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


image

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


  1. Consent Agenda


  2. Intermodal Container Yard Contract Award


  3. Berth Rehab Construction Award


  4. Berth 4 Extension Professional Services


  5. Fourth Amendment to Legal Services Agreement


  6. Contract for Professional Services with Ramba Law Group LLC


  7. 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

July 28, 2020


  1. CONSENT AGENDA


    1. Warrant List


    2. Minutes June 16, 2020


    3. Ratify/Affirm Budget Resolutions


    4. Budget Resolution


    5. Ratify/Affirm Amendments to the Public Transportation Grant Agreements Berth 4 Extension and Facilities Improvement


    6. Gulfstream Encroachment Agreement


    7. HDR Engineering Inc. Professional Services Continuing Contract


    8. Port Manatee Tariff No. 3 Item 452


    9. Truck Loading Docks Change Order No. 9


    10. 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

image

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

image

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


image

Total warrants (checks) for period reported 761,137.29

image

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

image Chairman Trace called the meeting to order at 9:11 a.m.

AGENDA PA20200616DOC001


PUBLIC COMMENTS

image There being no public comment, Chairman Trace closed public comment.

CONSENT AGENDA PA20200616DOC002

image Carlos Buqueras, Executive Director, outlined changes to the Consent Agenda as follows:


image 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.

  1. WARRANT LIST

    Accepted Warrant Listing from May 12, 2020 to June 9, 2020 PA20201616DOC003

  2. MINUTES

    Approved the Minutes of May 19, 2020

  3. REFUND

    Approved refund to Maxim Crane Works LP, in the amount of $2,444.80

    PA20200616DOC004

  4. 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

  5. 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

  6. 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

  7. 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

  8. 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

  9. 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

  10. 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

    image 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

    image There being no public comment, Chairman Trace closed public comment.

    AUTHORITY MEMBER COMMENTS

    image There were no Authority Member comments.


    ADJOURN

    There being no further business, Chairman Trace adjourned the meeting at 9:13 a.m.

    Minutes Approved:

    July 28, 2020


    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: '


  1. 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.


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


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


    NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 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


    image

    image

    By, :

    - ½ . r

    BUDGET ADMENDMENT RESOLUTION NO. PA-20-19


    1. 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: '


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


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


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


    NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 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


    image

    B, y

    G,.Jl, ¾-=

    BUDGET ADMENDMENT RESOLUTION NO. PA-20-20


    1. 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

July 28, 2020


CONSENT

AGENDA ITEM 1.D: BUDGET RESOLUTION BACKGROUND:

This resolution budgets the following:



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:


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


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


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


    NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 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


    image

    By:

    BUDGET ADMENDMENT RESOLUTION NO. PA-20-21 AGENDA DATE: July 28, 2020


    1. Fund: Port Cash


      Section: Engineering


      Description: Budgets $40,000 for a Master Development Plan manual. Batch ID: BAAL072820A Reference: BU20200448


    2. 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

July 28, 2020


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:



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

image

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



image

image

image

image

image

image

image

image

image

image

image

image

image

image

image

image

image

image

image

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:


  1. Amendment Description. The project is amended to modify the Project Description and Project Scope.


  2. 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


  3. 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

    image

    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):


  4. 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


image

image

By: By:

image

Name: Title:

Carlos Buqueras Executive Director

Name: John Kubler, P.E.

image

image

Title: Director of Transportation Development



image

image

STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


Legal Review: 7/16/2020 | 8:5


Don Conway 7/16/2020 | 10:23 PM EDT


image


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

image

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


  1. 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.


    1. 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.


    2. 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.


    3. 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.


  2. Project Location (limits, city, county, map): Port Manatee, Palmetto, FL


  3. 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.


  4. 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

    image

    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.


  5. 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.


  6. 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.

    image

    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

    image

    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

    image

    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



    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    image

    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:


    1. Amendment Description. The project is amended to update the Project Description and map.


    2. 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


    3. 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

      image

      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):


    4. 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


image

image

image

By: By:

image

Name: Title:

Carlos Buqueras Executive Director

Name: John Kubler, P.E.

image

Title: Director of Transportation Development



image

STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


Legal Review:


image

7/16/2020 | 8:


Don Conway 7/16/2020 | 10:23 PM EDT


image


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

image

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


  1. 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.


  2. Project Location (limits, city, county, map): Palmetto, Florida


  3. 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.


  4. 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.


  5. Unallowable Costs (including but not limited to): Travel costs are not allowed.


  6. 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

    image

    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


    image


    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

    image

    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

    July 28, 2020


    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:


    1. The Authority accepts this consent with full knowledge of Gulfstream 's prior rights and existing facilities.

    2. 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.


    3. 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.


    4. 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.


    5. Gulfstream shall have no responsibility for the maintenance of the Permitted Construction authorized herein.


    6. The Easement shall remain in full force and effect except as modified and changed by this Encroachment Agreement.


    7. 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 :


image


image


image


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


image


In witness whereof, I have set my hand and seal this day of ,2020.


image

(SEAL)


image

Notmy Public


My commission expires _ _ _ _ _ _ _ _ _


_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Remainder of page is blank_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _



Witness:


image

image

image

image

l'Z6y <'YIE:001..-y6

u

GULFSTREAM NATURAL GAS SYSTEM, L.L.C.

By: GULFSTREAM MANAGEMENT &

OPERATING SERVICES, L.L.C., ITS OPERATOR


image


image


Print Name: Shawn Deutscher, Operations Manager

Me1,·ss"- /+aMhler-


STATEOF E\o6 da.

image

image

COUNTY OF Mo.na+ee.

image

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


image

..--;,: 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.



image

# tk>MltbU

image

My Commission expires ,I/dcl

No taryPuiic


image

f

i

!

iii

I

?;

image

image

image

image

.

- - - - - - - - - - - --''---- "


image

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,rc 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


image

.

Gulfstream


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.

  1. 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.


  2. 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


  3. 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

image

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

Gulfstream

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,


image

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:


  1. 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


    image


    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

    image

    - -- - ·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

    July 28, 2020


    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;

  2. A title for the project;

  3. A general description of the purpose of the work;

  4. 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;

  5. 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;

  6. The scope items to which time charges apply and the maximum total compensation amount to which they are limited for each scope item;

  7. The maximum total amount to which reimbursement of related expenses is limited;

  8. Deliverables;

  9. The committed date of completion of the services, with intermediate milestone dates where appropriate;

  10. Subconsultants to be utilized, the scope items in which they will be involved, and the above-referenced fees and expenses attributable to them;

  11. Any additional details that may be required to describe the duties and obligations of the Parties with respect to a particular PSA;

  12. A designated person to act on the Consultant's behalf on all matters concerning the PSA; and

  13. 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:


  1. 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;

  2. 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;

  3. 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

  4. 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



image

MANATEE COUNTY PORT AUTHORITY


By: _ _ _ _ _ _ _ _ _ _ _ _


AUTHORITY


WITNESSES: HDR Engineering Inc.



image image

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).

  1. 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 .

  2. 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.

  3. 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-

image

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 _

image

image

COmmlsslon #GG 978249

Expires June 10, 2024

Bondedllllll BudgatNalalyS....

image



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:

E-MAIL

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



image

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.

image



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


image

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

  1. I N / A l y

    'W1o.7 -64D - 444950 - 0l9

    06/ 01 / 2019 06/ 01/ 2020

      1. 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

        image



        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

        image

        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


        image

        PROJECT PRINCIPAL QUALITY CONTROL

        image

        image

        ..b,;I. !'E lv',,l,e Frc1nL'I, PE \\'u.Jotrch,P[


        a-:llJ-iiiih4'@i1MifoW1' ADDnlONAl SERVICES

        s,r[JCIVIL

          1. 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}' lill P1 Robert DiRien:w, PE

        '' 'if' D[ (KHA)


        FACILITIE

        1. ,-,,,"'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 image, 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


        image

        l r

        GRAIIT SUPPOl!T

        V v·I! I(

        Pete r O g onowski, PhD Steve Schnell, AICP

        O image, 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:


        image image

        Name of Responder HDR Engineering, Inc.

        Telephone Number 813.282.2300


        image

        Street Address

        4830 W Kennedy Blvd., Suite 400

        Tampa, FL 33609-2548

        Email Address erin.hunt@hdrinc.com


        image

        Print Name & Title of Authorized Officer Jennifer E. Hunt, PE, Vice President


        image

        Date Signed 4/10/2020

        Acknowledge Addendum No. 1

        Acknowledge Addendum No. 2 Acknowledge Addendum No.

        Web Address


        image


        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


        image

        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:


        1. 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


        2. 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


        3. ) 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


        4. 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


        5. 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

          July 28, 2020


          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

          1. Vehicles up to 10,000 pounds-$15.00 each

          2. Vehicles over 10,000 pounds- $25.00 each

          1. A late charge will be imposed of $100 per business day; and

          2. Cargo free time will be waived.

          • Addition Issued by: Manatee County Port Authority

          July 28, 2020


          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

          image image

          Senior Project Management Engineer

          Title:

          7/15/2020

          Date:



          /..--------:;

          Authorized by Owner

          image

          ,·:/;,/


          l;.,....--....--


          ...-..

          Approved by C,o,ntractor

          '

          ·,.:/ / ,-

          By: Title: Date:

          George Isiminger, PE David Flores Senior Director of Planning, Engineering

          image

          is~ / --:?6-

          image

          image

          and Environmental Affairs President


          07/15/2020

          image


          image

          MEMORANDUM

          To: Jdhn Rice, RS&H

          image

          n .net

          From: David Flores, C 813 323-7895, David@FloresConstructio Date: June 10, 2020

          Re: Cold Storage Improvements (PO No. PA005411)


          image


          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

          July 28, 2020


          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:

          1. 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.


          2. 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.


          3. 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.


          4. 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.


          5. 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.


          6. 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.


          7. 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.


          8. 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.


          9. 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


          10. GOVERNING LAW. This agreement shall be governed and construed in accordance with the laws of the State of Florida.


          11. EXPENSES. Each of the Parties shall bear its own costs and expenses incurred in connection with this Agreement and the transactions contemplated hereby.


          12. 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:


        image

        Angelina M. Colonneso Clerk of the Circuit Court


        By:


        _

        image

        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.

        image

        Untitled Map

        EXHIBIT A


        FWC Occupancy at Port Manatee through 2025 Yellow boxes indicate exclusive use by FWC Orange boxes indicate shared use

        image

        Untitled Map


        FWC Occupancy at Port Manatee beyond 2025.

        Yellow boxes indicate exclusive use by FWC. Orange boxes indicate shared use.

        July 28, 2020


        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

    image



    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


      1. 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

      2. 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.

      3. 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

      4. 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


      1. 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 EJCDcC-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 .


        image

        07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM

        image



        PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION


      2. The part of the Project that pertains to the Work has been designed by Stantec Consulting Services Inc., Moffatt & Nichol, and SM & E.

      3. 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:

        1. Attend progress meetings at the site

        2. Review pavement/base material submittals

        3. Observe site works and review site preparation activities (such as proofrolIing/overexcavatio n)


    ARTICLE 4 - CONTRACT TIMES


      1. Time is of the Essence

        1. 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.

      1. Contract Times: Days

        1. 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.

      2. Liquidated Damages

        1. 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):

          1. 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.

          2. 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.

          3. 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

            image

            AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION

            image



            PORT MANATEE

            INTERMODAL CONTAINER YARD EXPANSION


        2. The Owner may deduct liquidated damages as described in this section from any unpaid amounts due to Contractor under this Contract.

        3. 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.

        4. 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

    1. 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 ;

    2. 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.

    3. 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


      1. 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:

        1. For all Base Bid Work, a lump sum of: $8,927,812.90.

          image

        2. For all Additive Alternate No. 1 Work, a lump sum of: $

          image

        3. 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.


        4. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit .


    ARTICLE 6 - PAYMENT PROCEDURES


      1. Submittal and Processing of Payments

        1. 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

          image



          PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION


      2. Progress Payments; Retainage

        1. 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.

          1. 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

            1. Ninety (90) percent of Work completed (with the balance being ret aina ge), and

            2. Ninety (90) percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage).

        2. 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.

      3. Final Payment

        1. 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


      1. Contents

        1. The Contract Documents consist of all of the following:

          1. This Agreement (Section 00 52 13 - pages 1 to 14, inclusive).

          2. Bonds:

            1. Performance bond (together with power of attorney) (Section 00 6113.13 pages 1 to 4, inclusive).

            2. Payment bond (together with power of attorney) (Section 00 61 13.16 pages 1 to 4, inclusive).

          3. General Conditions (Section 00 72 00 pages 1 to 71, inclusive).

          4. Supplementary Conditions pages 1 to 38, inclusi ve).

          5. 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

            image



            PORT MANATEE

            INTERMODAL CONTAINER YARD EXPANSION


          6. 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

              1. COVER

              2. GENERAL NOTES

              3. HORIZONTAL CONTROL PLAN CIVIL

              1. EXISTING CONDITIONS & DEMOLITION PLAN (1)

              2. 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)

              1. CROSS-SECTIONS (3)

              2. CROSS-SECTIONS (4)

              3. CONSTRUCTION DETAILS (1) C-116 CONSTRUCTION DETAILS (2) C-117 CONSTRUCTION DETAILS (3)


            ELECTRICAL

            1. GENERAL NOTES

            2. 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

image image



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

        1. Addendum 01 Construction Plan Upload

        2. Addendum 02 Response to Quest i ons.

        3. Exhibits to this Agreement (enumerated as follows):

          1. Invitation to Bid (Section 00 1113 pages 1 to 2, inclusive).

          2. Bidder Qualification Form (Section 00 11 53 pages 1 to 12, inclusive).

          3. Instructions to Bidders (Section 00 2113 pages 1 to 19, inclusive).

          4. Contractor's Bid (Section 00 4113, pages 1 to 6, inclusive).

          5. Proposed Subcontractor list (Section 00 43 36, pages 1 to 1 in clusi ve).

            01103266-4

            AGREEMENT FORM 07/17/2020 ISSUED FOR CONSTRUCTION

            image image



            image

            PORT MANATEE INTERMODAL CONTAINER YARD EXPANSION


        4. 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):

          1. Notice to Proceed (Section 00 55 00, Pages 1 to 2, inclusive).

          2. Work Change Directives (Section 00 63 49, Pages 1 to 2, inclusive).

          3. Change Order(s) (Section 00 63 63, Pages 1 to 2 inclusive).

          4. Permit Modifications and/or Amendments.

          5. State of Florida Department of Transportation (FOOT) Public Transportation Grant

            Agreement (PTGA) Contract Number _G1527 restrictions.

          6. Warranty Bond, if any.

            for its applicable conditions and

        5. 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.

      1. The Contract Documents listed in Paragraph 7.01.A are attached to this Agreement (except as expressly noted otherwise above) .

      2. There are no Contract Documents other than those listed above in this Article 7.

      3. The Contract Documents may only be amended, modified, or supplemented as provided in the Contract.

      4. 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


    1. In order to induce Owner to enter into this Contract, Contractor makes the following representat ions :

      1. Contractor has examined and carefully studied the Contract Documents, including Addenda and any data and reference items identified in the Contract Documents.

      2. 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.

      3. 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.

      4. 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.

      5. 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

        image image image



        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.

      6. 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.

      7. 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 .

      8. 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.

      9. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

      10. 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.

      11. 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


    1. 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:

      1. 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.

      2. 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

        image



        image

        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.

      3. 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.

      4. 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 .

      5. 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.

      6. 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.

      7. Contractor agrees to include the above provision (F.) in its subcontracts for those who perform Work in connection with this Contract.

    2. 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


    1. Termination

      1. The Contract may be terminated by the Owner or Contractor as provided in Article 16 of the General Conditions.

    2. Suspension by Owner

      1. The Work may be suspended by the Owner as provided in Article 16 of the General Conditions.


ARTICLE 11 - MISCELLANEOUS


    1. Terms

      1. Terms used in this Agreement will have the meanings stated in the General Conditions.

    2. Assignment of Contract

      1. 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

        image

        07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM

        image image image



        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.

    3. Successors and Assigns

      1. 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.

      2. 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.

    4. Severability

      1. 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.

      2. 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.

    5. Contractor's Certifications

      1. 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 :

        1. "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 ;

        2. "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

          image



          POJU'MAN 'fEE

          INTERMODAL CONTAINER YARD EXPANSION


        3. "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

        4. "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.

    6. Other Provisions

      1. 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.

      2. 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.

      3. 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.

      4. 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.

      5. 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.

      6. 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

image



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).



image

OWNER: CONTRACTOR:

Manatee County Port Authority CR150t£..


By: By:

Title: Chairman Title: ill c oo

""',.

{If Contractor jl' a corporation, a partnership, or

image

a joint venty e, attach evidence of authority to sign.)


image

Attest: Attest: Title: Title:

ch I

Address for giving notices:


Manatee County Port Authority

Address for giving notices:

image

C ltl t>tf &,""P , 1 ,w ,

image

300 Tampa Bay Way JJo P.•,,AAI s1,,,J

Palmetto FL 33221

S:.,vlb Pt,,,,,r,,1, w,1 cJ2o flu

image

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

image



P_Qlff MANATEE

INTERMODAL CONTAINER YARD EXPANSION


01103266-4

07/17/2020 ISSUED FOR CONSTRUCTION AGREEMENT FORM

image

PORT MANATEE Project Name: INTERMODAL CONTAINER YARD EXPANSION

CHANGE ORDER FORM

Change Order No.

001

image


image


Date of Issuance: Effective Date:

image

Owner: Contractor:

Manatee County Port Authority Crisdel Group, Inc.

Contract No: Contractors Project No.

image

image

image

Engineer: Engineer's Project No.

Project:

Intermodal Cargo Yard Expansion

Contract Name:


image

The Contract is modified as follows upon execution of this Change Order:

Description:

See attached summary

image


image


image

Attachments:

see attached

List documents supporting change:

see attached

image

image

image

image

image

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]

image

RECOMMENDED: ACCEPTED: ACCEPTED:


image

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

image


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


image

Total Proposed Increase/Decrease for CO #1: $ (1,037,615.00)


image

Very Truly Yours, CRISDEL GROUP, INC.


Raul Gonzalez

Project Executive/Area Manager (FL) RG/rg

Enclosures

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures

image


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)

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

image


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)



image

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

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

image


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)

image


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

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

image


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

image

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

    1. 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

      image


      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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

image


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)

image

COMPUTATION SHEET DESCRIPTION


image

CLIENT

Port Manatee

24" STABILIZED SUBGRADE

image image


JOB NUMBER

17208

SCALE

NTS

image image


JOB NAME

Intermodal Expansion

COMPUTED BY

RG DATE

06/16/2020

image image image


JOB LOCATION PAGE

1 OF 1

image


ALTERNATE 24" STABILIZED SUBGRADE CONSTRUCTED IN ONE LIFT

image


image

ADD 8" STABILIZER MIX AND GRADE TO 24" IN A SINGLE LIFT


16"

24"

EXCAVATE/CUT SUBGRADE DOWN 8"

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

image


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)


image

$ (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

image


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.

image

Raul Gonzalez

Project Executive/Area Manager (FL)


RG/rg enclosures


image image image image image


image image image image image image image image image image image


image

July 28, 2020


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

July 28, 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:


  1. Identification of the contract to which the PSA is subject and statement that the services are subject to the identified contract;

  2. A PSA number;

  3. A title for the project;

  4. A general description of the purpose of the work;

  5. 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;

  6. 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;

  7. The scope items to which time charges apply and the maximum total compensation amount to which they are limited for each scope item;

  8. The maximum total amount to which reimbursement of related expenses is limited;

  9. Deliverables;

  10. The committed date of completion of the services, with intermediate milestone dates where appropriate;

  11. Subconsultants to be utilized, the scope items in which they will be involved, and the above-referenced fees and expenses attributable to them;

  12. Any additional details that may be required to describe the duties and obligations of the Parties with respect to a particular PSA;

  13. A designated person to act on the Consultant's behalf on all matters concerning the PSA; and

  14. 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:


  1. 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;

  2. 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;

  3. 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

  4. 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:


image

image

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


image

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.


image


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:

DELIVERABLES:

Prepare a written report discussing the findings, analyses and recommendations for construction including:


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.


l',0' 3QO'


GRAPHIC SCALE IN FEET


BERTH 4


A D-4


BASIN DREDGE AREA


TURNING BA8IN


ATTACHMENT E CSA PROPOSAL

image


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


image


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.


image


mfonseca@conshelf.com (252) 241-1564


image

Stantec – Seagrass Mitigation Support 2 13 July 2020


ATTACHMENT F

GPI GEOSPATIAL PROPOSAL

image


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

image

July 8, 2020 Carl Ferraro

Stantec

777 S. Harbour Island Boulevard, Suite 600 Tampa, FL 33602

(813) 223 – 9500

Carl.Ferraro@Stantec.com


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.


image

Exhibit A – Graphical Depiction of Subject Parcel and Topographic Mapping Areas

Proposal No. 2020338.00

image


SCOPE OF SERVICES

Based on the request made by the client via electronic mail and phone conversations, GPI will complete the following:

  1. 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

  2. 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



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

image


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

image


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

  1. 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.

  2. 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.

  3. 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.

  4. 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.

  5. 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.

  6. 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

    image


    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.

    image


    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:


    1. This Certificate must be attached to and constitute an integral part of the contract as provided in Florida Statute 287.055(5)(a).

    2. 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.

    3. 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.

    4. 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:


      image

      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


      image

      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:

      July 28, 2020


      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.


      1. Modification: The Parties agree to modify the tenns set forth in Section 3. A. and B. of the Agreement as set forth below:

        1. 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.


  1. 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.


  2. 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.


  3. 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:



image

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

July 28, 2020


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.


image

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:


  1. SCOPE OF CONSULTING AND LOBBYING PROFESSIONAL SERVICES:


    1. 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).


    2. 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.


    3. The scope of Services and assistance the Finn shall provide to the Authority shall generally include:


      image

      1. helping the Authority develop effective Florida Legislative and Executive branch lobbying strategies, and fully implementing such strategies during each legislative session; and


      2. providing assistance in strategic planning and budgeting at the state level;

        and


      3. 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


      4. 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


      5. advocating Port Manatee position and priorities to the Legislature,

        Governor's office and executive agencies; and


      6. 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


      7. 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


      8. 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


      9. consulting on business expansion connections and opportunities; and


      10. providing periodic reports to the Authority, which may include presentations in person, or via phone or video conference.


    4. 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.


      image

    5. 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.


    6. 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.


  2. COMPENSATION; TERMINATION.


    1. 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.


    2. 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.


    image

  3. 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:


    1. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Agreement;


    2. 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;


    3. 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


    4. 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.

  4. 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.


    image

  5. 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.



image

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:


image


image

Signature

MANATEE COUNTY PORT AUTHORITY


By: ­

The Honorable Priscilla Whisenant

Trace, Chairman


bkltifl..,..,_.,

Ramba Law Group, LLC


By : David E. Ramba

Managing Member

July 28, 2020


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:

  1. Recitals: The above recitals are true and correct and incorporated by reference.



    00834714-4

  2. 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.


  3. 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.


  4. 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:


image

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: