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 23, 2019, at 11:00 A.M., or as soon as is practicable, in the Patricia M. Glass Commission Chambers on the first floor of the County Administrative Center at 1112 Manatee Avenue West, Bradenton, Florida


image

MANATEE COUNTY PORT AUTHORITY AGENDA July 23, 2019


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. Berth 4 Extension Investigation Engineering Services Contract


  3. Barge Mooring Piles Installation Contract Award


  4. Carver Maritime, LLC Lease Amendment One


Executive Director Comments Public Comments Commissioner Comments

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

Vanessa Baugh, Chairman

Priscilla Whisenant-Trace, 1st Vice-Chairman; Reggie Bellamy, 2nd Vice-Chairman; Betsy Benac, 3rd Vice-Chairman; Stephen R. Jonsson, Member;

Misty Servia, Member; Carol Whitmore, Member

July 23, 2019


  1. CONSENT AGENDA


    1. Warrant List


    2. Minutes June 20, 2019


    3. Budget Resolution


    4. Contract for Professional Lobbying Services Jocelyn Hong and Associates, LLC

Manatee County Port Authority Warrant (Check) Listing

06/13/2019 to 07/11/2019


AP

XXXXXXX

V019302

ABBOTT, PAUL SCOTT

318.75

AP

XXXXXXX

V023321

AMERICAN EXPRESS TRAVEL RELATE

10.95

AP

XXXXXXX

V025598

AMERICAN TRACK

81,726.14

AP

XXXXXXX

V118009

AT AND T

63.52

AP

XXXXXXX

V013140

AT AND T MOBILITY

54.97

AP

XXXXXXX

V013140

AT AND T MOBILITY

50.74

AP

XXXXXXX

V008136

ATLANTIC TRACK AND TURNOUT INC

160.30

WT

XXXXXXX

V019189

BANK OF AMERICA

13,978.02

AP

XXXXXXX

V170611

BOYD INSURANCE AGENCY INC

2,527.75

AP

XXXXXXX

V170611

BOYD INSURANCE AGENCY INC

6,190.75

AP

XXXXXXX

V170611

BOYD INSURANCE AGENCY INC

1,909.68

AP

XXXXXXX

V007624

BRIGHT HOUSE

946.81

AP

XXXXXXX

V007624

BRIGHT HOUSE

641.30

AP

XXXXXXX

V007624

BRIGHT HOUSE

1,056.63

AP

XXXXXXX

P000278

BUQUERAS, CARLOS

1,279.89

AP

XXXXXXX

V202222

CALLAGHAN ENTERPRISES INC, DAN

200.00

AP

XXXXXXX

V024368

CARR RIGGS AND INGRAM LLC

293.00

AP

XXXXXXX

V006422

COMMERCIAL FIRE AND COMMUNICAT

87.00

AP

XXXXXXX

V023756

COPIERSOURCE INTERNATIONAL INC

25.01

AP

XXXXXXX

V006291

DEX IMAGING INC

108.01

AP

XXXXXXX

V006291

DEX IMAGING INC

325.54

AP

XXXXXXX

V282890

DISCOUNT LOCK AND KEY INC

10.00

AP

XXXXXXX

V025612

DYNAFIRE INC

610.00

AP

XXXXXXX

V022096

ENTECH

419.00

AP

XXXXXXX

V022096

ENTECH

225.00

AP

XXXXXXX

V323190

FASTENAL COMPANY

187.68

AP

XXXXXXX

V334298

FLORIDA MUNICIPAL INSURANCE TR

38,940.25

AP

XXXXXXX

V021300

FLORIDA PEST CONTROL AND CHEMI

939.00

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

4,360.90

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

59,625.15

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

20,997.87

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

3.60

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

80,064.39

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

2,280.81

AP

XXXXXXX

P000321

GALLANT, RACHEL L

61.75

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

37.99

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

23.40

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

181.32

WT

XXXXXXX

V020386

HANCOCK BANK

37,447.39

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

423.17

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

167.70

AP

XXXXXXX

V896015

INTERISK CORPORATION

300.00

AP

XXXXXXX

V004875

J2 ARTS INC

1,750.00

AP

XXXXXXX

V000060

JH WILLIAMS OIL CO INC

3,008.52

AP

XXXXXXX

V000060

JH WILLIAMS OIL CO INC

788.74

AP

XXXXXXX

V000060

JH WILLIAMS OIL CO INC

1,495.68

Manatee County Port Authority Warrant (Check) Listing

06/13/2019 to 07/11/2019


AP

XXXXXXX

V020023

JOC CONGERENCES

3,250.00

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

209.76

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

317.54

ZP

XXXXXXX

L507891

KEETONS OFFICE SUPPLY CO INC

180.52

AP

XXXXXXX

V000423

LEWIS LONGMAN AND WALKER PA

12,273.50

AP

XXXXXXX

V013723

LOGISTEC USA INC

7,000.00

AP

XXXXXXX

V024291

MACKAY COMMUNICATIONS INC

127.25

AP

XXXXXXX

V625403

MAINTENANCE TOO PAPER CO INC

471.23

AP

XXXXXXX

V023287

MANASOTA BLACK CHAMBER OF COMM

500.00

AP

XXXXXXX

V627027

MANATEE CHAMBER OF COMMERCE

1,000.00

UT

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

7,313.48

AP

XXXXXXX

V627024

MANATEE COUNTY TAX COLLECTOR

64.35

AP

XXXXXXX

V022877

MCGUIRE ELECTRIC INC

711.00

AP

XXXXXXX

V681645

NATIONAL RAILWAY EQUIPMENT

235.79

AP

XXXXXXX

V025735

NOLANDS ROOFING INC

7,700.00

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

211.54

AP

XXXXXXX

V696537

NORTHSIDE AUTO PARTS

409.50

AP

XXXXXXX

V701905

OFFICE DEPOT INC

157.48

AP

XXXXXXX

V701905

OFFICE DEPOT INC

345.92

AP

XXXXXXX

V020673

OREILLY AUTO PARTS

372.94

AP

XXXXXXX

V025880

PALMETTO HIGH SCHOOL ATHLETIC

1,500.00

AP

XXXXXXX

V018512

PCMG INC

1,651.44

AP

XXXXXXX

V736427

PITNEY BOWES CREDIT CORP

500.00

AP

XXXXXXX

V736427

PITNEY BOWES CREDIT CORP

141.00

AP

XXXXXXX

V022437

PREFERRED GOVERNMENTAL INSURAN

8,588.25

AP

XXXXXXX

V021677

PROPELLER CLUB OF THE UNITED S

360.00

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

1,061.07

AP

XXXXXXX

V021016

S AND ME INC

1,360.75

AP

XXXXXXX

P000289

SANFORD, DAVID

95.50

AP

XXXXXXX

V015633

SIEMENS INDUSTRY INC

4,561.10

AP

XXXXXXX

V018549

SONITROL

528.00

AP

XXXXXXX

P000213

ST PIERRE, DAVID M

240.19

WT

XXXXXXX

V874841

STATE OF FLA DEPT OF REVENUE

6,227.94

AP

XXXXXXX

V020682

SW FL TRACTOR LLC

898.46

AP

XXXXXXX

V025787

SWK MARITIME CONSULTING SERVIC

5,000.00

AP

XXXXXXX

V020041

TERRACON CONSULTANTS INC

27,000.00

AP

XXXXXXX

V004721

TWENTY FIRST CENTURY GROUP INC

5,000.00

AP

XXXXXXX

V023435

TWISTED METAL RECYCLING LLC

464.99

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC

7,348.06

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC

4,533.46

AP

XXXXXXX

V013491

UNIVERSAL ENGINEERING SCIENCES

2,500.00

AP

XXXXXXX

V009667

VERIZON WIRELESS

656.32

AP

XXXXXXX

V009667

VERIZON WIRELESS

1,494.43

AP

XXXXXXX

V009667

VERIZON WIRELESS

42.45

AP

XXXXXXX

V016629

VICS PERFORMANCE TRANSMISSION

416.28

AP

XXXXXXX

V021915

WEBTIVITY MARKETING AND DESIGN

65.00

Manatee County Port Authority Warrant (Check) Listing

06/13/2019 to 07/11/2019


AP XXXXXXX

V961411

WEST FLORIDA SUPPLY CO

115.19




Total warrants (checks) for period reported

491,505.75


MANATEE COUNTY PORT AUTHORITY REGULAR MEETING

PORT MANATEE INTERMODAL CENTER, THIRD FLOOR

1905 Intermodal Circle Palmetto, Florida

JUNE 20, 2019

Present were:

Vanessa Baugh, Chairman

Priscilla Whisenant Trace, First Vice-Chairman Reggie Bellamy, Second Vice-Chairman

Betsy Benac, Third Vice-Chairman Stephen R. Jonsson

Misty Servia

Absent was:

Carol Whitmore

Also present were:

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

Julie Jensvold, Accountant, Clerk of the Circuit Court

Vicki Ayles, Finance Operations Manager, Clerk of the Circuit Court Vicki Tessmer, Board Records Supervisor, Clerk of the Circuit Court Amy N. Beck, Clerk I, Clerk of the Circuit Court

Chairman Baugh called the meeting to order at 9:02 a.m.

INVOCATION AND PLEDGE OF ALLEGIANCE

The Invocation was delivered by Rich Lewman, Anchor House Chaplin, followed by the Pledge of Allegiance.


INTRODUCTIONS

image Members of the audience introduced themselves.

PUBLIC COMMENTS

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

AGENDA/UPDATE AGENDA PA20190620DOC001

  1. PRESENTATION-LEWIS, LONGMAN, AND WALKER OFFICE

    image Carlos Buqueras, Port Authority Executive Director, introduced staff from the Law Office of Lewis, Longman, and Walker (LLW), Port Authority Attorney and State Lobbyist.


    image Chris Lyon, LLW, utilized a slide presentation to update the Authority on the 2019 legislative session and reviewed how the State’s 2020 budget could affect Port Manatee. Port Manatee was granted $1.75 million for seagrass mitigation and a stormwater quality study.

    He provided a synopsis of passed and failed bills presented before the State’s House of Representatives and Senate.


    Steve Lewis, LLW, thanked the Port Authority for allowing LLW to represent the Port during the State’s legislative session. LLW crafted a bill proposal for Port Manatee to own the submerged

    JUNE 20, 2019 (Continued)


    land touching the County which would allow for port expansion. Hillsborough County was granted ownership of the submerged land in the 1950’s.

    image Discussion ensued on local government bills and if these bills include the Port Authority.

    image Mr. Lyons clarified that the local government bills focused on municipalities and County government. Special agencies like shipping ports and airports are not a part of the local government bills, but sometimes exceptions are made for their inclusion. PA20190620DOC002

  2. CONSENT AGENDA PA20190620DOC003

    A motion was made by Member Trace, seconded by Member Jonsson, and carried 6 to 0 with Member Whitmore absent, to approve the Consent Agenda, incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda.

    1. WARRANT LIST

      Accepted the Warrant (Check) Listing from May 13, 2019 to June 12, 2019 as submitted by the Clerk PA20190620DOC004

    2. MINUTES

      Approved the minutes of June 6, 2019 PA20190620DOC005

    3. BUDGET RESOLUTION

      Adopted Budget Resolution PA-19-18, for roof repairs to Warehouses 9 and 3 in the amount of $90,700 PA20190620DOC006

    4. DELETION OF PORT ASSETS

      Removal of the assets as listed in the attached Asset Deletion, June 20, 2019 from the Fixed Assets Listing PA20190620DOC007

      (End of Consent Agenda)

  3. WAREHOUSE 9 ROOF REPAIR CONTRACT AWARD

A motion was made by Member Benac, seconded by Member Trace, and carried 6 to 0 with Member Whitmore absent, to approve and authorize the Executive Director, or in his absence his designee, to execute the contract between the Manatee County Port Authority and U.S. Coating Specialist in the amount of $90,700 for Warehouse 9 roof repair conditioned upon the receipt of acceptable bonds within 10 days. PA20190620DOC008

EXECUTIVE DIRECTOR COMMENTS

image Carlos Buqueras, Port Authority Executive Director, utilized a slide presentation to comment on the following:


ADJOURN

There being no further business, Chairman Baugh adjourned the meeting at 9:42 a.m.

Minutes Approved:

July 23, 2019


CONSENT

AGENDA ITEM 1.C: BUDGET RESOLUTION BACKGROUND:

This resolution budgets $210,000 for the installation of fourteen (14) bare steel pipe piles to facilitate a barge mooring facility.


ATTACHMENT:


Budget Resolution PA-19-19.


COST AND FUNDING SOURCE:


Port cash of $160,000 and $50,000 contribution


CONSEQUENCES IF DEFERRED:


Delay in budget allocations


LEGAL COUNSEL REVIEW: N/A


RECOMMENDATION:


Move to adopt Budget Resolution PA-19-19.

RESOLUTION PA-19-19 AMENDING THE ANNUAL BUDGET

FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2018-2019


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 2018-2019 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

BADS072319/JL

BU19000415


ADOPTED with a quorum present and voting this the 23rd day of July 2019.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

CLERK OF CIRCUIT COURT


image

By:

BUDGET ADMENDMENT RESOLUTION NO. PA-19-19 AGENDA DATE: July 23, 2019


1) Fund: Port Capital Improvement Contribution


Section: Barge Mooring Pilings


Description: Budgets $210,000 for the installation of fourteen (14) bare steel pipe piles to facilitate a barge mooring facility which includes a $50,000 contribution.


Batch ID: BADS072319/JL Reference: BU19000415

July 23, 2019


CONSENT

AGENDA ITEM 1.D: CONTRACT FOR PROFESSIONAL LOBBYING

SERVICES JOCELYN HONG AND ASSOCIATES, LLC


BACKGROUND:


On January 17, 2013, the Port Authority approved a contract with Twenty First Century Group (TFCG) and several amendments thereto for professional federal lobbying services. Jocelyn Hong, the lead representative of TFCG for Port matters, has formed her own firm named Jocelyn Hong and Associates, LLC (JHA). Jack Fields, CEO of TFCG, has provided written approval for the termination of the contract with TFCG upon execution of a new agreement with Jocelyn Hong and Associates, LLC. Port staff wishes to continue to obtain assistance from JHA and has prepared the Contract for Professional Services with JHA at the same compensation rate as TFCG.


ATTACHMENT:


Contract for Professional Services


COST AND FUNDING SOURCE:


$5,000 per month included in FY 2018/2019 approved budget


CONSEQUENCES IF DEFERRED:


Delay in contract execution


LEGAL REVIEW: Yes RECOMMENDATION:

Move to approve and authorize execution on behalf of the Port Authority the Contract for Professional Services between the Manatee County Port Authority and Jocelyn Hong and Associates, LLC.

CONTRACT FOR PROFESSIONAL SERVICES


This Contract for Professional Services (the "Agreement") is entered by and between the Manatee County Port Authority ("Port"), 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, Jocelyn Hong and Associates, LLC ("JHA"), a foreign corporation, located at 2346 S. Queen Street, Arlington, VA 22202, (collectively, the "Parties").


WHEREAS, the Principal and CEO of JHA, Ms. Jocelyn Hong Lowe, also known professionally as "Jocelyn Hong", has represented the Manatee County Port Authority, in communicating with United States Congress, the office of the President, and federal regulatory agencies (the federal government); and


WHEREAS, on January 17, 2013, the Authority and Ms. Jocelyn Hong as the lead representative of TFCG entered into a Contract for Professional Services wherein TFCG would represent the Authority in communicating with the United States Congress federal government, as well as assisting Port officials in enhancing their relationship with the federal government; and


WHEREAS, subsequently, the Authority and Ms. Jocelyn Hong as the lead representative of TFCG entered into multiple amendments to the Contract for Professional Services wherein the term of the Contract was extended and clarifications were made to the services to be provided, and an increase to the monetary fee for professional services; and


WHEREAS, Ms. Jocelyn Hong has recently decided to form her own firm, JHA; and


WHEREAS, the Manatee County Port Authority wishes to continue to obtain assistance from JHA with governmental relations expertise to work with Port officials to enhance relationships with the federal government and JHA desires to provide such services; and


WHEREAS, the Parties have agreed to the terms under which JHA will represent the Port 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 GOVERNMENTAL RELATIONS PROFESSIONAL SERVICES:


    1. JHA will provide Governmental Relations professional services to the Port and represent the Port on matters before the legislative and executive branches of the federal government. All such services will include consultation with the Port through its Port Authority

      and professional staff. The Executive Director or his/her designee(s) will be the Port's primary point of contact. The Executive Director will from time to time inform JHA of his/her designee(s).


    2. All Governmental Relations work shall be carried out in accordance with general policies and goals set by the Port. The Executive Director's designee shall communicate the Port's priorities and positions to JHA, and will also independently monitor legislative proposals, agency actions, funding opportunities or threats, and circulate those to pertinent Port staff for review, comment and possible instruction to JHA.


    3. The services and assistance JHA shall provide to the Port shall generally include:

      1. monitoring legislative or executive initiatives which may affect the Port or its revenues, expenses, authority, status or other goals, objective or policies, and communicating such initiatives to the Port;


      2. advocating Port positions and priorities to the Congress, President' s office, and executive agencies;


      3. providing more detailed advise, analysis and research relating to issues of importance to the Port, and suggesting strategies for responding or reacting to threats, challenges or opportunities in the legislative or regulatory realm;


      4. helping the Port develop legislative and executive branch lobbying strategies, and implementing such strategies during each congressional session;


      5. advocating for congressional appropriations and other available federal agency-administered funding available to the Port, and assisting Port staff in the identification of new funding sources or opportunities; and


      6. providing periodic reports to the Port's elected Commissioners , which may include presentations in person, or via phone or video conference;


    4. In addition to these general duties, JHA understands that it shall place primary focus upon the following specific Port priorities:


    5. The Port acknowledges effective Governmental Relations services are greatly impacted by individual experience and firmly established relationships with elected and appointed officials and their staffs. The Port agrees that the services called for in this Agreement will primarily be provided by Jocelyn Hong. While other members of JHA or their support staff may assist in providing such services, Jocelyn Hong will remain primarily assigned to this account, and shall not assign any other persons to be the primary representatives for the Port absent prior written approval of the Port. JHA 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 congressional sessions, JHA shall employ methods of communication, including e-mails and telephone, designed to quickly convey important developments. In performing these duties, JHA shall make every reasonable effort to deliver concise and up-to-date information, tailored where possible to information and formats the Port informs JHA it would find most useful. In reporting results to the Port, JHA shall articulate the unique efforts it made in reaching the results claimed. JHA recognizes and acknowledges that as it is performing work for a political subdivision of the State of Florida, 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 Port upon request in accordance with section 5 of this Agreement.


    7. Some specific services and assistance JHA shall provide to the Port include:


      1. JHA will provide federal consulting services to secure $3.185 million in funds in the Energy and Water Development Appropriations bills and subsequent Administration Work Plans for the operation and maintenance of the Manatee Harbor entrance channel and Tampa Bay Ship Channel which connects worldwide shipping lanes to Port Manatee for FY 2020 and 2021.


      2. Advocate for of Operation and Maintenance funding in the Energy and Water Development Appropriations bill and subsequent Administration Work Plan for the continuation of improvements to the Port Manatee Dredge Material Disposal Facility for Fiscal Years 2020 and 2021, in the amount requested by the Jacksonville District, Corps of Engineers.


      3. JHA will continue efforts with the Port and its consultants to develop and implement a strategy to encourage the Corps to appropriate funds to provide for reimbursement for the past dredging of the south channel extension. An Integral Determination Report (IDR) has been issued and provides a path forward to receiving reimbursement for federally eligible construction activities previously undertaken by the Port. JHA will continue to coordinate a federal strategy to press the Corps on this matter.


      4. JHA will support efforts to continue to obtain funds under the Port Security Grant Program.


      5. JHA will provide congressional and executive support for efforts to obtain a BUILD grant.


      6. JHA to support efforts to advocate to the Administration and to Congress to recommend full use of the Harbor Maintenance Tax collected from shippers for the sole purpose of federal navigation channel maintenance .


        011 44027-1 00163537-2 3

      7. JHA will continue to push efforts to build support for Port Manatee as the Premier Port of Florida, per the Vision Plan recently proposed, and support efforts to find funding, including building congressional and executive support for non-domestic revenue.


  2. COMPENSATION; TERMINATION.


    1. The Port agrees to compensate the p ofessional services described herein based upon a monthly retainer fee of $5,000 per month. Payments shall be made within the time required by the Florida Prompt Payment Act upon receipt of valid invoices from JHA. JHA 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 Port. All possible conflicts will be reviewed by the Port and approval of such other clients will not be unreasonably withheld.


    2. JHA understands that the Port has budgeted and appropriated funds for the first 12 months covered by this Agreement. Continuation of payment beyond the first 12 months will be contingent on whether Port funds are budgeted for this service and appropriated in subsequent fiscal years. In the event sufficient funds are not budgeted to cover the following 12-month period, the Port may terminate this Agreement by providing written notice to JHA.


    3. This Agreement may be terminated with or without cause by either Party at any time upon thirty (30) calendar days written notice, via U.S. Mail, to the other party. Notice to JHA shall be to Ms. Hong. Notice to the Port shall be to the Executive Director. Upon the election to terminate this Agreement and the party electing to terminate this Agreement shall have no further obligation under this Agreement to the other party.


  3. PUBLIC RECORDS


    JHA agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to, Section 119.0701 of the Florida Statutes. Documents which are considered public records herein under Florida law include, but are not limited to: records related to the entry, management and implementation of the Agreement itself; emails/correspondence between the Port and JHA related to the Agreement ; emails or correspondence from all other entities related to the Agreement (i.e., subcontractors, suppliers, vendors, etc.); billing and related documents; plans or other documents that may be necessary; reports, etc.; subcontracts; and, all vendor invoices . JHA 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 the Port 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


        011440 27-1 0016 3537-2 4

        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 IB A, 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, IBA agrees that all records stored electronically shall be provided to the Port in a format that is compatible with the information technology systems of the Port. IBA shall promptly provide the Port with a copy of any request to inspect or copy public records that JHA receives and a copy of IBA'S response to each request. IBA 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 JHA HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO JHA'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: PUBLIC RECORDS

    CUSTODIAN, TDaugherty@Portmana tee.com, PORT MANATEE, 300 TAMPA BAY WAY, PALMETTO, FL 34221, (941) 722-6621.


  4. INDEMNIFICATION


    JHA agrees to defend, indemnify and hold harmless the Port, 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 JHA' s negligent performance, its acts or omissions; provided, however, that this obligation to defend, indemnify and hold harmless shall not apply to claims which JHA demonstrates were caused solely by the fault of the Port. This paragraph shall survive any termination or expiration of this Agreement.


  5. GENERAL PROVISIONS.


This Agreement will begin on August 1, 2019 and run through July 31, 2021. 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.


IN WITNESS WHEREOF, this Agreement represents the entire agreement between the Manatee County Port Authority and Jocelyn Hong and Associates, LLC.

ATTEST:

ANGELINA M. COLONNESO


MANATEE COUNTY PORT AUTHORITY

Clerk of Circuit Court


By: _ _ _

_ _ _ _ _ _ _

By: ­

Printed:

The Honorable Vanessa Baugh, Chairman


image

WITNESSES: Jocelyn Hong and Associates, LLC


image


Chief Executive Officer

July 23, 2019


AGENDA ITEM 2: BERTH 4 EXTENSION INVESTIGATION ENGINEERING SERVICES CONTRACT


BACKGROUND:


On June 6, 2019, the Port Authority approved the ranking of the firms and teams of firms for Berth 4 Extension Investigation engineering professional services as recommended by the Evaluation Committee and authorized the negotiation of the contract to be brought back to the Port Authority for approval. Stantec and Port staff have negotiated a fee of $670,146 (including contingencies) for the investigation engineering of Berth 4 Extension. FDOT has reviewed and approved the contract.


ATTACHMENT:


Port Manatee Professional Engineering Services Contract Berth 4 Extension Investigation


COST AND FUNDING SOURCE:


FDOT proceeds of $502,609.50 or 75% and Port cash of $167,536.50 or 25%


CONSEQUENCES IF DEFERRED:


Delay in project commencement


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve and authorize the Chairman to execute Port Manatee Professional Engineering Services Contract Berth 4 Extension Investigation between Manatee County Port Authority and Stantec Consulting Services, Inc. in the amount of $590,146 plus an additional $80,000 for contingencies if approved by the Executive Director.

Port Manatee Professional Engineering Services Contract Berth 4 Extension Investigation


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.,


an engineering firm, with its principle place of business located at 777 South Harbour Island Boulevard, Suite 600, Tampa FL 33602-5729, 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 9, 2019.


The Professional Services Proposal includes all professional services related to the stated discipline considered necessary to complete the project.


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 Rehabilitation and Reconstruction Initiative (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, 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 amendatory PSA.

The Consultant shall require all associated engineering firms, subcontractors and Subconsultants to adhere to the appropriate provisions of this Contract and the utilization of any such associated engineering 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: 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 beyond the initial Scope of 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:


  1. 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.


The Executive Director of Port Manatee may approve on behalf of the Authority additional services PSA where the total 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.


Services that would be reasonably expected to be necessary at the time of initial contracting, such as services the need for which is not contingent on factors yet to be determined, do not qualify for 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. 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 of Planning, Engineering & Environmental Affairs is the designated Contract Manager.


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:

Hamid Sahebkar, P.E.

Principal

Stantec Consulting Services, Inc.

777 S Harbour Island Boulevard, Suite 600 Tampa, FL 33602-5729

813-746-3831

Hamid.Sahebkar@stantec.com


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-3-0-2019/GI, Berth 4 Extension Investigation) (the “RFQ”) was publicly advertised on May 10, 2019. Four submittals were received by the deadline, including the Consultant’s submittal. The submittals were opened on May 31, 2019. An Evaluation

Committee met publicly on June 4, 2019, 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 6, 2019, 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 May 31, 2019, 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 shall commence on the day and year as shown below and continue until the work 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 the Contract and all previous issued PSAs, except to the extent Consultant is directed by Authority in writing to cease performance of the Contract or any or all such previously issued PSAs. The Consultant will be entitled to compensation for all services rendered or performed on the Contract or 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 this Contract or any particular PSA within the time specified in this Contract or 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 (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.

This Indemnification provision must survive completion or termination of this Contract.


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 des, 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.


Consultant agrees to include the above indemnification paragraphs in all of its Contracts with subconsultants or subcontractors who perform work in connection with this Control or the Grant.

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 and FDOT 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. 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 $5,000,000 annual general 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 the Contract 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 this Contract.


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;

  2. provide the public with access to the public records under the same terms and conditions that the Authority and Department of Transportation (FDOT) 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 FDOT, 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 FDOT in a format that is compatible with the information technology systems of the Authority and FDOT. 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 Discriminatory Vendors Act in Section 287.134, 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 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 not to employ unauthorized aliens in violation of Section 274A(e) of the Immigration and Nationality Act.


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 aforesaid 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. ATTORNEY FEES: If any subsequent legal action or other proceedings, including but not limited to any trial proceeding or appellate proceeding, are brought for the enforcement of this Contract, or because of any alleged dispute, breach, default or misrepresentation in connection with any provision of this Contract, the successful or prevailing Party will be entitled to recover all costs incurred, including reasonable attorneys', legal assistants', and experts’ fees and costs prior to trial, at trial, and on appeal, in addition to any other relief to which such Party maybe entitled. No entity or person other than the Parties will have any legally enforceable rights under this Contract or because of its existence, other than as explicitly set forth in this Contract. This provision survives completion or termination of this Contract.


ARTICLE 31. 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.


All words used herein in the singular shall extend to and include the plural, and the use of any gender shall extend to and include all genders. The term "including" is not limiting, and the terms "hereof", "herein", "hereunder", and similar terms in this Contract refer to this Contract as a whole and not to any particular provision of this Contract unless stated otherwise.


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 32. 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 33. 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 CLERK OF CIRCUIT COURT



image

MANATEE COUNTY PORT AUTHORITY


By : ­


AUTHOR1TY

WITNESSES: STAdN

: JJL G

image

image

By: David A. Keml : P.E.

Title: Senior Principal

image


CONSULTANT

Attachment A Professional Services Proposal

Port Manatee Professional Engineering Services Contract Berth 4 Extension Investigation

Stantec Consulting Services, Inc.

Stantec Consulting Services Inc.

image 777 S Harbour Island Boulevard Suite 600, Tampa FL 33602-5729


PROFESSIONAL SERVICES PROPOSAL


To: Mr. George F. Isiminger, P.E.

Senior Director of Planning, Engineering and Environmental Affairs Port Manatee

image

300 Tampa Bay Way Palmetto, FL 34221


From:

Hamid Sahebkar, PE Principal


Date: July 9, 2019


SUBJECT: Proposal for Professional Engineering Services Berth 4 Extension Investigation

image

Port Manatee Palmetto, Florida


OVERVIEW


  1. Manatee County Port Authority, a political subdivision of the State of Florida (Client) (hereinafter the "Authority" or the "Port") is proposing to extend Berth 4 Extension within the port property. Port has selected Stantec Consulting Services Inc. (Stantec) to submit a professional services proposal for the investigation of the above referenced Project.


  2. Port Manatee is considering extension of Berth 4. Port Manatee (Client) requested Stantec Consulting Inc. (Stantec) to submit a professional engineering services proposal for the required services associated with investigation for planning of Berth 4 Extension. The initial Berth 4 Extension project investigation is to allow the Port to make an informed decision on the scope of the improvements and mitigation to be final-designed and permitted, and to provide the necessary supporting documents. The following is the general Task list associated with this effort:


    • Hydrographic survey.

    • Geotechnical Borings.

    • Submerged aquatic vegetation (SAV) survey, including mapping and characterization.

    • Identification of new seagrass mitigation opportunities.

    • Functional analysis and mitigation credit assessment of impact and multiple (given and new) potential mitigation sites, with and without intervention.

    • Berth extension and dredging layout (multiple alternatives, considering future expansion to the east).

    • Suitability of dredged material for backfill.

    • Backfill and backfill improvement approach.

    • Dredged material disposal options.

    • Dredge and fill quantities.

    • Identification and similar assessment of other seagrass mitigation opportunities.

    • Stormwater treatment options, including offsite stormwater treatment mitigation.

    • DEP ERP (dredge/fill and stormwater) and COE permitting issues.

    • Pre-application meetings.

    • Cost Estimates.

    • Schedule.


      image

      July 9, 2019

      Attn: Mr. George F. Isiminger, P.E.

      Page 2 of 13


      Reference: Berth 4 Extension Investigation – Port Manatee


  3. To deliver these tasks, Stantec has engaged specialty consultants; Moffatt & Nichole for marine engineering, GBA for hydrographic survey and dredging evaluation, CSA for environmental support, S&ME for geotechnical investigation and AXIS for aerial photography.

    image

  4. Old plans, permits and geotechnical information related to this site will be made available.


SCOPE OF SERVICES


200 Program Management


Stantec will provide support services for coordination of the project team and tracking project schedule, budget and delivery of the scope of services as per the following Tasks:


210 Project Management


Stantec will perform various regular project management related activities to support the Client’s management and administration of the overall project. Under this task, Stantec project manager will work closely with the team’s Task Managers to facilitate addressing project related issues, cross disciplines coordination, track budget, and maintain the project schedule.


220 Project Meetings and Coordinations


Stantec will establish and hold regularly scheduled meetings with the Client and project team. Based on the meeting agenda, appropriate Stantec and coastal team members will be invited to attend. Client team members to be included in meetings will be at the discretion of the Client PM. Stantec staff will attend meetings, prepare and track action item summaries.


Kickoff Meeting

Stantec staff, as well as coastal team members including staff from CSA, GBA, M&N, and S&ME, will attend one (1) kickoff meeting with the Port to review project tasks and deliverables, define prime and subconsultant roles and responsibilities, and determine project schedules and milestones.


Monthly Onsite Meetings

Stantec staff will attend monthly meetings onsite at the Port to provide updates on project task progress, review preliminary data and findings (as available), and discuss any ongoing or anticipated information needs, data gaps or scope deviations. For purposes of this scope of work, a total of two

(2) monthly onsite meetings (in addition to the kickoff meeting) are proposed.


Biweekly Conference Calls

Stantec will schedule a bi-weekly web-based tele-conference to update the Client on project progress, discuss issues requiring Client’s direction and clarification, and to receive updates on ongoing Port activities that may affect project activities. In advance of each meeting, Stantec will circulate a list of issues to be included on the agenda for the meeting and invite team members required to attend. For purposes of this scope of work, a total of six (6) biweekly calls are proposed.

July 9, 2019

Attn: Mr. George F. Isiminger, P.E.

Page 3 of 13


Reference: Berth 4 Extension Investigation – Port Manatee


300 Environmental Services


310 Berth 4 Extension Impact Area

311 GIS Analysis

Stantec will conduct a GIS analysis using ArcGIS Spatial Analyst for unsupervised and supervised classifications of high resolution ortho-rectified digital color imagery (collected by Axis Geospatial SE, LLC). The purpose of these classifications is to spatially articulate and quantify the seagrass acreage within the area of impact associated with the Berth 4 Extension Project. GIS exhibits of the mapped seagrasses will be provided as part of the summary report that will be prepared by Stantec under Task 330 (Permitting Strategy/Approach & Mitigation Development), below.

Please note that Stantec will coordinate with the regulatory agencies prior conducting the GIS Aerial Analysis activities under this task (Task 311) or Task 321 below, Stantec cannot guarantee the approval/acceptance by the regulatory agencies of the location and extents of the mapped seagrasses.

Additionally, Stantec will coordinate directly with Axis Geospatial SE, LLC for the location and timing of the aerial imagery collection. As part of this coordination, Stantec will provide the extents of the subject area for the overflights, install ground control targets (Task 500, below) for subsequent orthorectification (to be conducted by Axis Geospatial SE, LLC) and schedule the collection of the aerial imagery to coincide with the most ideal conditions (i.e. low tide before 10 am, clear weather, no wind) to maximize the potential for the collection of suitable imagery for aerial analysis. However, if for any reason(s) beyond the control of Stantec or Axis Geospatial SE, LLC, there are disturbances to the water (i.e. turbidity, boat wakes, etc.) that diminish the quality of the aerial imagery where an accurate analysis cannot be conducted, additional imagery may have to be collected. As needed, Stantec will provide a scope and fee estimate (under separate cover) to the Port for review/approval for the collection of additional aerial imagery suitable for aerial analysis.


312 Ground-Truthing, Seagrass Mapping, and Assessment

Stantec will conduct assessments of ecological conditions for the anticipated area of impact associated with the proposed Berth 4 Extension. A breakdown of assessment tasks and activities is presented below.



Please note that Stantec will coordinate with the regulatory agencies prior conducting the seagrass mapping and assessment activities under this task (Task 312) or Tasks 321-325, below. However, Stantec cannot guarantee the approval/acceptance by the regulatory agencies of the location and extents of the

July 9, 2019

Attn: Mr. George F. Isiminger, P.E.

Page 4 of 13


Reference: Berth 4 Extension Investigation – Port Manatee


mapped seagrasses or the results of the desktop and/or field assessments that will be used in the development of the Uniform Mitigation Assessment Method (UMAM – Chapter 62-345, Florida Administrative Code) evaluations to be conducted, by Stantec, under Task 330, below.


320 Project Mitigation Areas - GIS Analysis and Ground-Truthing & Seagrass Mapping and Assessment, Desktop Review, and Field Investigations

Stantec will conduct assessments of ecological conditions at each of the potential mitigation areas described below. The level of effort required for each site will depend on the status and availability of existing information and the extent of proposed activities required to meet project objectives. A breakdown of assessment tasks and activities for each site is presented below.

Please note that the field studies of the potential mitigation areas below will only be conducted at the individual mitigation areas recommended by the regulatory agencies during the Pre-Project Agency Meetings (Section 330, below) and as approved by the Port. Thus, none of the detailed/field investigation activities referenced below under Tasks 321-325 will be implemented without the Port’s review/approval of a preliminary assessment to be conducted by Stantec as part of Task 330.


  1. Spoil Island Mitigation Areas (East and Southwest) – GIS Analysis (As needed based on regulatory agency recommendation and Port approval)

    Similar to the methodology referenced above under Task 311, Stantec will conduct a GIS analysis using ArcGIS Spatial Analyst for unsupervised and supervised classifications of high resolution ortho-rectified digital color imagery (collected by Axis Geospatial SE, LLC). The purpose of these classifications is to spatially articulate and quantify the seagrass acreage within the potential mitigation area located east and southwest of the Spoil Island (Manbirtee Key). GIS exhibits of the mapped seagrasses will be provided as part of the summary report that will be prepared by Stantec under Task 330 (Permitting Strategy/Approach & Mitigation Development), below.


  2. Spoil Island Mitigation Areas (East and Southwest) – Ground-Truthing, Seagrass Mapping, and Assessment (As needed based on regulatory agency recommendation and Port approval)

    Stantec will conduct assessments of ecological conditions for the potential Spoil Island Mitigation Areas (east and southwest). A breakdown of assessment tasks and activities is presented below.


    • In-situ mapping and assessment of existing seagrasses using survey methods accepted by State and Federal regulatory agencies;


    • Ground-truthing of the GIS analysis or the aerial imagery as referenced under Task 311, above; and


    • GIS analysis and data visualization – QAQC

      Please note that additional marine engineering studies (i.e. sediment transport, hydrodynamic, wave transformation, or morphological modeling) may be required

      July 9, 2019

      Attn: Mr. George F. Isiminger, P.E.

      Page 5 of 13


      Reference: Berth 4 Extension Investigation – Port Manatee


      for development of this mitigation option and agency acceptance of a concept plan. These estimated fees for these additional marine engineering studies are provided below under the Contingencies task (Task 720) for Port review/approval.


  3. Skyway Bridge Mitigation Area – Desktop Review (As needed based on regulatory agency recommendation and Port approval)


    Stantec will conduct a desktop review (no field activities) of publicly available information from previously conducted (by others) dredge hole beneficial use analyses and ecological assessments as well as available information provided by the Port or Port recommended entity to Stantec regarding Rattlesnake Key development activities.


    The information obtained during the desktop review will be used to the develop the summary report referenced under Task 330 (Permitting Strategy/Approach & Mitigation Development), below.

    Please note that there are no field studies referenced under this task (Task 323).


  4. Perico Preserve Mitigation Area – Field Investigation (As needed based on regulatory agency recommendation and Port approval)


    Stantec will conduct and in-situ evaluation of existing seagrass via line-intercept survey as accepted by State and Federal regulatory agencies


    Stantec will also conduct a desktop survey of ecological assessment information from prior/ongoing restoration activities including habitat utilization priorities and cross- watershed mitigation feasibility analysis.


    The information obtained during the field investigation will be used to the develop the summary report referenced under Task 330 (Permitting Strategy/Approach & Mitigation Development), below.


  5. St. Petersburg Seagrass Mitigation Bank – Desktop Review (As needed based on regulatory agency recommendation and Port approval)


Stantec will conduct a desktop review only of permitting status and credit availability timeframes. The information obtained during the desktop review will be used to the develop the summary report referenced under Task 330 (Permitting Strategy/Approach & Mitigation Development), below.


There are no field activities proposed under this task (Task 325).


330 Permitting Approach/Impact and Mitigation Analysis

Pre-Project Agency Meetings

July 9, 2019

Attn: Mr. George F. Isiminger, P.E.

Page 6 of 13


Reference: Berth 4 Extension Investigation – Port Manatee


Stantec will attend pre-project meetings with applicable regulatory agencies to present conceptual project tasks including survey (i.e. mapping of seagrass limits) and characterization (i.e. Uniform Mitigation Assessment Method or UMAM – Chapter 62-345 F.A.C.) methodologies/approaches for impact and mitigation areas, identification of potential mitigation areas, and anticipated project permitting constraints.


The intended goal of these introductory agency meetings is to get feedback and agreement regarding the functional loss (FL) of the conceptual project design impacts as well as the relative functional gain (RFG) of proposed mitigation option(s) and to learn about agency priorities and concerns relative to permitting. Federal and state regulatory agencies and commenting entities will include:



400 Civil Engineering Support Services


Stantec will provide civil engineering services required to support the planning of Berth 4 extension. These services will be in general as follows:



500 Survey


Stantec will provide survey services required to support the collection of 3-Band true color ortho Imagery rectified and mosaicked with a pixel resolution of 0.25 ft (GSD). These services will be in general as follows:

July 9, 2019

Attn: Mr. George F. Isiminger, P.E.

Page 8 of 13


Reference: Berth 4 Extension Investigation – Port Manatee



600 Sub-Consultant Tasks


610 CSA Ocean Sciences, Inc.


CSA Ocean Sciences, Inc. will provide project and agency meetings, coordination, and QAQC review services.


620 Gahagan & Bryant Associates


GBA will provide the hydrographic survey and dredging evaluation required for the project.


  1. Document and Data Collection and Review


    • Gather and review existing historical data and documents


  2. Hydrographic and Topographic Survey


    • Conduct single beam hydrographic surveys

    • provide standard survey deliverables, which include:

      • Survey summary report

      • Bathymetric maps and cross sections

      • ASCII text files containing easting, northing, and elevation data


  3. Borings and Dredge Material Analysis


    • Review Existing logs to evaluate locations and depths, material hardness, SPT values, grain size, and stratification of material types

    • Convert Boring logs into digital formats for future development of material stratification and quantities


  4. Berth Extension and Dredge Layout Alternatives and Conceptual Design


    • Evaluate conceptual project alternatives developed by the team and perform feasibility level evaluation of those alternatives. All alternatives will be reviewed/approved by the Port prior to advancing the design or discussion with regulatory agencies.

      July 9, 2019

      Attn: Mr. George F. Isiminger, P.E.

      Page 9 of 13


      Reference: Berth 4 Extension Investigation – Port Manatee


  5. Dredge Material Disposal Options


    • Develop placement options of dredge material taking into consideration the material types, time frame when dredging will occur, distance of transport of materials, economics of development, and constructability


  6. Dredge and Fill Quantities


    • Determine material types and quantities available within the proposed dredging limits, preexisting and new boring data


  7. Preparation of Deliverables


    • Prepare exhibits, drawings and report elements


630 Moffatt & Nichol


M&N will provide the required marine engineering and Berth planning services required for the project.


631 Meetings and Coordination 632 Field Investigations


633 Mitigation Concept Development



634 Berth Concept Development



635 Permitting Support


July 9, 2019

Attn: Mr. George F. Isiminger, P.E.

Page 10 of 13


Reference: Berth 4 Extension Investigation – Port Manatee


640 Axis Geospatial SE LLC


AG will provide the aerial photographic required for the project.


641 Georeferenced Airborne Data



642 Mapping Deliverable Production



643 Miscellaneous



650 S&ME


S&ME will provide the required geotechnical investigation for the project.


  1. Professional Services - Geotechnical


    • Project Setup, Management

    • Permitting/Access

    • Data Review

    • Analyses

    • Report Preparation

    • Meetings


  2. Field Testing Services – Geotechnical


    • Mobilization - Drill Rig Truck

      • SPT drilling – Land

      • Grouting of SPTs – Land

      • Casing – Land

    • Mobilization - Drill Rig Barge and support boat

      • SPT drilling – Water

      • Core drilling – Water

      • Extra SPT Samples

      • Grouting of SPTs – Water

      • Casing – Water

    • Day rate for mitigation samples

    • Support Boat

      July 9, 2019

      Attn: Mr. George F. Isiminger, P.E.

      Page 11 of 13


      Reference: Berth 4 Extension Investigation – Port Manatee


    • Undisturbed Samples

    • Rig time – access, safety meetings, etc.

    • Engineer to log SPTs

    • Per Diem (2-man crew per day)

    • Per Diem (engineer)

    • Misc. Equipment


  3. Laboratory Testing Services – Geotechnical


    • Sieve analyses

    • Unconfined Compressive strength (rock)

    • Splitting Tensile strength (rock)

    • Atterberg Limits

    • Natural Moisture Content

    • Organic Content

    • Consolidation

    • Shipping

    • Corrosion series

    • Specific gravity (soil)


  4. Professional Services - Environmental


    • Project Setup, Management

    • Permitting/Access

    • Data Review

    • Analyses

    • Report Preparation

    • Meetings


  5. Field Testing Services – Environmental


    • Mobilization - Drill Rig Truck

      • SPT drilling – Land

      • Grouting of SPTs – Land

      • Casing – Land

    • Mobilization - Drill Rig Barge and support boat

      • SPT drilling – Water

      • Grouting of SPTs – Water

      • Casing – Water

      • Extra SPT Samples

    • Day rate for mitigation samples

    • Support Boat

    • Undisturbed Samples

    • Rig time – access, safety meetings, etc.

    • Engineer to log SPTs

    • Per Diem (2-man crew per day)

    • Per Diem (engineer)

    • Water samples

    • Misc. Equipment

      July 9, 2019

      Attn: Mr. George F. Isiminger, P.E.

      Page 12 of 13


      Reference: Berth 4 Extension Investigation – Port Manatee


  6. Laboratory Testing Services – Environmental


    • Sieve analyses

    • Atterberg Limits

    • Natural Moisture Content

    • Organic Content

    • Shipping

    • ICP/MS Metals

    • Standard Elutriate

    • Corrosion series


700 Contingencies (Allowance)


In the event that additional work efforts are needed, and scope of services required is defined under this section (Section 700), a specific Scope of Service and a Fixed Fee amount will be established for the Client’s approval prior to execution of the work.


710 General

If requested, Stantec will provide other assistance and support services to the Client on an as needed basis. These services may include, but not be limited attending additional meetings, coordination with agencies, additional aerial photography, etc. Any additional services will be based on pre-approved scope and fee by the Client.


720 Sediment Transport, Hydrodynamic, Wave Transformation, and Morphological Modeling


If requested, Stantec will provide hydrodynamic, wave transformation, sediment transport, and morphological modeling to support the development of the conceptual plan for potential mitigation areas (i.e. Spoil Island (east and southwest) and Skyway Bridge Mitigation Areas). Any additional services will be based on pre-approved scope and fee by the Client.


TIME OF PERFORMANCE


The professional services specified in this proposal will be delivered by November 15, 2019 or within 30 business days following regulatory agency coordination after completion of the field studies as specified in the scope of services above. State regulatory agency requirements dictate that seagrass survey/mapping and assessment activities be completed prior to October 31st. However, NMFS guidance requires these activities to be completed by September 30th. Stantec will complete all seagrass survey/mapping and assessment activities pursuant to NMFS guidance, provided the notice to proceed is issued in a timely manner in advance of survey period.


GENERAL CONDITIONS AND UNDERSTANDINGS


  1. All communication will be through the Client.

  2. The Client will supply Stantec with the detailed objectives and requirements of the project.

    July 9, 2019

    Attn: Mr. George F. Isiminger, P.E.

    Page 13 of 13


    Reference: Berth 4 Extension Investigation – Port Manatee


  3. Any and all review application, permitting, impact and connection fees, if applicable, are to be paid by the Client. Stantec will provide the fee amount to the Client after the pre-application meetings with the agencies, if required.

  4. Evaluation of the proposed improvements are limited to the Berth 4 area and does not include assessment of any offside improvements.

    image

  5. Client will furnish Stantec with any readily available information pertaining to the subject project.


    EXCLUDED SERVICES


    The professional services required to deliver this project, as described in the RFQ, will be provided by Stantec under this Proposal/Agreement. The services in this scope are the professional services considered necessary for the stated purpose. However, services such as the ones listed below are not anticipated to be required for delivery of this project:


    • Archaeological Services

    • Preparation of applications for rezoning, and land use amendments.

    • FEMA floodplain permitting, including the preparation of applications for a Letter of Map Revision (LOMR) or a Conditional Letter of Map Revision (CLOMR)

    • Design and permitting of new utility services such as water, wastewater, etc.

    • Traffic studies

    • Services associated with hazardous materials

    • Preparation of an application for a water use permit or well construction permits from SWFWMD.

    • Preparation of colored renderings.

    • Application for permits

    • Preparation of construction plans


FEES


image

The compensation to be paid to Stantec for providing the services described in the Scope of Services shall be the attached Fee Estimate. All fixed fee tasks/services will be invoiced monthly based on the percent completion of the task. All time and material tasks/services will be invoiced in accordance with the enclosed schedule of fees. It should be noted that if the scope or duration of the project changes, Stantec will need to re-evaluate these fee amounts. Additional services are subject to prior written contract amendment as approved by the Port. All additional services will be invoiced on a time and material basis, unless Stantec and Client agree otherwise.


Please note that fee task/services associated with evaluation of the potential mitigation area options referenced herein may be adjusted based on regulatory agency recommendations and Port approval.


Attachment: Attachment “A” - Fee Estimate Attachment “B” - Schedule of Hourly Rates

Attachment “C” – Stantec Man Hours Backup Table Subconsultants Proposals

Attachment “D” - CSA Attachment “E” - GBA Attachment “F” – M&N Attachment “G” – AXIS Attachment “H” - S&ME


image

ATTACHMENT "A" FEE ESTIMATE



Task Number


Task Description


Fee

200

Project Management

$ 24,256

220

Project Meetings and Coordination

$ 24,136

300

Environmental Services


310

Berth 4 Extension Impact Area - GIS Analysis and Ground-Truthing & Seagrass Mapping and Assessment


311

Berth 4 Extension Impact Area - GIS Analysis

$ 10,356

312

Berth 4 Extension Impact Area - Ground-Truthing, Seagrass Mapping, and Assessment

$ 15,708

320*

Project Mitigation Areas - GIS Analysis and Ground-Truthing & Seagrass

Mapping and Assessment, Desktop Review, and Field Investigations


321

Spoil Island Mitigation Areas (East and Southwest) - GIS Analysis

$ 10,742

322

Spoil Island Mitigation Areas (East and Southwest) - Ground-Truthing, Seagrass Mapping, and Assessment

$ 15,120

323

Skyway Bridge Mitigation Areas - Desktop Review

$ 2,728

324

Perico Bayou Mitigation Area - Field Investigation

$ 7,308

325

St. Pete Mitigation Bank - Desktop Review

$ 2,728

330

Permitting Strategy/Approach & Mitigation Development

$ 61,070

400

Civil Engineering

$ 22,918

500

Survey

$ 4,492

Stantec Subtotal

$ 201,562

610

CSA Ocean Sciences, Inc.

$ 20,032

CSA Subtotal

$ 20,032

620

Gahagan & Bryant Associates

$ 115,864

Gahagan & Bryant Associates Subtotal

$ 115,864

630

Moffatt & Nichol

$ 76,890

Moffatt & Nichol Subtotal

$ 76,890

640

AXIS Geospatial SE LLC - Aerial Photography

$ 11,698

AXIS Geospatial SE LLC Subtotal

$ 11,698

650

S&ME, Inc. - Geotechnical Services

$ 164,100

S&ME, Inc. Subtotal

$ 164,100

Project Fee Total

$ 590,146

700

Contingencies


710

General

$ 30,000

720

Sediment Transport, Hydrodynamic, and Wave Transformation, and

Morphological Modeling

$ 50,000

Grand Total

$ 670,146

Notes

*

Please note that the field studies of the potential mitigation areas will only be conducted at the individual mitigation areas recommended by the regulatory agencies during the Pre-Project Agency Meetings and as approved by the Port.

image

image


Attachment BSCHEDULE OF HOURLY RATES

Effective January 1, 2019


Staff Title

Staff Level

Rate

Administrative Assistant

Level 3

$ 92.00

Sr. Administrative Assistant

Level 4

$ 102.00

Jr. CAD Tech.

Level 5

$ 116.00

Jr. CAD Teck/Intern

Level 6

$ 121.00

Construction Inspector/CAD Tech.

Level 7

$ 126.00

CAD Tech/Designer/Jr. Engineer.

Level 8

$ 137.00

Staff Engineer

Level 9

$ 142.00

Senior Designer/Project Engineer

Level 10

$ 147.00

Project Manger

Level 11

$ 158.00

Senior Project Engineer

Level 12

$ 166.00

Sr. Project Manager

Level 13

$ 175.00

Sr. Project Manager

Level 14

$ 185.00

Principal/Senior PM

Level 15

$ 196.00

Senior Principal

Level 16

$ 216.00

Sr. Principal/Vice President

Level 17

$ 224.00


Level 18

$ 232.00


Level 19

$ 240.00


Level 20

$ 250.00


Level 21

$ 265.00


1 Person Field Crew

$ 95.00


2 Person Field Crew

$ 125.00


3 Person Field Crew

$ 155.00


4 Person Field Crew

$ 175.00


Unit billings, such as printing and survey materials, will be billed at standard rates. All other out-of- pocket expenses will be billed at cost +10%.


Z:\billing_level_rates\2019\Schedule of Fees-2019_table-20181009.docx


Stantec

Port Manatee Berth 4 Extension Man Hours Backup

ATTACHMENT "C"

Man Hours Backup


Level 6

Level 7

Level 10

Level 12

Level 13

Level 15

2 Person Field Crew



Task


Task Description

Jr. CAD

Teck/Intern / Project Scientist

Rate/Hr.

Construction Inspector/CAD/ GIS Tech.

Rate/Hr.

Senior Designer/Project Engineer

Rate/Hr.

Senior Project Engineer/Scientist

Rate/Hr.

Sr. Project Manager

Rate/Hr.

Principal/Senior PM

Rate/Hr.

2 Person Field Crew

Rate/Hr.

Total Hours b Task


Total Fee b Task

$ 121.00

$ 126.00

$ 147.00

$ 166.00

$ 175.00

$ 196.00

$ 125.00

Hours

Fee

Hours

Fee

Hours

Fee

Hours

Fee

Hours

Fee

Hours

Fee

Hours

Fee

Project Management


$ -


$ -


$ -

80.00

$ 13,280.00


$ -

56

$ 10,976.00


$ -

3

0

Project Meetings and Coordination


$ -


$ -


$ -

84.00

$ 13,944.00


$ -

52

$ 10,192.00


$ -

3

0

3

3

Environmental Services



3

Berth Extension Impact Area - GIS Anal sis and Ground-Truthing & Seagrass Mapping and Assessment


3

Berth Extension Impact Area - GIS

Anal sis


$ -


$ -


$ -

16.00

$ 2,656.00

44

$ 7,700.00


$ -


$ -


0


3


3

Berth Extension Impact Area - Ground-Truthing Seagrass Mapping and Assessment


24


$ 2,904.00


4


$ 504.00


12


$ 1,764.00


24.00


$ 3,984.00


24


$ 4,200.00


12


$ 2,352.00



$ -



0



3

Project Mitigation Areas - GIS Anal sis and Ground-Truthing &

Seagrass Mapping and Assessment Desktop Revie and Field Investigations


3

Spoil Island Mitigation Areas (East

and South esti - GIS Anal sis


$ -


$ -


$ -

12.00

$ 1,992.00

50

$ 8,750.00


$ -


$ -


0



3

Spoil Island Mitigation Areas (East and South esti - Ground-Truthing Seagrass Mapping and Assessment


24


$ 2,904.00


4


$ 504.00


24


$ 3,528.00


24.00


$ 3,984.00


24


$ 4,200.00



$ -



$ -



0


3 3

Sk a Bridge Mitigation Areas -

Desktop Revie


$ -


$ -


$ -

8.00

$ 1,328.00

8

$ 1,400.00


$ -


$ -


0


3

Perico Ba ou Mitigation Area - Field

Investigation

12

$ 1,452.00


$ -

12

$ 1,764.00

12.00

$ 1,992.00

12

$ 2,100.00


$ -


$ -


0


3

3

St Pete Mitigation Bank - Desktop

Revie


$ -


$ -


$ -

8.00

$ 1,328.00

8

$ 1,400.00


$ -


$ -


0


33

Permitting Strateg Approach &

Mitigation Development

36

$ 4,356.00

64

$ 8,064.00


$ -

182.00

$ 30,212.00

74

$ 12,950.00

28

$ 5,488.00


$ -

3


0


Civil Engineering


$ -


$ -

66

$ 9,702.00

56.00

$ 9,296.00


$ -

20

$ 3,920.00


$ -

0

Surve


$ -

10

$ 1,260.00

6

$ 882.00


$ -

2

$ 350.00


$ -

16

$ 2,000.00

3

0

SUBTOTAL (HOURS AND FEE)

96

$ 11,616.00

82

$ 10,332.00

120

$ 17,640.00

506.00

$ 83,996.00

246

$ 43,050.00

168

$ 32,928.00

16

$ 2,000.00

3

0

image

Attachment "D"


MEMORANDUM

Date: 27 June 2019

image

To: Ray Dennis III, Senior Associate, Stantec

image

From: Mark Fonseca, Vice President, CSA Ocean Sciences Inc. Re: Revised Port Manatee Seagrass Mitigation Support


This memo describes the role, cost 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:

Once the placement alternatives have been identified, GBA will provide an evaluation of placement options, utilizing feasibility reports, drawings, and schematics to better understand the constructability and costs associated with each alternative/placement option. The drawings will show water depths, footprints of areas considered for material placement, typical cross sections of fill/dikes, and other shoreline/water features.


The acquisition of supplemental data to define topography, bathymetry or foundation conditions at the disposal option sites is not included within this scope of work and will be performed under future phases of project development.


Task 6: Dredge and Fill Quantities

(GBA Budget: $9,182)


In order to make a determination of material types and quantities available within the proposed dredging limits, pre-existing and new boring data, and experience from previous dredging projects in the area will be utilized to create a material profile within the proposed dredge areas. This process is necessary to determine the amount of material available for terminal wharf construction versus alternative placement/beneficial use.


In order to estimate the volumes of the different material types, the boring information is plotted to scale along the length of the dredge area, and the profiles are converted into three-dimensional digital terrain models. Material classifications are then input as separate material layers and extrapolated across the width of the channel. Surveys of the dredge area and channel dredging templates form the upper and lower boundaries of the digital terrain models. Average end area volumes are then calculated from the models. With these elements, we will determine the capacity and quantities of materials required (i.e., sand, rock, mud, etc.) for each design option and placement alternatives under consideration.


Task 7: Preparation of Deliverables

(GBA Budget: $12,210)


GBA will prepare exhibits, drawings and report elements describing the information reviewed, project alternatives considered, and the engineering evaluations performed regarding the construction of those alternatives. The report elements will include plan view drawings of the alternative projects, planning

image

Berth 4 Expansion Feasibility Study Scope of Work

7-03-2019

image

level cost estimates, and approximate schedule for construction. An overview of recommendations and required future work for further development of the selected alternative(s) will be included.

image



BASIN

TAMPA BAY

TAMPA BAY

100 FT. SURVEY LINES

TURNING

AREA

DREDGE



BERTH 5


BERTH 4


BERTH

EXTENSION

AREA


Figure 1. Hydrographic Survey Coverage

GAHAGAN AND BRYANT ASSOCIATES, INC.


Port Manatee Berth 4 Extension - Fesibility Study Fee Proposal

7/3/2019

Task

Description

Unit

Cost

Task 1

Document and Data Collection and Review

LS

$6,542.00

Task 2

Hydrographic and Topographic Survey

LS

$10,006.00

Task 3

Borings and Dredge Material Analysis

LS

$5,876.00

Task 4

Berth Extension and Dredge Layout Alternatives and

Conceptual Design

LS

$38,764.00

Task 5

Dredge Material Disposal Options

LS

$33,284.00

Task 6

Dredge and Fill Quantities

LS

$9,182.00

Task 7

Preparation of Deliverables

LS

$12,210.00



Total Estimated Costs



$115,864.00

GAHAGAN AND BRYANT ASSOCIATES, INC.

Port Manatee


Task

Task

Task 3

Task

Task

Task

Task

TOTALS

Berth Extension Fesibilit Stud Fee Proposal


Document and Data Collection and Revie


H drographic Surve


Borings and Dredge Material Anal sis

Berth Extension and

Dredge La out Alternatives and Conceptual Design


Dredge Material Disposal Options


Dredge and Fill Quantities


Preparation o Deliverables


Totals or Tasks -

CATEGORY

Principal

Rate

$273.00

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

$0.00

$0.00

$0.00

24

$6,552.00

4 $1,092.00

$0.00

2 $546.00

30 $8,190.00

Sr. Associate

$231.00

8 $1,848.00

1 $231.00

2 $462.00

24

$5,544.00

32 $7,392.00

2 $462.00

8 $1,848.00

77 $17,787.00

Sr. Associate

$231.00

8 $1,848.00

$0.00

$0.00

48

$11,088.00

32 $7,392.00

8 $1,848.00

8 $1,848.00

104 $24,024.00

Associate

$190.00

8 $1,520.00

$0.00

2 $380.00

40

$7,600.00

32 $6,080.00

$0.00

8 $1,520.00

90 $17,100.00

FL PLS

$190.00

$0.00

2 $380.00

$0.00

$0.00

$0.00

$0.00

$0.00

2 $380.00

Sr. Geologist

$147.00

$0.00

$0.00

24 $3,528.00

$0.00

$0.00

0 $0.00

$0.00

24 $3,528.00

Sr. Engineer

$147.00

$0.00

$0.00

$0.00

40

$5,880.00

$0.00

$0.00

$0.00

40 $5,880.00

Sr. Engineer

$147.00

8 $1,176.00

1 $147.00

$0.00

0

$0.00

32 $4,704.00

16 $2,352.00

8 $1,176.00

65 $9,555.00

Engineer 2

$113.00

$0.00

16 $1,808.00

12 $1,356.00

$0.00

32 $3,616.00

40 $4,520.00

40 $4,520.00

140 $15,820.00

Sr. Tech

$106.00

$0.00

12 $1,272.00

$0.00

$0.00

$0.00

$0.00

$0.00

12 $1,272.00

Tech 2

Tech 2

Tech 1

$94.00

$94.00

$72.00

$0.00

$0.00

$0.00

16 $1,504.00

16 $1,504.00

0 $0.00

$0.00

0 $0.00

$0.00

$0.00

$0.00

$0.00

$0.00

32 $3,008.00

$0.00

$0.00

$0.00

$0.00

$0.00

8 $752.00

$0.00

16 $1,504.00

56 $5,264.00

0 $0.00

Total Labor

3 0 3

0

0

03

033

0

0

0 3


Direct Costs










Tolls

$1.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

Airfare

$500.00

$0.00

$0.00

$0.00

2

$1,000.00

$0.00

$0.00

$0.00

$1,000.00

Car Rental

$100.00

$0.00

$0.00

$0.00

4

$400.00

$0.00

$0.00

$0.00

$400.00

Fuel

$1.00

$0.00

40 $40.00

$0.00

200

$200.00

$0.00

$0.00

$0.00

$240.00

Total Direct Costs

0

0

0

0

0

0

0

0


Surve Equipment Costs Per Da

RTK Positioning System


$150


$0.00


2 $300.00

2 $2,400.00

2 $120.00

2 $150.00

$0.00


$0.00

$0.00

$0.00

$0.00

$0.00


$0.00

$0.00

$0.00

$0.00

$0.00


$0.00

$0.00

$0.00

$0.00

$0.00


$0.00

$0.00

$0.00

$0.00

$0.00


$0.00

$0.00

$0.00

$0.00

$0.00


$300.00

$2,400.00

$120.00

$150.00

$0.00

Single Beam Survey Vessel

$1,200

$0.00

PC Computer System, Plotter

$60

$0.00

Survey Vehicle

$75

$0.00



$0.00

Total Surve Equipment Costs

0

0

0

0

0

0

0

0










Subtask Totals

$6,542.00

$10,006.00

$5,876.00

$38,764.00

$33,284.00

$9,182.00

$12,210.00



GRAND TOTAL









$115,864.00


image


July 8, 2019

501 E. Kennedy Blvd, Suite 1910

image

Tampa, FL 33602


(813) 258-8818

www.moffattnichol.com

Attachment "F"



Stantec

777 S Harbour Island Boulevard Suite 600 Tampa FL 33602-5729


Attn: Hamid Sahebkar


Subject: Port Manatee Berth 4 Extension Feasibility Study


Dear Hamid,


Congratulations to Stantec for assembling an All-Star team to support Port Manatee in evaluating the feasibility of extending Berth 4. We are excited to be a part of the team and to continue to grow our relationship with Stantec and Port Manatee.


This proposal was prepared based on the Scope of Work included in the RFQ issued by Port Manatee with the goal being to help Port Manatee determine the feasibility and conceptually design the project and begin the permitting process of extending Berth 4, including the requisite dredging, considering the existing seagrass, and prior mitigation efforts in the berth extension area. M&N understands the following to be the roles of the team members on the project:


Stantec

July 8, 2019


FEE

The lump sum fee to complete this scope of work is $76,890.


Moffatt & Nichol looks forward to the opportunity to continue to work with Stantec to support the future growth of Port Manatee. Should you have any questions or comments regarding this proposal, please don’t hesitate to contact me.


Sincerely,

MOFFATT & NICHOL


Michael Herrman, P.E. Senior Project Manager

BUDGET - CURRENCY USD

Port Manatee Berth 4 Extension Study

Project Fee Proposal



Supervisory ENG/SCI

Sr ENG/SCI

ENG/SCI II

ENG/SCI I

CADD II

CADD I


230.00

230.00

140.00

120.00

110.00

93.00

HOURS

LABOR TOTAL

Port Manatee Berth 4 Extension Study









1 - Meetings and Coordination

24.00



18.00



42.00

7,680.00

2 - Field Investigations



16.00


24.00


40.00

4,880.00

3 - Mitigation Concept Development

16.00



20.00



36.00

6,080.00

a - Coordination

16.00



20.00



36.00

6,080.00

4 - Berth Concept Development

33.00

32.00

76.00

171.00

30.00

40.00

382.00

53,130.00

a - Configuration and Disposal Opts

17.00

32.00


91.00

30.00


170.00

25,490.00

b - Structural Analysis

16.00


76.00

80.00


40.00

212.00

27,640.00

5 - Permitting Support

16.00



12.00



28.00

5,120.00

XX - Subconsultant









XY - Reimbursables









TOTAL HOURS

89.00

32.00

92.00

221.00

54.00

40.00

528.00


M&N LABOR

20,470.00

7,360.00

12,880.00

26,520.00

5,940.00

3,720.00


76,890.00

BUDGET - CURRENCY USD

Port Manatee Berth 4 Extension Study

Contracted Billing Rates

DESCRIPTION

M&N BILL RATE

Principal ENG/SCI.

250.00

Supervisory ENG/SCI

230.00

Sr ENG/SCI

230.00

ENG/SCI III

165.00

ENG/SCI II

140.00

ENG/SCI I

120.00

Staff ENG/SCI

100.00

Sr Tech.

168.00

Designer

120.00

CADD II

110.00

CADD I

93.00

Word Processor

94.00

General Clerical

94.00

image

Attachment "G"


July 3, 2019


Mr. Hamid Sahebkar, P.E. Principal

Stantec Consulting Services Inc. 777 S. Harbour Island Boulevard Suite 600

Tampa, FL 33602-5729


RE: Port Manatee Seagrass Orthoimagery Proposal AXIS Estimate No. 19-0078 (Imagery Only; v3)


Dear Mr. Sahebkar,


Thank you for choosing Axis Geospatial SE (AXIS). We appreciate your business and promise STANTEC the best in professionalism, quality and customer service. The following proposal has been prepared utilizing the latest industry technologies in accordance with the State of Florida Standards of Practice set forth in Chapter 5J-17.


This proposal and quoted fees are based on the acquisition of digital imagery for the Port Manatee Seagrass project as defined in the .KMZ files provided in emails by Darin O’Neal and Ray Dennis dated June 13, 2019 and July 2, 2019 respectively. AXIS added a 200’ buffer around the project areas, making the combined areas of the Berth 4 Impact Area, the Spoil Island Restoration Area and the Spoil Island SW Mitigation Area approximately 400 acres.


In response to your request for a proposal for digital orthoimagery for the Port Manatee sites; AXIS has:


Prepared an imagery flight plan to acquire 3-Band digital imagery with a 7.5 cm (GSD) pixel resolution, AGPS/IMU processing, raw data processing;

Estimated the effort to measure and process data to calculate an acceptable aero-triangulation solution;

Estimated the time to stereo compile a surface of breaklines and mass points for support image rectification;

Estimated level of effort to create 3-band true color digital ortho Imagery rectified and mosaicked with a pixel resolution of 0.25 ft. (GSD)


Deliverables


AXIS calculated the proposal fees based on the polygon outlined in “blue” on the attached flight map and contained in the associated Google Earth. KML file.


The project schedule is based on current workload forecasts 30 days from date of proposal. Scheduling forecasts are subject to change based on current workload at the time of Authorization-to-Proceed.


As with all aerial data acquisition missions, weather and ground conditions play significant roles as to when the acquisition can occur. AXIS will devote the resources and man power necessary to acquire the imagery.

image


In addition, Air Traffic Controllers (ATC) at the Tampa and St. Petersburg-Clearwater International Airports, control the airspace over the project area. The AXIS aircraft crew will coordinate acquisition missions with the ATC to the best of their ability. The AXIS aircraft crew is subject to ATC direction and may be required to leave the project area at the command of the ATC. These acquisition work stoppages may delay the project schedule and occur without notice.


Sum ma r y of W or k


AXIS will obtain color digital image data using a DMC II 230 Digital Camera. Both Airborne GPS (ABGPS) and IMU data will be recorded during the digital image acquisition mission. The acquisition mission will occur within +/- 2 hours of low tide and before 10:00 AM to reduce glare on the water surface.


Upon receipt of the ground survey control values from STANTEC, AXIS will prepare an analytical aero-triangulation (AT) solution to establish supplemental control for orienting individual photogrammetric stereo-models covering the site.


Utilizing stereo-workstations and 3D viewing software, AXIS stereo compilers will digitize mass points and breaklines to create a Digital Terrain Model (DTM) of the coastal surface. The breaklines will reflect the surface of the ground and extent of water coverage at the time of image exposure. The DTM will be processed and a surface file generated that will be used for the rectification of the imagery.


Color digital orthophotos will be produced for the project area. The digital color imagery will be ortho- rectified using the control, analytical triangulation points and the digital surface. The pixel resolution will be 0.25’ (GSD). These images will be delivered in GeoTIFF format along with a .tfw file for geo- referencing.


Delivery of the deliverable files will be via FTP in GeoTIFF format.


Gro u n d Su rv e y Co n t ro l


AXIS understands that STANTEC will provide all necessary ground survey control for this project. STANTEC’s responsibilities shall be performed with reference to positions selected and/or approved by AXIS and STANTEC.


AXIS has identified, in the .kml file, a total of six (6) horizontal and vertical control locations.

One of the locations will require placement of an aerial panel. The panel should be in the shape of an hourglass with alternating black and white triangles 4’ in size. The panel will need to be set and maintained by STANTEC until the flight mission has been completed. The other points maybe be painted panels or photo-identifiable features. AXIS requests that a digital photo be taken of each point and provided to AXIS.


AXIS requests the control survey data be accompanied by a signed and sealed report certified to Florida Standards of Practice under Chapter 5J-17. The control information and datum supplied will be the basis for controlling the imagery for the digital mapping.

image


SSu r ve y Ac c u rac y


Final map documents delivered pursuant to this agreement, where applicable, shall comply with the requirements of the State of Florida Standards of Practice set forth in Chapter 5J-17. A final signed and sealed map report will be provided to STANTEC upon completion of the project.


For acquiring the color imagery, aero-triangulation, and delivering color digital ortho-imagery files, the AXIS fee is $11,698.00 (Eleven thousand, six-hundred, ninety-eight dollars).


If this proposal letter is acceptable, a standard STANTEC subconsultant agreement is acceptable. If it is not, please inform AXIS of your desired revisions so that a modified proposal may be presented to you.


We appreciate this opportunity to provide services and products in support of this project. As always, we look forward to working with you on this project.


Sincerely,

AXIS GEOSPATIAL SE, LLC


John E. Lesko II, CP, PMP, PSM

Vice-President

image

[17] 344 [17] 345 [17] 346 [17] 347


3060


3059


3058


3057


3056

3060


3059


3058


3057


3056



3055

Port Manatee Seagrass

19-0078 (Imagery Only)

Altitude: 4042 feet Total models: 20

Focal Length: 92.00mm Total photos: 22

Pixel size: 0.075m Sensor: DMC 11230

Lateral overlap: 30% County: Manatee Forward overlap: 60% Control Points: 6

Photo base: 424m Buffered Project Area: ~400 acres Total length: 4.6nm

Total lines: 2

3055

[17] 344 [17] 345 [17] 346 [17] 347

image

Proposal for Services

Date:

7/3/2019


BILL TO:

Stantec Consulting Service, Inc. 777 South Harbour Blvd; Suite 600

Tampa, FL 33602-5729


Attn: Hamid Sahebkar, P.E.

PROJECT: Port Manatee Ortho Imagery

AXIS PROPOSAL - OPTION #19-0078 Imagery Only v3

1450 N US HWY 1, Ste 300

Ormond Beach, FL 32174

P: 386.439.4848

AXIS Rep:

John Lesko

Office Direct:

386.439.4848

Mobile:

410.353.4166

Email:

jlesko@axisgeospatial.com


Task / Deliverables Description

GEOREFERENCED AIRBORNE DATA

HOURS

RATE

FEE

Airborne acquisition of digital Imagery; see attached F & C for specific mission


6


22


4


12


2


2

$ 6,460.00


$ 102.50


$ 102.77


$ 130.25


$ 102.42


$ 177.00

$ 25.00

$ 116.50

$ 6,460.00


$ 615.00


$ 2,261.00


$ 521.00


$ 1,229.00


$ 354.00

$ 25.00

$ 233.00

details.

STANTEC will provide land surveying services for required aerial, pre-targeted or PID

control points; see attached F & C for specific details.

Digital aero-triangulation of imagery for georeferencing, for stereo compilation and

orthorectification.


MAPPING DELIVERABLE PRODUCTION

Stereo compilation of mass points and breaklines to support digital ortho

rectification;

Map Production / Finishing Labor for digital surface generation and review;

Processing for RGB, 8-bit per channel, digital orthoimage tiles in GeoTIFF format with

a pixel resolution of 0.25' (GSD)


MISCELLANEOUS

Project Administration and Management

Shipping & Handling via UPS or FTP

Production Management


Delivery Time: Scheduled at Notice to Proceed

Total Fixed-Fee: $ 11,698.00


Acceptance Signature & Date:


Client Project Number & Name:

Attachment "H"


TASK TITLE: Geotechnical Investigation Design Scope

OBJECTIVE:

Develop geotechnical related parameters for the design of the Berth 4 Expansion. Also investigate proposed dredge material for fill usage.


SCOPE:


LIMITATIONS:

In general accordance with Florida Statute 556.101-111 (Underground Facility Damage Prevention and Safety Act), persons or companies intending to engage in excavation or demolition shall notify the Sunshine State One-Call of Florida, Inc. Call Center (Call Sunshine) of the location, date and other operation particulars, to allow affected utility companies the opportunity to mark the location of their buried lines, prior to excavation. To comply with this statute, S&ME will notify Call Sunshine of our proposed operations. Performance of this service will require a lead-time of ten business days, prior to mobilization of exploration equipment, to comply with Call Sunshine operation procedures.

Further, we request that the Client provide us with any drawings depicting onsite utilities. It will be the client’s responsibility to determine the location of buried utility lines on the site, which are not owned or maintained by a chartered utility company, and to cooperate with our exploration crew to verify that the selected exploration sites lie at least 5 feet away from such buried utility

lines. S&ME’s exploration staff will coordinate with the client's representative to clear exploration locations, as necessary.

We also understand the project site is located on a Port facility. The drill crew may or may not have TWIC cards but the engineer providing oversight will and will act as escort for the crew. Further, we have assumed that no permitting will be required for the barge drilling.

No permitting services are included in our scope.

Our services will include backfilling the deep 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.

FEE:

S&ME will provide the geotechnical design services presented above for a unit rate fee of

$164,100 as presented on Tables 1 and 2. Additional services, if required and approved (such as crane rental), will be performed at the listed unit rates.

Port Manatee TABLE 1

Berth 4 Extension S&ME, Inc.

Proposal No.: 14-1900363

GEOTECHNICAL SERVICES


PROJECT ESTIMATE SUMMARY

==== ========================= ======== ========== ======== ======== ======== ========= ======= =========== PROFESSIONAL SERVICES

------- ----------------- Principal Senior Proj. Proj. Staff DRAFT ACCT./

TASK Eng. Proj. Eng. Eng. III Eng. I Eng. III W.P. TASK NO. DESCRIPTION $225.00 $210.00 $135.00 $125.00 $100.00 $65.00 $65.00 SUBTOTAL

Item Number

------- --------------------------------------------- -------------- -------------- -------------- -------------- -------------- -------------- -------------- --------------

  1. Proj. Setup, Management 12.0 1.0 $2,585.00

  2. Permitting/Access 12.0 $2,520.00

  3. Data Review $0.00

    4 Analyses 8.0 60.0 $7,680.00

    5 Report Preparation 4.0 8.0 40.0 8.0 4.0 $7,360.00

    6 Meetings 12.0 $2,520.00

    ------- --------------------------------------------- --------------- ------------------ --------------- --------------- --------------- ----------------- -------------- -------------------- SUMMARY OF HOURS 4 52 0 0 100 8 5

    TOTAL PERSONNEL HOURS = 169


    PROFESSIONAL SERVICES SUBTOTAL = $22,665.00

    FIELD TESTING SERVICES ======== ======== ========= ======= ===========

    ----------------------

    Mobilization-Drill Rig Truck 0 Each @ $402.50 = $0.00 SPT drilling - Land 0 - 50 feet 0 Feet @ $11.65 = $0.00

    50 - 100 feet 0 Feet @ $13.25 = $0.00

    100 - 150 feet 0 Feet @ $16.40 = $0.00 Grouting of SPTs - Land 0 Feet @ $4.10 = $0.00 Casing - Land 0 - 50 feet 0 Feet @ $9.15 = $0.00

    50 - 100 feet 0 Feet @ $10.95 = $0.00

    100 - 150 feet 0 Feet @ $13.00 = $0.00

    Mobilization-Drill Rig Barge and support Boat 1 Each @ $8,050.00 = $8,050.00 Crane rental to launch/retreive barge/support boat 1 Each @ $4,600.00 = $4,600.00 SPT drilling - Water 0 - 50 feet 150 Feet @ $18.35 = $2,752.50

    50 - 100 feet 90 Feet @ $22.95 = $2,065.50

    100 - 150 feet 15 Feet @ $27.55 = $413.25 Core drilling - Water 0 - 50 feet 0 Feet @ $62.05 = $0.00

    50 - 100 feet 60 Feet @ $66.65 = $3,999.00

    100 - 150 feet 15 Feet @ $76.71 = $1,150.65

    Extra SPT Samples 50 - 100 feet 15 Each @ $57.45 = $861.75

    100 - 150 feet 3 Each @ $72.40 = $217.20 Grouting of SPTs - Water 330 Feet @ $8.00 = $2,640.00 Casing - Water 0 - 50 feet 200 Feet @ $14.32 = $2,864.00

    50 - 100 feet 200 Feet @ $18.06 = $3,612.00

    100 - 150 feet 0 Feet @ $20.36 = $0.00

    Day rate for mitigation samples 2 Days @ $4,025.00 = $8,050.00

    Support Boat 9 Days @ $402.50 = $3,622.50

    Undisturbed Samples 3 Each @ $224.20 = $672.60

    Rig time - access, safety meetings, etc. 15 Hours @ $470.00 = $7,050.00

    Rig time - disposal of cuttings/fuid to spoil area 9 Hours @ $470.00 = $4,230.00

    Engineer to log SPTs 108 Hours @ $100.00 = $10,800.00

    Per Diem (2 man crew per day) 9 Each @ $460.00 =

    Per Diem (engineer) 0 Each @ $230.00 =

    Misc Equipment 0 Each @ $500.00 =

    $ 4,140.00

    $ -

    $ -

    SUBTOTAL : $71,790.95

    ===========


    LABORATORY TESTING SERVICES

    ---------------------

    Sieve analyses 20 Each @ $65.00 = $1,300.00

    Unconfined Compressive strength (rock) 8 Each @ $276.00 = $2,208.00

    Splitting Tensile strength (rock) 8 Each @ $103.50 = $828.00

    Atterberg Limits 6 Each @ $95.00 = $570.00

    Natural Moisture Content 10 Each @ $10.00 = $100.00

    Organic Content 4 Each @ $60.00 = $240.00

    Consolidation 3 Each @ $460.00 = $1,380.00

    Shipping 1 Each @ $1,000.00 = $1,000.00

    corrosion series 5 Each @ $230.00 = $1,150.00

    Specific gravity (soil) 6 Each @ $75.00 = $450.00 SUBTOTAL : $9,226.00

    ===========


    TOTAL PROJECT COST ESTIMATE : $103,681.95

    ************* ************* ************* ************** *********** *****************

    Port Manatee TABLE 2

    Berth 4 Extension S&ME, Inc.

    Proposal No.: 14-1900363

    ENVIRONMENTAL SERVICES


    PROJECT ESTIMATE SUMMARY

    ==== ========================= ========= ========== ========= ========= ========= ============ ======== =========== PROFESSIONAL SERVICES

    ------- -----------------

    TASK

    Principal

    Eng.

    Senior

    Proj. Eng.

    Proj.

    Eng. III

    Proj.

    Eng. I

    Staff

    Eng. III

    DRAFT

    ACCT./

    W.P.


    TASK

    NO. DESCRIPTION

    $225.00

    $210.00

    $135.00

    $125.00

    $100.00

    $65.00

    $65.00

    SUBTOTAL

    Item Number









    -------

    --------------------------------------------- --------------

    --------------

    --------------

    --------------

    --------------

    --------------

    --------------

    --------------

    1

    Proj. Setup, Management

    8.0





    1.0

    $1,745.00

    2

    Permitting/Access







    $0.00

    3

    Data Review


    12.0





    $1,620.00

    4

    Analyses







    $0.00

    5

    Report Preparation

    2.0

    12.0



    4.0

    2.0

    $2,430.00

    6

    Meetings







    $0.00

    ------- --------------------------------------------- --------------- ------------------ --------------- --------------- --------------- --------------------- -------------- --------------------- SUMMARY OF HOURS 0 10 24 0 0 4 3

    TOTAL PERSONNEL HOURS = 41


    PROFESSIONAL SERVICES SUBTOTAL = $5,795.00

    FIELD TESTING SERVICES ========= ========= ============ ======== ===========

    ----------------------

    Mobilization-Drill Rig Truck

    0

    Each @

    $402.50

    =

    $0.00

    SPT drilling - Land 0 - 50 feet

    0

    Feet @

    $11.65

    =

    $0.00

    50 - 100 feet

    0

    Feet @

    $13.25

    =

    $0.00

    100 - 150 feet

    0

    Feet @

    $16.40

    =

    $0.00

    Grouting of SPTs - Land


    Feet @

    $4.10

    =

    $0.00

    Casing - Land 0 - 50 feet

    0

    Feet @

    $9.15

    =

    $0.00

    50 - 100 feet

    0

    Feet @

    $10.95

    =

    $0.00

    100 - 150 feet

    0

    Feet @

    $13.00

    =

    $0.00

    Mobilization-Drill Rig Barge and support boat

    0

    Each @

    $8,050.00

    =

    $0.00

    SPT drilling - Water 0 - 50 feet

    200

    Feet @

    $18.35

    =

    $3,670.00

    50 - 100 feet

    0

    Feet @

    $22.95

    =

    $0.00

    100 - 150 feet

    0

    Feet @

    $27.55

    =

    $0.00

    Grouting of SPTs - Water

    200

    Feet @

    $8.00

    =

    $1,600.00

    Casing - Water 0 - 50 feet

    200

    Feet @

    $14.32

    =

    $2,864.00

    50 - 100 feet

    0

    Feet @

    $18.06

    =

    $0.00

    100 - 150 feet

    0

    Feet @

    $20.36

    =

    $0.00

    Extra SPT Samples 0 - 50 feet

    40

    Each @

    $57.45

    =

    $2,298.00

    50 - 100 feet

    0

    Each @

    $72.40

    =

    $0.00

    Day rate for mitigation samples

    0

    Days @

    $4,025.00

    =

    $0.00

    Support boat

    8

    Each @

    $402.50

    =

    $3,220.00

    Undisturbed Samples

    0

    Each @

    $224.20

    =

    $0.00

    Rig time - access, safety meetings, decon, etc.

    30

    Hours @

    $470.00

    =

    $14,100.00

    Rig time - disposal of cuttings/fuid to spoil area

    12

    Hours @

    $470.00

    =

    $5,640.00

    Engineer to log SPTs

    80

    Hours @

    $100.00

    =

    $8,000.00

    Per Diem (2 man crew per day)

    8

    Each @

    $460.00

    =

    $ 3,680.00

    Per Diem (engineer)

    0

    Each @

    $230.00

    =

    $ -

    Water samples

    0

    Each @

    $50.00

    =

    $ -

    Misc Equipment

    1

    Each @

    $1,500.00

    =

    $ 1,500.00



    SUBTOTAL :



    $46,572.00

    ===========

    LABORATORY TESTING SERVICES

    ---------------------

    Sieve analyses


    20


    Each @


    $65.00


    =


    $1,300.00

    Atterberg Limits

    0

    Each @

    $95.00

    =

    $0.00

    Natural Moisture Content

    10

    Each @

    $10.00

    =

    $100.00

    Organic content

    10

    Each @

    $50.00

    =

    $500.00

    Shipping

    0

    Each @

    $1,000.00

    =

    $0.00

    ICP/MS Metals (Al, As, Ba, Cd, Cr, Cu, Fe, Pb, Hg, Se, Ag, Zn)

    36

    Each @

    $107.00

    =

    $3,852.00

    Standard Elutirate

    0

    Each @

    $287.50

    =

    $0.00

    corrosion series

    10

    Each @

    $230.00

    =

    $2,300.00


    SUBTOTAL : $8,052.00

    ===========


    TOTAL PROJECT COST ESTIMATE : $60,419.00

    ************* ************* ************* ****************** *********** *****************


    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 Engineering Services Contract for the Berth 4

    Extension Investigation 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:


    I . 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, complete, 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, 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, do' g business as:

    image

    Title: Senior Principal


    The fozre J°'We ins tr ument wqs a knowledged and exec uted before me by the above signed ont he ----''-- - - day of ..-.-..l;:::::..._ ;;;_:'"'-h-- - - 20 }3 A .

    NOTARY SEAL: !!!!!!!!!!!!!!!!!!!!!!!!!! !!!!!!:!!!!!!e! '-&lA.L,

    image

    f/-.f$.i-:it··.,;f•,: MY

    TERESA RIVERA COMMISSION t FF 937893

    image

    : . _- i,-f EXPIRES: November 19, 2019

    -;:_'lf.,°<if,'<ffe· BoMSd Thru Notary Public Undorwriters


    19·

    July 23, 2019


    AGENDA ITEM 3.: BARGE MOORING PILES INSTALLATION

    CONTRACT AWARD


    BACKGROUND:


    On June 27, 2019, an invitation to bid was published for the furnishing and installation of fourteen (14) bare steel pipe piles which will facilitate a barge mooring facility. Six (6) companies submitted a bid and the lowest-responsive bidder is Infrastructure & Industrial Constructors in the amount of $210,000.


    Port staff has negotiated the lease of the pilings at the rate of $3,500 per month for five (5) years with a five-year renewal option. A one-time contribution of $50,000 for the improvement shall be made by the lessee.


    ATTACHMENT:


    Contract for Barge Moorings Piling Installation


    COST AND FUNDING SOURCE:


    $160,000 Port cash and $50,000 tenant contribution


    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 Infrastructure & Industrial Constructors in the amount of

    $210,000 for all necessary labor, equipment and materials of fourteen (14) bare steel pipe piles installation.

    CONTRACT FOR BARGE MOORING PILES INSTALLATION PROJECT


    THIS CONTRACT is dated as of day of in the year 2019 by and between Manatee County Port Authority, whose address is 300 Tampa Bay Way, Suite 1, Palmetto, FL 34221 (“Authority”) and Infrastructure and Industrial Constructors Southeast, Inc. (i+iconSOUTHEAST), whose address is 5700 Thurston Ave., Suite 211, Virginia Beach, VA 23455 and is authorized to do business in the State of Florida (“Contractor”), (collectively, the “Parties”).


    In consideration of the promises and mutual covenants contained herein, the parties hereby agree as follows:


    1. Scope of Work and Time of Performance: Contractor shall complete all Work described in the attached Scope of Work, at Exhibit A including providing all necessary labor, equipment and materials.


      The Work will be completed within 30 calendar days after both Contractor and Authority sign the Contract and Authority issues notice to proceed to Contractor if Authority issues notice to proceed within 45 days after Contractor execution of the contract. Time is of the essence.


    2. Payment Terms:

      Authority shall pay Contractor the following amounts for the Work:

      1. For all Work, a lump sum of: $210,000.


        Contractor shall submit applications for payment no more frequently than monthly broken down into a schedule of values approved by Authority using the attached form at Exhibit B. Authority shall make progress payments based on Contractor’s applications for payment measured by the schedule of values subject to agreement on the level of completion of the Work. Prior to completion of the Work, 10% retainage will be withheld from progress payments. Upon final completion, acceptance of the work and receipt of the Contractor’s Affidavit, Authority shall pay in full without retainage. All amounts not paid when due shall bear interest at the rate of zero (0) percent per annum. Contractor’s acceptance of final payment from Authority shall constitute a full waiver and release by Contractor of all claims against Authority arising out of or relating to the project.


        In the event that a change in the scope of the Work becomes necessary due to discovery of site conditions unknown prior to bidding, the parties shall negotiate in good faith to make the necessary change. If the change in scope changes the cost of the Work, the parties shall be entitled to a commensurate change in fee.

    3. Contractor’s Representations: Contractor represents that Contractor is satisfied with the available information and is capable of performing satisfactorily in accordance with the Contract.


      Contractor represented that it understands and accepts that this Project is funded in part from the proceeds of a grant(s) from the Florida Department of Transportation. 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 Contract. 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 Authority 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 Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term.

      3. Contractor understands that the grant funding is dependent on completion of Work within the specified contract time and the Contractor agrees to complete the Work within that time. Should the Contractor fail to complete the Work within the contract time specified in section 1 above, the Contractor agrees the provisions of above shall apply.

      4. Contractor accepts assignment of responsibilities for Authority direct procurement items as described in the Tax Saving Program in the Bid Instructions.


    4. Insurance and Bonding.

      1. Insurance. Contractor shall obtain insurance coverage meeting the requirements of Port Manatee Tariff Item 250, Insurance, available online at http://www.portmanatee.com/Portals/0/business/Tariff/Tariff.pdf. If the link has changed, there should remain access via the homepage at portmanatee.com. Contractor shall provide the Port Authority with certificates of insurance demonstrating compliance with Tariff Item 250, Insurance.

      2. Bonding. Contractor shall submit performance and payment bonds each for the total contract amount in accordance with in Florida Statutes § 255.05 in the form of a cash deposit or annual bond executed by a surety company recognized and authorized to do business in the State of Florida. The surety company shall have an A.M. Best Rating of A or better and A. M. Best Financial Size Category of Class VII or greater.


    5. Contractor’s Compliance with the Law. Contractor shall submit Certificate of Compliance with the Florida Trench Safety Act using the provided form at Exhibit D if applicable. At all times, Contractor shall comply with all applicable environmental laws and regulations.


      1. Hazardous Conditions. Contractor shall be responsible for contaminants brought to the site by Contractor or anyone else for whom Contractor is responsible, and for any costs of removing and remediating any hazardous environmental condition created by the presence of the contaminants.


        If Contractor discovers a hazardous environmental condition, or if Contractor or anyone for whom Contractor is responsible creates a hazardous environmental condition, then Contractor shall immediately secure the condition, stop all Work in connection with the condition and notify Authority. Authority may take necessary action if Contractor is not responsible or if Contractor is responsible and Authority is not satisfied with Contractor’s action and specify any special conditions under which the Work may be resumed.

        Contractor shall not resume Work until after the necessary response has been completed and Authority has authorized Contractor to resume the work. If Contractor is responsible for the hazardous environmental condition in question, then Authority may impose a set- off against payments to account for the associated costs to Authority.


    6. Indemnification: To the fullest extent permitted by the law, Contractor shall indemnify and hold harmless Authority and its officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the failure to control, contain, or remove a contaminant brought to the site by Contractor or by anyone for whom Contractor is responsible, or to a hazardous environmental condition created by Contractor or by anyone for whom Contractor is responsible, or to the performance of the Work to the extent caused by any negligent act or omission of Contractor or anyone for whose acts Contractor may be liable. This indemnification shall not be limited by any limitation under workers’ compensation acts, disability benefit acts, or other employee benefit acts. This indemnification shall survive expiration or termination of this contract.


      In conformance with the requirements of Section 725.06, Florida Statutes, the specific considerations for Contractor's promises are:

      1. Ten dollars ($10.00) and other valuable consideration, in hand paid by Authority, Engineer, and Engineer's employees to Contractor, rec eipt whereof is hereby acknowledged and the adequacy of which Contractor accepts as completely fulfilling the obligations of Authority, Engineer, and Engineer's employees under the requirements of Section 725.06, Florida Statutes, and;

      2. The entry of Authority and Contractor into this contract because, but for Contractor's promises as contained herein, Authority would not have entered into the construction

      contract with Contractor.


    7. Contract Documents. The Contract Documents consist of the following:

  1. This Contract.

  2. Exhibit A: Scope of Work

  3. Exhibit B: Application for Payment Form.

  4. Exhibit C: Contractor’s Affidavit Form

  5. Quote Documents, which include the Contractor’s Quote. Any provisions in the quote submittal other than the information specifically requested are not part of this Contract and shall be omitted or stricken.

  6. Instructions for Submitting Quotes.

  7. Proof of Insurance.

  8. Bond(s).

  9. Addenda (numbers 1 to 3, inclusive).

  10. Subcontractor list. (Not applicable)

  11. Documentation of changes mutually agreed upon after Contract execution.


There are no Contract Documents other than those listed above.


  1. Termination. Upon 24 hours written notice (may be delivered by electronic mail), the Authority may terminate this Contract without cause. In such case, the Contractor would be paid for completed accepted work and expenses for materials and equipment sustained prior to the notice of termination. Contractor shall not be paid for loss of anticipate overhead, profits, or revenue or other economic loss arising out of such termination.


  2. Sovereign Immunity. The Authority expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statues. Notwithstanding anything set forth in any section, article or paragraph of this Contract to the contrary, which may have been adopted by the Florida Legislature or may be adopted by the Florida Legislature, and the cap on the amount and liability of the Authority for damages, attorney fees and costs, regardless of the number or nature of claims in tort, equity or contract, shall not exceed the dollar amount set by the Florida Legislature for tort. Nothing in this Contract shall inure to the benefit of any third party for the purpose of allowing any claim against the Authority which would otherwise be barred under the Doctrine of Sovereign Immunity or operation of law.


  3. Public Records. All comments, papers, letters, maps, books, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form,

    characteristic, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business by the Authority are public records of the Authority in accordance with the Florida Constitution and Florida Statutes. Every person has the right to examine, inspect and/or copy any such public records not specifically made exempt therefrom by provisions of the Florida Statutes. Any financial or proprietary information relating to the Contractor transmitted to the Authority may be a public record subject to disclosure to a requesting third person.


    The Contractor agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to Section 119.0701 of the Florida Statutes. Documents which are considered public records herein under Florida law include, but are not limited to: records related to the entry, management and implementation of the Contract itself; emails/correspondence between the Authority and the Contractor related to the Contract; emails or correspondence from all other entities related to the Contract (i.e., subcontractors, suppliers, vendors, etc.); billing and related documents; plans or other documents that may be necessary, reports, etc.; subcontracts; and all vendor invoices. The Contractor 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;

    2. Provide the public with access to the public records under the same terms and conditions that the Authority 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 Contractor, 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 Contractor agrees that all records stored electronically shall be provided to the Authority in a format that is compatible with the information technology systems of the Authority. The Contractor shall promptly provide the Authority with a copy of any request to inspect or copy public records that Contractor receives and a copy of the Contractor's response to each request. The Contractor understands and agrees that failure to provide access to the public records shall be a material breach of the Contract and grounds for termination.

      IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE AUTHORITY AT (941) 722-6621.

      THE CONTRACTOR acknowledges that the Authority cannot and will not provide legal or business advice to the Contractor with respect to its obligations pursuant to this section related to public records. The Contractor acknowledges that it will not rely on the Authority or its Attorney to provide such business or legal advice and that Contractor has been advised to seek professional advice with regard to public records matters addressed by this agreement.


  4. Miscellaneous Terms.


    1. Governing Law and Venue. This Contract shall be governed by the laws of the State of Florida. Venue for the purposes of any suit, action, or other preceding arising out of, or relating to, this Contract shall be solely within the Twelfth Judicial Circuit, in and for Manatee County, Florida for state actions and solely in the United States District Court of the Middle District of Florida, Tampa Division for federal actions. In the event of any dispute that occurs between the parties, which results in litigation and a subsequent award or decree against either party it is agreed that entitlement to post judgment interest to either party and their attorney shall be fixed by the proper court at a rate of 5% per annum simple interest. Under no circumstances shall either party be entitled to pre judgment interest and the parties expressly acknowledge to the extent allowed by law they hereby opt out of any provision of federal or state statutes not in agreement with this.

    2. Validity, Severability and Reformation. The validity, interpretation, construction, and effect of this Contract shall be in accordance with and be governed by the laws of the State of Florida. Any provision or part of this Contract held to be void or unenforceable under any law shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the parties. The parties agree that this Contract shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision which comes as close as possible to expressing the original intention of the stricken provision.

    3. Assignment and Construction of Contract. Any assignment of this Contract, without the Authority’s written consent, shall be void. The parties agree that in any event of litigation concerning the construction of this Contract or interpretation of any language used in this Contract, that this Contract and any of its provisions shall not be construed against the Authority by virtue of this Contract having been drafted by the Authority.

    4. Entire Agreement/Interpretation. This Contract embodies the entire agreement of the parties. There are no promises, terms, conditions or allegations other than those contained herein, and this document shall supersede all previous communications, representations, and/or agreements whether within or verbal between the parties hereto. Paragraph headings are inserted for convenience only and do not constitute counterparts to the general conditions.

    5. Waiver. Failure to insist upon strict compliance with any terms, covenants or conditions

      of the Contract shall not be deemed a waiver of such, nor shall any waiver or relinquishment of such right or power at any time be taken to be a waiver of any other breach. Any waiver, alteration or modification of any of the provisions of the Contract, or cancellation or replacement of this Contract, shall not be valid unless in writing and signed by the parties.

    6. Notices. Unless otherwise provided herein, any notice or communication which the parties may desire to give shall be deemed sufficiently rendered or given if the notice is in writing and sent by personal delivery, or via certified mail, return receipt requested, addressed to the addresses stated above. The time of rendition of such notice or communication shall be deemed to be the time when the same is mailed, left or delivered as herein provided. Either party may provide a change of address notice, with said change of address notice effective upon receipt.

    7. Survival. All representations, indemnifications, warranties and guarantees made in or required by or given in accordance with this contract, as well as continuing applications indicated in the contract, shall survive final payment completion, acceptance of work or termination or completion of contract or termination of the services by the contractor.

IN WITNESS WHEREOF, Authority and Contractor have signed this Contract.

This Contract will be effective on , -20-1--8 (which is the Effective Date of the Contract).

2019


MANATEE COUNTY PORT AUTHORITY


By:

Vanessa Baugh, Chair ATTEST: ANGELINA “ANGEL” COLONESSO

Clerk of the Circuit Court


By:


WITNESSES: CONTRACTOR


image

By:


image

Title:


Address for giving notices:



image



image



image

(If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.)

License No.: (where applicable)

Exhibit A - Scope of Work Barge Mooring Piles Installation


All Work is complete only upon satisfaction of the Authority.


Furnish and install, by driving, fourteen (14) 45’ long, 24” diameter, ½” wall-thickness bare steel pipe piles at 60’ spacing in lines along the south and west sides of the Port Manatee south channel at 6’ MLLW water depth, extending 12’ above MLLW, with minimum of 25’ embedment as shown on the attached annotated drawing sheets. Provide all necessary labor, equipment and materials for the work.


Comply with the conditions of US Army Corps of Engineers Nationwide Permit 9 for Structures in Fleeting and Anchorage Areas.


Furnish and install mooring line holders on the pilings at elevations to be specified by the Port.


Submit detailed pipe pile specifications, including standards met, with the bid. Submit cut sheets on the mooring line holders and installation hardware with the bid. Materials are subject to Authority approval.


Project site coordinates: 27 degrees 37 minutes 36.05 seconds north latitude, 82 degrees 33 minutes 50.88 seconds west longitude.


Comply with the Port’s security access control requirements. A Transportation Worker Identification Credential (TWIC) escort is required. Contact David St. Pierre, 941-721-2525, dstpierre@portmanatee.com, for details.


Inspect the site before bidding.

image t/2

END CONCRElE CAP


GRADE BACK AREA AS SHOWN TO BLEND

Vw1TH EXISTING SURROUNDING GRADE AT 4: 1 MAX SLOPE

LIMITS OF PAVEMENT

RELOCAlED s·-o· SECURITY FENCE SEE C-SHEETS


l>j

0.

I,!

8

)E


0


::E 0

0 >

-,

w0::

0"

0

::E

-,

iii


s·-o· SECURITY FENCE APPROXIMA1E

SEE C SHEETS TOP OF EXISTING

GROUND ELEV +B.O

CUT TO NEW SLOPES


GRADE/CUT/SLOPE EXISTING GRADE AS REQUIRED TO OBTAIN AND CLEAN UP AREA TO 3: 1 AS SHOWN IN

HATCHED AREA LEGEND


DREDGE AREA


CONTRACTOR SHAU. BLEND

1--1----,;18'-0l -----I EXISTING GRADES Vw1TH NEW APPROXIMAlE AREA

AS REQUIRED 27294SQFT

SEE SHEET 53 FOR

SECTION THROUGH

APPROXIMA1E EXISTING APPROXIMA1E TOP OF

GRADES AND DREDGING EXISTING SLOPE

REQUIREMENTS


11.:;J.._---- tDfos t BTg ;J D

PLACING RIPRAP SYSlEM

APPROXIMA1E TOE OF

EXISTING SLOPE GRADE BACK AREA

AS SHOWN TO BLEND Vw1TH EXISTING SURROUND

GRADE AT 4:1 MAX SLOPE


CONSERVATION EASEMENT


473507 .13

1197520.18


-..J z

..J 5

/RIP-RAP LIMITS ADJUSlED :c a_..

/ PER SHEET G5B

<(

I :::, <(

zN o,: . __..

a.

I-

(/)


--®-- -6)-®- u Czl

Pit,·"1,. ,...,, ltr1e. -t,' u.w eP,1: w- w

{JI" t,,tXqe,,t.JJeVJ. 1'i l Mf' 4""ve -&:,;tc..LA..t)

VERIFY SCALE

BAR IS ONE INCH ON

@ @ RJGINAL ORAWlN

ENDWALL PARTIAL / SHORE PROTECTION - DATE APRIL 2012

1 PROJ 428TT3

DWG S13

2 3 4 5 6

image

§

image a:


image

;;!

l:


l:

0



image


image



image

w

aw:


image


image


!;j

@


image

8

image

image

image

image

2 3 4 5


148'- 0"


$ EL 8.0' T/ OF CONC. CAP


_, EL 4.0' T/ OF COATING

._, SSP PIPE PILE


$ EL -4.0' BOTTOM OF ENCASEMENT


•• ' .. /i

. . · ,. ''I.!:


BOTTOM OF CAP

$ EL 0 . 0'



30"¢ STEEL PIPE PILE


w'1f-i_i,JJ


-gi

BACK


$ EL - 15 . 0'


SAHZE-E1T8 PSILTE EEL I

D3ENFDOWR-ALLILMISTSEEo ,REDG I N-G. -

EL - 52.0' SSP

,.::.Ji1;f; /f

= MATERIAL

VE XJiiTl g COMPLETE AS REQU I GRADES AS SLOPE THOERE

SHOWN

i : G STONE

4' MIN


7 PAIRS OF AZ-18


$ EL -39.0'


1i :

PERTIES (EXCEPT RBIPERAPEPRSITZHEE) AND


STtANiD[ARiiTIfON;FSECiTION 53 • CONSTRUC THE DRA WING.S

1r: t1

$ EL - 60.0' PIPE PILE


@ ENDWALL


ELEVATIO

115


N

NOTED ON VD '29 UNLESS ELEVATIONS N ilDRENCED TO NG

OTHERWISE


-

..J

..J

:c

:&

:Nc

u


0

0z

<(

(z/)

0


w

(/)

(/)

:::>

0

w


.w..I

(.)

(/)


DATE

PROJ

DWG S12

■ ■

image

Infrastructure & Industrial Constructors Sou theast


9280 Bay Plaza Boule vard , Suite 726, Ta mp a , FL 33619 Office: 813-512-8642 I Fax: 813-513-3264


Port Manatee

Barge Mooring Piles Installation ITB-8-0-2019 /GI


Proposed Equipment List

140 x 60 Spud Barge

100T Crawler Crane

400HP Push Boat

44B Vibratory Hammer

2CY Clamshell Bucket

185CFM Air Compressor

400A Welding Machine

Work Skiff


image


image

Creators of Safe and Innovative Infrastructure Solutions

www.iic onsouthea st.c om


image

image

ELEV. + 12 MLLW



24" DIA PIPE PILE

NO COATING 0

I


4" SCH 80 PIPE NO COATING


1'-0"

N

1'-0"


2'-0"

ELEV. + 10 MLLW

'= ..,1' - l;I - -<

5/16"

5/16"



Notes:

,..y,,, _f ,. .,.... .,...

! T"o<Ol1"lll)ll"WIIC'9',tl'TU).. l•ICIJN f l<HCI

_ P.Ollll'TOOOUMD fOIINI'

... ....,,..cn.c o, .,,.,,.1meu: T><t-af H;JM$Sl0ttor

l'Hl! >OOll)l"!"


l TII.. DU-.nlt>KIIICID"' '"'l"All. ..,,.

011C>Ow:e,,., s,-<Me, f_ ,...,....,,.,co,, ..-.s•llll'I­

-P1:e,r,e,,.no,,o


o I For! idd


PROPOSED MOORING LINE HOLDERS


Rete osed for CONCEPT BfDOING

1280 :)01Plu::o811· ·., ':1.,111'!1:n

Ti:ir)f:h..1. FL 3 1,l'"i

P:!1"51.l-8ti4:.! /OISl3- 'l lJ- \ t6 111•1

,,,w\./ 1con;vi,.1ti"c,ostc;in


..

MANATEE COUN TY

PORT AUTH O RITY


P ORr MMIAJEE SARGE MOORINGS


ROPE HOLDERCONCEPT fOR !IID

=•

NTS

;.; 19 I '..G j JCT

I""',_

IBO ?Ml I 0

image

image


image

O

ST U PP I

CORPORATION


THE ENEOGY-FILLED COM PANY '"


OD: 24.000 in.

Customer PO:

Certificate of Tests


image

Wall: 0.500 in. Min JOB: 9436

Quantity Ordered:

image

SAMP.

Pipe manufactured, tested, and inspected In accordance with ASTM A252-10 Grade 3 and meets the reaulrements.


Physical Tests

v.

ica/ Tests


CHECK

Heat Test Yield Tnsl Elong. C Mn p s Si C Mn p s Si


336033

TRANS PIPE WELD


90100


0.060 1.200 0.012

0.003

0.200

0.042 1.200

0.011

0.003

0.170


TRANS PIPE

76500

93000

34




0.039 1.200

0.010

0.003

0.170



345475

TRANS PIPE

77700

92400

33

0.040 1.200 0.011

0.004

0.160

0.025 J.300 0.012

0.005 0.160


TRANS PIPE WELD


92400





0.025 1.300 0.013

0.007 0.160



345478

TRANS PIPE WELD


91700


0.050 1.200 0.011

0.003 0.180

0.021 1.200 0.011

0.003 0.170


TRANS PIPE

77500

94000

34



0.021 1.200 0.012

0.004 0.170



345480

TRANS PIPE

72800

92400

35

0.050

1.200 0.009

0.001 0.190

0.045 1.300

0.008

0.002 0.190


TRANS PIPE WELD


90300





0.043 1.300

0.009

0.002 0.190



345481

TRANS P!PE WELD

91900

0.050

1.200 0.009

0.002

0.180

O.Q35

l.200 0.009

0.003

0.170


TRANS PIPE 75400

93300

34




0.036

1.200 0.010

0.004

0.170



The undersigned, on behalf of Slupp Corporalion. hereby certit'lcs tha l lhe abovematorials have br.on inspected and tesl ed in accordance with lho malhod5 prescribed in \he applicable specifications. and lho rosulls or such inspoclion andl esl s are shown above. In d01orntinit1g propcrt!as or chara.ct erislic s for

ft c-

image

image

image

' rr

wh ic h no meU1ods of lnspeclion or testingare prescribed by said specifica li ori, lh o standard rnilllnsµoclion

and lastingptacliccs cif StuppCorporation htive been applied Unless il appears otherwise in lhe re!Sulls

of such fnspeclion and tests shown above, the undersionad employoo or Stupp Corporalion believes lh.:1 Co rporatio n

Date

saidmalerial s conform to seid specification

51232/016

Pag e J

Exhibit B – CONTRACTOR FORMS


10


APPLICATION FOR PAYMENT Request No.:


Purchase Order No.:


Project Name:


image image


From: To: Consultant


CONTRACT PAYMENT SUMMARY


Original Contract Amount:


$ -

Change Order(s):

$ -

Change order summary:


Number

Date Approved

Additive

Deductive



$ -


























SUBTOTALS:

$ -

$ -

Net change order subtotal (Additive less Deductive):

$ -

Current Contract Amount (CCA): (Original Amount + Change Order(s))

$ -


Previous Status

Total WIP


Value of the Work in Place (WIP)

$ -

$ -

Value of Stored Materials

$ -

$ -

Total Earned ($ and % of CCA)

$ -

$ -

#DIV/0!


Retainage ($ and % of CCA)

$ -

$ -

2.50%

Net Earned (Total earned minus retainage)

$ -

TOTAL PREVIOUS PAYMENTS

$ -

AMOUNT DUE THIS PAYMENT (Net Earned minus Previous Payments)

$ -


CONTRACTOR'S AFFIDAVIT OF NOTICE

CERTIFICATE: The undersigned CONTRACTOR certifies that all items and amounts shown on this Application for Payment are on account of work performed, materials supplied and/or materials stored on site and paid for by Contractor in accordance with the Contract Documents with due consideration for previous Payment(s), if any, received by the Contractor from the County, and that the Amount Due this Payment shown is now due.


NOTARY: CONTRACTOR:


State of Florida, County of

image image

Name of person authorized to sign Affidavit of Notice

Sworn to (or affirmed ) and subscribed before me

this day of by

image image image

TITLE


image

(Name of person giving notice)

Contractor name, address and telephone no.:


image

(Signature of Notary Public - State of Florida) Print, Type or Stamp Commissioned Name of Notary Public:


image

Personally Known or Produced Identification

image image image

Type of Identification Produced:

image


VERIFICATION, RECOMMENDATION, CONCURRENCES AND APPROVALS ( Port Manatee Only )

(Signatures) (Date)


Consultant/Engineer:


Project Manager:


TOTAL PAYMENT APPROVED:

image image



image

image

image

REV: MAY 2018




CONTRACTOR NAME:


Contractor Schedule of Values PAGE OF PAGES PO #:

( COL. G IS THE CHANGE ORDER NUMBER ) WIP = WORK IN PLACE COL. "Q" = 100 x P / (F + J)-MAY NOT EXCEED 100%


Item #

DESCRIPTION

OF WORK


UNIT

UNIT

PRICE


QTY


VALUE

CHANGE ORDERS

PREVIOUS WIP

CURRENT WIP

TOTAL WIP.

%

#

QTY

+ / -

+/- VAL.

QTY

VALUE

QTY

VALUE

QTY


VALUE

A

B

C

D

E

F

G

H

I

J

K

L

M

N

O


P

Q

1


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

2


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

3


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

4


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

5


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

6


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

7


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

8


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

9


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

10


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

11


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

12


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

13


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

14


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

15


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

16


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

17


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

18


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

19


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

20


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

21


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

22


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

23


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

24


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

25


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

26


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

27


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

28


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

29


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

30


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

31


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

32


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

33


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

34


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

35


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

36


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

37


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

38


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

39


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

40


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

41


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

42


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0!

43


TC

$ -

0

$ -






$0


$0

0


$ -

#DIV/0! #DIV/0!

44


TC

$ -

0

$ -






$0


$0

0


$ -


TOTALS




$ -



$ -





$ -



$ -



$ -




$ -


#DIV/0!


NOTE: CONTRACTOR MAY SUBMIT A COMPUTER SPREADSHEET IN LIEU OF FILLING IN THIS FORM IF THE SAME INFORMATION IS PROVIDED. REV: 05/2018

Exhibit C - CONTRACTOR’S AFFIDAVIT


STATE OF FLORIDA MANATEE COUNTY


Before me, the undersigned authority, personally appeared

, who, being duly sworn, deposes and says of his or her personal knowledge that:


  1. He or She is the of , which does business in the State of Florida, hereinafter referred to as the Contractor.


  2. Contractor, pursuant to contract with the Manatee County Port Authority, hereinafter referred to as "Authority", has furnished or caused to be furnished labor, materials, and services for the construction of certain improvements to real property located in Manatee County, Florida as more particularly set forth in said contract.


  3. Said improvements have been fully completed and the Contract for Barge Mooring Piles Installation dated (“Construction Contract”) entirely performed to the final stage of pay out as prescribed in the Construction Contract between Contractor and Authority, and that all lienors as defined by Chapter 713, Florida Statutes, have been paid all sums due them up to the date of this Affidavit except the following ones who are due the respective amounts set opposite their respective names:

    Name Amount



  4. There is now due Contractor a Final Payment for the payout stage mentioned above under the Construction Contract in the amount of $ , leaving the amount of

    $ to be paid upon completion of all punch list items; that Contractor has in no way assigned, pledged, or hypothecated the Construction Contract or any amount due or to become due thereunder; that payment to Contractor of said sum shall constitute a full release by Contractor of any and all claims arising out of the Construction Contract.

  5. Contractor has not entered into any agreement by which any security interest under the Uniform Commercial Code has attached to the above described property.


  6. Affiant is an officer of the Contractor having personal knowledge of the foregoing facts and duly authorized to execute this Affidavit.


  7. This Affidavit is made for the purpose of inducing Authority to pay and disburse the Final Payment for the final stage of pay out of the Construction Contract hereinabove mentioned.


CONTRACTOR


BY:


FOR:


Sworn to and acknowledged before me this day of ,

20 ,

by of , a Florida corporation, on behalf of the corporation. He/she is personally known to me or has produced a Florida driver's license as identification.


, Notary Public, Commission No.


, Name of Notary type, printed or stamped

Quote Documents


INVITATION TO BID ITB-8-0-2019/GI

Barge Mooring Piles Installation

June 18, 2019


Manatee County Port Authority

image

300 Tampa Bay Way, Suite 1

Palmetto, FL 34221


THIS IS NOT AN ORDER

All questions relating to this Invitation To Bid must be submitted in writing to

Bid Due Date


July 11, 2019

By no later than 2:00 PM EST


June 18, 2019

June 27, 2019, 10:00 AM

July 3, 2019, 10:00 AM

July 11, 2019, 2:00 PM

July 23, 2019

the Purchasing M anager:


George F. Isim inger, P.E.

Senior Director of Plann ing, Engineering and En vironment al Affa irs

300 Tampa Bay Way, Palmetto, FL 34221

941-650-3451 (mobile) & Email : gisiminger@portmanatee.com

Calendar of Events

Invitation to Bid

Mandatory Bidders' Meeting

Deadline for Submitting Written Questions Deadline for Submitting Bids

Port Authority M eeting, Announcement of Award Decision


Bidder Name and Address (must be completed) :

Infrastructure and Industrial Constructors Southeast, Inc. (i+iconSOUTHEAST)

5700 Thurston Ave., Suite 211

Virginia Beach, VA 23455


Funded in Part By Grant: Not applicable.

Bid Amount

For all Work, a lump sum of: $ 210,000.00

Time from Notice to Proceed to completion of the Work: calendar days.

* Allows time for pipe procurement/delivery


ACKNOWLEDGEMENT OF ANY ADDENDA and/or REVISIO NS: In signing this Bid, Bidder acknowledges and affirms that its Bid complies with all terms, conditions and specifications of this 1TB and any addenda, appendices or revisions thereto. If awarded a contract, Bidder will comply with all terms of its Bid and all t erms, condit ion s and specifications of this 1TB and any addenda or revisions thereto. Addendum #1, Addendum #2, Addendum #3

acknowledged and received.


image

Name of Authorized Company Representative (Type or Print) David Thornton

Title

Senior VP Operations


Phone Fax


813-512-8642 N/A

Date

07/11/2019


Email


DThornton@iiconsoutheas t.com


image


image

CHECKLIST FOR SUBMITTING AN E-BID


Understanding the Invitation to Bid (1TB)


Thoroughly read and review this Request for Bids and all attachments, appendices, addenda, and/or revisions.

Submit any written questions to the Purchasing Manager by the deadline provided in the Calendar of Events.

Detennin e if the agency will hold a Bidders' meeting (see Section 2.6) and check the date provided in the Calendar of Events.

Know how to deliver the Bid and the Bid Due Date. The Bid must be submitted by e-bid on DemandStar.com. Allow time to set up the necessa1y account. The bid is under agency name "Ma natee County P01i A uth01ity."


Completing Your Bid


image

Read and verify yom agreement with the terms of the 1TB, including the Contract provided with the 1TB. Make sure your prices and calculations are accurate. If required, provide additional written statement of what volume of work or quantity or products your company can handle under bid requirements. Do not alter the format of the Agreement.

Complete, sign and assemble all documents required in the Bid Contents and Delivery Requirements section of the Bid lnstrnction s.

This checklist is provided for the Bidder's convenience only and is not required to be submitted with the Bid package.


Submitting Your Bid



Completed and signed bid (1TB cover page)

0 Signed Bid Instructions

0 Signed Contractor's Affidavit

0 Signed Trench Safety Sworn Statement (if included)

0 Drug Free Business Form (if applicable)

0 Attachment required under Bid Contents and Delivery Requirements


image

Ensure all of the required documents are included in the e-bid sub mitted on DemandStar before the Bid Due Date and time in the Calendar of Events. No hard-copy or emailed or faxed Bids are allowed.


If you are Chosen for a Contract Award:


Be prepared to provide any documents such as ce1i ificates of insurance, IRS Fo1111 W-9 (Request for Taxpayer Identi fication Number), Applicable Bonds, Contractors License, employee list etc. The Contractor will be required to agree to indemnify the Manatee County Port Authority.

image

image


image

BID INSTRUCTIONS


  1. INTRODUCTION


    1. Procuring Agency

      Port Manatee is one of the largest of Florida 's fourteen deep-water seapo1ts. Governed by the seven-member Manatee County Port Authority, Port Manatee is the community's gateway to international trade and commerce. Located on over 1,100 acres, Port Manatee is the hub for a wide variety of agricultural and industrial commodities, including forestry products, fruits and vegetables, citrus juices, aluminum, steel, paper products, petroleum products, natural gas, cement, construction-grade aggregate and fertilizer.


    2. Definitions

      Words and terms in this ITB shall be given their ordinary and usual meanings, and all meanings shall be applicable to the singular and plural forms of the words and tenns. For the purposes of this ITB, the following words and terms shall have the meanings indicated:


      "Agency" means Manatee County Port Authority.


      "Bid" or "Bid Document" means the complete response of a Bidder, including all required documentation, submitted on the approved forms and setting forth the Bidder's prices for providing the commodities described in the ITB.


      "Bidder" means any individual, company, corporation or other entity that responds to this ITB.


      "Calendar of Events" means the official schedule of events, deadlines and dates shown on the cover of this ITB.


      image

      "Contract" means the contract awarded to a Bidder under this ITB.


      "Contractor" or "Vendor" means a Bidder that is awarded a Contract under this ITB.


      "Interested Bidder" means any individual, company, corporation or other entity that is included on a solicitation list, requested a Bid package or attended a Bidders ' meeting (if a Bidders' meeting is scheduled as part of this ITB).


      "Invitation to Bid (ITB)" means this document including appendices, addenda, revisions and/or attachments.


      "Lowest Responsible Bidder" means the Bidder that submits the lowest dollar Bid and has demonstrated its ability and willingness to meet the conditions and specifications of this ITB.


      "Purchasing Manager" means the person identified on the cover of this ITB who has been designated by the Agency to manage this ITB.


      "State" means the State of Florida.


      image

      image

    3. Scope of Work

      The Manatee County Pmi Authority (MCPA) is inviting qualified contractors interested in bidding the referenced project. The Scope of Work is included in Exhibit A. You are bidding on the identified Scope of Work. No deviations are permitted.

      image

      Submit your bid for the Scope of Work. Include all of the work in the bid prices. Include in your bid the time to completion from notice to proceed as well. Bidders shall plan the work and field verify existing conditions before bidding. Bidders are encouraged to observe the work site before quoting. Bidders must coordinate their visits with the Purchasing Manager listed herein.

      If applicable, Bidders shall be solely responsible for complying with the Florida Trench Safety Act and Occupation Safety and Health Administration excavation safety standards and any costs associated with these requirements shall be included in the Bid and detailed in the Certificate 9f Compliance with the Florida Trench Safety Act Form.


    4. Not Used


    5. Delivery

      All fees must be included in base price and prices shall be firm and are to be F.O.B. Destination, delivered to the Manatee County Po1i Authority, 300 Tampa Bay Way, Suite 1, Palmetto, FL, 34221.


    6. Amendments to Solicitation Documents

      The Agency reserves the right to issue amendments to the solicitation. Notice of any amendment will be posted on DemandStar.com under agency name Manatee County Port Authority. Such notice, if required, will contain the appropriate details for identifying the changes to the solicitation. Each bidder is responsible for monitoring the website for new or changing information concerning the solicitation.


    7. Specification Exceptions, Omissions, or Errors

      Specifications are based on the most ctment literature available. Bidder shall notify the Agency, through e-mail notification or by attending the Pre-Bid Conference prior to bid opening, of any change, omission or e1rnr in the manufacturer's specifications, which conflict with the bid specifications.


    8. Option/Warranty Pricing

      Bidder shall disclose any manufacturer wananty provided on any materials procured in the base project and any of the submitted options. Any violations of this requirement, or any awarded integrator detennined to be charging agencies an additional price for manufacturer included warranties, will be subject to withdrawal from the bid at the contract manager' s discre tion.


      image

  2. BID PROCEDURES AND INSTRUCTIONS


    1. Reasonable Accommodations

      The Agency will provide reasonable accommodations, including the provision of informational material in an alternative format, for individuals with disabilities upon request. If you need to receive or provide information in an alternative format or by alternative means or need accommodations at a Bidder meeting, contact the Purchasing Manager.


    2. Bid Contents and Delivery Requirements

      Bidders shall submit an e-bid on DemandStar.com by the Bid Due Date in the Calendar of Events.


      Hard-copy, emailed or faxed Bids are not allowed.


      Bidders responding to this ITB must submit the following materials in Adobe Acrobat (*.PDF) fo1mat:


      image

      1. Completed and Signed Bid Sheet: The Bid must include the completed and signed cover page of this ITB package. A Bid submitted in response to this 1TB must be provided per specifications of this 1TB and signed by the person in the Bidder's organization who is responsible for decisions regarding prices offered in the Bid or by a person who has been authorized in writing to act as agent for the person responsible for the decision on prices.

      2. Signed Bid Instructions.

      3. Completed and Signed Contractor's Affidavit.

        image

      4. Completed and Signed Trench Safety Sworn Statement.

      5. Drug Free Business Form, if applicable.

      6. An attachment providing the following info1mation:

        1. Bidder's license number and years of business under the license number;

        2. Does the Bidder have a Drng-Free Workplace Program pursuant to s. 287.087, Fla. Stat.? If so, please complete Dmg Free Business Form.

        3. Bidder must provide the name, address and telephone number of 3 business references.

        4. Bidder must identify if it has any of the following certifications and if so, proof of such:

          1. Disadvantaged Business Enterprise

          2. Minority Business Enterprise

          3. Woman Owned Enterprise

          4. Small Business Enterprise

            image

        5. Bidder must provide bonding infonn ation, including Bonding Company and its address, Bonding Agent and its address, contact name and telephone number. Please include aggregate Bonding Capacity and available bonding capacity as of the date of submission of the Bid.

        6. Bidder must provide certain financial information, including its financial

          institution name, address, account manager, and phone. Also attach audited balance sheet for each of the last three years.

          image


        7. Bidder must identify its construction experience including:

          1. Number of years of experience in the proposed type and size of construction work identified in this bid.

          2. The construction expe1ience of the ptincipal individuals at your organization.

          3. A list of the most recent projects the bidder's organization has had in constrnction work of similar type and size.

          4. A list of any other projects bidder believes would be of interest.

        8. Bidder must answer the following questions:

          image

          l. Has the firm ever failed to complete a construction contract awarded to it? If yes, please explain why.

          1. Has a representative of the firm personally inspected the site? If so, who and do you anticipate any problems or concerns? How do you plan to overcome these?

          2. Has any corporate officer, partner, joint venture participant, or prop1ietor ever failed to complete a construct contract awarded to them in their name or when acting as a principle of another entity? If so, why?

          3. Are there any judgments, claims, disputes or litigation pending or outstanding involving the firm or any of its officers? If yes, then please provide details of such litigation.

        9. Who is the Contractor' s Safety officer?

          1. Please list all OSHA citations and notifications of penalty received within the last 5 years.

          2. Please list all of the safety citations or violations received within the last 5 years.

          3. Please provide Contractors workers compensations Expe1ience Modification Rate for the last 5 years.

          4. Please provide the Days Away from Work, Days of Restricted Work Activity, or Job Transfer (DART) incidence rate for the particular industry or type of Work to be perfmmed by Contract and subcontractors for the last 5 years.

        10. Please list all major equipment that the Contractor owns or leases and designate which is available for use on this project.


    3. Not Used


    4. Not Used


    5. Questions

      Questions concerning this ITB must be submitted in writing to the Purchasing Manager on or before the Deadline for Submitting Written Questions provided in the Calendar of Events. Submittal by email is preferred. Bidders are expected to raise any questions, exceptions or additions concerning the ITB document prior to this deadline. If a Bidder discovers any significant ambiguity, enor, conflict, discrepancy, omission or other deficiency in this 1TB, the Bidder must

      image


      image

      immediately notify the Purchasing Manager and request modification or clarification of the ITB document. All questions will be recorded by the Agency. All questions and answers will be provided by the Purchasing Manager through written notification, electronically or in hard copy, to all registered Bidders.


    6. Bidders' Meeting

      The Bidders' Meeting is mandatory if indicated as such in the Calendar of Events on the cover page of this ITB or in the Legal Ad on DemandStar.com. If the Bidders' Meeting is mandatory, failure to attend will result in disqualification to bid. If the Bidders' Meeting is not identified as mandatory, attendance is optional but encouraged, and there may be a requirement to pre-register with a deadline listed in the Calendar of Events. The Bidders' Meeting will be the only opportunity to view the work area before the bid. The Authority will provide TWIC escort for the Bidders' Meeting. To attend, report to the Access Control Center at 1705 Piney Point Road, Palmetto, FL 34221, with valid identification such as a valid driver license, and allow 30 minutes to clear security.


  3. BID ACCEPTANCE, VERIFICATION AND AWARD


    1. Bid Opening

      There will be no public bid opening since Bids must be submitted by e-bidding. Bid security is provided by DemandStar. Bids will become available to the Agency soon after the deadline for Bids submittal.



    2. Bid Review and Verification

      Eligible responsive bids will be evaluated to determine if all contract requirements are met. Bids that do not meet all contract requirements of this solicitation or fail to provide all required

      image

      info rmation , documents, or materials may be rejected as non-responsive. Bidders whose bids, past performance, or cunent status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the contract shall be rejected. A Bid Tabulation will be provided through DemandStar after all of the information is verified.


    3. Bid Acceptance

      Bids that do not comply with instructions contained in this ITB may be rejected by the Agency. The Agency reserves the right to waive a particular specification if no Bidder meets that specification for the same work or may extend the deadline for meeting the specification past the bid due date, but not past the award, if not a factor in the selection. The Agency may request reports on a Bidder's financial stability. The Agency may reject a Bid if the Bidder is determined to have inadequate financial means to provide the product or service being bid. The Agency shall be the sole judge as to compliance with the instructions contained in this ITB. Bids shall be firm for acceptance for sixty (60) days from date of Bid opening unless otherwise noted. Bid submittal constitutes a commitment to perform the work as specified in accordance with the provisions herein and correct deficiencies manifested within one year of completion of the work.


    4. Bid Withdrawal

      Bidder wanants by virtue of bidding the prices quoted in this bid response will be good for an


      image

      evaluation period of ninety (90) calendar days from the date of bid opening unless otherwise stated. Bidders will not be allowed to withdraw their bids after the opening time and date.


    5. Basis for Award

      image

      The Agency will evaluate each submission and select the lowest responsive responsible bid. This detennination will be based upon a number of factors including price, functionality and timing to ensure the best overall value. The Agency will award to the lowest or best responsible bidder, whose qualifications may be determined by necessary facilities, ability, financial resources, and proven experience to perform the work in a satisfactory manner. Bidders are hereby advised that the Agency reserves the right to reject any bid proposal not considered to be competitive in nature based on the best pricing info1mation available. Furthermore, the Agency reserves the right to reject any or all bids, in whole or in part, and/or make awards either as individual items or as a total combined bid, whichever they consider in the best interest of the Agency, and to waive any informality in any proposal. Additionally, the Agency reserves the right to waive any minor irregularity, technicality, or omission if it is detennined that doing so will serve the Agency' s best interest.


    6. Contract Award

      Any Bidders that submit a Bid will be notified in w1iting of the Agency's award of a Contract as a result of this 1TB. An award notice will be posted on DemandStar as well. Upon issuance of such notice or 30 days after opening the responsive bids, whichever is earlier, copies of the Bids responsive to this 1TB are available for public inspection upon request to the Agency.


    7. Tax Exemptions

      All State and Federal tax exemptions applicable to the units of local government of the State of F101ida will apply, and appropriate certifications furnished.


    8. Required Disclosure

      With its Bid submission, the Bidder shall disclose all material facts pertaining to any felony conviction or any pending felony charges in the last three (3) years in this state or any other state of the United States against (i) Bidder, (ii) any business entity related to or affiliated with Bidder, or (iii) any present or former executive employee, officer, director, stockholder, partner or owner of Bidder or of any such related or affiliated entity. This disclosure shall not apply to any person or entity which is only a stockholder, which person or entity owns 20 percent or less of the outstanding shares of a Bidder whose stock is publicly owned and traded.


    9. Bid Protest

By submitting a bid to the Agency, bidders agree to the process set forth in this Section.


  1. Notice of Protest - Notice of all Agency decisions or intended decisions shall be by certified mail or comier services. Any person adversely affected by the 1TB shall file a notice of protest in writing, within two (2) business days from the date on the notice of the decision or actual receipt of the decision, whichever is later. A fo1mal written protest shall be filed within five (5) business days after the protesting party files the notice of protest. No time will be added to the above time limits for mail service.


    image

  2. Formal Written Protest - The formal written protest shall state with particularity the facts and law upon which the protest is based. The fo1mal written protest shall be printed or typewritten and contain:

  3. The name and address of the person or film filing the protest and an explanation of how they are adversely affected by the Agency's decision or intended decision;

  4. Identification of the procurement matter at issue;

    1. A statement of how and when the notice of Agency's decision or intended decision was received;

    2. A statement of all issues of disputed material fact and, if there are none, a statement so indicating;

    3. A concise statement of the ultimate facts alleged;

    4. A statement of the applicable law, mle, statute, or other authmity upon which the protest is based and which entitle the protestor to relief;

    5. A specific demand for relief; and,

    6. Any other information material to the protest.

  5. Filing Notices of Protest and Fo1mal Protests - All notices of protest and formal protests shall be filed with the Port Executive Director. A protest is not timely filed unless both the written notice of protest and the fonnal protest have been received by the Port within the prescribed time limits. Failure to file a protest within the time prescribed by this Section shall constitute a waiver of all claims.

    image

  6. Stay of Award - Upon receipt of a formal written protest which has been timely filed, the bid solicitation or contract award process shall be stayed until the subject of the protest is resolved by final agency action, unless the Port Executive Director, with the concurrence of the Agency, sets forth in writing particular facts and circumstances which require the continuation of the solicitation process or the contract award process without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. Notice that a contract award has been stayed shall be given by U.S. Mail or hand delivery or courier service to all whom submitted qualified bids/proposals. Upon receipt of a timely formal protest of a decision or intended decision to award or reject all bids, qualifications, or proposals, notice shall be given by U.S. Mail or hand delive1y or courier service to all bidders for that contract.

    image

  7. Resolution of Formal Protest - Upon the written request of the protestor or on its own initiative, the Agency shall provide an opportunity for the protestor to meet with the Executive Director to resolve the protest by mutual agreement within seven

    (7) business days, excluding holidays, of receipt of a formal written protest. If the subject of a protest is not resolved by mutual agreement within seven (7) business days, excluding holidays, of receipt of the formal written protest, or a mutually agreed upon extension of time, the Executive Director shall certify in writing to the Board that there was no resolution and provide the protestor with a copy of the certification.

  8. Quasi-Judicial Hearing - Within seven (7) business days from receipt of written certification that there was no resolution; the protestor may provide a written request that the matter be heard before the Agency in a quasi-judicial hearing. Failure to provide a written request to the Agency within seven (7) business days


image

of notice shall constitute waiver of any protest. Upon receipt of a written request, the Agency may, in its discretion, request a written response from the Executive Director, and/or schedule the matter for hearing before the Agency. Within seven

(7) business days from the conclusion of the hearing, the Agency will provide a written final decision on the matter to the protestor.


The protester may contest the Agency's decision in a comt of competent jurisdiction in Manatee County no later than thirty (30) calendar days after receipt of notice of the Agency's decision, unless otherwise specified within the conh·olling request for proposal or qualification documents.


  1. BEST COMMERCIAL PRACTICES


    1. All materials purchased through this 1TB must meet standards and specifications set forth in this 1TB.


    2. The apparent silence of this specification and any supplemental specifications as to any detail or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement.


      image

  2. VENDOR REQUIREMENTS

    Bidders must meet all of the requirements in this section.


    5.1. Permits, Insurance, Licensing and Other Requirements


    1.


    2.


    3.


    4.


    5.


      1. Not Used


        image

      2. Not Used

    The Vendor must meet the insurance requirements specified in this 1TB. Certificates of insurance must be provided to the Agency within five (5) working days of Notice oflntent to Award.

    The Vendor must complete all required forms and return same to the Agency attached to the invoice.

    Following the Contract award notification, the Vendor must provide to the Agency its IRS Form W-9 (Request for Taxpayer Identification Number and Certification). Any change in material of equal or superior quality or installation standards must be specifically approved in writing by the Agency. Any deviation or exceptions to the terms, conditions and/or specifications must be submitted in writing and approved by the Agency with a signed change order. No minimum fee is allowed on change orders.

    The vendor must meet all bonding requirements specified in the terms and conditions. Bonding documents must be provided to the Agency within five (5) working days of Notice oflntent to Award.


    image

    5.4. E-Verify

    The Agency, Vendor, and any subcontractor shall utilize the U.S. Department of Homeland Secmity's E-Verify system to verify the employment eligibility of all new employees.


  3. GRANT INFORMATION

    Authority may pay some portion of the payment from the proceeds of a grant, loan, or revenue bonds that impose ce11ain conditions. Contractor shall coordinate with Authority in order to comply with the conditions related to the delivery of materials, the work, applications for payment and other matters concerning the administration of the contract.


  4. ADDITIONAL PRICING CONSIDERATIONS


    1. Insurance

      The successful proposer must maintain the following types and amounts of insurance.


      1. Commercial General Liability insurance with minimum limits of $2,000,000

      2. Business Automobile Liability insurance with minimum limits of $1,000,000

      3. Workers' Compensation insurance with Statutory limits

      4. Employers Liability insurance with limits as follows:

      $100,000 Bodily Injury by Accident

      $100,000 Bodily Injury by Disease, policy limits

      $100,000 Bodily Injury by Disease, each employee


      This insurance coverage must meet the requirements set forth in Manatee County Port Authority Tariff Item #250, available online at

      http://www.portmanatee.com/Portals/0/business/Tariff/Tariff.pdf.


    2. Port Manatee Access Requirements

      Port Manatee is regulated under the provision of the Maritime Transportation Secmity Act of 2002 (MTSA). Individuals accessing the p01t must comply with provisions of the applicable

      regulations and the associated elements of Port Manatee's approved Facility Security Plan. These provisions include:


      1. Individuals requiting unesc011ed access must possess a TWIC credential and be able to demonstrate verifiable port business. Individuals emp loyed by businesses with current port licenses or permits may enroll their TWIC in the access control system. A $30.00 fee is required. The Authority will not provide TWIC escort service.

      2. Obtaining a federal Transportation Workers Identification Credential (TWIC). This requires submission to federal secur ity screen ing. Inf01mation on the TWIC enrollment process is available at www.tsa.gov/twic. The cost for TWIC processing is $128.00.


      image

      Additional infonnation for temporary access or any other questions are available by contacting Port Manatee Access Control - Security office at 941-722-6455.


      Bidders are responsible to include all costs associated with installation of part of their submission. These costs may include but are not limited to:


      1. Worker Credentialing: Port Manatee is regulated under the provisions of the Maritime Transportation Security Act (MTSA) all workers will be required to obtain a Transportation Worker Identification Credential (TWIC) and a Port Manatee Access Credential. Fees associated with these credentials are the responsibility of the bidder. Current Fees: TWIC $129.75

      2. Bid submissions must be a turnkey solution and include all associated installation costs.


    3. Tax Saving Program

image

It is the bidder's sole responsibility to incorporate any and all applicable taxes into his bid. However, Chapter 212 of the Florida Statues and Rule 12A-7.094 of the Florida Administrative Code, provide the Manatee County Port Authority with sales tax exemption for all procurements made directly by the Authority. After a Notice of Contract Award has been issued, certain items, which have been included in this bid, may be purchased directly by the Authority in order to benefit from this tax savings program. Steps to be followed are:


  1. Within five (5) working days of Award, the Contractor shall prepare and submit to the Engineer an itemized list of all items, materials, supplies, and/or equipment that individually or collectively cost $10,000 or more that will be ordered from one supplier and incorporated into this project and Chapter 212.08 (6), Florida Statutes "Certificate of Entitlement". Include completed W-9 for all chosen supply vendors.

  2. Within five (5) working days following the receipt of the proposed purchasing list,

    image

    the Engineer will notify the Contractor of the Authority's decision as to which items will be purchased by the Authority.

  3. Upon approval by the Port Authority, the Authority will concun-ently issue a tax savings purchase order(s) and contract change order removing purchase order items from the contract amount. The Contractor shall endorse the purchase order(s).

  4. After obtaining all the signatures, the Authority shall distribute the original

    purchase order to the Vendor or supplier with copies to the Contractor. Vendors and suppliers shall make deliveries as directed by Authority.

  5. All Vendor and/or Supplier invoices must be billed to: Manatee County Port Authority

    C/O "Contractor Name" 300 Tampa Bay Way Palmetto, FL 34221

  6. Upon receipt of an invoice for items and documentation that items have been

    delivered to the project site and accepted by the Contractor, the Contractor will w1ite on the face of the invoice that it is "okay for payment", sign, and date the invoice. The invoice is then sent to the Authority for final authorization of payment. All Invoices must include quantity and unit price as stipulated by Manatee County


    Finance Department for release of payment.

    image

  7. Upon receipt of the properly approved invoice, the Authority shall pay the Vendor amount due as defined by the Tax Savings Purchase Order but without any Florida State and Local Sales Tax.

  8. Where the Contractor has special terms with a Vendor to receive a discount if paid within a 30-day time frame and the invoices are received by the Authority early within that time frame, invoices will be processed with the discount being taken. The Contractor will be advised by mail when an invoice is forwarded to the Finance Department for payment and the amount to be paid, showing discounts, if any.

  9. The Contractor responsibilities for Authority direct procurementitems are the same as if the Contractor negotiated the purchases with respect to delivery, care, installation, and warranties of workmanship and materials.


  1. ADDITIONAL TERMS AND CONDITIONS

    In signing this Bid, Bidder acknowledges, affirms and agrees to comply with the following tenn s and conditions:


    1. Lobbying

      Lobbying is prohibited in all Agency selec tion processes and contract awards including but not limited to requests for qualifications, bids, proposals or purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from lmdue influences prior to the contract award, a Bid protest being resolved, or the competitive selection process being otherwise concluded. The prospective Bidder may contact the Agency as specified in this ITB, to address situations such as clarifications relating to the procurement process or Bidder protest. No funds received pursuant to the Contract may be expended for lobbying the Legislature, the judicial branch or a state agency.


    2. Non-Collusion

      Bidder certifies it has not, either directly or indirec tly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a Bid; that this Bid has been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been knowingly disclosed prior to the opening of Bids to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.


    3. Debarment and Suspension

      Bidder acknowledges it has not been suspended, debarred, declared ineligible or voluntarily excluded from eligibility by any State or Federal department or agency. Bidder acknowledges that its Certificate of Qualification has not been suspended, revoked, denied or have further been determined by any State or Federal department or agency to be a non-responsible contractor.


      image

    4. Additional Goods or Services

      The Agency rese rves the right to request additional goods or services relating to this ITB from the Contractor. When approved by the Agency as an amendment to this Agreement and authorized in writing, the Contractor shall provide such additional requirements as may become necessary.


      image

    5. Public Entity Crimes

      By submitting a Bid, each Bidder is confoming that neither the Bidder nor its subcontractors have been placed on the convicted vendors list or the discriminato1y vendor list as desc1ibed in Sections 287.133 and 287.134, Florida Statutes.


      1. A person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime, may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount as provided in Section 287.017, Florida Statutes for CATEGORY TWO, for a period of 36 months from the date of being placed on the convicted vendor list.

      2. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has

      been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the constmction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity and may not transact business with any public entity.


    6. Public Records

      By submitting a Bid, the Contractor certifies that he/she understands that the Agency, an entity of government, is subject to the Public Records Act and, in accordance with Section 119.0701 of the Florida Statutes the Contractor may be subject to the Public Records Act. Any claim of confidentiality is waved upon submission, effective after opening pursuant to Section 119.07, of the Florida Statutes. Any subsequent contract entered into between the Agency and Contractor related to the scope of services outlined in this ITB shall be conditioned on the Contractor's compliance with the Public Records Act as provided in Section 119.0701 of the Florida Statutes.


    7. Conflicts of Interest

      The Bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Bidder further represents that no person having any such interest shall be employed by him/her during the agreement term and any extensions.


      image

      The Bidder shall immediately notify the Agency's representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor ' s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of wok that the Bidder may undertake and request an opinion of the Agency as to whether the association, interest or circumstance


      image

      would, in the opinion of the Agency, constitute a conflict of interest if entered into by the Bidder. The Agency agrees to notify the Bidder of its opinion, by certified mail, within thirty (30) days of receipt of notification by the Bidder.


      Neither the Agency nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project in which any member, officer or employee of the Agency or the locality during tenure of for two (2) years thereafter has any interest, direct or indirect. If any such present or fmmer member, officer or employee involuntarily acquires or had acquired prior to the begi1ming of tenure any such interest, and if such interest is immediately disclosed to the Agency, with prior approval of the Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer, or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or anangement.


      The contractor agrees to insert the following provision in its subcontracts:

      "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof."


    8. Inspector General Cooperation

      The Bidder and any Subcontractors, agree to comply with Section 20.055(5) of the Florida Statutes and thereby agree to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to said section.


    9. Unauthorized Aliens

      The Bidder represents that it does not employ unauthorized aliens. The Agency shall consider the employment by the Bidder of unauthorized aliens a violation of Section 274A of the Immigration and Nationality Act.


    10. Appropriations Clause

      image

      By submitting a Bid, the Bidder certifies that he/she understands that the Agency, an entity of government, is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this contract for each and every fiscal year following the fiscal year in which this contract is executed and entered into and for which this contract shall remain in effect. The Agency shall, upon receipt of notice that sufficient funds are not available to continue its full and faithful performance of this contract, provide written notice to the consultant of such event within thirty

      (30) days and, be thereafter released at all further obligations in any way related to the contract.


    11. Legal Requirements

      All applicable provisions of federal, state, county, and local laws including all ordinances, rules, and regulations shall govern the development, submittal and evaluation of all Bids received in response to these specifications, and shall govern any and all claims between person(s) submitting a Bid and the Agency, by and through its officers, employees and authorized representatives. A lack of knowledge by the Bidder concerning any of the aforementioned shall not constitute a cognizable defense against the legal effect thereof. The Bidder agrees that it will


      image

      not discriminate on the basis of race, creed, color, national origin, sex, age or disability.


    12. Indemnification

      The Bidder acknowledges and agrees indemnification as set forth in the Contract.


    13. Bidder's Representations

In submitting its bid, Contractor makes the following representations:


  1. Contractor has examined and studied the bid documents.

  2. Contractor has visited the site and conducted an examination of the area and has become familiar with and is satisfied as to the site conditions that may affect cost, progress and performance of the work.

  3. Contractor is familiar with all necessary federal, state and local regulations that may affect the cost, progress and performance of the work.

  4. Based on the information received, observations, and infonnation generally known to the Contractor (as information commonly known to contractors doing business of this nature), the Contractor agrees that no further examinations, investigations, or expiration of the site is necessary to perfonn the work at the bid price and within the bid timeframe as specified in the bid submitted.

  5. Contractor has provided the purchasing manager written notice of any questions,

    image

    concerns, conflicts, errors, or ambiguities that the Contractor has discovered in the bid documents or related to the scope of work.


    Name of Authorized Company Representative (Type or Print)

    image

    David Thornton


    o Authorized Company tive Named Above

    Title Date


    Senior VP Operations 07/11/2019


    Phone Fax Email


    813-512-8642 NIA DTho rnton@iiconsoutheast.com


    image

    WillisTowersWatson l1l 1 P l 1I



    January 2, 2019


    Telephone: 412-863-4700

    Fax: 844-774-3400

    Website: www.WllllsTowersWatson.com

    Direct Line: 412-863-4722

    Direct Fax: 844-774-3400

    E-mall: Jeff.frank@WllllsTowersWatsonc.om


    TO WHOM IT MAY CONCERN:

    RE: Infrastructure and Industrial Constructors Southeast, Inc. image

    Dear Sir/ Madam:


    Please allow this letter to verify that Willis of Pennsylvania, Inc. is the Insurance Broker for Infrastructure and Industrial Constructors Southeast, Inc.


    image

    The NCCI Interstate Experience Modification Rating Factor history oflnfrastructure and Indusrrial Constructors Southeast, Inc. is shown below:


    Effective Date

    EMR

    12-31-18

    .58

    12-31-17

    .67

    12-31-16

    .68

    12-31-15

    .79

    12-31-14

    1.09

    10-1-14

    1.17

    10-1-13

    1.15


    Sincerely,

    Willis of Pennsylvania, Inc.


    Jeffrey A. Frank Executive Vice President Construction Practice



    image

    WIiiis of Pennsylvania,Inc. One PPG Place

    10th Floor

    Pittsburgh PA 15222

    Port Manatee

    Barge Mooring Piles Installation ITB-8-0-2019/GI

    Initial Solicitation June 18, 2019


    Addendum 1

    June 24, 2019


    The solicitation is changed as follows:


    1. Replace Exhibit A – Scope of Work with the attached Exhibit A – Scope of Work consisting of one written page and two annotated drawing sheets.

Exhibit A - Scope of Work Barge Mooring Piles Installation


All Work is complete only upon satisfaction of the Authority.


Furnish and install, by driving, fourteen (14) 45’ long, 24” diameter, ½” wall-thickness bare steel pipe piles at 60’ spacing in lines along the south and west sides of the Port Manatee south channel at 6’ MLLW water depth, extending 12’ above MLLW, with minimum of 25’ embedment as shown on the attached annotated drawing sheets. Provide all necessary labor, equipment and materials for the work.


Comply with the conditions of US Army Corps of Engineers Nationwide Permit 9 for Structures in Fleeting and Anchorage Areas.


Furnish and install mooring line holders on the pilings at elevations to be specified by the Port.


Submit detailed pipe pile specifications, including standards met, with the bid. Submit cut sheets on the mooring line holders and installation hardware with the bid. Materials are subject to Authority approval.


Project site coordinates: 27 degrees 37 minutes 36.05 seconds north latitude, 82 degrees 33 minutes 50.88 seconds west longitude.


Comply with the Port’s security access control requirements. A Transportation Worker Identification Credential (TWIC) escort is required. Contact David St. Pierre, 941-721-2525, dstpierre@portmanatee.com, for details.


Inspect the site before bidding.


1

image t/2

END CONCRElE CAP


GRADE BACK AREA AS SHOWN TO BLEND

Vw1TH EXISTING SURROUNDING GRADE AT 4: 1 MAX SLOPE

LIMITS OF PAVEMENT

RELOCAlED s·-o· SECURITY FENCE SEE C-SHEETS


l>j

0.

I,!

8

)E


0


::E 0

0 >

-,

w0::

0"

0

::E

-,

iii


s·-o· SECURITY FENCE APPROXIMA1E

SEE C SHEETS TOP OF EXISTING

GROUND ELEV +B.O

CUT TO NEW SLOPES


GRADE/CUT/SLOPE EXISTING GRADE AS REQUIRED TO OBTAIN AND CLEAN UP AREA TO 3: 1 AS SHOWN IN

HATCHED AREA LEGEND


DREDGE AREA


CONTRACTOR SHAU. BLEND

1--1----,;18'-0l -----I EXISTING GRADES Vw1TH NEW APPROXIMAlE AREA

AS REQUIRED 27294SQFT

SEE SHEET 53 FOR

SECTION THROUGH

APPROXIMA1E EXISTING APPROXIMA1E TOP OF

GRADES AND DREDGING EXISTING SLOPE

REQUIREMENTS


11.:;J.._---- tDfos t BTg ;J D

PLACING RIPRAP SYSlEM

APPROXIMA1E TOE OF

EXISTING SLOPE GRADE BACK AREA

AS SHOWN TO BLEND Vw1TH EXISTING SURROUND

GRADE AT 4:1 MAX SLOPE


CONSERVATION EASEMENT


473507 .13

1197520.18


-..J z

..J 5

/RIP-RAP LIMITS ADJUSlED :c a_..

/ PER SHEET G5B

<(

I :::, <(

zN o,: . __..

a.

I-

(/)


--®-- -6)-®- u Czl

Pit,·"1,. ,...,, ltr1e. -t,' u.w eP,1: w- w

{JI" t,,tXqe,,t.JJeVJ. 1'i l Mf' 4""ve -&:,;tc..LA..t)

VERIFY SCALE

BAR IS ONE INCH ON

@ @ RJGINAL ORAWlN

ENDWALL PARTIAL / SHORE PROTECTION - DATE APRIL 2012

1 PROJ 428TT3

DWG S13

2 3 4 5 6

image

§

image a:


image

;;!

l:


l:

0



image


image



image

w

aw:


image


image


!;j

@


image

8

image

image

image

image

2 3 4 5


148'- 0"


$ EL 8.0' T/ OF CONC. CAP


_, EL 4.0' T/ OF COATING

._, SSP PIPE PILE


$ EL -4.0' BOTTOM OF ENCASEMENT


•• ' .. /i

. . · ,. ''I.!:


BOTTOM OF CAP

$ EL 0 . 0'



30"¢ STEEL PIPE PILE


w'1f-i_i,JJ


-gi

BACK


$ EL - 15 . 0'


SAHZE-E1T8 PSILTE EEL I

D3ENFDOWR-ALLILMISTSEEo ,REDG I N-G. -

EL - 52.0' SSP

,.::.Ji1;f; /f

= MATERIAL

VE XJiiTl g COMPLETE AS REQU I GRADES AS SLOPE THOERE

SHOWN

i : G STONE

4' MIN


7 PAIRS OF AZ-18


$ EL -39.0'


1i :

PERTIES (EXCEPT RBIPERAPEPRSITZHEE) AND


STtANiD[ARiiTIfON;FSECiTION 53 • CONSTRUC THE DRA WING.S

1r: t1

$ EL - 60.0' PIPE PILE


@ ENDWALL


ELEVATIO

115


N

NOTED ON VD '29 UNLESS ELEVATIONS N ilDRENCED TO NG

OTHERWISE


-

..J

..J

:c

:&

:Nc

u


0

0z

<(

(z/)

0


w

(/)

(/)

:::>

0

w


.w..I

(.)

(/)


DATE

PROJ

DWG S12

Port Manatee

Barge Mooring Piles Installation ITB-8-0-2019/GI

Initial Solicitation June 18, 2019


Addendum 2

June 28, 2019


The solicitation is changed as follows:


  1. The sign-in sheet from the June 27, 2019 pre-bid meeting is attached.

  2. Used pipe piles in like-new condition are acceptable subject to Authority inspection and approval. Submit detailed photos and cut-sheet. Used pilings must be made available for inspection at a time and location convenient for the Authority before July 16, 2019.

  3. Buy-America is not required.

  4. The estimated cost to substitute suitable alternative mooring line holders may be considered, but only to the extent that the estimated cost would not result in a different ranking of total project costs. Substitute pipe pile materials will not be considered.

  5. The Authority has searched for and has not located pile driving logs from the Berth 14 construction project files. All refusals leading to modification of pile driving requirements were well below the depths required for this project.

    image

    image


    \


    ...

    Port Manatee

    Barge Mooring Piles Installation ITB-8-0-2019/GI

    Initial Solicitation June 18, 2019


    Addendum 3

    July 10, 2019


    The solicitation is changed as follows:


    1. The requirement in bid procedures and instruction note in Section 2.2 , Item 6 F. on page 5 for an audited balance sheet for each of the last three years is modified to also allow CPA-reviewed balance sheets.

    2. The requirement for submittal of Contractor’s Affidavit with the bid submittal is modified to not require the document with the bid submittal. It will still be required later when applicable as set forth in the form.

    3. Disregard the DemandStar note regarding bid bond if inconsistent with the bid documents.

      July 23, 2019


      AGENDA ITEM 4.: CARVER MARITIME, LLC LEASE AMENDMENT ONE


      BACKGROUND:


      On August 16, 2018, the Authority approved the Port Manatee and Carver Maritime, LLC (Carver) Lease of 10 acres of port property for the handling of various cargoes. Carver is desirous of expanding its operations to include the mooring of barges. Fourteen bare steel wall piles will be installed at Port Manatee’s expense with Carver making a one-time contribution of $50,000 for the project and paying $42,000 annually in rent for five years with an option for a five-year renewal. The request is to approve the lease amendment between Port Manatee and Carver. Carver intends to sublease the mooring area to McDonough Marine Service, Inc., which requires Port Authority approval.


      ATTACHMENT:


      • Port Manatee and Carver Maritime, LLC Lease Amendment One

      • Resolution PA-19-20 for the sublease approval to McDonough Marine Service, Inc.


        COST AND FUNDING SOURCE:


        N/A.


        CONSEQUENCES IF DEFERRED:


        Delay in approving terms of Amendment One


        LEGAL COUNSEL REVIEW: Yes


        RECOMMENDATION:


      • Move to approve and authorize the Chairman, on behalf of the Port Authority, to execute the Port Manatee and Carver Maritime, LLC Lease Amendment One.

      • Upon approval of Amendment One, move to approve and authorize the Chairman, on behalf of the Port Authority, to execute Resolution PA-19-20 for the sublease of the mooring area to McDonough Marine Service, Inc.

PORT MANATEE AND CARVER MARITIME, LLC LEASE AMENDMENT ONE


The terms and conditions of this Port Manatee and Carver Maritime, LLC Lease Amendment One Between Port Manatee and Carver Maritime, LLC (hereinafter "Amendment One"), made and entered into by and between the MANATEE COUNTY PORT 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, (hereinafter referred to as the "Authority"), and CARVER MARITIME, LLC, a limited liability company duly organized and existing under the laws of the State of New York and authorized to do business in the State of Florida, with a place of business located at 494 Western Turnpike Altamont, NY 12009, (hereinafter referred to as "Carver" or "Lessee"), (collectively hereinafter referred to as the "Parties") for and in consideration of the mutual covenants herein contained and other good and valuable consideration, amend the Port Manatee and Carver Maritime, LLC Lease entered into by the Parties dated August 16, 2018 (hereinafter "Lease"), and state as follows:

  1. CONSIDERATION. Each of the Parties represented that as a result of economic conditions, mutual covenants, the long-term benefit to both Parties, and other good and valuable consideration, this Amendment One shall govern the Parties' responsibilities regarding paragraphs of the Lease entitled Demised Premises (paragraph 2), Purpose (paragraph 3), Term (paragraph 4), Rent (paragraph 5), Improvements (paragraph 8), Maintenance (paragraph 18), Utilities (paragraph 19), Assignment or Subletting (paragraph 32), Lessee's Compliance (paragraph 34) and Eminent Domain (paragraph 35).

  2. SCOPE. This Amendment One is being entered into for the purpose of amending,


    modifying and superseding paragraphs 2, 3, 4, 5, 8, 18, 19, 32, 34, and 35 of the Lease.

    01132359-3 Page 1 of 10

    Except to the extent herein amended, all other provisions set forth in the Lease shall remain in full force and effect and binding upon the Authority and Carver. In entering into Amendment One, the Parties acknowledge that in no way has the Authority waived any of its rights or claims it may have against Carver.

  3. AMENDMENT. The Parties agree to amend, modify, and supersede paragraphs 2, 3, 4, 5, 8, 18, 19, 32, 34, and 35 of the Lease, as follows:

  1. DEMISED PREMISES. The Authority does demise, let and rent unto the Lessee and the Lessee shall hire and take as tenant approximately 10 acres of real property located in Manatee County, Florida identified as a portion of P01t Manatee, the legal description of which is attached and made a part of this Lease as Exhibit "A," to have and to hold the same for the terms set fotth below. The 10 acres of real property, office trailer, and conveyor defined in the paragraph of this Lease entitled "Conveyor System" and the Mooring Area which is defined as the south edge of the south end of the south channel and along the west edge of the south channel at the south end of Berth 14 as depicted and made part of this Lease as Exhibit "D," will be collectively refetTed to as the "demised premises." In accordance with the Master Plan, the Authority agrees, covenants and warrants the Lessee to peacefully occupy, have, use, hold and quietly enjoy the demised premises subject to the provisions of this Lease. The Lessee agrees to use the demised premises so as not to interfere with, interrupt, or impact the use or operation of any other tenant, user, or customer at Port Manatee. The demised premises are leased and accepted by Lessee in its current "As Is-Where ls" condition with Authority making no warranties as to fitness and Lessee acknowledges that it has had adequate opportunity to inspect and test the demised premises prior to entering into the Lease.


  2. PURPOSE. The Lessee shall use the demised premises for the purpose of distributing, loading, processing, selling, stockpiling, storing and unloading crushed stone, slag, sand, gravel, lightweight aggregate, and any dry bulk, break bulk, or project/heavy lift cargo, approved by the Authority, consent of the Authority not to be unreasonably withheld. The Lessee shall also use the demised premises for constructing, installing and operating offices, maintenance shops,

    buildings, equipment, machinery, material handling systems, roadways and other related facilities, and such other customarily associated activities. The Lessee may moor up to ten (10) barges in the Mooring Area, along the south and west edges of the south channel at Berth 14, as depicted and made part of this Lease as Exhibit "E." The Lessee agrees that its use of the Mooring Area will not interfere with or impede any dredging activities occurring in the south channel. Should dredging activities become necessary within or around the demised premises, Lessor shall give Lessee 30 days written notice·oftheir intent to dredge to allow Lessor to move any moored barges that would interfere with said activities. Additionally, if the Lessee intends to use the demised premise for any purpose other than those defined above, the Lessee shall first obtain approval of the Authority before beginning such use, which will not be unreasonably withheld. Notwithstanding the above, Lessee may moor its tugs that are incidental to Port Manatee operations in the Mooring Area. The demised premises will not be used for any unlawful purposes and the Lessee will not use the demised premises in such a manner as to create a nuisance or otherwise violate any law, rule, or regulation that is now in force during the term of this Lease or which hereafter be in force. The Lessee will neither suffer nor commit any waste of the demised premises. The Lessee may not act or fail to act in a manner that would adversely affect the title of the Authority.


  3. TERM. The duration or term of this Lease commences on October 1, 2018, and terminates in five (5) years on September 30, 2023 ("Initial Term"), unless otherwise extended as provided in this Lease. The term of this Lease may be extended for 3 five-year extensions. To extend the term, the Lessee must notify the Authority in writing no later than 60 days prior to the expiration of the then existing term of this Lease and the Authority consents to the extension. The duration or term of the Mooring Area commences on June 1, 2019 and terminates in five (5) years on May 31, 2024. The term of the Mooring Area may be extended for one (1) five-year extension mutually agreeable to both Patties. At the end of the term of the Mooring Area, the Lessee is responsible for clearing the Mooring Area of all vessels. If any vessel, including but not limited to barges, remains in the Mooring Area after the expiration or termination of the term of the Mooring Area, it will result in a tenancy at will, in accordance with the paragraph of this Lease entitled "No Holding Over."


  4. RENT. The Lessee shall pay to the Authority rent for the demised premises, payable monthly in advance together with any applicable Florida sales taxes on rent payable at the same time. The rent for the demised premises, excluding the Mooring Area, is as follows:


    • Years 1-3: $2,600 per acre per month

    • Years 4-5: $3,600 per acre per month


      Should the.Lessee exercise its option to extend the duration or term of this Lease as set forth in the paragraph of this Lease entitled "Term," the annual rent for each year during the extended term(s) will be as follows:


    • Years 6-10: $4,417 per acre per month

    • Years 11-15: the amount of the increase will be determined by multiplying the annual rent by the percentage of change and the most recently published

      U.S. Department of Labor All Urban Consumer Price Index ("CPI-U"), all items, not to exceed tlu·ee percent (3%) in any five (5) year lease period. The percentage change will be computed by comparing index figures published for the month closest to the Lease year anniversary date with the same month of the preceding fifth lease year. For example, if the Lease commencement date is October 1, 2018, the adjustment for the annual rental due on October 1, 2023 will be calculated by using the index published for the most recent month available prior to October 1, 2018 and comparing it to the index published for the same month of the year 2023 subject to the 3% percent cap. The index to be used will be the most recently published

      U.S. Department of Labor, All Urban Consumer Price Index. Annual rent on an extended term must never be less than $4,417 per acre per month and will only increase in accordance with the above formula.

    • Years 16-20: The rent will be an amount equal to ten percent (10%) of the fair market value of the demised premises as determined by the most recent



image

appraisal obtained by the Authority of the fair market value of all of the real propetty at Port Manatee in accordance with the paragraph of this Lease entitled "Appraisals," but will not exceed twenty-five percent (25%) of annual rent paid during the preceding five-year period.

The rent for the Mooring Area is as follows:

The Port Manatee Tariff in effect will be assessed for all charges for dockage, wharfage, line handling, water, security and harbor master fees when any of the barges makes fast to any of the Port's betths.


  1. IMPROVEMENTS. The Lessee may construct, install or locate upon the demised premises and operate any improvements consistent with the paragraph of this Lease entitled "Purpose." The Lessee shall submit to the Authority for approval the plans and specifications for all improvements prior to commencing the construction and installation of the improvements upon the demised premises. The Authority shall make a determination of whether the plans and specifications evidence an improvement(s) consistent with the goals, master plan, and objectives of Port Manatee and do not conflict with any of the activities and facilities at Port Manatee in accordance with the following timeframes:

    • 5 business days (if no additional information is required) for any improvement under $50,000 in value that does involve building construction; if additional information is required, such request will be made within 5 business days and a determination will be made 5 business days after receipt of sufficient additional information.

    • 10 business days (if no additional information is required) for any improvement over $50,000 in value that does not involve building

construction; if additional information is required, such request will be made within 10 business days and a determination will be made 10 business days after receipt of sufficient additional information.


The Lessee shall not commence the construction or installation of any improvements without approval by the Authority and Authority approval will not be arbitrarily or umeasonably withheld or delayed. Approvals will be deemed granted by the Authority if the Authority finds that such plans and specifications evidence an improvement or improvements consistent with the goals, Master Plan and objectives of Port Manatee, do not conflict with any of the activities and facilities at Port Manatee, and for which the County of Manatee, a subdivision of the State of Florida, is willing to issue a building permit, construction permit, development order, or other appropriate approval for the construction of the patticular improvement or improvements. The Lessee is solely responsible for compliance with the Florida Building Code, any other applicable laws, and making the improvements safe. Before Lessee commences use of the improvements, the Lessee shall furnish in a format specified by the Authority at least one complete set of the as-built or record drawings and specifications for the completed improvements to indicate the extent, location, and size for the records of the Authority in connection with operations at Pott Manatee.


In an effort to expand its operations, Port Manatee agrees to install Mooring Facilities, which are fourteen (14) bare steel 45' long, 24" diameter,½" wall piles at 60' spacing in lines along south and west sides to the north end of the mangroves, at 6' water depth, extending 12' above mean water level, with 25' embedment along the south edge of the south end of the south channel and along the west edge of the south channel at the south end of Berth 12 as depicted in Exhibit "E." In support of this improvement, Lessee shall pay the Authority a one-time payment of

$50,000 for the improvement, by no later than the Port Authority's award of a contract for


image

construction of the Mooring Facilities within the Mooring Area. During the term of this Lease, Lessee shall be responsible for any and all maintenance and repair for the Mooring Facilities.


  1. MAINTENANCE. Except as otherwise provided in the paragraph entitled "Conveyor Systems" in this Lease, the Lessee shall cause the demised premises including any improvements thereto to be duly maintained and kept up throughout the duration or term of this Lease to the extent necessary to maintain the demised premises in a safe, tenantable and workable condition, including the making of any repairs necessary to the demised premises due to damage done by any act of God, natural disaster oi:, default, negligence or omission of the Lessee, its agents, employees, invitees, patrons, servants or any other persons whomsoever under the control of the Lessee. The Authority may, in its sole discretion, conduct annual inspections for the purpose of identifying whether the demised premises and improvements are being kept in a "safe, tenantable and workable condition," but the Authority has no maintenance responsibilities for the demised premises.


  2. UTILITIES. The Lessee shall arrange for and pay for all utilities, including initial deposits and other similar charges required by the various utility companies or utility systems for commencing service and for providing service (including, but not limited to, electrical consumption related to high voltage, portable or semip01iable high voltage equipment, etc.) throughout the duration or term of this Lease.


32. ASSIGNMENT OR SUBLETTING. The Lease is binding upon and will inure to the benefit of the Pa1iies and their respective successor and assigns. However, this Lease may not be assigned and no portion of the demised premises may be sublet by the Lessee without the express written approval of the Authority. The Authority will not arbitrarily delay or refuse to permit such an assignment if the Lessee furnishes evidence satisfactory to the Authority that the assignee has financial resources to secure the performance of the terms and conditions of this Lease, which are at least equal to those of the Lessee. The Authority will not arbitrarily delay or refuse to permit subletting providing that the Lessee always remains liable to the Authority for carrying out the terms and conditions of this Lease and further providing that the Lessee provide the Authority with

image

a duly executed copy of any such sublease. Approval of any assignment will be set forth in a written addendum or supplement to this Lease executed with the same formality as the execution of this Lease. Approval of any sublease will be set forth in a written Resolution of the Authority. The Lessee may not assign, pledge, or otherwise transfer, as and for any other purposes, collateral security, in connection with any financing or refinancing this Lease or the improvements.


image

image

  1. LESSEE'S COMPLIANCE. Lessee shall comply with all applicable laws, and shall promptly comply with all governmental orders and directives for the correction, prevention, and abatement of any violation of applicable laws, in, upon, or connected with the demised premises, all at Lessee's sole expense. Lessee warrants that all improvements or alterations of the demised premises made by Lessee or Lessee's employees, agents or contractors, either prior to Lessee's occupancy of the demised premises or during the term of this Lease, will comply with all applicable laws. Lessee will procure at its own expense all permits and licenses required by the transaction of its business in the demised premises. In addition, Lessee warrants that its use of the demised premises will be in strict compliance with all applicable laws. During the term of this Lease, Lessee shall, at its sole cost and expense, make any modifications to the demised premises that may be required pursuant to any laws, regulations, rules, decisions, codes, orders, or ordinances of any federal, state, County or other local government, or appropriate regulatory agencies, now in fore during the term of this Lease or which may hereinafter be in force.


    image

    image

    To the extent the Lessee receives any notices of violations of any permit or applicable law issued by any governmental authority relating to the construction of the improvements, (other than violations related to the construction of the Mooring Area improvements by the Authority) leasing of the demised premises, or the operations at the demised premises or concerning its other activities under this Lease ("Citation"), the Lessee shall promptly respond to the Citation. The Lessee shall provide notice and a copy of each Citation to the Authority promptly after the Citation is received by the Lessee. Thereafter, the Lessee shall keep the Authority informed on the ongoing status of the Lessee's efforts to address the Citation and the Lessee shall provide notice to the Authority when the Citation has been satisfactorily resolved. The Lessee shall pay all costs of investigating

    and responding to a Citation, all costs of correcting deficiencies and achieving compliance with applicable laws, and all fines assessed as a result of the Lessee's non-compliance.


  2. EMINENT DOMAIN. If during the term of this Lease there is any taking of any portion of the demised premises by eminent domain or condemnation that materially effects the demised property for the development, construction or operation of the Lessee, in accordance with the paragraph of this Lease entitled "Purpose" of this Lease, in the Authority's reasonable determination, the Lessee may terminate this Lease whereupon the Parties will be relieved from further liability under this Lease. Prior to any termination of the Lessee, the Authority will endeavor to provide facilities and acreage equivalent in size, value, and utility to the portion of the demised premises taken by eminent domain or condemnation.


    The Authority will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the demised premises, for Authority's fee simple title interest and future rent loss. The Lessee will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the demised premises, for the Lessee's leasehold interest, Lessee's moving expenses, and the value of Lessee's trade fixtures.


    1. CONFLICT. In the event of a conflict regarding the provisions set forth in paragraphs 2, 3, 4, 5, 8, 18, 19, 32, 34, and 35 of the Lease and the provisions contained in this Amendment One, the provisions set forth in Amendment One shall prevail. In the event of a conflict between any other paragraphs within Amendment One and the Lease, the Lease shall prevail.

    2. AUTHORITY TO EXECUTE. Each of the Parties covenants to the other party that it has lawful authority to enter into this Amendment One, that the governing or managing body of each of the Parties has approved this Amendment One and that the governing or

      managing body of each of the Parties has authorized the execution of this Amendment One in the maimer hereinafter set forth.

    3. EFFECTIVE DATE. The effective date of Amendment One is August 1, 2019.


IN WITNESS WHEREOF, the parties have caused this Amendment One to be duly executed in duplicate this the 23rd day of July, 2019.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

Clerk of Circuit Court


By:-----------

Printed: _

By: --------------

Vanessa Baugh

Chairman AUTHORITY



image

CARVER MARITIME, LLC .

7

By: vtlui:' fL

image

Title: .$il. VjcL Ht..c,c1l>$/V'C

I

/

image

image

image

image


2

I]

,I

1

,

1, i


00

§•

11; £

i- I


.p p p

"

.

,,.i-- a,.

' ."

i

I

EXHIBIT E

'\ ,

i2 t


.r

t l'

.,

,.:s



-t

't7

.I.\r,

i

}

....

1 ij 1- m


r i:l

JIi

a o1 · i CH2MHILL

r-->H


1,os imn,.roc>ALm cu M111J>0

1'Al.JETTO, no llOAJ4:0 I-W.C

.....,,,. MC>OO<l6

MANAlEE COUNTY PORT A\JTHORl!Y DERTII 12 WIIARP EXTENSION Ah'D CONTAINER TERMINAL

BASE BID

PORT MANATEE

MANATEOc:x:n.mtY, FLORJDA


BY

DAV10MOC1C1'.E.

11&.P.£.No.16939

RESOLUTION PA-19-20


MANATEE COUNTY PORT AUTHORITY APPROVAL FOR THE SUBLEASING OF A MOORING AREA AT PORT MANATEE BY CARVER MARITIME LLC TO MCDONOUGH MARINE SERVICE, INC.


WHEREAS, on August 16, 2018, Carver Maritime LLC (“Carver”) entered into a Lease Agreement, which was subsequently amended by Port Manatee and Carver Maritime, LLC Lease Amendment One on July 23, 2019 (collectively, the “Lease”); and


WHEREAS, paragraph 32 of the Lease provides that the Lease may be sublet with the Authority’s consent, but Carver shall remain liable to the Authority for the terms and conditions of the Lease; and


WHEREAS, Carver desires to sublet the Mooring Area of the leased premises to McDonough Marine Service (“McDonough”) for the purpose of mooring up to 10 barges; and


WHEREAS, the provisions of the sublease do not adversely affect the interests of the Authority and may enhance or promote the flow of waterborne commerce through Port Manatee.


NOW THEREFORE BE IT RESOLVED by the Authority that permission is hereby granted for Carver to sublet the Mooring Area pursuant to its Lease with the Authority to McDonough to the extent set forth in the 071119 McDonough Manatee Lease entered into by and between Carver and McDonough dated July 11, 2019.


PASSED AND ADOPTED in regular session on this day of , 2019.


(SEAL) MANATEE COUNTY PORT AUTHORITY


ATTEST: By:


Name:


Title:


By:


Name: Title: Clerk of Circuit Court



01148257-2