completed in full, Stantec shall be paid for the proportion of the work completed. If the scope or duration of the project changes, Stantec will re-evaluate these fee amounts. Additional services are subject to prior written contract amendment as approved by the Port. All additional services will be invoiced on a time and material basis unless Stantec and Client agree otherwise.
Thank you for the opportunity to be of service to Port Manatee.
Regards,
Stantec Consulting Services Inc.
Michael A.G. Burton CEP
Senior Principal
Phone: 941 907-6900
Mobile: 941 720-3483
Hamid Sahebkar PE
Principal
Phone: 813 223 9500
Mobile: (813) 390-1743
Attachment: A – Fee Estimate
B – Moffatt & Nichol Proposal C – GBA Proposal
D – S&ME Proposal E – CSA Proposal
F – GPI Geospatial Proposal
v:\1773\business_development\port_manatee\berth4_extension\20200717_submittal\pro_berth_4_extension_design_permitting_20200717_revision1_final.docx
ATTACHMENT A FEE ESTIMATE
ATTACHMENT A FEE ESTIMATE
Task Number | Task Description | Fee |
200 | Program Management | $ 196,352.00 |
300 | Environmental Services | |
310 | Project Concept Review and Refinement | $ 7,970.56 |
320 | Agency Meetings | $ 26,137.16 |
330 | Assessments and Studies | $ 151,195.00 |
340 | Permit Applications and Processing | $ 108,059.12 |
350 | Public and Stakeholder Meetings | $ 10,857.60 |
360 | Mitigation Compliance Program | $ 288,803.50 |
400 | Survey Services | $ 38,599.50 |
500 | Civil Engineering Services | |
510 | Concept Development and Refinement | $ 63,968.00 |
520 | Berth - Civil Engineering Prelminary Design and Permitting | $ 117,320.00 |
530 | Berth - Civil Engineering Final Design | $ 60,632.00 |
Stantec Subtotal | $ 1,069,894.44 | |
600 | Subconsultants | |
610 | Moffatt & Nichol | $ 410,000.00 |
620 | Gahagan & Bryant Associates | $ 256,453.00 |
630 | S&ME, Inc. | $ 128,005.00 |
640 | CSA Ocean Sciences, Inc. | $ 56,116.75 |
650 | GPI Geospatial, Inc. | $ 34,243.96 |
Project Fee Total | $ 1,954,713.15 | |
800 | Special Requests/Contingencies (Allowance) | |
810 | Impact Area Mapping Contingency | $ 36,504.16 |
820 | Geotechnical Services Contingency | $ 4,600.00 |
830 | Donor Site Monitoring Contingency | $ 23,119.32 |
840 | Aerial Imagery Acquisition Re-Flight Contingency | $ 10,000.00 |
850 | General Contingency | $ 50,000.00 |
Grand Total | $ 2,078,936.63 |
ATTACHMENT B MOFFATT & NICHOL PROPOSAL
July 17, 2020
501 E. Kennedy Blvd, Suite 1910
Tampa, FL 33602
(813) 258-8818
Stantec
777 S Harbour Island Boulevard, Suite 600 Tampa FL 33602-5729
Attn: Michael A.G. Burton, CEP
Subject: Port Manatee Berth 4 Extension Improvements Design and Construction Documents
Dear Michael,
Congratulations to Stantec for assembling an All-Star team to support Port Manatee in permitting, designing, and preparing construction documents for the Berth 4 Extension project. We are excited to be a part of the team and to continue to grow our relationship with Stantec and Port Manatee.
This proposal was prepared based on the Scope of Work included in RFQ-2-1-2020/GI issued by Port Manatee for Berth 4 Extension Improvements and Mitigation Professional Services. The project includes engineering and design for preparation of construction contract drawings, technical specifications, cost estimates and environmental permitting for the extension of Berth 4. M&N understands the following to be the roles of the team members on the project:
Stantec – Project management, seagrass mitigation lead, landside design lead, stormwater system lead, and permitting lead.
M&N – Waterside structural lead including wharf structural design, mooring and berthing analysis, electrical design, and permitting support.
Gahagan and Bryant – Dredging and dredge disposal lead; survey
CSA – Seagrass survey and mitigation support
S&ME – Geotechnical exploration and engineering, land reclamation consolidation/stabilization
The following tasks outline our approach to the scope of work and include the entire scope of work with indication of other team members expected to complete that item, where appropriate.
SCOPE OF WORK
CONCEPT REVIEW AND REFINEMENT
Objective:
The objective of this task is to review and finalize the Concept Design requirements for the Berth Extension that will be used as the basis for the Preliminary Design Phase.
Scope:
Kickoff meeting (on-site). M&N will attend a site visit with the Team to revisit the site and to verify information from Port representatives regarding prior planning efforts. M&N will prepare figures for the kickoff/design charrette meeting with Stantec and the Port to confirm the design requirements for the
Stantec
July 17, 2019
following items that require input from the Port and Design Team. Assumes Stantec will schedule and host meeting in conjunction with other data gathering efforts. The design charrette will cover the following topics:
Operational Methodology:
M&N will confirm the Port’s preferred option from the feasibility study including proposed operational requirements for the Berth 4 Extension.
Vessel sizes and types
Cargo operations and traffic flow
North Berth Face Alignment:
M&N will provide concept layouts of the Berth 4 return wall alignment at different angles. The concept layouts will be provided to help determine the optimal alignment of the return wall so that it can be extended to match the future alignment of Berth 3.
These concepts do not include planning for roadways improvements, utility improvements, or berth areas beyond the extension area other than connections to existing infrastructure to support the extension area, as needed.
Berth Elevation:
M&N will review the existing deck elevation at Berth 5, FEMA flood criteria, sea level rise projections, and operational wave criteria to provide recommendations to the Port for proposed deck elevation of the Berth 4 Extension. Options will also be presented to design additional capacity into the bulkhead to allow for future raising of the berth elevation. Operational criteria to be established through coordination with Pilots and Coast Guard Captain of the Port to be confirmed by Port Manatee.
Following the design charrette meeting, M&N will provide a final concept plan for approval by the Port and for use as a base for team member use.
M&N will attend a meeting with the Port and the Team at the Tampa Bay Pilots’ office to review the concept for Pilot input and feedback. No modifications to the concept are expected to arise out of this meeting. We assume no additional navigation aids or range markers will be required.
Deliverables – Concept Review
Approved Concept Figure
Meeting Notes for inclusion in Minutes
Final Concept Plan in PDF format
PRELIMINARY DESIGN – BERTH STRUCTURAL AND ELECTRICAL
Objective:
The objective of the Preliminary Design task is to prepare preliminary construction documents and preliminary design deliverables for the marine structural and site electrical components to a level sufficient for preparing permit drawings and narratives for the Berth 4 Extension project.
Scope:
This task includes mooring and berthing analysis and preliminary structural and electrical design for the Berth 4 Extension project. The preliminary design phase will be based on the recommendations of the Berth 4 Extension Feasibility Study (completed previously) and will reflect the approved concept from Task 1.
M&N will coordinate with Stantec, the other team members, and Port Manatee through on-site meetings, phone calls, online meetings, and e-mail to share information, ideas, and progress.
Stantec
July 17, 2019
M&N will attend the following meetings:
Monthly progress meetings (on-site) – assumes 3 meetings in addition to kickoff meeting. Assumes 2 engineers will attend each meeting.
Bi-weekly (every other week) progress conference calls with Stantec and/or Port.
M&N will provide Monthly Progress Reports to document monthly progress highlights, key deliverables submitted, and planned activities for the next month.
M&N will attend a design review conference call with the Port following the Preliminary Design Submittals.
Metocean Analysis
M&N will review the findings of the meteorological and oceanographic data collection from the feasibility study and will further analyze the data for use in design. Analysis will include the following:
Winds
Water Levels (tides and storm surge)
Sea Level Rise
Waves
The result of the metocean analysis will be included in the basis of design report.
Mooring and Berthing Analysis
M&N will conduct a mooring and berthing analysis for the Berth 4 Extension project.
Conduct a static mooring analysis for an approximate 800-ft LOA design vessel (to be confirmed by the Port) using metocean data to determine the required mooring fixture sizes. Analysis is limited to three design vessels (e.g. juice carrier, container, bulk) and one berth orientation.
The mooring analysis will also be performed for the maximum operational wind speed established based on input provided by the Pilots and the Coast Guard Captain of the Port, which is the windspeed at which vessels are put to sea. Wave and current conditions at the berth will also be considered in the mooring analysis.
Perform a berthing analysis to determine fender size and spacing required for the design vessel. The results of the analysis will include vessel forces on the wharf, expected loads on the mooring hardware, and fender performance requirements.
Prepare a Mooring and Berthing summary to be included in the basis of design that includes a summary of input parameters, analysis approach, results, conclusions and recommendations.
Structural Design
M&N will design the structural items for the Berth 4 Extension Project and provide the structural sections of the basis of design, preliminary structural drawings and outline structural technical specifications.
The Berth 4 wharf extension substructure will be designed to support mooring of vessels, mobile harbor cranes, a standard Port cargo yard live load. The design loads, dredge depth, deck elevation and future deepening will considered in the design to meet the Port’s needs. The proposed bulkhead foundation will be s comprised of a steel king pile combination wall with a tie-back system. The proposed bulkhead design will include a concrete pile cap to support fenders and mooring hardware. The fender system will be designed to maintain an equivalent standoff height to match the Berth 5 fender system. Specific engineering and design task include:
Stantec
July 17, 2019
Review Team provided geotechnical information. Coordinate with the Geotech for placement of fill behind the bulkhead, pile installation requirements, and geotechnical design parameters.
Review survey information provided by the Design Team.
Prepare Basis of Design to capture the functional requirements for the wharf; design loads, environmental conditions, codes and standards, and site restrictions. The Basis of Design will be updated at each submittal with design progression. The document will include, but not necessarily be limited to the following:
Functional requirements of the Wharf
Design Life
Applicable loading criteria
Codes and Standards
Material Requirements
Environmental (operating and extreme) conditions
Wave conditions for design of rock revetment
Mooring and Berthing Analysis
Construction Phasing/Methodology
Perform detailed structural design for the wharf. Design will include:
Steel king pile bulkhead and tie-back system
Bulkhead concrete cap and fascia
Berth 5 corner infill structure
Mooring Hardware
Fender System
Light pole foundations
Cathodic protection system
Rock revetment on landside of the berth extension
Electrical, High Mast Lighting and Mobile Harbor Crane Storage/Hotel Power
M&N will provide design of the high mast lighting system and mobile harbor crane storage/hotel power for the Berth 4 Extension Project, including the electrical sections of the basis of design, lighting calculations, preliminary electrical drawings and outline electrical technical specifications.
Site Electrical Coordination
Attend one meeting with Port Manatee to coordinate stakeholder electrical and communications needs.
Review existing Berth 4 lighting system and associated electrical distribution. Evaluate suitability of tie-in of Berth 4 extension lighting or need for independent system.
Review existing Berth 4 lighting controls for suitability of incorporation of Berth 4 extension lighting or need for independent system.
Coordinate site power needs with Florida Power and Light (FPL) if new utility service is required.
Identify conduit/concrete encased duct bank routing.
Identify FPL equipment and service entrance equipment location(s).
Include conduit, equipment pad, and electrical rack/support installation by contractor in construction drawings.
Stantec
July 17, 2019
Include conduit infrastructure for low voltage/communication cabling (low voltage/communication requirements and cabling specified by others) into construction documents.
Prepare technical specification for electrical distribution system.
Site Lighting
Define lighting criteria based on Port Manatee facility operational input.
Model lighting design with photometric software.
Coordinate lighting layout with Port Manatee operations and surface traffic patterns.
Develop electrical load analysis for site.
Develop lighting control requirements and design from Port Manatee operations input.
Design protection of light poles.
Develop light pole foundation criteria for high-mast lights.
Design spread footings foundations for any non-high mast lighting.
Prepare technical specification for lighting system.
Mobile Harbor Crane Storage/Hotel Power
Define power requirements
Identify nearest existing distribution location to serve crane.
Design conduit, panel, and receptacle.
Construction Drawings: Preliminary Design Drawings (electronic submittal of full-size PDFs) may include:
Cover sheet & Index of Drawings
General Notes, Legend and Abbreviations
Existing Conditions Drawings
Demolition Drawings
Structural Notes
Deck Plans
Pile Plans
Wharf Infill Plan at the south corner of Berth 5
Wharf Typical Section
Rock Revetment Plan
Rock Revetment Section
Electrical Plans
Lighting Details
M&N will prepare a preliminary Opinion of Probable Construction Cost for structural and electrical elements. Costs for FPL equipment and installation to be provided by FPL. A work order may need to be initiated by the Port to obtain the Cost from FPL.
M&N will develop a Technical Specifications Outline
Deliverables – Preliminary Design
Preliminary Design deliverables will be coordinated with Stantec. M&N will provide documents in native and PDF format for incorporation with the Design Team’s combined deliverables. Preliminary Design documents package will include:
Construction Drawings
Preliminary Opinion of Probable Construction Cost.
Stantec
July 17, 2019
Technical Specifications Outline
Draft Basis of Design
ENVIRONMENTAL PERMIT SUPPORT
Provide environmental permitting support services related to bulkhead construction.
Provide description of Berth Extension Alternatives Analysis related to wharf construction, mooring arrangements, and berth requirements for wharf operations.
Provide narrative of wharf construction methodology, sequence, and general heavy civil equipment requirements.
Provide wharf permit drawings for berth extension. The permit drawings will be based on the Preliminary Design Drawing submittal.
One engineer to attend two (2) Pre-Application meetings with the Federal (USACE) and State agencies.
One engineer to attend two (2) Public Stakeholder Meetings with Stantec and Port Manatee.
M&N will work with Stantec to respond to up to one (1) Request for Additional Information (RAIs) from the Federal and State Regulatory Agencies related to wharf construction.
Deliverables – Environmental Permit Support
Berth Extension construction narrative
Permit Drawings
Responses to RAI’s from Regulatory Agencies
FINAL DESIGN – BERTH STRUCTURAL AND ELECTRICAL
Objective:
The objective of the Final Design task is to complete the design and detailing for berth structural and electrical Bid Documents.
Scope:
This task includes Final design of the structural and electrical items for the Berth 4 Extension project. The Final Design Phase will complete the design and detailing of the Berth 4 extension. The Final Design will incorporate design review comments from the Port, Design Team, and Regulatory Agencies on the Permit Drawings and Preliminary Design submittals. M&N will provide team coordination review comments prior to each submittal.
M&N will attend the following meetings:
Monthly progress meetings (on-site) – assumes 3 meetings for the Final Design phase. Assumes 2 engineers will attend each meeting.
Bi-weekly (every other week) progress conference calls with Stantec and/or Port.
M&N will provide Monthly Progress Reports to document monthly progress highlights, key deliverables submitted, and planned activities for the next month.
M&N will attend discipline coordination meetings with the design team.
M&N will attend a design review conference call with the Port and Design Team following the Pre- Final Design Submittal.
The Final Design Phase will include two submittals:
95% Pre-Final Construction Documents for Port review and Design Team coordination.
Stantec
July 17, 2019
100% Issue For Bid (IFB) Documents that has incorporated all review comments and is labeled Issued for Bid.
The submittals will include:
Drawings: M&N will provide construction drawings for the structural, electrical and cathodic protection items in the scope of work. Base files will be provided in AutoCAD format. Deliverables will be provided in PDF format. Construction Drawings may include
Cover sheet & Index of Drawings
General Notes, Legend and Abbreviations
Existing Conditions Drawings
Demolition Drawings
Structural Notes
Deck Plans
Pile Plans
Berth 4 Connection Plan and Details
Wharf Infill Plan and Details at the south corner of Berth 5
Wharf Section
Bulkhead Details
Wale and Tie-rod Details
Fascia Details
Bollard details
Bulkhead Penetration Details
Fender Details
Rock Revetment Plan
Rock Revetment Details
Light Pole Foundations
Cathodic Protection Details
Electrical Plans
Lighting Details
Electrical Underground Details
Single Line Diagram and Panel Schedule
Technical Specifications: M&N will provide technical specification sections for the structural and electrical items in the scope of work. Technical Specification sections will be provided in MS Word or PDF format as needed. Technical Specifications will include:
Demolition and Removal
Marine Concrete
Structural Steel
Coating of Steel Waterfront Structures
Miscellaneous Metal Fabrications
Cathodic Protection
General Excavation, Fill, and Backfill
Steel Piles
Fender System
Electrical Distribution
Lighting
Stantec
July 17, 2019
Opinion of Probable Construction Cost: M&N will provide structural and electrical input to the Opinion of Probable Construction Cost Estimate prepared by Stantec. The cost estimate will include the estimated quantities and costs for the major construction items necessary to determine the approximate cost of construction.
Construction Schedule: M&N will provide structural and electrical input to the Construction Schedule prepared by Stantec. The schedule will include major construction items and general durations of activities that are necessary to determine the approximate duration of construction.
Deliverables – Final Design
Preliminary Design deliverables will be coordinated with Stantec. M&N will provide documents in native
and PDF format for incorporation with the Design Team’s combined deliverables.
Construction Drawings (electronic submittal of full-size PDFs)
95% Pre-Final Drawings for Review
100% Issued for Bid (IFB) Drawings
Technical Specifications
95% Pre-Final for Review
100% Technical Specifications, IFB
Final Basis of Design with Mooring and Berthing Report attached
Opinion of Probable Cost Estimate
Opinion of Construction Milestone Schedule for wharf bulkhead construction.
Assumptions Dependencies/ Exclusions
The consultant team will provide Geotechnical Engineering; Site Survey; Civil, Stormwater, Pavement Design; Dredging; and Environmental Permitting.
The Port will provide front end specification templates.
Berth expansion is an extension of existing Berth 4 by approximately 600-ft long by 250-ft wide with deep water on west side, revetment stabilization to the east side. Additional concepts are not included.
No new range markers or aids to navigation are included in this scope.
The Port shall confirm maximum operating criteria for Berth 4 to be provide by Port Pilots and/or Coast Guard Captain of the Port, including the wind speed at which vessels are put to sea.
Permit issuance is at the discretion of the issuing agency. M&N cannot guarantee approval of a permit nor control the timing of permit issuance.
Additional environmental studies are not included with this proposal.
Assumes that Stantec is completing the permit applications.
Changes in scope of design direction resulting from the Owner’s comments are not included.
Berth 4 extension lighting will be designed for standard cargo operations.
Assumes additional facility lighting, including conveyor/Berth 4 loading hopper area, is not required and is not included in this scope of work.
Refrigerated plug (reefer) design is not included in this scope of work.
Power for future warehouses or buildings is not included in this scope of work
Backup or stand-by power system design is not included in this scope of work.
Only conduit (cabling by others) for low voltage systems (security, access control, and/or CCTV) is included in this scope of work. Conduit requirements will be provided by others.
Stantec
July 17, 2019
Costs for FPL equipment and installation to be provided by FPL. A work order may need to be initiated by the Port to obtain the Cost from FPL.
The saltwater intake for the fish farm will be relocated by others and is not included in the scope of work.
Assumes 3 months schedule for preliminary design, 1 month to prepare permit documents following preliminary design, and 3 months for final design to be coordinated with permitting.
Bid Phase and construction support services are not included in this scope of work. These tasks will be provided with a separate proposal.
Fee Proposal
Based on the above scope of services and assumptions, M&N proposes to complete the engineering and design services for a lump sum fee of $410,000.
The proposed lump sum compensation for the engineering services is shown in the below table.
Task | Description | Lump Sum Fee |
1 | Concept Review and Refinement | $17,000 |
2 | Preliminary Design – Berth Structural And Electrical | $160,000 |
3 | Environmental Permit Support | $25,000 |
4 | Final Design – Berth Structural And Electrical | $208,000 |
Total Lump Sum Compensation | $410,000 |
Moffatt & Nichol looks forward to the opportunity to continue to work with Stantec to support the future growth of Port Manatee. Should you have any questions or comments regarding this proposal, please don’t hesitate to contact me.
Sincerely,
MOFFATT & NICHOL
Michael Herrman, P.E. Senior Project Manager
ATTACHMENT C GBA PROPOSAL
Gahagan & Bryant Associates, Inc. 3802 W. Bay to Bay Blvd., Suite B-22 Tampa, Florida 33629
(813) 831-4408 Fax (813) 831-4216
July 17, 2020
Hamid Sahebkar, P.E.
Stantec Consulting Services, Inc.
777 S. Harbor Island Blvd., Suite 600 Tampa, FL 33602-5729
RE: Port Manatee Berth 4 Extension-
GBA Scope of Work for Dredging and Disposal Design Services
Dear Mr. Sahebkar,
Gahagan & Bryant Associates, Inc. (GBA) is pleased to submit the following Scope of Work to complete engineering and design requirements for Berth 4 Extension Project, as described below. This Scope of Work describes the services for the design and preparation of contract documents, along with support for permitting. GBA, in consultation with Stantec and other team members, will provide all engineering services necessary to develop and produce a complete and detailed design package suitable for bid purposes.
A feasibility study of improvements to Port Manatee’s Berth 4, completed by the Stantec Team during 2019, resulted in the recommendation of a 600’ extension of the current wharf and expansion of the berth and turning basin areas. As a member of the Stantec Team, GBA proposes to review and refine the proposed Berth 4 Extension conceptual plan and provide dredging and disposal design and permitting documents for the navigational improvements. The tasks to accomplish this effort are outlined in this document.
SCOPE OF WORK AND COST
Task 1: Concept Review and Refinement
(GBA Budget: $18,144)
GBA will review the adequacy of the proposed expansion dredging template and investigate additional refinements of the dredged basin footprint to minimize environmental impacts. The design basin slope will be evaluated to determine if a steeper slope could be implemented to provide a reduced project footprint and associated environmental impacts. Additionally, a taper of the western edge of the basin will be evaluated to provide an improved approach at the edge of the turning basin, while potentially reducing some seagrass impacts.
Page 1 of 7
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
Due to recent personnel changes at the Tampa Bay Pilots Association, the proposed design should be re-submitted to the Pilots for review, in order to obtain a formalized letter of their acceptance of the suitability of the basin layout. We will attend meetings with the Pilots to present and discuss the proposed design to gain their approval.
Task 2: Preliminary Design - Dredging
(GBA Budget: $51,107)
GBA will utilize recent hydrographic surveys of the Port’s berths and turning basin, along with prior surveys of the expansion area to the north in the design and analysis of the dredging template. Based on the final design template dimensions, project dredging quantities will be updated. The dredge materials will also be broken down by material types to support dredge production rates and cost estimates. It is assumed that additional borings will be obtained during the design period to provide for adequate coverage of the proposed dredge areas. The boring logs from the new cores, along with prior boring reports will be reviewed pertaining to the dredgeability of the material and to provide for estimates of dredge production rates. The core logs will be reviewed to evaluate locations and depths, material hardness, SPT values, grain size, and stratification of material types. GBA will provide a staff geologist to witness and record field classification of new boring data within the dredging area, in order to get a firsthand assessment of material characteristics and dredgeability. Boring logs, provided by other team members, will be incorporated into project design documents.
In order to make a determination of material types and quantities available within the proposed dredging limits, pre-existing and new boring data, and experience from previous dredging projects in the area will be utilized to create a material profile within the proposed dredge areas. This process is necessary to determine the amount of material available as structural fill for terminal wharf construction versus upland disposal in the Port Manatee Dredged Material Management Area (DMMA). The footprint of the dredge areas will be overlaid with the bathymetry to develop the dredge volumes. Volumes will be calculated using surface to surface methods and also average end area methods.
When designing a dredging project, GBA includes the analysis and evaluation of all materials to be dredged in order to determine the best dredging and placement methods to meet the project requirements. Results of the geotechnical investigation and data from previous dredging projects will be the starting point of the design. GBA will review the geotechnical results as well as other data (i.e., water depths, sea conditions, equipment access, time of year restrictions, etc.) to help determine the equipment best suited for removal of the materials based on dredgeability and transport distances to the final placement site. Dredge production rates will be based on the geotechnical data (i.e., how quickly the materials can be dredged), transport distances, dredge plant capabilities, and any other physical and environmental constraints. Our design efforts will include:
Understanding of the dredgeability and behavior of the materials to be excavated.
Understanding of changes to the material as a process of dredging, pumping and placement into the disposal area.
Theoretical production of each proposed dredge type.
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
Perform quantity take-off for each dredge material horizon. Based on the areas to be dredged and the depth of cuts, the quantities of material to be dredged per unit area (target grade and allowable overdepth) will be determined.
Determine rates of production of dredge plant and associated equipment. Establish monthly production rates for dredge plant to provide basis for projected duration of dredging event.
Determine pipeline lengths, number of booster pumps (if required).
Determination of sequencing and timing of dredge excavation areas in coordination with wharf construction.
Determine cut to fill ratios, to include bulking and losses.
Establish maximum heights that material can be stockpiled in disposal area.
Develop plan for discharge into disposal area to include layout and design of discharge areas as a function of material characteristics.
GBA proposes to perform a preliminary design assumed to be about at about the 30% design level. Included will be guide specifications and preliminary full-size drawings.
The following topics will be documented:
Project overview including construction phasing
Assumptions governing design
Environmental constraints
Dredging plant
Dredging specifications for each dredge element (e.g., volumes, coverage areas, depths, etc.)
Preliminary Design level cost estimate (+/- 15-20%)
The following is a listing of design elements that will be illustrated by Preliminary Design drawings (exact number in each category TBD):
Cover Sheet, Vicinity Map, Location Map, Drawing Index
Topographic and Bathymetric Survey Drawings, and Notes
Dredging Plan-View Drawings of Dredge Areas
Dredging Cross-sectional Drawings; Typical Sections
Pipeline Routing Plan
Wharf Fill Site Plan-View Drawings
Wharf Fill Site Cross-sectional Drawings
DMMA Disposal Site Plan-View Drawings
DMMA Disposal Site Cross-sectional Drawings
Spillway and Levee Details
Effluent Return Ditch Layout
Task 3: Preliminary Design - Dredged Material Disposal
(GBA Budget: $47,077)
It is assumed that surficial sands within the dredge area will be placed as structural fill within the Berth 4 Extension, while the remaining silty, clayey sands and silts dredged from the project will be
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
disposed of in the Port Manatee Dredge Material Management Area (DMMA), which is operated by the Jacksonville District of the U.S. Army Corps of Engineers (USACE). GBA will evaluate the DMMA site capacity, condition of outflow structures, taking into consideration the material types, bulking considerations, and distance of transport of materials. This evaluation will be based on existing surveys to be obtained from USACE. The acquisition of supplemental data to define disposal site topography or foundation conditions at the disposal site is not included within this scope of work. An inspection of the effluent return ditch system and culverts will be performed to ascertain their condition and any repairs or improvements that may be required for construction operations.
Based on wharf construction methods and potential surcharge requirements, an evaluation of the sequencing and placement of surficial sands within the wharf extension will be performed to determine when materials will be dredged and how they should be placed as structural fill and surcharge within the berth extension. Plans for the removal and resolution of the surcharge materials, which will be performed at a later date, are not included in this scope of work.
USACE Coordination and Agreements for Disposal Site Use
Placement of dredge materials in the DMMA will require approval and formal agreements with the USACE. Meetings will be held with Jacksonville District staff to determine the operational protocols to be followed during dredging operations, as well as, to identify the institutional approvals and agreements which will be needed to execute the project. Initial discussions with District personnel indicate that the existing capacity of the disposal site must be maintained or restored following the Port’s project. GBA will assist USACE in the development of the necessary agreements with the Port.
Task 4: Permitting Support
(GBA Budget: $24,822)
GBA will provide attendance and participation in meetings, technical and administrative support to requests for additional information, and the coordination of the timely submittal of deliverables according to the project management plan as developed by Stantec. These meetings will be used to determine the environmental restrictions and requirements for dredging operations, as well as the placement of structural fill sands at the wharf extension site.
Additionally, GBA will consult and coordinate with the Jacksonville District to identify issues and concerns to be addressed to satisfy the requirements of a Section 408 review, which will ensure that authorized project benefits for the federal project are not compromised by alterations or additions made by the local sponsor and that the project meets the USACE current criteria and design standards. The effort will include meetings in the Jacksonville District office with the District engineer and the USACE project manager.
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
Task 5: Final Design – Dredging and Disposal
(GBA Budget: $55,628)
GBA will provide project management to coordinate the final design requirements with Stantec, team members, and the Port. This will entail the necessary phone/virtual meetings to identify the final design requirements and the form of contract and bid schedule. A Basis of Design document shall be prepared.
Upon completion of initial review and comments on the 30% submittal, the 60%, 95% and 100% submittals for the Construction Bid Package will follow:
Plan Design (60%)
Prepare 60% design/permit level drawing set and specifications: Incorporate comments from 30% document submittal review and provide additional details to develop 60% design drawings suitable for submittal to permitting agencies. The plans shall include basin alignment, proposed cross sections, dredge quantities, proposed access routes, staging and dredge material disposal areas, effluent return ditches, and pipeline corridors.
Pre-Final Design (95%)
Prepare 95% design drawings and specifications: Incorporate comments from 60% document submittal review and provide additional details to develop 95% design drawings. The plans shall include basin alignment, proposed cross sections, dredge quantities, proposed access routes, staging and dredge material disposal areas, effluent return ditches, and pipeline corridors. The specifications will be prepared with the EJCDC C-700 Standard General Conditions of the Construction Contract (2018).
Final Design Construction Documents (100%)
Prepare 100% design drawings: Incorporate comments from 95% submittal review and permitting terms and conditions. Detail drawings will include: channel alignment, proposed cross sections, proposed access routes, staging and dredge material disposal areas, pipeline corridors, effluent return ditches and dredge quantities. The final design drawings will be suitable for bidding and construction of the project.
Prepare 100% Technical Specifications
Prepare 100% Opinion of Probable Cost Estimate
Task 6: Design – Excavation and Placement of Dredged Material from DMMA
(GBA Budget: $59,675)
It is estimated that approx. 450,000 cubic yards of silty, clayey sands and silts dredged from the project will be disposed of within the DMMA, which is operated by USACE. It is assumed that a quantity equal to that of the placed material will be have to be excavated and removed from the site to restore the disposal area capacity. The task will entail the preparation of plans and specifications for the removal of the requisite quantity of the placed dredged material, with transport and disposal at the County’s Washington Park Project site or at Port Authority owned property, located at the abandoned fish hatchery facility adjacent to the DMMA.
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
The USACE is currently soliciting plans to remove approximately 100,000 CY of material from the DMMA and haul it by trucks to Washington Park during the Fall of 2020. GBA will provide engineering and project management to coordinate the design plans and specifications for the excavation and trucking material to Washington Park. This will entail coordination with USACE, the Port Authority, and the County to identify the final design options and constraints, and the form of contract and bid schedule. The plans will implement any crust management/drainage of the site to facilitate drying and consolidation of the placed dredged materials. The design will be based on existing surveys of the DMMA and Washington Park, to be obtained from USACE.
Subject to availability and cost of utilizing the Washington Park site, plans will also be prepared to provide for an alternate placement area at the abandoned fish hatchery site adjacent to the DMMA. GBA will perform a topographic survey of the site and the existing ponds, as well as utilities and structures which may have to be relocated or removed. The design will include a perimeter retention levee, ditches to handle stormwater runoff, and a stockpiling plan to provide for a level planform in accordance with the Port’s future plans for the site. Plans will detail haul road access and improvements to existing culverts, should it be necessary. It is assumed that a regulatory permit will not be required.
Preliminary Design (30%)
GBA proposes to perform a preliminary design assumed to be about at about the 30% design level. Included will be guide specifications and preliminary full-size drawings.
The following topics will be documented:
Project overview including construction phasing
Assumptions governing design
Environmental constraints
Excavation equipment
Calculation and specification of excavation limits and volumes
Plan layout of placement site
Preliminary Design level cost estimate (+/- 15-20%)
The following is a listing of design elements that will be illustrated by Preliminary Design drawings (exact number in each category TBD):
Cover Sheet, Vicinity Map, Location Map, Drawing Index
Topographic Survey Drawings, and Notes
Plan-View Drawings of DMMA Excavation Area
Cross-sectional Drawings; Typical Sections
Haul Route Plan
Washington Park Placement Site Plan-View Drawings
Washington Park Cross-sectional Drawings
Fish Hatchery Placement Site Plan-View Drawings
Fish Hatchery Placement Site Cross-sectional Drawings
Berth 4 Extension Dredging and Disposal Design Scope of Work
July 17, 2020
Pre-Final Design (95%)
Prepare 95% design drawings and specifications: Incorporate comments from 60% document submittal review and provide additional details to develop 95% design drawings. The plans shall include DMMA layout plan, placement sites layout plan, cross sections, access routes, haul roads, staging and dredged material disposal areas, and excavation quantities. The specifications will be prepared with the EJCDC C-700 Standard General Conditions of the Construction Contract (2018).
Final Design Construction Documents (100%)
Prepare 100% design drawings: Incorporate comments from 95% submittal review and permitting terms and conditions. Detailed drawings will include: DMMA layout plan, placement sites layout plan, cross sections, access routes, haul roads, staging and dredged material disposal areas, and excavation quantities. The final design drawings will be suitable for bidding and construction of the project.
Prepare 100% Technical Specifications
Prepare 100% Opinion of Probable Cost Estimate
The total proposed budget for the above described services is $256,453, as detailed on the attached spreadsheet.
We look forward to working with you on this project. Best regards,
GAHAGAN & BRYANT ASSOCIATES, INC. | |||||||||||||||
Port Manatee Berth 4 Extension | Task 1 | Task 2 | Task 3 | Task 4 | Task 5 | Task 6 | TOTALS | ||||||||
Dredging and Disposal Design Fee Proposal | Concept Review and Refinement | Preliminary Design - Dredging | Preliminary Design - Dredged Material Disposal | Permitting Support | Final Design Dredging and Disposal | Design of Removal of Dredged Material from DMMA | Totals for Tasks 1 - 6 | ||||||||
CATEGORY | Rate | HOURS | LABOR | HOURS | LABOR | HOURS | LABOR | HOURS | LABOR | HOURS | LABOR | HOURS | LABOR | HOURS | LABOR |
Principal | $273.00 | 8 | $2,184.00 | 8 | $2,184.00 | 40 | $10,920.00 | 24 | $6,552.00 | 8 | $2,184.00 | $0.00 | 88 | $24,024.00 | |
Sr. Associate | $231.00 | $0.00 | 8 | $1,848.00 | 40 | $9,240.00 | 24 | $5,544.00 | $0.00 | $0.00 | 72 | $16,632.00 | |||
Sr. Associate | $231.00 | 32 | $7,392.00 | 72 | $16,632.00 | 40 | $9,240.00 | 32 | $7,392.00 | 96 | $22,176.00 | 80 | $18,480.00 | 352 | $81,312.00 |
Associate | $190.00 | $0.00 | $0.00 | $0.00 | 8 | $1,520.00 | 24 | $4,560.00 | 12 | $2,280.00 | 44 | $8,360.00 | |||
Associate | $190.00 | $0.00 | 24 | $4,560.00 | $0.00 | $0.00 | 30 | $5,700.00 | 16 | $3,040.00 | 70 | $13,300.00 | |||
Sr. Geologist | $147.00 | $0.00 | 24 | $3,528.00 | 16 | $2,352.00 | $0.00 | $0.00 | 16 | $2,352.00 | 56 | $8,232.00 | |||
Sr. Engineer | $147.00 | 32 | $4,704.00 | 60 | $8,820.00 | 32 | $4,704.00 | $0.00 | 80 | $11,760.00 | 80 | $11,760.00 | 284 | $41,748.00 | |
Sr. Engineer | $147.00 | $0.00 | $0.00 | 24 | $3,528.00 | $0.00 | $0.00 | 16 | $2,352.00 | 40 | $5,880.00 | ||||
Engineer 2 | $113.00 | 24 | $2,712.00 | 40 | $4,520.00 | 16 | $1,808.00 | 24 | $2,712.00 | 40 | $4,520.00 | 40 | $4,520.00 | 184 | $20,792.00 |
Sr. Tech | $106.00 | $0.00 | 8 | $848.00 | $0.00 | $0.00 | 8 | $848.00 | 32 | $3,392.00 | 48 | $5,088.00 | |||
Tech 2 | $94.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | 0 | $0.00 | ||||||
Tech 2 | $94.00 | 8 | $752.00 | 64 | $6,016.00 | 32 | $3,008.00 | 8 | $752.00 | 16 | $1,504.00 | 80 | $7,520.00 | 208 | $19,552.00 |
Tech 1 | $72.00 | $0.00 | 8 | $576.00 | 16 | $1,152.00 | $0.00 | 8 | $576.00 | 32 | $2,304.00 | 64 | $4,608.00 | ||
Total Labor | 96 | $17,744.00 | 308 | $49,532.00 | 216 | $45,952.00 | 96 | $24,472.00 | 302 | $53,828.00 | 404 | $58,000.00 | 1422 | $249,528.00 | |
Direct Costs | |||||||||||||||
Mileage | $0.50 | 200 | $100.00 | 300 | $150.00 | 600 | $300.00 | 100 | $50.00 | 200 | $0.00 | 800 | $400.00 | $1,000.00 | |
Parking | $20.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
Tolls | $1.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
Airfare | $500.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
Car Rental | $100.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
Fuel | $2.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
Total Direct Costs | $100.00 | $150.00 | $300.00 | $50.00 | $0.00 | $400.00 | $1,000.00 | ||||||||
Survey Equipment Costs Per Day | |||||||||||||||
RTK Positioning System | $150 | $0.00 | 1 | $150.00 | 1 | $150.00 | $0.00 | $0.00 | 3 | $450.00 | $750.00 | ||||
Single Beam Survey Vessel | $1,200 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||
PC Computer System, Plotter | $60 | 5 | $300.00 | 20 | $1,200.00 | 10 | $600.00 | 5 | $300.00 | 30 | $1,800.00 | 10 | $600.00 | $4,800.00 | |
Survey Vehicle | $75 | $0.00 | 1 | $75.00 | 1 | $75.00 | $0.00 | $0.00 | 3 | $225.00 | $375.00 | ||||
$0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | $0.00 | |||||||||
Total Survey Equipment Costs | $300.00 | $1,425.00 | $825.00 | $300.00 | $1,800.00 | $1,275.00 | $5,925.00 | ||||||||
Subtask Totals | $18,144.00 | $51,107.00 | $47,077.00 | $24,822.00 | $55,628.00 | $59,675.00 | |||||||||
GRAND TOTAL | $256,453.00 |
ATTACHMENT D S&ME PROPOSAL
TASK TITLE: Geotechnical Investigation Final Design Scope
OBJECTIVE:
Develop geotechnical related parameters and construction details for the final design of the Berth 4 Expansion. Also investigate proposed dredge material for fill usage and develop pavement section for wharf.
SCOPE DEVELOPMENT:
In preparation of this scope, the preliminary geotechnical report for the project was reviewed. The previous investigation consisted of 3 deep SPT borings (Borings B-1, B-2 and B-3) in the wharf area and 4 shallow SPT borings (Borings D-1 through D-4) in the dredge area. It should be noted that the geotechnical exploration was based on a wharf extension of 400 feet to the north and a larger dredge area to the west (based on preliminary discussions with the pilots). The following items were considered in scope development:
The north end of the wharf extension has moved 200 feet north. Two additional borings are recommended to evaluate the soils at the northeast and northwest corners.
Borings B-1 and B-2 (drilled along the west berth face) showed a significant variation in depth to refusal soils (over 20 feet) that will impact bulkhead installation and the need for predrilling. An additional boring is recommended to further investigate the limits of required predrilling.
The fill loads coupled with the operational loads make settlement (both immediate and long term) a design consideration. An additional boring in the center of the wharf is recommended to obtain additional information on settlement potential (including consolidation behavior for time-rate of settlement).
The dredge footprint has changed significantly such that there is no data near the northwest corner of the dredge area. An additional boring is recommended to provide material characterization from both a geotechnical and environmental perspective.
A plan of the existing and proposed boring locations along with the current project limits is also presented. The boring depths have been adjusted based on their purpose and the results of the previous data.
SCOPE:
Review existing information for the proposed development area, including previous geotechnical explorations.
Perform underground utility location (Call Sunshine).
Identify boring locations in the field and modify plan as necessary.
Mobilize barge drill rig and crew to the site.
A crane will be required to launch and retrieve the barge rig and support boat. S&ME has included this in our fee. If the Port will provide a crane for this at no charge to S&ME, the crane fee will be removed from our fee estimate.
Any required permitting (FDEP, ACOE, etc.) is by others.
A berth/dock will be required to provide access/storage between borings/at night.
Conduct four (4) Standard Penetration Test Borings for the new berth using a barge-mounted drill rig. Two (2) of borings will be 110 feet deep below the water surface to provide data on
both the shallow and deep stratums along the northern edge of the berth extension. An additional one (1) SPT boring will be used to evaluate the extents of the very hard material encountered along the west berth face and will extend to a depth of 90 feet below the water surface. The final SPT boring will be in the fill area behind the bulkheads and will extend to a depth of 75 feet below the water surface. Based on the previous borings, limestone is not anticipated. Therefore, no rock coring is proposed. We will perform Standard Penetration Tests at 5-foot intervals over the depth of the borings. An engineer will be present with the rig to keep logs of the drilling operations including field classification of the soils encountered.
Conduct one (1) Standard Penetration Test Boring to a depth of 45 feet below the mudline (estimated total depth 50 feet below the water surface) for the future dredging operations at the northwest corner of the project. The samples will be obtained in accordance with FDEP procedures (including cleaning between samples). The sediment samples will be composited by boring and tested for dry weight metals, Aluminum (Al), Arsenic (As), Barium (Ba), Cadmium (Cd), Chromium (Cr), Copper (Cu), Iron (Fe), Lead (Pb), Mercury (Hg), Selenium (Se), Silver (Ag), and Zinc (Zn), and grain size analyses. No elutriate testing is included. An engineer will be present with the rig to keep logs of the drilling operations including field classification of the soils encountered.
For the water borings, the drill mud will be pumped on-shore after completion of drilling. The material will be hauled to the spoil site for disposal.
Since we anticipate breaching a confining layer with the berth borings and possibly the dredge borings, all SPT borings (berth and dredge) will be grouted/sealed from the bottom to the top upon completion. The grout will be a bentonite grout that will not impact the future dredging.
Coordinate drilling of the dredge boring with GBA.
Obtain up to 3 undisturbed Shelby tube samples.
Turbidity curtains will be placed around the barge rig as required by past ACOE permits.
We have assumed that the on-site engineer can also serve as the required manatee/sea turtle/smalltooth sawfish observer and that a dedicated observed will not be required.
Temporary signage for manatees will be posted as required by past ACOE permits.
Perform visual classification in the laboratory after the field work has been completed.
Select samples for laboratory testing.
Conduct 30 grain size tests (10 with hydrometers to determine clay fraction).
Conduct 10 Atterberg Limits tests, if appropriate.
Conduct 11 moisture content tests.
Conduct 4 consolidation/triaxial tests.
Conduct 1 organic content test, if appropriate.
Conduct 10 environmental metals tests.
DELIVERABLES:
Prepare a written report discussing the findings, analyses and recommendations for construction including:
A brief discussion of the planned construction.
A presentation of the field exploration and laboratory analysis procedures and data obtained.
A field exploration plan showing the approximate boring and test locations.
A discussion of the subsurface conditions encountered at the boring locations.
Geotechnical evaluation of the site and subsurface conditions with respect to the proposed construction.
Recommended remedial actions, if needed, for site preparation, such as over- excavation or surcharging.
Recommendations for pile capacity and drivability, test pile program, soil parameters for sheet pile wall design, and site preparation/construction recommendations.
Suitability of dredged material for backfill.
Slope stability analyses of the planned dredge slope and bulkhead.
Backfill procedures and backfill improvement alternatives, such as ground improvement.
Analytical laboratory test results for samples tested, to include metals. The results of the laboratory environmental analyses will be compiled into a summary table in the final report. The summary table will also include the Soil Cleanup Target Levels, as contained in Table II, Chapter 62-777, Florida Administrative Code, and the appropriate USEPA limits, for comparison/reference.
Develop a pavement design for the vehicles that will traverse the area as well as for temporary storage of materials/containers. Only a flexible pavement system will be developed. This item will include a design section(s). Stantec will prepare the plan sheets and project specifications using the provided data. Plan sheet preparation is not included in our scope.
LIMITATIONS:
In general accordance with Florida Statute 556.101-111 (Underground Facility Damage Prevention and Safety Act), persons or companies intending to engage in excavation or demolition shall notify the Sunshine State One-Call of Florida, Inc. Call Center (Call Sunshine) of the location, date and other operation particulars, to allow affected utility companies the opportunity to mark the location of their buried lines, prior to excavation. To comply with this statute, S&ME will notify Call Sunshine of our proposed operations. Performance of this service will require a lead-time of ten business days, prior to mobilization of exploration equipment, to comply with Call Sunshine operation procedures.
Further, we request that the Client provide us with any drawings depicting onsite utilities. It will be the client’s responsibility to determine the location of buried utility lines on the site, which are not owned or maintained by a chartered utility company, and to cooperate with our exploration crew to verify that the selected exploration sites lie at least 5 feet away from such buried utility lines. S&ME’s exploration staff will coordinate with the client's representative to clear exploration locations, as necessary.
We also understand the project site is located on a Port facility. The drill crew may or may not have TWIC cards but the engineer providing oversight will and will act as escort for the crew. Further, we have assumed that no permitting will be required for the barge drilling.
No permitting services are included in our scope.
Our services will include backfilling the SPT borings with grout. Any remaining cuttings and drill fluid from the barge borings will be transferred from the barge to a truck and then hauled to the spoil site for disposal. Once at the spoil site, the materials and fluid will be placed on the ground.
EXCLUSIONS:
Our personnel are experienced in the types of work being performed and will perform our services in general accordance with applicable standards of the industry in Florida. Specifically, the following items are excluded from our scope of services.
Our firm cannot be held responsible for damage to utility lines or subsequent loss of service if utility locations are not made known to us or are improperly located by others.
Our fee does not include survey services for the determination of the location and elevation of boring/sample locations.
This soil exploration program does not directly address the possible existence of geologic sinkhole conditions at the project site. If conditions are found indicating the potential for geologic sinkhole conditions, we will notify your office with a modification to the exploration, including additional costs and receive your authorization before proceeding.
No ACOE or FDEP permitting is included.
No landside testing for any required stormwater improvements.
No construction phase services are included.
FEE:
S&ME will provide the geotechnical design services presented above for a unit rate fee of
$132,605 as presented on Tables 1 and 2. Additional services, if required and approved, will be performed at the listed unit rates.
Port Manatee TABLE 1
Berth 4 Extension Final Design S&ME, Inc.
Proposal No.: 14-2000133
GEOTECHNICAL SERVICES
PROJECT ESTIMATE SUMMARY
==== ========================= ========= ========== ========= ========= ========= ========== ======== ============= PROFESSIONAL SERVICES
------- TASK | ----------------- | Principal Eng. | Senior Proj. Eng. | Proj. Eng. III | Proj. Eng. I | Staff Eng. III | DRAFT | ACCT./ W.P. | TASK | |||||||||||
NO. | DESCRIPTION Item Number | $225.00 | $210.00 | $175.00 | $135.00 | $115.00 | $85.00 | $65.00 | SUBTOTAL | |||||||||||
1 | Proj. Setup, Management | 8.0 | 1.0 | $1,745.00 | ||||||||||||||||
2 | Scheduling/Access | 10.0 | $2,100.00 | |||||||||||||||||
3 | Data Review | $0.00 | ||||||||||||||||||
4 | Analyses | 32.0 | 80.0 | $15,920.00 | ||||||||||||||||
5 | Report Preparation | 4.0 | 12.0 | 40.0 | 8.0 | 4.0 | $8,960.00 | |||||||||||||
6 | Pavement Design | 10.0 | 36.0 | 8.0 | $9,480.00 | |||||||||||||||
7 | Meetings | 12.0 | $2,520.00 | |||||||||||||||||
SUMMARY OF HOURS | 4 | 84 | 36 | 8 | 120 | 8 | 5 |
TOTAL PERSONNEL HOURS = 265
PROFESSIONAL SERVICES SUBTOTAL = $40,725.00
FIELD TESTING SERVICES ========= ========= ========== ======== =============
Mobilization-Drill Rig Truck | 0 | Each @ | $402.50 | = | $0.00 | |
SPT drilling - Land | 0 - 50 feet | 0 | Feet @ | $12.60 | = | $0.00 |
50 - 100 feet | 0 | Feet @ | $15.10 | = | $0.00 | |
100 - 150 feet | 0 | Feet @ | $20.50 | = | $0.00 | |
Grouting of SPTs - Land | 0 | Feet @ | $6.50 | = | $0.00 | |
Casing - Land 0 - 50 feet | 0 | Feet @ | $9.50 | = | $0.00 | |
50 - 100 feet | 0 | Feet @ | $11.80 | = | $0.00 | |
100 - 150 feet | 0 | Feet @ | $15.30 | = | $0.00 | |
Mobilization-Drill Rig Barge and support Boat | 1 | Each @ | $8,740.00 | = | $8,740.00 | |
Crane rental to launch/retreive barge/support boat | 1 | Each @ | $4,600.00 | = | $4,600.00 | |
SPT drilling - Water 0 - 50 feet | 200 | Feet @ | $21.40 | = | $4,280.00 | |
50 - 100 feet | 165 | Feet @ | $27.10 | = | $4,471.50 | |
100 - 150 feet | 20 | Feet @ | $33.60 | = | $672.00 | |
Wash drilling - Water 0 - 50 feet | 45 | Feet @ | $13.00 | = | $585.00 | |
50 - 100 feet | 0 | Feet @ | $15.60 | = | $0.00 | |
100 - 150 feet | 0 | Feet @ | $19.90 | = | $0.00 | |
Extra SPT Samples 50 - 100 feet | 3 | Each @ | $57.50 | = | $172.50 | |
100 - 150 feet | 0 | Each @ | $72.40 | = | $0.00 | |
Grouting of SPTs - Water | 385 | Feet @ | $8.40 | = | $3,234.00 | |
Casing - Water 0 - 50 feet | 245 | Feet @ | $16.60 | = | $4,067.00 | |
50 - 100 feet | 100 | Feet @ | $19.90 | = | $1,990.00 | |
100 - 150 feet | 0 | Feet @ | $23.00 | = | $0.00 | |
Turbidity curtains for barge | 9 | Days @ | $500.00 | = | $4,500.00 | |
Support Boat | 9 | Days @ | $402.50 | = | $3,622.50 | |
Undisturbed Samples | 3 | Each @ | $201.25 | = | $603.75 | |
Rig time - access, safety meetings, turditity curtain set-up, etc. | 22.5 | Hours @ | $470.00 | = | $10,575.00 | |
Rig time - disposal of cuttings/fuid to spoil area | 9 | Hours @ | $470.00 | = | $4,230.00 | |
Engineer to log SPTs | 108 | Hours @ | $115.00 | = | $12,420.00 | |
Per Diem (2 man crew per day) | 9 | Each @ | $402.50 | = | $ 3,622.50 | |
Per Diem (engineer) | 0 | Each @ | $230.00 | = | $ - | |
Misc Equipment, manatee watch signs, etc. | 1 | Each @ | $500.00 | = | $ 500.00 | |
SUBTOTAL : | $72,885.75 ============= | |||||
LABORATORY TESTING SERVICES | ||||||
Sieve analyses | 10 Each @ | $85.00 | = | $850.00 | ||
Sieve analyses with hydrometer | 10 Each @ | $175.00 | = | $1,750.00 | ||
Splitting Tensile strength (rock) | 0 Each @ | $103.50 | = | $0.00 | ||
Atterberg Limits | 10 Each @ | $95.00 | = | $950.00 | ||
Natural Moisture Content | 11 Each @ | $15.00 | = | $165.00 | ||
Organic Content | 1 Each @ | $60.00 | = | $60.00 | ||
Consolidation/Triaxial | 4 Each @ | $682.00 | = | $2,728.00 | ||
Shipping | 1 Each @ | $1,000.00 | = | $1,000.00 | ||
corrosion series | 0 Each @ | $230.00 | = | $0.00 | ||
Specific gravity (soil) | 0 Each @ | $75.00 | = | $0.00 | ||
SUBTOTAL : | $7,503.00 ============= |
TOTAL GEOTECHNICAL COST ESTIMATE : $121,113.75
************* ************* ************* *************** ************ ********************
TOTAL PROJECT COST ESTIMATE : $132,601.25
Port Manatee TABLE 2
Berth 4 Extension Final Design S&ME, Inc.
Proposal No.: 14-2000133
ENVIRONMENTAL SERVICES
PROJECT ESTIMATE SUMMARY
==== ========================= ========= ========== ========= ========= ========= ============ ======== =========== PROFESSIONAL SERVICES
------- TASK | ----------------- | Principal Eng. | Senior Proj. Eng. | Proj. Eng. III | Proj. Eng. I | Staff Eng. III | DRAFT | ACCT./ W.P. | TASK | |||||||||
NO. | DESCRIPTION Item Number | $225.00 | $210.00 | $175.00 | $135.00 | $115.00 | $85.00 | $65.00 | SUBTOTAL | |||||||||
1 | Proj. Setup, Management | 1.0 | $65.00 | |||||||||||||||
2 | Permitting/Access | $0.00 | ||||||||||||||||
3 | Data Review | 3.0 | $525.00 | |||||||||||||||
4 | Analyses | $0.00 | ||||||||||||||||
5 | Report Preparation | 1.0 | 6.0 | 1.0 | 1.0 | $1,410.00 | ||||||||||||
6 | Meetings | $0.00 | ||||||||||||||||
SUMMARY OF HOURS | 0 | 1 | 9 | 0 | 0 | 1 | 2 |
TOTAL PERSONNEL HOURS = 13
PROFESSIONAL SERVICES SUBTOTAL = $2,000.00
FIELD TESTING SERVICES ========= ========= ============ ======== ===========
Mobilization-Drill Rig Truck | 0 | Each @ | $402.50 | = | $0.00 |
SPT drilling - Land 0 - 50 feet | 0 | Feet @ | $12.60 | = | $0.00 |
50 - 100 feet | 0 | Feet @ | $15.10 | = | $0.00 |
100 - 150 feet | 0 | Feet @ | $20.50 | = | $0.00 |
Grouting of SPTs - Land | Feet @ | $6.50 | = | $0.00 | |
Casing - Land 0 - 50 feet | 0 | Feet @ | $9.50 | = | $0.00 |
50 - 100 feet | 0 | Feet @ | $11.80 | = | $0.00 |
100 - 150 feet | 0 | Feet @ | $15.30 | = | $0.00 |
Mobilization-Drill Rig Barge and support boat | 0 | Each @ | $8,740.00 | = | $0.00 |
SPT drilling - Water 0 - 50 feet | 50 | Feet @ | $21.40 | = | $1,070.00 |
50 - 100 feet | 0 | Feet @ | $27.10 | = | $0.00 |
100 - 150 feet | 0 | Feet @ | $33.60 | = | $0.00 |
Grouting of SPTs - Water | 50 | Feet @ | $8.40 | = | $420.00 |
Casing - Water 0 - 50 feet | 50 | Feet @ | $16.60 | = | $830.00 |
50 - 100 feet | 0 | Feet @ | $19.90 | = | $0.00 |
100 - 150 feet | 0 | Feet @ | $23.00 | = | $0.00 |
Extra SPT Samples 0 - 50 feet | 10 | Each @ | $57.50 | = | $575.00 |
50 - 100 feet | 0 | Each @ | $72.40 | = | $0.00 |
Turbidity curtains for barge | 1 | Days @ | $500.00 | = | $500.00 |
Support boat | 1 | Each @ | $402.50 | = | $402.50 |
Undisturbed Samples | 0 | Each @ | $201.25 | = | $0.00 |
Rig time - access, safety meetings, decon, turbidity curtain set-up, etc. | 2 | Hours @ | $470.00 | = | $940.00 |
Rig time - disposal of cuttings/fuid to spoil area | 0 | Hours @ | $470.00 | = | $0.00 |
Engineer to log SPTs | 10 | Hours @ | $115.00 | = | $1,150.00 |
Per Diem (2 man crew per day) | 0 | Each @ | $402.50 | = | $ - |
Per Diem (engineer) | 0 | Each @ | $230.00 | = | $ - |
Water samples | 0 | Each @ | $50.00 | = | $ - |
Misc Equipment | 1 | Each @ | $1,500.00 | = | $ 1,500.00 |
SUBTOTAL : | $7,387.50 =========== | ||||
LABORATORY TESTING SERVICES | |||||
Sieve analyses | 10 Each @ | $85.00 | = | $850.00 | |
Atterberg Limits | 0 Each @ | $95.00 | = | $0.00 | |
Natural Moisture Content | 0 Each @ | $15.00 | = | $0.00 | |
Organic content | 0 Each @ | $50.00 | = | $0.00 | |
Shipping | 0 Each @ | $1,000.00 | = | $0.00 | |
ICP/MS Metals (Al, As, Ba, Cd, Cr, Cu, Fe, Pb, Hg, Se, Ag, Zn) | 10 Each @ | $125.00 | = | $1,250.00 | |
Standard Elutirate | 0 Each @ | $300.00 | = | $0.00 | |
corrosion series | 0 Each @ | $230.00 | = | $0.00 | |
SUBTOTAL : | $2,100.00 =========== |
TOTAL ENVIRONMENTAL COST ESTIMATE : $11,487.50
************* ************* ************* ****************** *********** *****************
Port Manatee Berth 4 Final Design Legend
0 Existing Berth Boring
{: Existing Dredge Boring
Proposed Berth Boring Proposed Dredge Boring
l',0' 3QO'
GRAPHIC SCALE IN FEET
BERTH 4
A D-4
BASIN DREDGE AREA
TURNING BA8IN
ATTACHMENT E CSA PROPOSAL
MEMORANDUM
Date: July 13, 2020
To: Carl Ferraro, Senior Environmental Scientist, Stantec Ray Dennis III, Senior Associate, Stantec
From: Mark Fonseca, Vice President, CSA Ocean Sciences Inc.
Re: Port Manatee Seagrass Mitigation Support Estimate – July 2020
This cost proposal describes the role, costs, and approximate hours for Dr. Mark Fonseca to provide support to Stantec on the subject project. Services provided in the cost estimate (see table, below) are comprised of the following Not to Exceed levels of effort:
CSA, Ocean Sciences Inc. Fee Summary | |||
Task # | Task Name | Cost | Hours |
1 | Project Kickoff Meeting1 and Team Coordination Calls | $8,722.80 | 30 |
2 | Regulatory Agency Coordination Meeting #1 (Project Concept Review, Impact Assessment Method, Mitigation Approach, and Cumulative Impact Analysis Discussion) | $3,489.12 | 12 |
3 | Regulatory Agency Coordination Meeting #2 (Project Pre Application Meeting as well as Impact Assessment Method and Cumulative Impact Analysis Confirmation) | $2,326.08 | 8 |
4 | Regulatory Agency Coordination Meeting 3 (On-site Inspection) | $1,163.04 | 4 |
5 | Impact Area Mapping and UMAM Analysis | $4,070.64 | 14 |
6 | Mitigation Site Assessment and UMAM Analysis | $2,326.08 | 8 |
7 | Mitigation Plan Development | $2,326.08 | 8 |
8 | Mitigation Site Inspection | $290.76 | 1 |
9 | Cumulative Impacts Analysis | $1,163.04 | 4 |
10 | Alternatives Analysis | $1,163.04 | 4 |
11 | FDEP Application | $1,163.04 | 4 |
12 | USACE Individual Permit Application | $1,163.04 | 4 |
13 | Manatee County Building & Development Services-Environmental Review | $2,326.08 | 8 |
14 | Permit Processing | $8,141.28 | 28 |
15 | Post-Application Agency Meeting (If Required) | $1,163.04 | 4 |
16 | Mitigation (Pre-Planting) Survey | $581.52 | 2 |
17 | Mitigation Site Time Zero (Post-Planting) Survey | $581.52 | 2 |
CSA, Ocean Sciences Inc. Fee Summary | |||
Task # | Task Name | Cost | Hours |
18 | B4 Extension Impact Area Monitoring | $5524.47 | 19 |
19 | Mitigation Area Monitoring | $6,106.00 | 21 |
20 | Impact Area Mapping Contingency | $2,326.08 | 8 |
Total | $56,116.75 | 193 |
1All reference to meetings and actions are virtual. In-person meetings, actions, travel, etc. are not budgeted.
FDEP = Florida Department of Environmental Protection; UMAM = Uniform Mitigation Assessment Method; USACE = US Army Corps of Engineers.
Any level of effort exceeding that described above will require an amendment to any agreement. This document is a cost estimate and not a contract and does not create a binding agreement between CSA and Stantec or any other party.
Thank you for your consideration of CSA, and we look forward to a productive collaboration in support of Stantec and the client. Please let me know if you have any questions.
mfonseca@conshelf.com (252) 241-1564
Stantec – Seagrass Mitigation Support 2 13 July 2020
ATTACHMENT F
GPI GEOSPATIAL PROPOSAL
Port Manatee Seagrass Mapping
Stantec Consulting Services, Inc.
Tampa, Florida
Submitted by:
GPI Geospatial, Inc. (GPI) Matt LaLuzerne, PSM mlaluzerne@gpinet.com
7/8/2020
Proposal No. 2020338.00
July 8, 2020 Carl Ferraro
Stantec
777 S. Harbour Island Boulevard, Suite 600 Tampa, FL 33602
(813) 223 – 9500
Subject: Port Manatee Seagrass Mapping Imagery
GPI Geospatial Proposal No. 2020338.00
GPI Geospatial, Inc. (GPI) greatly appreciates this opportunity to provide Stantec Consulting Services, Inc., hereafter referred to as the Client, with our proposal to perform professional geospatial services as requested. The following proposal is based on our understanding of the scope of work.
Project Description
The project area lies adjacent to the Port Manatee and includes portions of Tampa Bay just to the west of the port. The intent of the project is to capture color aerial imagery and provide the client with true color orthophotography of the project limits to support seagrass mapping. The imagery will be controlled geospatially based on the existing aerial target information. All geospatial tasks will be performed in accordance with the current Standards of Practice for Surveying and Mapping in the State of Florida
Project Limits
The project limits are shown on the graphic included below, as provided by the Client. The limits include the seagrass beds just west of Port Manatee. The imagery will have some buffer around the subject areas in case the location of the seagrass has moved since the prior aerial imagery was collected.
Exhibit A – Graphical Depiction of Subject Parcel and Topographic Mapping Areas
Proposal No. 2020338.00
SCOPE OF SERVICES
Based on the request made by the client via electronic mail and phone conversations, GPI will complete the following:
Capture color photogrammetric imagery to be used for the creation of orthophotography
Collection of the imagery will be based on the NOAA guide book
Flight window of September 2020
Develop a 3” resolution true-color (R, G, B) orthophotography
Includes a minimum of a 25’ grid for the DTM surface
AERIAL DATA ACQUISITION
The decision to fly will be driven primarily by atmospheric conditions (clouds), water clarity, and tidal stage. Other conditions should be optimized as much as possible once these variables have been addressed. GPI will rely on the Client for communication on water clarity conditions.
Imagery Acquisition | |
Sensor | Eagle 100mm |
Flight Altitude | 4,500’ AGL |
Sidelap | 30% |
Forward Lap | 80% |
Ground Sample Distance (GSD) | 7.1 cm (2.7”) |
Number of Flight Lines | 2 |
Number of Exposures | 34 |
Number of Targets | 6 |
The imagery shall be free of haze, snow, clouds and smoke.
The photography shall not contain any excessive tip, tilt, or crab.
The imagery shall be collected within 2 hours of the lowest tide.
The imagery shall be conducted when turbidity is low.
Optimal winds speeds of 0-5 mph are preferred, but 5-10 mph may be acceptable.
Sun angles ranging between 30 degrees and 45 degrees.
All flight plans shall be designed by a Certified Photogrammetrist and approved prior to acquisition.
Weather conditions and access to airspace can affect acquisition schedules.
GPI will maintain a tide log to substantiate any delay due to incorrect or unacceptable tides. The tide log shall include the date, time, the location of the nearest NOAA tide station(s) being reported, and the tide elevation at the beginning, middle, and end of data collection as calculated for photo collection location (through interpolation between adjacent tide stations). Reported tide elevations shall be referenced to NAVD 1988.
The proposed flight plan and target layout are shown below:
Proposal No. 2020338.00
Exhibit B – Flight Plan and Target Layout
MAPPING CONTROL
GPI Geospatial will use existing control information or have the client set horizontal and vertical target control for this mission. The client will set the required control points and will establish horizontal and vertical coordinates (xyz) for all control points. All control points shall be conventionally surveyed to project control with tolerances sufficient to validate project specifications.
Targeting and Ground Control for Aerial LiDAR and Imagery Acquisition
Paneled points prior to acquisition shall be set, photo identifiable ones will used if sufficient physical features exist. Below is a graphic for our preferred target template.
Proposal No. 2020338.00
All horizontal control shall be referenced to the appropriate State Plane Coordinate System in NAD 83(2011), all vertical control shall be referenced to NAVD88, or as specified by client.
The aerial imagery shall be controlled with POS AV Airborne GPS and ground control panels. This cutting-edge inertial position and orientation system will provide accurate photo center positions to triangulate the entire block of imagery in one bundle adjustment.
Aerial Triangulation
Identified as the procedure of establishing geometric relationships among forward and side lapping imagery to extend and densify supplemental horizontal and vertical control points.
Using the Horizontal and Vertical control survey data, and the Exterior Orientation Parameters of all frames (AGPS & IMU), GPI shall precisely perform manual and automatic digital aerial triangulation using our Trimble Inpho Match-AT or ISAT software.
Image points will be established at the Von Gruber locations on each image and will be 3 ray points except for the first and last image on each strip. Appropriate XY&Z weight factors to the control points will be established based on mapping scale requirements.
Automatic and manual tie point matching shall be performed on the entire set of imagery to best contribute to the strength and quality of the block.
ORTHOPHOTOGRAPHY
Using the Exterior Orientations from the triangulation and the DEM from existing county LiDAR, GPI Geospatial shall perform a rigorous ortho rectification of all imagery. The high quality orthophotos shall have a constant scale, and all man-made 3D objects shall be presented in their true locations without disturbing relief displacements. The process takes into account the effects of:
Terrain relief
Camera position and attitude
Camera calibration data including lens distortion and principal point offset
Image measurement data
Atmospheric refraction
Map projection effects
Datum considerations
Earth curvature
Reconciliation of redundant measurements
GPI Geospatial shall use our Inpho OrthoVista software to produce a seamless homogeneous image product. OrthoVista is a powerful professional mosaicing software that utilizes advanced imaging techniques to automatically adjust and compensate intensity and color variations, it also computes radiometric adjustments such as hot spots and lens vignetting on the entire block to match the color and brightness of adjacent images.
A tiling scheme shall be created and orthos shall be cut at 0.25’ pixel in TIFF and MrSID formats.
Proposal No. 2020338.00
DELIVERABLES
True-color 3-band (R, G, B) orthophotography georeferenced files
0.25’ (3”) pixel resolution
GeoTiff files with .tfw
Professional Surveyor and Mapper report documenting the processes and procedures used for the completion of this project.
Exclusions
Control Survey
Topographic or Seagrass mapping
Paper plots
Schedule
Imagery Acquisition: Within flight window (weather permitting).
Digital Orthos: 3 weeks from receipt of ground control and completion of remote sensing data acquisition.
Fees (Lump Sum)
Impact Area Permitting Support Aerial Imagery Acquisition (Fall 2020) $7,943.96
Impact Area Baseline (Pre-Construction) Aerial Imagery Acquisition (As Needed) $8,430.00
Impact Area Time-Zero (Post-Construction) Aerial Imagery Acquisition (As Needed) $8,935.00
Impact Area Post-Construction Year 1 Aerial Imagery Acquisition (As Needed) $8,935.00
Note: Re-flights due to improper guidance on water conditions or specific request without regards to proper weather conditions will be subject to an additional fee of $2,500.00
This proposal can be individually modified to meet your requirements, upon request.
Proposal No. 2020338.00
Contract Terms
Time for Acceptance
This proposal may be accepted only if it is signed and received by GPI Geospatial within ninety (90) days from the date of the proposal.
Standard of Practice and Care
Services performed by GPI Geospatial under this Agreement will be consistent with the level of care and skill ordinarily exercised by members of the profession performing the services currently practicing in the same locality and under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended in this Agreement or any report, opinion, document or otherwise.
Payment for Services
Any retainer required per the proposal letter shall be paid to GPI Geospatial within three days after the Agreement is fully executed. GPI Geospatial shall not be obligated to perform any services under this Agreement unless and until the full amount of any retainer is received by GPI Geospatial. The Client will be invoiced monthly based on work performed based on the percentage of the work which is completed. Payment for services will be due upon the Client’s receipt of the invoice and shall not be conditioned on the Client’s receipt of payment by any other party under any circumstances. One half of the amount of the retainer shall be applied to pay amounts of monthly invoices as they are issued and the remainder of the retainer amount shall be held by GPI Geospatial and applied to pay the final invoice. Any remainder of the retainer amount after the final invoice is paid will be returned to the Client.
Invoice payments not received within 30 days from the date of the invoice are deemed past due and shall be subject to a service charge equal to 1.5% per month (18% per annum). If payment is not received within 60 days of the date of the invoice, GPI Geospatial shall have the unilateral right to discontinue work on the project and/or, at GPI Geospatial’s option, apply the remainder of any retainer amount with no legal recourse by the Client. GPI Geospatial reserves the right to withhold deliverables under this Agreement until all delinquent invoices have been paid.
If GPI Geospatial elects to continue to provide services after the Client fails to timely pay an invoice, then thereafter, payment shall be deemed due and immediately payable before GPI Geospatial provides the deliverable(s) to which the payment relates and GPI Geospatial’s obligation to provide such deliverable shall be deemed not to arise until after full payment for the deliverable(s) is received.
If, per the proposal, GPI Geospatial’s services are being provided for a lump sum/flat fee, the price of services which are listed as part of GPI Geospatial’s scope of services in the proposal will not exceed the lump sum/flat fee amount, except for the amount due GPI Geospatial for Reimbursable Expenses, if any, which are subject to payment in accordance with the “Reimbursable Expenses” provision which is set forth below.
Additional Services
Services not expressly listed in the proposal are deemed to be additional services for which GPI Geospatial shall be entitled to additional compensation (“Additional Services”) and will not be performed until approved and authorized in a writing signed by the Client and GPI Geospatial. If the fee set forth in the proposal is for a Lump Sum, then Additional Services shall be provided on an hourly basis, invoiced at GPI Geospatial’s prevailing hourly rates which are set forth in Exhibit B to the Proposal, “GPI Geospatial Prevailing Hourly Rates” which is incorporated here and will be invoiced separately.
Hourly Rate Schedule (Not applicable to Lump Sum Fees)
Services provided on an hourly basis will be invoiced at “GPI Geospatial’s Prevailing Hourly Rates” set forth in Exhibit B to the Proposal which is incorporated here.
Reimbursable Expenses
Reimbursable expenses will be billed to The Client, In Addition to the fee, whether Lump Sum or at an Hourly Rate. Reimbursable expenses include the cost of travel, lodging, reproductions, deliveries, postage, credit card fees charged by the Client’s credit card provider, if applicable, applicable taxes, if any and the additional cost of higher insurance limits, if required by the Client.
Proposal No. 2020338.00
Project Suspension or Termination
If the project is suspended for more than 90 days, abandoned or terminated, in whole or part, Client will pay GPI Geospatial for services performed and reimbursable expenses incurred prior to GPI Geospatial’s receipt of written notice of such suspension, abandonment or termination. Client agrees that GPI Geospatial’s fee for remainder of services which were unexecuted as of the date of abandonment or termination will require renegotiation and written and signed modification to this Agreement before GPI Geospatial is bound to continue to perform should the project be restarted.
Risk Allocation
In recognition of the relative risks, rewards and benefits of the project to Client and GPI Geospatial, Client agrees that, to the fullest extent permitted by law, GPI Geospatial’s total liability to Client will not exceed the paid portion of the total amount of GPI Geospatial’s fee with respect to any matter, based on any theory of recovery, including but not limited to negligence, errors, omissions, strict liability or, breach of contract or breach of warranty, arising from or related to this Agreement or the performance of services hereunder. Both Client and GPI Geospatial agree that they will not be liable to each other, under any circumstances, for special, indirect, consequential, or punitive damages arising out of or related to this Agreement.
Force Majeure
Neither party will be liable to the other for delays in performing any obligations under the Agreement due to circumstances beyond its reasonable control, including but not limited to revolts, insurrections, riots, wars, acts of enemies, national emergency, strikes, floods, earthquake, embargo, or transportation, and acts of God, and other events beyond the reasonable control of the parties caused by nature or governmental authorities.
Dispute Resolution
GPI Geospatial and Client shall endeavor to resolve any controversy, claim or dispute arising out of or relating to the Agreement or the performance thereof, by negotiation. Any claim that is not resolved by negotiation within thirty (30) days shall be subject to non-binding mediation. Either party may demand mediation by serving a written notice stating the nature of the dispute, the grounds on which the dispute is based, amount claimed, and requiring that mediation of the matter be commenced within forty-five (45) days of service of notice. The mediation shall be administered by the American Arbitration Association in accordance with their most recent Construction Mediation Rules, or by other person or organization and according to such other rules, as the parties may agree upon. If the dispute fails to be resolved by non-binding mediation within sixty (60) days after commencement of mediation, the dispute shall be submitted for arbitration administered by the American Arbitration Association under its Commercial Arbitration Rules before one arbitrator. Mediation or arbitration shall take place in Orlando, Florida or the some other mutually agreeable location. The cost of such mediation and/or arbitration shall be borne equally by the parties with each party bearing the expense of its own attorneys, except that if the dispute arises from or relates to GPI Geospatial’s enforcement of any of its rights or the Client’s obligations under this Agreement, Client shall reimburse GPI Geospatial’s damages, losses, costs or expenses, including but not limited to attorneys’ fees.
Miscellaneous
Merger: The agreement between GPI Geospatial and Client consists of these General Terms and Conditions, the attached proposal, and any exhibits or attachments noted in the proposal. Together, these elements will constitute the entire agreement superseding any and all prior negotiations, correspondence, or agreements either written or oral between them relating to the subject matter of this Agreement.
No Waiver: The failure by GPI Geospatial to enforce or otherwise exercise any right under this Agreement shall not be deemed a waiver. No waiver shall be effective unless expressly stated in a writing signed by GPI Geospatial.
Saving Clause: If any provision(s) of the Agreement be deemed illegal, invalid or unenforceable by a court with jurisdiction, the remaining provisions shall remain in effect.
Changes or Modifications: This Agreement can be changed or modified only by mutual agreement by GPI Geospatial and Client in a writing signed by an authorized representative of both GPI Geospatial and Client.
Right and Remedies Cumulative/Choice of Law: GPI Geospatial’s rights and remedies under this Agreement are cumulative and not exclusive of any rights or remedies otherwise available pursuant to applicable law. GPI Geospatial may exercise its rights as often as it deems appropriate. This Agreement will be governed by the laws of the State of Florida without regard to its conflicts of law principles.
The proposed fee does not cover any additional insurance limits that exceed GPI Geospatial’s standard coverages. This proposal fee will be adjusted to cover any higher insurance limits if they are required for this contract.
Proposal No. 2020338.00
By signing below, I APPROVE AND ACCEPT this letter as a legal contract, and I have read and agree to the payment terms as set forth above.
By: Date: (Authorized Signature)
Title: (Typed or printed name)
Authorized Fee: $ Purchase Order No.:
Very truly yours,
GPI Geospatial, Inc.
Matt LaLuzerne, P.S.M. Vice President
Attachment B
TRUTH IN NEGOTIATION CERTIFICATE
This Certificate is executed and given by the undersigned as a condition precedent to entering into this Contract:
Stantec Consulting Services Inc.
pursuant to the Port Manatee Professional Services Contract for the Berth 4 Extension Improvements and Mitigation project with the Manatee County Port Authority.
Before me, the undersigned authority personally appeared, who having knowledge as to the facts and statement in this Truth In Negotiation Certificate after duly sworn, deposes and states under oath that:
This Certificate must be attached to and constitute an integral part of the contract as provided in Florida Statute 287.055(5)(a).
The undersigned hereby certifies that the wage rate and other factual unit costs supporting the compensation on which this contract is established are accurate, complete, and current on the date set forth in this Truth In Negotiation Certificate.
The truth of statements made in this Truth In Negotiation Certificate may be relied upon by the Manatee County Port Authority and the undersigned is fully advised of the legal effect and obligations imposed upon him by the execution of this instrument under oath.
The original contract price and any additional thereto will be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to in accurate, incomplete, or noncurrent wage rates and other factual unit costs.
Executed on behalf of the Party to the Port Manatee Professional Engineering Services Contract referred to as the Consultant, doing business as:
Stantec Consulting Services Inc
By: R a m o n C a s t el la (Signature, Name)
Title: V i ce P re s i de n t
The foregoing instrument was acknowledged and executed before me by the above signed on the 2 0 t h day of J u ly , 2020.
NOTARY SEAL:
AGENDA ITEM 5.: FOURTH AMENDMENT TO LEGAL SERVICES
AGREEMENT
BACKGROUND:
On February 20, 2020, the agreement with Lewis, Longman & Walker, P.A. (LLW) was amended removing general counsel services but maintaining environmental and lobbying services representation. Request is to amend LLW’s agreement for environmental services representation only and increase said representation for senior attorneys and shareholders from $235 to $325 per hour and increase associates from $185 to $205 per hour.
ATTACHMENT:
Fourth Amendment to the Legal Services Agreement
COST AND FUNDING SOURCE:
Environmental Services representation as needed hourly rate increase from $235 to $325 and increase for associates from $185 to $205 per hour
CONSEQUENCES IF DEFERRED:
Delay in modifying legal services agreement
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Fourth Amendment to Port Manatee Legal Services Agreement between the Manatee County Port Authority and Lewis, Longman & Walker, P.A.
FOURTH AMENDMENT TO PORT MANATEE LEGAL SERVICES AGREEMENT
THIS FOURTH AMENDMENT TO THE PORT MANATEE LEGAL SERVICES
AGREEMENT (hereinafter " Fourth Amendment " ) is entered into by and between the MANATEE COUNTY PORT AUTHOR ITY, a political entity of the State of Florida, as the Em ployer , with a principal place of business located at Port Manatee , 300 Tampa Bay Way, Suite 1, Palme tto, Florida 34221 , hereinafter referred to as the " Authority ," and LEW IS , LONGMAN & WAL K.ER,
P.A., hereinafter referred to as the " Finn ."
WHEREAS , the Authority entered into the Port Manatee Legal Services Agreement (" Agreemen t") on March 21 , 2013, wherein the Finn was designated to continue as the Author ity ' s attorneys and perform all of the professional services customarily associated with being the attorneys or general counsel for a unit of local special purpose government (hereinafter the " Agreement " ); and
WH EREAS , the Authority entered into the First Amendment to Port Manatee Legal Services Agreement (" First Amendment" ) on October 18, 2018 to modify the terms set forth in Section 3. A. of the Agreement ; and
WH EREAS , the Authority entered into the Second Amendment to Port Manatee Legal Services Agreement ("Second Amendment") on September 19 , 2019 to modify the terms set forth in Section 3. D. of the Agreement; and
WHEREAS, the Authority entered into the Third Amendment to Port Manatee Legal Services Agreement (" Third Amendment" ) on February 20, 2020 to modify the terms set forth in Section 3. A. of the Agreement related to general counsel services and to renumber; and
WHER EAS , the Parties have detennined it is in both parties ' best interest to amend, modify , clarify , and supersede certain provisions of the Agreement , First Amendment, Second Amendment , and Third Amendment with alternative tenns as provided in this Fourth Amendment.
NOW THEREFORE , in consideration of the promises and mutual covenants contained in the Fourth Amendment , the Agreement, First Amendment , Second Amendment , and Third Amendment are amended , modi fied , clari fied , and superseded as follows :
I. Recitals: The abov e recitals are true and correct and incorporated by reference.
Modification: The Parties agree to modify the tenns set forth in Section 3. A. and B. of the Agreement as set forth below:
Environmental regulatory services and related agency representation will be performed by the Finn at the hourly rate of $325 for senior attorneys and shareholders and $205 for associates. Environmental regulatory services require special expertise , are project based, and are dependent upon the Port' s particular needs from year to year.
.
,.,
.) Savings Provision: Except for the modifications provided above , all other te1ms and
conditions of the Agreement, First Amendment , Second Amendment , and Third Amendment will remain in full force and effect unless subsequently amended in writing. Except to the extent amended and supplemented by this Fourth Amendment , the Agreement , First Amendment , Second Amendment, and Third Amendment remain in full force and effect.
Conflict: In the event of a conflict regarding the provisions set forth in Section 3. of the Agreement, First Amendment , Second Amendment, and Third Amendment and the provisions contained in Section 2 of this Fourth Amendment , the provisions set forth in this Fourth Amendment will prevail. In the event of a conflict between any other paragraphs within the Agreement, First Amendment, Second Amendment, and Third Amendment, and this Fourth Amendment , the Agreement, First Amendment, Second Amendment , and Third Amendment will prevail.
Authority. Each of the Parties hereto covenant to the other party that it has the lawful authority to enter into this Fourtl, Amendment, that the governing or managing body of each of the Pa11ies has approved this Fom1h Amendment, and that the governing or managing body of each of the Parties has authorized execution of this Fourth Amendment in the manner set forth below.
Effective Date. This Fourth Amendment is effective August 1, 2020 .
THE REM AIN DER OF THIS PAGE JS LEFT BLANK INTENTIO NALLY.
IN WITNESS WHEREOF, the Manatee County Port Authority caused this Fourth Amendment to the Agreement to be signed and executed on its behalf by its Chainn an, and fully attested by its Clerk , and Firm has executed this Fourth Amendment to the Agreement, in duplicate on the 28th day of Ju l y, 2020.
MANATEE COUNTY PORT AUTHORITY COMMISSIONERS
ATTEST:
Angelina M. Colonneso Clerk of the Circuit Court
By : - - - - - - - - - - - - - - -
PRISCILLA TRACE
CHAIRWOMAN
FIRM - LEW IS, LONGMAN & WALK ER, P.A.
By: _ --/2, - -? ._
R. Steven Lewis , Esquire
Shareholder
AGENDA ITEM 6.: CONTRACT FOR PROFESSIONAL SERVICES WITH RAMBA LAW GROUP LLC
BACKGROUND:
Manatee County Port Authority wishes to obtain assistance with developing and fully implementing effective Legislative and Executive branch lobbying strategies, strategically plan and budget at the state level, and enhance relations with the Florida government. The lobbying firm, Ramba Law Group L.L.C., has provided a contract to provide said professional services.
ATTACHMENT:
Contract for Professional Services with Ramba Law Group, L.L.C.
COST AND FUNDING SOURCE:
Budgeted monthly fee of $3,500
CONSEQUENCES IF DEFERRED:
Delay in lobbying representation by Ramba Law Group, L.L.C.
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Contract for Professional Services between the Manatee County Port Authority and Ramba Law Group, L.L.C. for State governmental consulting services.
CONTRACT FOR PROFESSIONAL SERVICES
This Contract for Professional Services (the "Agreement") is entered by and between the Manatee County Port Authority (the "Authority"), a political entity of the State of Florida, with its principal place of business located at Port Manatee, 300 Tampa Bay Way, Palmetto, Florida 34221, and the lobbying firm, Ramba Law Group, L.L.C. (the "Firm"), a Florida limited liability company, located at 120 South Monroe Street, Tallahassee, FL 32301, (collectively, the "Parties").
WHEREAS, the Registered Agent and Managing Member of the Finn, Mr. David E. Ramba, has previously assisted the Authority as its lobbyist, including during the Port's expansion Mr. Ramba represented Port Manatee before the Florida Department of Transportation, the Florida Legislature, the Department of Environmental Protection, and the Governor and Cabinet from 1999 through 2009; and
WHEREAS, the Authority wishes to obtain assistance from Mr. Ramba, through his Finn, with governmental relations expertise to consult and work with Port Manatee officials to develop and fully implement effective Legislative and Executive branch lobbying strategies, sh·ategically plan and budget at the state level , enhance relationships with the Florida government, and the Firm desires to provide such services · and
WHEREAS, the Parties have agreed to the terms under which the Finn will represent Port Manatee and wish to memorialize their agreement in writing.
NOW, THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows:
SCOPE OF CONSULTING AND LOBBYING PROFESSIONAL SERVICES:
The Finn will provide State governmental consulting and lobbying professional services to Port Manatee for the purposes of both Legislative and Executive branch lobbying, developing and fully implementing effective lobbying strategies, strategic planning and budgeting, and business expansion connections ("Services"). The Finn shall attend all key events and discuss the issues with key decision makers. All such Services will include consultation with the Authority through its Port Authority Members and professional staff. The Executive Director or his/her designee(s) will be Port Manatee's primary point of contact. The Executive Director will from time to time inform the Finn of his/her designee(s).
All Services shall be carried out in accordance with general policies and goals set by the Authority. The Executive Director's designee shall communicate the Authority's priorities and positions to the Finn, and will also independently monitor legislative proposals, agency actions, funding opportunities or threats, and circulate those to pertinent Port Manatee staff for review, comment and possible instruction to the Finn.
The scope of Services and assistance the Finn shall provide to the Authority shall generally include:
helping the Authority develop effective Florida Legislative and Executive branch lobbying strategies, and fully implementing such strategies during each legislative session; and
providing assistance in strategic planning and budgeting at the state level;
and
attending all key events on Port Manatee's behalf, discuss the issues with key decision makers, and provide full report and update to the Authority; and
monitoring Florida Legislative or Executive initiatives which may affect Port Manatee or its revenues, expenses, authority, status or other goals, objective or policies, and communicating such initiatives to the Authority; and
advocating Port Manatee position and priorities to the Legislature,
Governor's office and executive agencies; and
advocating for legislative appropriation and other available state agency- administered funding available to Port Manatee, and assisting Port Manatee staff in the identification of new funding sources or opportunities; and
providing detailed advice, analysis and research relating to issues of importance to Port Manatee, and suggesting strategies for responding or reacting to threats, challenges or opportunities in the Legislative or regulatory realm; and
assisting Port Manatee staff with issue resolution, which may include assisting in the drafting of proposed legislation, and arranging for Port Manatee representation with state agencies involving port issues and projects; and
consulting on business expansion connections and opportunities; and
providing periodic reports to the Authority, which may include presentations in person, or via phone or video conference.
In addition to these general duties, the Finn understands that it shall place primary focus upon the following specific Authority priorities, which are adopted annually, and revised from time to time, and which will be communicated to the Finn.
The Authority acknowledges effective Services are greatly impacted by individual experience and firmly established relationships with elected and appointed officials and their staffs. The Authority agrees that the Services called for in this Agreement will primarily be provided by David E. Ramba. While other members of the Firm or its support staff may assist in providing such services, David E. Ramba will remain primarily assigned to this account, and shall not assign any other persons to be the primary representatives for Port Manatee absent prior written approval of the Authority. The Finn shall ensure that all relevant laws, rules and procedures applicable to lobbyists performing such services are complied with at all times.
In performing its duties related to providing information and updates to the Port's Authority members and professional staff, particularly during legislative sessions, the Firm shall employ methods of communic ation, including e-mails and telephone, designed to quickly convey important developments. In performing these duties, the Firm shall make every reasonable effort to deliver concise and up-to-date information, tailored where possible to information and formats the Authority informs the Firm it would find most useful [n reporting results to the Authority the Firm shall articulate the unique efforts it made in reaching the results clai med. The Firm recognizes and acknowledges that as it is performing work for a political subdivision of the State of F lo rida, it must keep and preserve all records related to its performance of services under this Agreement as required by the Florida Public Records Act and shall surrender same to the Authority upon request in accordance with section 5 of this Agreement.
COMPENSATION; TERMINATION.
The Authority agrees to compensate the Services described herein based upon a monthly fee of $3,500 per month. Payments shall be made within the time required by the Florida Prompt Payment Act upon receipt of valid invoices from the Firm. The Firm agrees to refrain from accepting any other client or cause which would cause it to advocate for policies or funding requests inconsistent with its duty to represent the interest of the Authority. All possible conflicts will be reviewed by the Authority and approval of such other clients will not be unreasonably withheld.
This Agreement may be terminated with or without cause by either Party at any time upon ninety (90) calendar days written notice, via U.S. Mail, to the other party. Notice to the Firm shall be to Mr. David E. Ramba. Notice to the Authority shall be to the Executive Director. Upon the election to terminate this Agreement, the party electing to terminate this Agreement shall have no further obligation under this Agreement to the other party.
PUBLIC RECORDS
The Firm agrees to comply with the Florida Public Records Act, as applicable , including, but not limited to, Section 119.0701 of the Florida Statutes. The Firm agrees, to the extent required by law, to:
Keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Agreement;
Provide the public with access to the public records under the same terms and conditions that Port Manatee would provide the records and at a cost that does not exceed the cost provided for by law;
Ensure that the public records that are exempt or confidential, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and
Meet all requirements where retained public records and transfer, at no cost, to the Authority, all public records in possession of the Firm, upon termination or completion of the Agreement and destroy any duplicate public records that are exempt or confidential, or exempt from public record disclosure requirements.
Furthermore, the Firm agrees that all records stored electronically shall be provided to Port Manatee in a format that is compatible with the information technology systems of Port Manatee. The Firm shall promptly provide the Authority with a copy of any request to inspect or copy public records that the Firm receives and a copy of the Firm's response to each request. The Finn understands and agrees that failure to provide access to the public records shall be a material breach of the Agreement and grounds for termination.
IF THE FIRM HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE FIRM'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: PUBLIC
RECORDS CUSTODIAN, TDau.gbertv@Po rtmanat ee.com, PORT MANATEE, 300 TAMPA BAY WAY, PALMETTO, FL 34221, (941) 722-6621.
INDEMNIFICATION
The Firm agrees to defend, indemnify and hold harmless the Authority, its public officials, employees and agents, from and against any and all claims, demands, actions, including, but not limited to, actions for personal injury or wrongful death, actions for property damage, and any other types of claims asserted by third persons alleging a violation of law or for any other cause arising from or related to the Firm's negligent performance, its acts or omissions; provided, however, that this obligation to defend, indemnify and hold harmless shall not apply to claims which the Firm demonstrates were caused solely by the fault of the Authority. This paragraph shall survive any termination or expiration of this Agreement.
GENERAL PROVISIONS.
This Agreement will begin on August 1, 2020 and run through September 30, 2021. This Agreement will automatically renew each year for a period of three (3) years. This Agreement may be executed in multiple counterparts, any of which shall be regarded as an original and all of which constitute one and the same instrument. This Agreement is governed by and construed in accordance with the laws of the State of Florida and venue is proper in Manatee County.
Nothing in this Agreement may be interpreted as a waiver by the Authority of its rights, including the limitations of the waiver of immunity, as set forth in Florida Statutes 768.28, or any other statutes, and the Authority expressly reserves these rights to the full extent allowed by law. This provision survives completion or termination of this Agreement.
It is understood and agreed by the Parties that if any part, term or provision of this Agreement is held to be illegal or in conflict with any law, the validity of the remaining portions or provisions will not be affected, and the rights and obligations of the Parties must be construed and enforced as if the Agreement did not contain the particular part, term or provision held to be invalid.
Each of the Parties covenants to the other party to this Agreement that it has lawful authority to enter into this Agreement, that the governing or managing body of each of the Parties has approved this Agreement and that the governing or managing body of each of the Parties has authorized the execution of this Agreement in the manner hereinafter set forth.
THE REMAINDER OF THIS PAGE IS LEFT INTENTI ONALLY BLANK.
IN WITNESS WHEREOF, this Agreement represents the entire agreement between the Manatee County Port Authority and Ramba Law Group, LLC.
ATTEST:
ANGELINA M. COLONNESO
Clerk of Circuit Court
By: _ Printed:
WITNESSES:
Signature
MANATEE COUNTY PORT AUTHORITY
By:
The Honorable Priscilla Whisenant
Trace, Chairman
bkltifl..,..,_.,
Ramba Law Group, LLC
By : David E. Ramba
Managing Member
AGENDA ITEM 7.: SECOND AMENDMENT TO EMPLOYMENT
AGREEMENT
BACKGROUND:
On February 15, 2018, the Authority entered into an Employment Agreement with Mr. Carlos Buqueras for the period of May 1, 2018 through April 30, 2023. The Agreement was amended on June 12, 2018 to clarify the intent of the deferred compensation program. The Second Amendment to the Employment Agreement is presented to extend the term an additional 2 years and 8 months until December 31, 2025. No other changes to the Agreement are made.
ATTACHMENT:
Second Amendment to Employment Agreement
COST AND FUNDING SOURCE: N/A
CONSEQUENCES IF DEFERRED:
Delay in amending the Employment Agreement of Mr. Carlos Buqueras.
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Second Amendment to Employment Agreement between the Manatee County Port Authority and Mr. Carlos Buqueras.
SECOND AMENDMENT TO EMPLOYMENT AGREEMENT
THIS SECOND AMENDMENT TO THE EMPLOYMENT AGREEMENT (hereinafter
“Second Amendment”) is entered into by and between the MANATEE COUNTY PORT AUTHORITY, a political entity of the State of Florida, as the Employer, with a principal place of business located at Port Manatee, 300 Tampa Bay Way, Suite 1, Palmetto, Florida 34221, hereinafter referred to as the “AUTHORITY,” and CARLOS BUQUERAS, hereinafter referred to as the “DIRECTOR.”
WHEREAS, the AUTHORITY entered into an Employment Agreement on February 15, 2018, which became effective on May 1, 2018, with Carlos Buqueras that memorialized the DIRECTOR’S duties and responsibilities and: 1) provided certain benefits to establish certain conditions of employment for and set working conditions of the DIRECTOR, 2) provided inducements that secured and retained the services of the DIRECTOR, 3) assured the DIRECTOR’S morale and peace of mind with respect to future security, and 4) provided a just means for terminating the DIRECTOR’S services; and
WHEREAS, on June 12, 2018, the Parties entered into the First Amendment to Employment Agreement (“First Amendment”), wherein they clarified Section III, A. related to Deferred Compensation; and
WHEREAS, the Parties have determined it is in both parties’ best interest to amend, modify, clarify and supersede certain provisions of the Employment Agreement with alternative terms as provided in this Second Amendment; and
WHEREAS, pursuant to Section VI, paragraph A of the Employment Agreement, any amendments to the terms of the Employment Agreement must be in writing and signed by the Parties.
NOW THEREFORE, in consideration of the promises and mutual covenants contained in the First Amendment, the Employment Agreement is hereby amended, modified, clarified, and superseded as follows:
Recitals: The above recitals are true and correct and incorporated by reference.
00834714-4
Modification: The Parties agree to extend the term of the Agreement and the DIRECTOR’S employment for an additional two years and eight months, and therefore modify the terms set forth in Section I, B. of the Employment Agreement as set forth below:
SECTION I – TERMS OF SERVICE/RENEWAL/SEPARATION/SEVERANCE
B. Effective Date of Employment and Term: This Agreement, and the DIRECTOR’S employment, shall become effective on May 1, 2018 and continue effective for seven years and eight months, until December 31, 2025 or until extended by the Parties or terminated by either Party as outlined herein.
Savings Provision: Except for the modifications provided above, all other terms and conditions of the Employment Agreement and the First Amendment will remain in full force and effect unless subsequently amended in writing. Except to the extent amended and supplemented by this Second Amendment, the Employment Agreement and First Amendment remain in full force and effect.
Conflict: In the event of a conflict regarding the provisions set forth in Section I, B. of the Employment Agreement, and the provisions contained in Section 2 of this Second Amendment, the provisions set forth in this Second Amendment will prevail. In the event of a conflict between any other paragraphs within the Employment Agreement or First Amendment and this Second Amendment, the Employment Agreement and First Amendment will prevail.
THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY.
IN WITNESS WHEREOF, the Manatee County Port Authority caused this Second Amendment to the Employment Agreement to be signed and executed on its behalf by its Chairman, and fully attested by its Clerk, and CARLOS BUQUERAS has executed this Second Amendment to the Employment Agreement, in duplicate on the day of
, 2020.
MANATEE COUNTY PORT AUTHORITY COMMISSIONERS
ATTEST:
By:
Angelina M. Colonneso PRISCILLA WHISENANT TRACE
Clerk of the Circuit Court CHAIRWOMAN
DIRECTOR
By: CARLOS BUQUERAS
STATE OF FLORIDA, COUNTY OF MANATEE:
The foregoing instrument was sworn and subscribed before me by means of ☐ physical presence or ☐ online notarization, this day of , 2020, by Carlos Buqueras, who is personally known to me or has produced as identification.
Seal:
Signature: Printed: My commission expires: Commission number: