A meeting of the Manatee County Port Authority will be held during a Board of County Commissioner’s meeting Tuesday, May 6, 2025, at 1:00 p.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.
Any person requiring special accommodation at this meeting because of a disability or physical impairment should contact Pam Wingo 48 hours in advance of the meeting by telephone
MANATEE COUNTY PORT AUTHORITY AGENDA
May 6, 2025
1:00 p.m.
The Manatee County Port Authority may take action on any matter during this meeting, including those items set forth within this agenda. The chairperson, at the option of the chairperson, may take business out of order if the chairperson determines that such a change in the agenda’s schedule will expedite the business of the Port Authority.
CALL TO ORDER
Public Comments
Consent Agenda
Requests by Port Authority (items to be pulled from Consent Agenda)
Executive Director Comments
Commissioner Comments
Adjourn
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.
Mike Rahn, Chairman;
Dr. Bob McCann 1st Vice Chairman; Amanda Ballard 2nd Vice-Chairman; Tal Siddique 3rd Vice Chairman; Jason Bearden, Member;
Carol Ann Felts, Member; George Kruse, Member
May 6, 2025
CONSENT AGENDA
Warrant List
Minutes – March 4, 2025
Budget Resolution
Deletion of Port Assets
2023 and 2024 Port Security Grant Agreements
Contract for Professional Lobbying Services – Corcoran & Associates
BDI Marine Contractors Change Order No. 5
Purchase and Installation of Condensing Units
Public Transportation Grant Agreement Amendment – Rail Spur
Change to Port Manatee Tariff No. 3
Procurement Policy Revision
Contract for Security Guard Services
Public Transportation Grant Agreement Amendment – Rail Yard Development
RECOMMENDATION:
Move to approve the Consent Agenda incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda items.
AP | XXXXXXX | V019302 | ABBOTT, PAUL SCOTT | 2,006.25 |
AP | XXXXXXX | V019302 | ABBOTT, PAUL SCOTT | 618.75 |
AP | XXXXXXX | V019302 | ABBOTT, PAUL SCOTT | 656.25 |
AP | XXXXXXX | V016081 | AECOM TECHNICAL SERVICES INC | 7,662.50 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 1,127.34 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 835.75 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 1,009.11 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 347.93 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 2,522.92 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 929.02 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 78.95 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 939.70 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 1,369.16 |
AP | XXXXXXX | V023321 | AMERICAN EXPRESS TRAVEL RELATE | 78.26 |
AP | XXXXXXX | V004322 | AMERICAN JOURNAL OF TRANSPORTA | 1,500.00 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 647.79 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 235.63 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 346.29 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 123.49 |
AP | XXXXXXX | V021071 | APPLE INC | 2,390.00 |
AP | XXXXXXX | V114045 | ARBON EQUIPMENT CORP | 377.43 |
AP | XXXXXXX | V023254 | ARCPOINT LABS OF SARASOTA | 330.00 |
AP | XXXXXXX | V118009 | AT AND T | 79.69 |
AP | XXXXXXX | V013140 | AT AND T MOBILITY | 111.13 |
AP | XXXXXXX | V013140 | AT AND T MOBILITY | 111.16 |
WT XXXXXXX | V019189 | BANK OF AMERICA | 14,571.17 | |
WT XXXXXXX | V019189 | BANK OF AMERICA | 7,131.39 | |
WT XXXXXXX | V019189 | BANK OF AMERICA | 16,357.57 | |
AP | XXXXXXX | V002730 | BANK OF AMERICA | 1,246.17 |
AP | XXXXXXX | V004571 | BATTERY USA INC | 267.00 |
AP | XXXXXXX | V032709 | BDI MARINE CONTRACTORS LLC | 106,254.49 |
AP | XXXXXXX | V032709 | BDI MARINE CONTRACTORS LLC | 305,149.36 |
AP | XXXXXXX | V015400 | BIG EARTH LANDSCAPE SUPPLY | 406.99 |
AP | XXXXXXX | V385114 | BILL HALFACRE INC. | 49,541.01 |
AP | XXXXXXX | V530330 | BLALOCK LANDERS WALTERS AND VO | 2,700.00 |
AP | XXXXXXX | V530330 | BLALOCK LANDERS WALTERS AND VO | 2,710.00 |
AP | XXXXXXX | V027297 | BOULEVARD TIRE CENTER | 1,960.00 |
AP | XXXXXXX | V027297 | BOULEVARD TIRE CENTER | 670.00 |
AP | XXXXXXX | V170611 | BOYD INSURANCE AGENCY INC | 19,180.00 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 38,218.35 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 19,345.03 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 11,843.52 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 129.99 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 604.98 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 159.98 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 1,099.10 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 289.98 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 605.00 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 1,129.96 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 130.00 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 159.98 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 605.00 |
AP | XXXXXXX | V021377 | CINTAS CORPORATION | 91.68 |
AP | XXXXXXX | V021377 | CINTAS CORPORATION | 3,666.41 |
AP | XXXXXXX | V015019 | CONSTANT CONTACT INC | 1,043.70 |
AP | XXXXXXX | V200106 | CSX TRANSPORTATION | 3,934.00 |
AP | XXXXXXX | V026624 | CUMMINS SALES AND SERVICE | 1,436.30 |
AP | XXXXXXX | V031972 | DADE SERVICE CORPORATION | 492,930.35 |
AP | XXXXXXX | V006291 | DEX IMAGING INC | 155.73 |
AP | XXXXXXX | V006291 | DEX IMAGING INC | 311.28 |
AP | XXXXXXX | V006291 | DEX IMAGING INC | 66.56 |
AP | XXXXXXX | V283116 | DIVE TECH INTERNATIONAL INC | 3,845.00 |
AP | XXXXXXX | V025612 | DYNAFIRE INC | 1,585.55 |
AP | XXXXXXX | V301367 | EASTERN METAL SUPPLY | 1,708.20 |
AP | XXXXXXX | V301367 | EASTERN METAL SUPPLY | 848.18 |
AP | XXXXXXX | V000096 | ELECTRIC SUPPLY OF TAMPA INC | 435.95 |
AP | XXXXXXX | V000096 | ELECTRIC SUPPLY OF TAMPA INC | 248.75 |
AP | XXXXXXX | V000096 | ELECTRIC SUPPLY OF TAMPA INC | 256.44 |
AP | XXXXXXX | V032140 | ELECTRIC SUPPLY OF TAMPA LLC | 4,307.94 |
AP | XXXXXXX | V022096 | ENTECH | 18,880.90 |
AP | XXXXXXX | V033078 | EQUIPMENTSHARE.COM INC | 3,822.64 |
AP | XXXXXXX | V032741 | ERMPROTECT | 2,700.00 |
AP | XXXXXXX | V024683 | EVERGLADES EQUIPMENT GROUP | 410.09 |
AP | XXXXXXX | V024683 | EVERGLADES EQUIPMENT GROUP | 259.68 |
AP | XXXXXXX | V024683 | EVERGLADES EQUIPMENT GROUP | 922.50 |
AP | XXXXXXX | V323190 | FASTENAL COMPANY | 1,627.68 |
AP | XXXXXXX | V323190 | FASTENAL COMPANY | 174.73 |
AP | XXXXXXX | P000409 | FITZ PATRICK, DANIEL P | 340.95 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 377.36 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 164.09 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 1,246.09 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 750.82 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 159.00 |
AP | XXXXXXX | V334298 | FLORIDA MUNICIPAL INSURANCE TR | 882.74 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 6,417.41 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 768.91 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 73,892.00 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 5,728.00 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 29.19 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 68,402.49 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 71,213.22 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 4,816.79 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 81.93 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 4,824.30 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 81.93 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 2,117.50 |
AP | XXXXXXX | V027688 | FUEL MEISTERS | 1,895.00 |
AP | XXXXXXX | V023397 | GAHAGEN AND BRYANT ASSOCIATES | 22,106.00 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 969.06 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 146.29 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 176.01 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 47.71 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 131.10 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 41.69 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 588.62 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 389.17 |
AP | XXXXXXX | V380789 | GOODYEAR COMMERCIAL TIRE AND | 925.04 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 158.72 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 88.70 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 219.44 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 498.50 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 671.08 |
AP | XXXXXXX | V009540 | GRAPEVINE COMMUNICATIONS INTER | 450.00 |
AP | XXXXXXX | V009540 | GRAPEVINE COMMUNICATIONS INTER | 450.00 |
AP | XXXXXXX | V387610 | GRAVELY OF BRADENTON | 1,106.52 |
AP | XXXXXXX | V387610 | GRAVELY OF BRADENTON | 210.35 |
AP | XXXXXXX | V007986 | GREATER TAMPA BAY MARINE ADVIS | 833.33 |
AP | XXXXXXX | V007986 | GREATER TAMPA BAY MARINE ADVIS | 833.33 |
AP | XXXXXXX | V015930 | GREENBERG TRAURIG PA | 47,000.00 |
AP | XXXXXXX | V025133 | GS SARASOTA LLC | 5,000.00 |
AP | XXXXXXX | V033738 | GUARDIAN BOOTH LLC | 70,416.32 |
AP | XXXXXXX | V011880 | HAJOCA CORPORATION | 552.17 |
AP | XXXXXXX | V011880 | HAJOCA CORPORATION | 14.16 |
AP | XXXXXXX | V011880 | HAJOCA CORPORATION | 237.49 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 5,011.55 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 4,966.12 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 4,956.43 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 4,853.27 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 1,887.45 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 331.91 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 878.11 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 88,760.30 |
AP | XXXXXXX | V013868 | HARDEN SUPPLY LLC | 832.11 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 1,125.49 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 297.70 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 577.11 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 243.15 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 944.71 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 756.80 |
AP | XXXXXXX | V030525 | HORIZON DISTRIBUTORS INC | 35.28 |
AP | XXXXXXX | V030525 | HORIZON DISTRIBUTORS INC | 329.96 |
AP | XXXXXXX | P000336 | HOWARD, ROBERT M | 3,495.00 |
AP | XXXXXXX | V896015 | INTERISK CORPORATION | 450.00 |
AP | XXXXXXX | V011539 | INTERSTATE BATTERIES OF SARASO | 455.85 |
AP | XXXXXXX | V004875 | J2 ARTS INC | 420.00 |
AP | XXXXXXX | V004875 | J2 ARTS INC | 7,500.00 |
AP | XXXXXXX | V020023 | JOC CONGERENCES | 1,495.00 |
AP | XXXXXXX | V020023 | JOC CONGERENCES | 104.65 |
AP | XXXXXXX | V493800 | JOHNSON PRINTING | 1,344.93 |
AP | XXXXXXX | V032941 | JOHNSTONE SUPPLY | 4,991.89 |
AP | XXXXXXX | V015114 | JOHNSTONE SUPPLY | 28,321.99 |
AP | XXXXXXX | V032941 | JOHNSTONE SUPPLY | 3,185.70 |
AP | XXXXXXX | V032941 | JOHNSTONE SUPPLY | 1,020.02 |
AP | XXXXXXX | V032941 | JOHNSTONE SUPPLY | 4,993.65 |
AP | XXXXXXX | V032941 | JOHNSTONE SUPPLY | 19,814.10 |
AP | XXXXXXX | V520115 | KIMBALL MIDWEST | 213.30 |
AP | XXXXXXX | V520115 | KIMBALL MIDWEST | 57.75 |
AP | XXXXXXX | V520115 | KIMBALL MIDWEST | 129.75 |
AP | XXXXXXX | V017574 | KONECRANES INC | 10,658.00 |
AP | XXXXXXX | V015693 | LAKEWOOD RANCH BUSINESS ALLIAN | 600.00 |
AP | XXXXXXX | P000414 | LAYTON, TROY R | 79.00 |
AP | XXXXXXX | V000423 | LEWIS LONGMAN AND WALKER PA | 5,622.50 |
AP | XXXXXXX | V000423 | LEWIS LONGMAN AND WALKER PA | 3,510.00 |
AP | XXXXXXX | V028502 | LEXS AUTOMOTIVE | 169.95 |
AP | XXXXXXX | V032245 | LIMBLE SOLUTIONS INC | 6,624.00 |
AP | XXXXXXX | V013723 | LOGISTEC USA INC | 14,000.00 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 349.46 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 101.95 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 193.90 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 572.02 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 383.13 |
AP | XXXXXXX | V014116 | LT PLUMBING LLC | 1,478.96 |
AP | XXXXXXX | V024291 | MACKAY COMMUNICATIONS INC | 211.29 |
AP | XXXXXXX | V024291 | MACKAY COMMUNICATIONS INC | 211.29 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 779.59 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 1,831.00 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 853.63 |
AP | XXXXXXX | V627027 | MANATEE CHAMBER OF COMMERCE | 180.00 |
AP | XXXXXXX | V627027 | MANATEE CHAMBER OF COMMERCE | 35.00 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 9,885.62 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 6,158.01 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 1,640.40 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 4,531.77 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 2,685.56 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 10,521.61 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 390.30 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 768.02 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 685.00 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 8,483.18 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 3,244.31 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 501.69 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 2,023.21 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 2,823.38 |
AP | XXXXXXX | V028130 | MANATEE RIVER ROTARY CLUB INC | 125.00 |
AP | XXXXXXX | V000259 | MANATEE SPORTS UNLIMITED | 2,223.95 |
AP | XXXXXXX | V018609 | MARINE TOWING OF TAMPA LLC | 20,758.84 |
AP | XXXXXXX | V016378 | MARIPOSA NURSERY INC | 3,765.15 |
AP | XXXXXXX | V028973 | MCGRIFF INSURANCE SERVICES INC | 70,250.00 |
AP | XXXXXXX | V033336 | MECHANICAL SERVICES OF CENTRAL | 8,000.00 |
AP | XXXXXXX | V033336 | MECHANICAL SERVICES OF CENTRAL | 10,861.60 |
AP | XXXXXXX | V696409 | NORTH RIVER FIRE DIST | 1,336.40 |
AP | XXXXXXX | V034033 | NORTON LILLY INTERNATIONAL INC | 3,231.31 |
AP | XXXXXXX | V033882 | NUISANCE WILDLIFE REMOVAL INC | 199.95 |
AP | XXXXXXX | V028053 | ORKIN LLC | 1,431.73 |
AP | XXXXXXX | V028053 | ORKIN LLC | 1,681.73 |
AP | XXXXXXX | V033556 | OXFORD MARKETING CONSULTING IN | 4,000.00 |
AP | XXXXXXX | V712019 | PALLARDY INC, LEE | 900.00 |
AP | XXXXXXX | V014691 | PALMDALE OIL COMPANY INC | 4,813.87 |
AP | XXXXXXX | V014691 | PALMDALE OIL COMPANY INC | 2,018.63 |
AP | XXXXXXX | V014691 | PALMDALE OIL COMPANY INC | 1,383.24 |
AP | XXXXXXX | V014691 | PALMDALE OIL COMPANY INC | 6,732.39 |
AP | XXXXXXX | V030390 | PALMETTO ROTARY | 325.00 |
AP | XXXXXXX | V030390 | PALMETTO ROTARY | 325.00 |
AP | XXXXXXX | V736427 | PITNEY BOWES CREDIT CORP | 179.67 |
AP | XXXXXXX | V028846 | PORT OF PORT MANATEE PROPELLER | 4,999.00 |
AP | XXXXXXX | V028846 | PORT OF PORT MANATEE PROPELLER | 935.00 |
AP | XXXXXXX | V003108 | PROCESSED COMPRESSORS | 13,360.00 |
AP | XXXXXXX | V748180 | PUBLIX SUPER MARKET | 372.71 |
AP | XXXXXXX | V748180 | PUBLIX SUPER MARKET | 12.87 |
AP | XXXXXXX | V748180 | PUBLIX SUPER MARKET | 488.91 |
AP | XXXXXXX | V015881 | QUALITY MARINE CONSTRUCTION IN | 18,900.00 |
AP | XXXXXXX | V020765 | R S AND H INC | 8,763.10 |
AP | XXXXXXX | V027409 | RAMBA LAW GROUP LLC | 7,500.00 |
AP | XXXXXXX | V027409 | RAMBA LAW GROUP LLC | 7,500.00 |
WT XXXXXXX | V007824 | REGIONS BANK | 392,452.03 | |
AP | XXXXXXX | V776386 | RING POWER CORP | 2,830.65 |
AP | XXXXXXX | P000289 | SANFORD, DAVID | 28,322.40 |
AP | XXXXXXX | V032806 | SELECTFLORIDA INC | 7,500.00 |
AP | XXXXXXX | V004755 | SHERWIN WILLIAMS COMPANY | 104.90 |
AP | XXXXXXX | V014349 | SHI INTERNATIONAL CORP | 4,313.52 |
AP | XXXXXXX | V015633 | SIEMENS INDUSTRY INC | 17,987.00 |
AP | XXXXXXX | P000426 | SIMMONS, LAFRANCES | 63.29 |
AP | XXXXXXX | P000233 | SMITH, SHAWN | 172.39 |
AP | XXXXXXX | V031937 | SOUTHWEST FLORIDA MECHANICAL L | 66,783.33 |
AP | XXXXXXX | V031937 | SOUTHWEST FLORIDA MECHANICAL L | 152,462.00 |
AP | XXXXXXX | V002070 | SPECTRUM UNDERGROUND INCORPORA | 16,398.90 |
AP | XXXXXXX | V002070 | SPECTRUM UNDERGROUND INCORPORA | 453,984.96 |
AP | XXXXXXX | V029241 | SPEEDPRO IMAGING AFFINITY SOLU | 80.00 |
AP | XXXXXXX | V029241 | SPEEDPRO IMAGING AFFINITY SOLU | 179.29 |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 4,267.19 |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 10,801.71 |
WT XXXXXXX | V874841 | STATE OF FLA DEPT OF REVENUE | 16,229.47 | |
WT XXXXXXX | V874841 | STATE OF FLA DEPT OF REVENUE | 7,818.93 | |
WT XXXXXXX | V874841 | STATE OF FLA DEPT OF REVENUE | 4,136.71 | |
AP | XXXXXXX | V875019 | STATE OF FLORIDA | 710.23 |
AP | XXXXXXX | V028838 | STEELSMITH, LLC | 600.00 |
AP | XXXXXXX | V028838 | STEELSMITH, LLC | 6,887.00 |
AP | XXXXXXX | V028838 | STEELSMITH, LLC | 3,796.50 |
AP | XXXXXXX | V028838 | STEELSMITH, LLC | 767.25 |
AP | XXXXXXX | V006180 | SUPERIOR ASPHALT INC | 434,973.57 |
AP | XXXXXXX | V023659 | SYNERGY NDS INC | 2,562,404.00 |
AP | XXXXXXX | V023659 | SYNERGY NDS INC | 362,797.00 |
AP | XXXXXXX | V901518 | TAMPA BAY STEEL CORPORATION | 568.90 |
AP | XXXXXXX | V901518 | TAMPA BAY STEEL CORPORATION | 635.81 |
AP | XXXXXXX | V901518 | TAMPA BAY STEEL CORPORATION | 4,563.51 |
AP | XXXXXXX | V906395 | TERRY SUPPLY COMPANY | 668.83 |
AP | XXXXXXX | V906395 | TERRY SUPPLY COMPANY | 47.97 |
AP | XXXXXXX | V029886 | THREE SEASONS OUTDOOR LIVING A | 166.00 |
AP | XXXXXXX | B500003 | TRANSMONTAIGNE TERMINALS LLC | 207.36 |
AP | XXXXXXX | V923225 | TROPHY CASE, THE | 196.00 |
AP | XXXXXXX | V004721 | TWENTY FIRST CENTURY GROUP INC | 7,500.00 |
AP | XXXXXXX | V004721 | TWENTY FIRST CENTURY GROUP INC | 7,500.00 |
AP | XXXXXXX | V004240 | UNIFIRST CORPORATION | 2,894.90 |
AP | XXXXXXX | V004240 | UNIFIRST CORPORATION | 427.88 |
AP | XXXXXXX | V004240 | UNIFIRST CORPORATION | 1,013.52 |
AP | XXXXXXX | V027963 | UNIFIRST FIRST AID AND SAFETY | 232.52 |
AP | XXXXXXX | V027963 | UNIFIRST FIRST AID AND SAFETY | 197.08 |
AP | XXXXXXX | V028609 | UNITED REFRIGERATION AND AIR C | 91.32 |
AP | XXXXXXX | V006904 | UNITED REFRIGERATION INC | 4,834.86 |
AP | XXXXXXX | V003712 | UNITED RENTALS NORTH AMERICA I | 758.00 |
AP | XXXXXXX | V003712 | UNITED RENTALS NORTH AMERICA I | 758.00 |
AP | XXXXXXX | P000273 | VAN ETTEN,RAYMOND E | 61.75 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 1,460.06 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 50.56 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 284.94 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 606.72 |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 537.07 | |
AP | XXXXXXX | V019226 | WALKER ACOUSTICAL LLC, R J | 3,400.00 | |
AP | XXXXXXX | V021915 | WEBTIVITY MARKETING AND DESIGN | 225.00 | |
AP | XXXXXXX | V021915 | WEBTIVITY MARKETING AND DESIGN | 500.00 | |
AP | XXXXXXX | V012252 | WORLD ELECTRIC SUPPLY INC | 411.92 | |
AP | XXXXXXX | V033519 | WORLD ELECTRIC SUPPLY LLC | 6,177.67 | |
AP | XXXXXXX | V033519 | WORLD ELECTRIC SUPPLY LLC | 2,364.60 | |
AP | XXXXXXX | V994350 | YOUNG INC, GEORGE F | 41,619.00 | |
AP | XXXXXXX | V994350 | YOUNG INC, GEORGE F | 48,158.97 | |
AP | XXXXXXX | P000292 | ZIMMERMANN,VIRGINIA | 379.88 | |
AP | XXXXXXX | P000292 | ZIMMERMANN,VIRGINIA | 119.99 | |
AP | XXXXXXX | P000292 | ZIMMERMANN,VIRGINIA | 240.00 | |
AP | XXXXXXX | P000292 | ZIMMERMANN,VIRGINIA | 88.50 | |
AP | XXXXXXX | V012068 | ZNS ENGINEERING LC | 18,230.00 | |
Total warrants (checks) for period reported | 6,795,967.40 |
MANATEE COUNTY PORT AUTHORITY REGULAR MEETING
COUNTY ADMINISTRATION CENTER, HONORABLE PATRICIA M. GLASS CHAMBERS
1112 Manatee Avenue West Bradenton, Florida
March 4, 2025
https://www.youtube.com/channel/UC4KFtzaC9Z87D5mn_SKKtBA
Present were:
Mike Rahn, Chairman
Dr. Bob McCann, First Vice-Chairman, attended via Zoom Amanda Ballard, Second Vice-Chairman
Tal Siddique, Third Vice-Chairman Jason Bearden
Carol Ann Felts George W. Kruse
Also present were:
Carlos Buqueras, Executive Director Noah Daiker, Port Legal Counsel
Dustin Peebles Accounting, Clerk of the Circuit Court Denise Hege, Accounting, Clerk of the Circuit Court Robin Toth, Deputy Clerk, Clerk of the Circuit Court
CALL TO ORDER
Chairman Rahn called the meeting to order at 9:05 a.m.
AGENDA PA20250304DOC001
PUBLIC COMMENTS
Glen Gibellina submitted information and commented on the Warrant List, and Contract with Ramba Law Group LLC, for legislative lobbyist services. He embraced the D.O.G.E (Department of Government Efficiency) initiative of President Trump’s administration, to reduce government spending. He also commented on the loss of a $500,000 non-refundable deposit (1/28/25), due to the termination of Agreement for Purchase and Sale of Real Property (10/17/24) with Fortress 2020 Landco LLC, for acquisition of real property in the vicinity of SeaPort Manatee.
He recommended the Port Director be prohibited from engaging in any further real estate transactions, and that any real estate transactions be conducted by a third-party commercial professional real estate firm that reports directly to Port Authority Members. Furthermore, that the Port Authority Counsel be prohibited from legal advice on any and all real estate transactions. This was a one-sided Agreement and not in the best interest of the taxpayer.
There being no further public comment, Chairman Rahn closed public comment.
PA20250304DOC002
CONSENT AGENDA PA20250304DOC003
No Items were pulled by Members.
A motion was made by Member Kruse, seconded by Member Siddique, and carried 7 to 0, with Member McCann voting via Zoom, to approve the Consent Agenda, incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda.
WARRANT LIST
Accepted Warrant Listing from January 14, 2025, to February 17, 2025
PA20250304DOC004
MINUTES
Approved the Minutes of January 28, and February 10, 2025
BUDGET AMENDMENT
Adopted Budget Resolution PA-25-12, budgeting $500,000 of Port cash, which will be offset by the lease revenue of the same amount for land improvements to include site grading, drainage installation, fencing, utilities, and roadways to the 10-acre Bay Street North Parcel project; and, $735,000 for Florida Department of Transportation (FDOT) Memorandum of Agreement H1224, for design, permitting, and construction of emergency repairs to Berth 4 and Berth 10, related to damage caused by Hurricane Milton funded 100 percent by FDOT PA20250304DOC005
CONTAINER YARD PHASE 3 ENGINEERING CONTRACT AWARD
Approved and authorized Chairman to execute Contract between Manatee County Port Authority and Stantec Consulting Inc., for design and permitting of the Intermodal Container Yard Phase 3 project in the amount of $1,152,783.70 (FDOT $576,391.85; Port $576,391.85), subject to FDOT approval PA20250304DOC006
MEMORANDUM OF AGREEMENT REGARDING EMERGENCY REPAIRS
Authorized Chairman to execute Memorandum of Agreement Regarding Emergency Repairs at SeaPort Manatee between FDOT and Manatee County Port Authority in the amount of $735,000, for Berths 4 and 10 repairs due to damage caused by Hurricane Milton (no match required) PA20250304DOC007
SECURITY VEHICLES PURCHASE
Approved purchase and issuance of a purchase order for five (5) vehicles from Alan Jay Fleet Sales in the amount of $268,155 (FDOT $172,933, Port $95,222) PA20250304DOC008
PORT SECURITY SURVEILLANCE UPGRADES
Approved and authorized Chairman to execute Proposal SPM – Intermodal and Eastern Cameras with Siemens Industry, Inc., in the amount of $348,882, for Phase One, for surveillance upgrades, and for remaining phases, for a total cost not to exceed
$1,500,000 (total cost includes Phase One cost) PA20250304DOC009
APPROVAL OF SUBLEASE BETWEEN DEL MONTE FRESH PRODUCE AND GULF STEVEDORING SERVICES LLC
Approved and authorized Chairman to execute Resolution PA-25-10, authorizing the sublease of approximately 1,500 square feet of office space at SeaPort Manatee by Del Monte Fresh Produce, N.A., to Gulf Stevedoring Services LLC PA20250304DOC010
TARIFF NO. 3
Approved modification to include in the description, the rates to Port Manatee Tariff No. 3, Item 445, for labor furnished by the Port for requests with less than 24-hour advanced notice (the provision for the holiday rate is included) PA20250304DOC011
AMENDMENT FOR EXTENSION OF PUBLIC TRANSPORTATION GRANT AGREEMENT – BERTH 4 REHABILITATION
Adopted Resolution PA-25-11, approving and authorizing Chairman to execute Amendment for Extension of Public Transportation Grant Agreement (Contract G1946) with FDOT, for Berth 4 Rehabilitation and Reconstruction to April 30, 2026
PA20250304DOC012
RADIATION PORTAL MONITORS AWARD
Approved and authorized Chairman to execute Contract between Manatee County Port Authority and Tetra Tech, Inc., in the amount of $449,865, for design and permitting of Radiation Portal Monitors as part of the Intermodal Container Yard Phase 3 project, subject to FDOT approval (FDOT $224,932.50; Port Cash $224,932.50)
(End Consent Agenda) PA20250304DOC013
EXECUTIVE DIRECTOR COMMENTS
Carlos Buqueras, Executive Director, stated international trade impacted by tariffs continues to occur. The Port will continue to meet the demands of the region.
AUTHORITY MEMBER COMMENTS
There were no Member comments.
ADJOURN
There being no further business, Chairman Rahn adjourned the meeting at 9:10 a.m. Minutes Approved:
May 6, 2025
CONSENT
AGENDA ITEM 3.C: BUDGET RESOLUTION
BACKGROUND:
This resolution budgets the following:
On March 4, 2025, the Authority approved the purchase of 5 security trucks including lights and sirens. Due to a misunderstanding of the FDOT security grant # G3700 award total, an additional $37,578 of Port cash is budgeted.
$1,042,740 of Port cash for the purchase and installation of 6 replacement condensing units in cold storage warehouse 8.
$2,941,892 of Port cash for deductible to date and other expenses due to Hurricane Milton.
Transfers $219 of Port cash for additional costs due to the foreign exchange rates for the purchase of two mobile harbor cranes.
ATTACHMENT:
Budget Resolution PA-25-13
COST AND FUNDING SOURCE:
Budgets $4,022,429, Port cash.
CONSEQUENCES IF DEFERRED:
Delay in budget allocations.
LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:
Move to adopt Budget Resolution PA-25-13.
RESOLUTION PA-25-13 AMENDING THE ANNUAL BUDGET
FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2024-2025
WHEREAS, Sections 129.06 and 180.016, Florida Statutes, authorizes the Manatee County Port Authority to amend its budget for the current fiscal year as follows:
Appropriations for expenditures in any fund may be decreased and other appropriations in the same fund correspondingly increased, provided the total appropriations of the fund are not changed.
Appropriations from reserves may be made to increase the appropriation for any particular expense in the same fund, or to create an appropriation in the fund for any lawful purpose.
Unanticipated revenues, including increased receipts for enterprise or propriety funds, may be appropriated for their intended purpose, and may be transferred between funds to properly account for the unanticipated revenue.
NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 2024-2025 budget is hereby amended in accordance with Section 129.06 and 180.016, 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 | BAAL041725A | BU25000280 |
2 | BAAL041725A | BU25000310 |
3 | BAAL041725A | BU25000311 |
4 | BAAL041725A | BU25000354 |
ADOPTED with a quorum present and voting this on the 6th day of May 2025.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY
CLERK OF CIRCUIT COURT
By:
BUDGET AMENDMENT RESOLUTION NO. PA-25-13 AGENDA DATE: May 6, 2025
Fund: FDOT
Section: Seaport Security Project
Description: Budgets an additional $37,578 for Port security vehicles, lights and sirens funded by Port cash.
Batch ID: BAAL041725A Reference: BU25000280
Fund: Port Cash Section: Warehouse 8
Description: Budgets $1,042,740 for the purchase of 6 condensing units to be replaced in warehouse 8.
Batch ID: BAAL041725A Reference: BU25000310
Fund: Port Cash Section: Hurricane Milton
Description: Budgets $2,941,892 of Port cash to cover deductible obligations incurred to date, along with additional expenses stemming from the damage caused by Hurricane Milton.
Batch ID: BAAL041725A Reference: BU25000311
Fund: Port Cash
Section: Mobile Harbor Crane Initiative
Description: Budgets an additional $219 for two mobile harbor cranes.
Batch ID: BAAL041725A Reference: BU25000354
May 6, 2025
CONSENT
AGENDA ITEM 3.D: DELETION OF PORT ASSETS BACKGROUND:
Several old, obsolete assets that are no longer in use and are uneconomical to upgrade or repair are considered surplus and should be removed from the Manatee County Port Authority Fixed Assets Listing. The surplus assets will be offered for public bid, auctioned, destroyed, and/or E-scrapped.
ATTACHMENT:
Asset Deletion – May 6, 2025
COST AND FUNDING SOURCE:
N/A.
CONSEQUENCES IF DEFERRED:
Delay in updating property records.
LEGAL REVIEW: N/A
RECOMMENDATION:
Remove assets as listed on the attached Asset Deletion – May 6, 2025, from the Fixed Assets Listing.
Asset Deletion - May 6, 2025
Asset # | Description | Serial/VIN# | Date Purchased | Cost | Value | Status | Remarks |
56641 | Monitor, Bosch 42 inch LCD | 404668121100010060 | 01/31/13 | $ 1,729.49 | $ - | Obsolete | |
56665 | Camera, Bosch VG5-724-ECE2 | 878000045 | 01/01/13 | $ 2,333.87 | $ - | Unrepairable | No longer works |
56670 | Fluidmesh, FM3100M | 3100201137 | 01/01/13 | $ 1,502.37 | $ - | Unrepairable | No longer works |
56692 | Fluidmesh, FM3100M | 3100201106 | 01/01/13 | $ 1,502.37 | $ 840.42 | Unrepairable | No longer works |
56703 | UPS, TSI Outdoor | 12120240 | 01/31/13 | $ 5,208.92 | $ - | Obsolete | |
56705 | UPS, TSI Outdoor | 12120242 | 01/31/13 | $ 5,208.92 | $ - | Obsolete | |
56706 | UPS, TSI Outdoor | 12120243 | 01/31/13 | $ 5,208.92 | $ - | Obsolete | |
56710 | PC, HP Z200 Workstation | 2UA2412249 | 01/31/13 | $ 1,957.93 | $ - | Outdated | |
58236 | AVAYA 3524GT-PWR+ | 14JP065F607E | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58235 | AVAYA 3524GT-PWR+ | 14JP052F60EE | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58237 | AVAYA 3524GT-PWR+ | 14JP085F600W | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58238 | AVAYA 3524GT-PWR+ | 14JP085F60EH | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58239 | AVAYA 3524GT-PWR+ | 14JP085F6029 | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58240 | AVAYA 3524GT-PWR+ | 14JP085F60JK | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58241 | AVAYA 3524GT-PWR+ | 14JP085F6063 | 06/17/14 | $ 1,675.42 | $ - | Outdated | |
58576 | Camera, Axis Q6044 PTZ | 00408CFA87B8 | 09/16/14 | $ 3,500.51 | $ - | Unrepairable | No longer works |
58579 | Camera, Axis Q6044 PTZ | 00408CFAE98E | 09/16/14 | $ 3,500.51 | $ - | Unrepairable | Broken camera neck |
58580 | Camera, Axis Q6044 PTZ | 00408CFAE990 | 09/16/14 | $ 3,500.51 | $ - | Unrepairable | No longer works |
58581 | Camera, Axis Q6044 PTZ | 00408CFAE994 | 09/16/14 | $ 3,500.51 | $ - | Unrepairable | No longer works |
58592 | Camera, Axis Q1922 Thermal | ACC8E0C99D1 | 09/30/14 | $ 7,400.01 | $ 0.01 | Unrepairable | Camera fell, burn, waterlogged |
61060 | Dell Poweredge R430 | 99SPMD2 | 02/14/17 | $ 6,496.39 | $ - | Outdated | Obsolete Computer Server |
63838 | HP Elitebook Laptop | 5CG9225774 | 07/09/19 | $ 1,651.44 | $ - | Outdated | |
64358 | HP Elitedesk 800 G4 TWR WS Computer | MXL9493L5B | 01/28/20 | $ 1,001.34 | $ - | Outdated | |
64360 | HP Elitedesk 800 G4 TWR WS Computer | MXL9493L5D | 01/28/20 | $ 1,001.34 | $ - | Outdated | |
64361 | HP Elitedesk 800 G4 TWR WS Computer | MXL9493L5G | 01/28/20 | $ 1,001.34 | $ - | Outdated | |
64887 | HP Z2 Tower G4 workstation | MXL0041XJ6 | 03/26/20 | $ 1,018.47 | $ - | Outdated |
May 6, 2025
CONSENT
AGENDA ITEM 3.E: 2023 and 2024 PORT SECURITY GRANT PROGRAM AGREEMENTS
BACKGROUND:
The Department of Homeland Security has awarded the Authority $225,000 (or 75% of project costs) under the 2023 Port Security Grant Program (PSGP) for infrastructure support of radiation screening portals. As a condition of the grant, the Port is obligated to contribute 25% (or $75,000), bringing the total project costs to $300,000. The accepted agreement is presented to enter into the records.
In addition, the Department of Homeland Security has awarded the Authority $419,250 (or 75% of project costs) under the 2024 Port Security Grant Program (PSGP) for cyber security monitoring and access control system upgrades. As a condition of the grant, the Port is obligated to contribute 25% (or $139,750), bringing the total project costs to $559,000. The accepted agreement is presented to enter into the records.
ATTACHMENT:
Agreement No. EMW-2023-PU-00413-S01
Agreement No. EMW-2024-PU-05514
COST AND FUNDING SOURCE:
FEMA Department of Homeland Security grant funding of $644,250 and $214,750 from port cash
CONSEQUENCES IF DEFERRED:
Delay in entering agreements into record
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to accept into the record Agreement No. EMW-2023-PU-00413-S01 and Agreement No. EMW-2024-PU-05514 from FEMA Department of Homeland Security for infrastructure support of radiation screening portals, cyber security monitoring, and access control system upgrades.
U.S. Department of Homeland Security
Washington, D.C. 20472
David St. Pierre
Manatee County Port Authority 300 Tampa Bay Way
Suite 1
Palmetto, FL 34221 - 6608
Re: Grant No.EMW-2023-PU-00413
Dear David St. Pierre:
Congratulations, on behalf of the Department of Homeland Security, your application for financial assistance submitted under the Fiscal Year (FY) 2023 Port Security Grant Program has been approved in the amount of $225,000.00. As a condition of this award, you are required to contribute a cost match in the amount of $75,000.00 of non-Federal funds, or 25 percent of the total approved project costs of $300,000.00.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of the award. By accepting this award, you acknowledge that the terms of the following documents are incorporated into the terms of your award:
Agreement Articles (attached to this Award Letter)
Obligating Document (attached to this Award Letter)
FY 2023 Port Security Grant Program Notice of Funding Opportunity.
FEMA Preparedness Grants Manual
Please make sure you read, understand, and maintain a copy of these documents in your official file for this award. In order to establish acceptance of the award and its terms, please follow these instructions:
Step 1: Please log in to the ND Grants system at https://portal.fema.gov.
Step 2: After logging in, you will see the Home page with a Pending Tasks menu. Click on the Pending Tasks menu, select the Application sub-menu, and then click the link for "Award Offer Review" tasks. This link will navigate you to Award Packages that are pending review.
Step 3: Click the Review Award Package icon (wrench) to review the Award Package and accept or decline the award. Please save or print the Award Package for your records.
If you have any questions or have updated your information in SAM, please let your Grants Management Specialist (GMS) know as soon as possible. This will help us to make the necessary updates and avoid any interruptions in the payment process.
PAMELA SUSAN WILLIAMS
Award Letter
Fri Sep 01 00:00:00 UTC 2023
U.S. Department of Homeland Security
Washington, D.C. 20472
AGREEMENT ARTICLES
Port Security Grant Program
GRANTEE: Manatee County Port Authority
PROGRAM: Port Security Grant Program
AGREEMENT NUMBER: EMW-2023-PU-00413-S01
TABLE OF CONTENTS
Article I Summary Description of Award
Article II PSGP Performance Goal
Article III DHS Standard Terms and Conditions Generally
Article IV Assurances, Administrative Requirements, Cost Principles, Representations and Certifications
Article V General Acknowledgements and Assurances
Article VI Acknowledgement of Federal Funding from DHS
Article VII Activities Conducted Abroad
Article VIII Age Discrimination Act of 1975
Article IX Americans with Disabilities Act of 1990
Article X Best Practices for Collection and Use of Personally Identifiable Information
Article XI Civil Rights Act of 1964 - Title VI
Article XII Civil Rights Act of 1968
Article XIII Copyright
Article XIV Debarment and Suspension
Article XV Drug-Free Workplace Regulations
Article XVI Duplication of Benefits
Agreement Articles
Article XVII Education Amendments of 1972 (Equal Opportunity in Education Act) - Title IX
Article XVIII E.O. 14074 - Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety
Article XIX Energy Policy and Conservation Act
Article XX False Claims Act and Program Fraud Civil Remedies
Article XXI Federal Debt Status
Article XXII Federal Leadership on Reducing Text Messaging while Driving
Article XXIII Fly America Act of 1974
Article XXIV Hotel and Motel Fire Safety Act of 1990
Article XXV John S. McCain National Defense Authorization Act of Fiscal Year 2019
Article XXVI Limited English Proficiency (Civil Rights Act of 1964 - Title VI)
Article XXVII Lobbying Prohibitions
Article XXVIII National Environmental Policy Act
Article XXIX Nondiscrimination in Matters Pertaining to Faith-Based Organizations
Article XXX Non-Supplanting Requirement
Article XXXI Notice of Funding Opportunity Requirements
Article XXXII Patents and Intellectual Property Rights
Article XXXIII Procurement of Recovered Materials
Article XXXIV Rehabilitation Act of 1973
Article XXXV Reporting of Matters Related to Recipient Integrity and Performance
Article XXXVI Reporting Subawards and Executive Compensation
Article XXXVII Required Use of American Iron, Steel, Manufactured Products, and Construction Materials
Article XXXVIII SAFECOM
Article XXXIX Terrorist Financing
Article XL Trafficking Victims Protection Act of 2000 (TVPA)
Article XLI Universal Identifier and System of Award Management
Article XLII USA PATRIOT Act of 2001
Article XLIII Use of DHS Seal, Logo and Flags
Article XLIV Whistleblower Protection Act
Article XLV Environmental Planning and Historic Preservation (EHP) Review
Article XLVI Applicability of DHS Standard Terms and Conditions to Tribes
Article XLVII Acceptance of Post Award Changes
Article XLVIII Disposition of Equipment Acquired Under the Federal Award
Article XLIX Prior Approval for Modification of Approved Budget
Article L Indirect Cost Rate
Article LI Funding Hold: Environmental Planning and Historic Preservation (EHP) Compliance
Article I - Summary Description of Award
The terms of the approved Investment Justification(s) and Budget Detail Worksheet(s) submitted by the recipient are incorporated into the terms of this Federal award, subject to the additional description and limitations stated in this Agreement Article and the limitations stated in subsequent reviews by FEMA of the award budget. Post-award documents uploaded into ND Grants for this award are also incorporated into the terms and conditions of this award, subject to any limitations stated in subsequent approvals by FEMA of changes to the award. Investments not listed in this Agreement Article are not approved for funding under this award.
Investment 3: Support Infrastructure for CBP Radiation Screening Portals is fully funded for $225,000.
Article II - PSGP Performance Goal
In addition to the Performance Progress Report (PPR) submission requirements outlined in the Preparedness Grants Manual, recipients must demonstrate how the grant-funded project addressed the capability gaps identified in their vulnerability assessments, relevant security plans (local or regional; FSP/AMSP/THIRA/etc.), or other relevant documentation or sustains existing capabilities per the FEMA-approved Investment Justification. The capability gap reduction or capability sustainment must be addressed in the PPR Performance Narrative.
Article III - DHS Standard Terms and Conditions Generally
The Fiscal Year (FY) 2023 DHS Standard Terms and Conditions apply to all new federal financial assistance awards funded in FY 2023. These terms and conditions flow down to subrecipients unless an award term or condition specifically indicates otherwise. The United States has the right to seek judicial enforcement of these obligations.
All legislation and digital resources are referenced with no digital links. The FY 2023 DHS Standard Terms and Conditions will be housed on dhs.gov at www.dhs.gov/publication/fy15-dhs- standard-terms-and-conditions.
Article IV - Assurances, Administrative Requirements, Cost Principles, Representations and Certifications
DHS financial assistance recipients must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances Non-Construction Programs, or OMB Standard Form 424D Assurances Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program, and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as instructed by the awarding agency.
DHS financial assistance recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards located at Title 2, Code of Federal Regulations (C.F.R.) Part 200 and adopted by DHS at 2 C.F.R. Part 3002.
By accepting this agreement, recipients, and their executives, as defined in 2 C.F.R. section 170.315, certify that their policies are in accordance with OMBs guidance located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance.
Article V - General Acknowledgements and Assurances
All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff.
Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS.
Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities or personnel.
Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports.
Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law, or detailed in program guidance.
Recipients (as defined in 2 C.F.R. Part 200 and including recipients acting as pass-through entities) of federal financial assistance from DHS or one of its awarding component agencies must complete the DHS Civil Rights Evaluation Tool within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple awards of DHS financial assistance should only submit one completed tool for their organization, not per award. After the initial submission, recipients are required to complete the tool once every two (2) years if they have an active award, not every time an award is made. Recipients should submit the completed tool, including supporting materials, to
CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and related reporting requirements contained in the DHS Standard Terms and Conditions. Subrecipients are not required to complete and submit this tool to DHS. The evaluation tool can be found at https://www.dhs.gov/publication/dhs-civil-rights-evaluation-tool. DHS Civil Rights Evaluation Tool | Homeland Security
The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the recipient identifies steps and a timeline for completing the tool. Recipients should request extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30-day deadline.
Article VI - Acknowledgement of Federal Funding from DHS
Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal funds.
Article VII - Activities Conducted Abroad
Recipients must ensure that project activities performed outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained.
Article VIII - Age Discrimination Act of 1975
Recipients must comply with the requirements of the Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as amended at Title 42, U.S. Code, section 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance.
Article IX - Americans with Disabilities Act of 1990
Recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. 101-336 (1990) (codified as amended at 42 U.S.C. sections 12101-12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities.
Article X - Best Practices for Collection and Use of Personally Identifiable Information
Recipients who collect personally identifiable information (PII) are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PII they collect. DHS defines PII as any information that permits the identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively.
Article XI - Civil Rights Act of 1964 - Title VI
Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S.C. section 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R. Part 7.
Article XII - Civil Rights Act of 1968
Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. 90-284, as amended through Pub. L. 113-4, which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (see 42 U.S.C. section 3601 et seq.), as implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units-i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and
ground-floor units in buildings without elevators)-be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D.)
Article XIII - Copyright
Recipients must affix the applicable copyright notices of 17 U.S.C. sections 401 or 402 and an acknowledgement of U.S. Government sponsorship (including the award number) to any work first produced under federal financial assistance awards.
Article XIV - Debarment and Suspension
Recipients are subject to the non-procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689, which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002. These regulations restrict federal financial assistance awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities.
Article XV - Drug-Free Workplace Regulations
Recipients must comply with drug-free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2
C.F.R. Part 3001, which adopts the Government-wide implementation (2 C.F.R. Part 182) of Sec. 5152-5158 of the Drug-Free Workplace Act of 1988 (41 U.S.C. sections 8101-8106).
Article XVI - Duplication of Benefits
Any cost allocable to a particular federal financial assistance award provided for in 2
C.F.R. Part 200, Subpart E may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons. However, these prohibitions would not preclude recipients from shifting costs that are allowable under two or more awards in accordance with existing federal statutes, regulations, or the federal financial assistance award terms and
conditions may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons.
Article XVII - Education Amendments of 1972 (Equal Opportunity in Education Act) - Title IX
Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. section 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44 C.F.R. Part 19.
Article XVIII - E.O. 14074 - Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety
Recipient State, Tribal, local, or territorial law enforcement agencies must comply with the requirements of section 12(c) of
E.O. 14074. Recipient State, Tribal, local, or territorial law enforcement agencies are also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe and effective policing.
Article XIX - Energy Policy and Conservation Act
Recipients must comply with the requirements of the Energy Policy and Conservation Act, Pub. L. 94- 163 (1975) (codified as amended at 42 U.S.C. section 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act.
Article XX - False Claims Act and Program Fraud Civil Remedies
Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. sections 3729- 3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. sections 3801-3812, which details the administrative remedies for false claims and statements made.)
Article XXI - Federal Debt Status
All recipients are required to be non-delinquent in their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A-129.)
Article XXII - Federal Leadership on Reducing Text Messaging while Driving
Recipients are encouraged to adopt and enforce policies that ban text messaging while driving as described in E.O. 13513, including conducting initiatives described in Section 3(a) of the Order when on official government business or when performing any work for or on behalf of the Federal Government.
Article XXIII - Fly America Act of 1974
Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers holding certificates under 49 U.S.C.) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. section 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942.
Article XXIV - Hotel and Motel Fire Safety Act of 1990
Recipients must ensure that all conference, meeting, convention, or training space funded in whole or in part with federal funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15
U.S.C. section 2225a.
Article XXV - John S. McCain National Defense Authorization Act of Fiscal Year 2019
Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R.
sections 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning August 13, 2020, the statute - as it applies to DHS recipients, subrecipients, and their contractors and subcontractors - prohibits obligating or expending federal award funds on certain telecommunications and video surveillance products and contracting with certain entities for national security reasons.
Article XXVI - Limited English Proficiency (Civil Rights Act of 1964 - Title VI)
Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. section 2000d et seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: https://www.dhs.gov/guidance-published-help-department-supported-organizations-provide-meaningful-access-people-limited and additional resources on http://www.lep.gov.
Article XXVII - Lobbying Prohibitions
Recipients must comply with 31 U.S.C. section 1352, which provides that none of the funds provided under a federal financial assistance award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification.
Article XXVIII - National Environmental Policy Act
Recipients must comply with the requirements of the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. section 4321 et seq.) and the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans.
Article XXIX - Nondiscrimination in Matters Pertaining to Faith-Based Organizations
It is DHS policy to ensure the equal treatment of faith-based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the participations of faith-based organizations in individual DHS programs.
Article XXX - Non-Supplanting Requirement
Recipients receiving federal financial assistance awards made under programs that prohibit supplanting by law must ensure that federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non-federal sources.
Article XXXI - Notice of Funding Opportunity Requirements
All the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are incorporated here by reference in the award terms and conditions. All recipients must comply with any such requirements set forth in the program NOFO.
Article XXXII - Patents and Intellectual Property Rights
Recipients are subject to the Bayh-Dole Act, 35 U.S.C. section 200 et seq, unless otherwise provided by law. Recipients are subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from federal financial assistance awards located at 37 C.F.R. Part 401 and the standard patent rights clause located at 37 C.F.R. section 401.14.
Article XXXIII - Procurement of Recovered Materials
States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. 89-272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42 U.S.C. section 6962.)
The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition.
Article XXXIV - Rehabilitation Act of 1973
Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. 93-112 (1973) (codified as amended at 29 U.S.C. section 794), which provides that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance.
Article XXXV - Reporting of Matters Related to Recipient Integrity and Performance
General Reporting Requirements:
If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then the recipients must comply with the requirements set forth in the government-wide Award Term and Condition for Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated here by reference in the award terms and conditions.
Article XXXVI - Reporting Subawards and Executive Compensation
Reporting of first tier subawards:
Recipients are required to comply with the requirements set forth in the government-wide award term on Reporting Subawards and Executive Compensation located at 2 C.F.R. Part 170, Appendix A, the full text of which is incorporated here by reference in the award terms and conditions.
Article XXXVII - Required Use of American Iron, Steel, Manufactured Products, and Construction Materials
Recipients must comply with the Build America, Buy America provisions of the Infrastructure Investment and Jobs Act and
E.O. 14005. Recipients of an award of Federal financial assistance from a program for infrastructure are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless:
all iron and steel used in the project are produced in the United States-this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States;
all manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and
all construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States.
The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project.
Waivers
When necessary, recipients may apply for, and the agency may grant, a waiver from these requirements. Information on the process for requesting a waiver from these requirements is on the website below.
When the Federal agency has made a determination that one of the following exceptions applies, the awarding official may waive the application of the domestic content procurement preference in any case in which the agency determines that:
applying the domestic content procurement preference would be inconsistent with the public interest;
the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or
the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent.
A request to waive the application of the domestic content procurement preference must be in writing. The agency will provide instructions on the format, contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than 15 days and must be reviewed by the Made in America Office.
There may be instances where an award qualifies, in whole or in part, for an existing waiver described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure | FEMA.gov.
The awarding Component may provide specific instructions to Recipients of awards from infrastructure programs that are subject to the Build America, Buy America provisions. Recipients should refer to the Notice of Funding Opportunity for further information on the Buy America preference and waiver process.
Article XXXVIII - SAFECOM
Recipients receiving federal financial assistance awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications.
Article XXXIX - Terrorist Financing
Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible to ensure compliance with the Order and laws.
Article XL - Trafficking Victims Protection Act of 2000 (TVPA)
Trafficking in Persons:
Recipients must comply with the requirements of the government-wide financial assistance award term which implements Section 106 (g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. section 7104. The award term is located at 2 C.F.R. section 175.15, the full text of which is incorporated here by reference.
Article XLI - Universal Identifier and System of Award Management
Requirements for System for Award Management and Unique Entity Identifier Recipients are required to comply with the requirements set forth in the government-wide financial assistance award term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by reference.
Article XLII - USA PATRIOT Act of 2001
Recipients must comply with requirements of Section 817 of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. sections
175-175c.
Article XLIII - Use of DHS Seal, Logo and Flags
Recipients must obtain permission from their DHS FAO prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials.
Article XLIV - Whistleblower Protection Act
Recipients must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.C section 2409, 41 U.S.C. section 4712, and 10 U.S.C. section 2324, 41 U.S.C. sections 4304 and 4310.
Article XLV - Environmental Planning and Historic Preservation (EHP) Review
DHS/FEMA funded activities that may require an Environmental Planning and Historic Preservation (EHP) review are subject to the FEMA EHP review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires the recipient to comply with all federal, state and local laws.
DHS/FEMA is required to consider the potential impacts to natural and cultural resources of all projects funded by DHS/ FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act; National Historic Preservation Act of 1966, as amended; National Flood Insurance Program regulations; and any other applicable laws and executive orders. General guidance for FEMA's EHP process is available on the DHS/FEMA Website. Specific applicant guidance on how to submit information for EHP review depends on the individual grant program and applicants should contact their grant Program Officer to be put into contact with EHP staff responsible for assisting their specific grant program. The EHP review process must be completed before funds are released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the project due to noncompliance with EHP laws, executive orders, regulations, and policies.
If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archaeological resources are discovered the applicant will immediately cease work in that area and notify the pass-through entity, if applicable, and DHS/FEMA.
Article XLVI - Applicability of DHS Standard Terms and Conditions to Tribes
The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down to sub-recipients as a matter of law, regulation, or executive order. If the requirement does not apply to Indian tribes or there is a federal law or regulation exempting its application to Indian tribes, then the acceptance by Tribes of, or acquiescence
to, DHS Standard Terms and Conditions does not change or alter its inapplicability to an Indian tribe. The execution of grant documents is not intended to change, alter, amend, or impose additional liability or responsibility upon the Tribe where it does not already exist.
Article XLVII - Acceptance of Post Award Changes
Article XLVIII - Disposition of Equipment Acquired Under the Federal Award
For purposes of original or replacement equipment acquired under this award by a non-state recipient or non-state sub- recipients, when that equipment is no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, you must request instructions from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R. section 200.313. State recipients and state sub-recipients must follow the disposition requirements in accordance with state laws and procedures.
Article XLIX - Prior Approval for Modification of Approved Budget
Before making any change to the FEMA approved budget for this award, you must request prior written approval from FEMA where required by 2 C.F.R. section 200.308.
For purposes of non-construction projects, FEMA is utilizing its discretion to impose an additional restriction under 2 C.F.R. section 200.308(f) regarding the transfer of funds among direct cost categories, programs, functions, or activities. Therefore, for awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently
$250,000), you may not transfer funds among direct cost categories, programs, functions, or activities without prior written approval from FEMA where the cumulative amount of such transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last approved.
For purposes of awards that support both construction and non-construction work, FEMA is utilizing its discretion under 2
C.F.R. section 200.308(h)(5) to require the recipient to obtain prior written approval from FEMA before making any fund or budget transfers between the two types of work.
You must report any deviations from your FEMA approved budget in the first Federal Financial Report (SF-425) you submit following any budget deviation, regardless of whether the budget deviation requires prior written approval.
Article L - Indirect Cost Rate
2 C.F.R. section 200.211(b)(15) requires the terms of the award to include the indirect cost rate for the federal award. If applicable, the indirect cost rate for this award is stated in the budget documents or other materials approved by FEMA and included in the award file.
Article LI - Funding Hold: Environmental Planning and Historic Preservation (EHP) Compliance
This award includes work that triggers an Environmental Planning and Historic Preservation (EHP) compliance review. A funding hold is placed on the following investments/projects, and the recipient is prohibited from obligating, expending, or drawing down funds under this award in the amount of $225,000 in support of the following investments/projects, with a limited exception for any approved costs associated with the preparation, conduct, and completion of required EHP reviews. Please refer to the applicable NOFO and Preparedness Grants Manual (PGM) for further information on EHP requirements and other applicable program guidance, including FEMA Information Bulletin No. 404.
Investment #3: Support Infrastructure for CBP Radiation Screening Portals: $225,000
To release this hold, the recipient is required to obtain the required FEMA EHP compliance approval for this project pursuant to the FY 2023 PSGP NOFO and PGM. Failure to comply with this condition may jeopardize your ability to access and expend federal funds for the investments/projects listed above. Please contact your FEMA GPD Headquarters Preparedness Officer or Program Analyst to receive specific guidance regarding EHP compliance.
If you have questions about this funding hold or believe it was placed in error, please contact the FEMA GPD Headquarters Preparedness Officer or Program Analyst.
BUDGET COST CATEGORIES | ||
Personnel | $0.00 | |
Fringe Benefits | $0.00 | |
Travel | $0.00 | |
Equipment | $0.00 | |
Supplies | $0.00 | |
Contractual | $300,000.00 | |
Construction | $0.00 | |
Indirect Charges | $0.00 | |
Other | $0.00 |
Obligating Document for Award/Amendment | |||||||
1a. AGREEMENT NO. EMW-2023-PU-00413-S01 | 2. AMENDMENT NO. *** | 3. RECIPIENT NO. 510202754 | 4. TYPE OF ACTION AWARD | 5. CONTROL NO. WX05654N2023T | |||
6. RECIPIENT NAME AND ADDRESS Manatee County Port Authority 300 Tampa Bay Way Suite 1 Palmetto, FL, 34221 - 6608 | 7. ISSUING FEMA OFFICE AND ADDRESS FEMA-GPD 400 C Street, SW, 3rd floor Washington, DC 20472-3645 POC: 866-927-5646 | 8. PAYMENT OFFICE AND ADDRESS FEMA Finance Center 430 Market Street Winchester, VA 22603 | |||||
9. NAME OF RECIPIENT PROJECT OFFICER David St. Pierre | PHONE NO. 9417226621X1 | 10. NAME OF FEMA PROJECT COORDINATOR C01entral Scheduling and Information Desk Phone: 800-368-6498 | |||||
11. EFFECTIVE DATE OF THIS ACTION 08/25/2023 | 12. METHOD OF PAYMENT PARS | 13. ASSISTANCE ARRANGEMENT Cost Reimbursement | 14. PERFORMANCE PERIOD From: To: 09/01/2023 08/31/2026 Budget Period 09/01/2023 08/31/2026 | ||||
1 5. DESCRIPTION OF ACTION a. (Indicate funding data for awards or financial changes) | |||||||
PROGRAM NAME ACRONYM | CFDA NO. | ACCOUNTING DATA (ACCS CODE) XXXX-XXX-XXXXXX- XXXXX-XXXX-XXXX-X | PRIOR TOTAL AWARD | AMOUNT AWARDED THIS ACTION + OR (-) | CURRENT TOTAL AWARD | CUMULATIVE NON- FEDERAL COMMITMENT | |
Port Security Grant Program | 97.056 | 2023-FA-GC01-P410- -4101-D | $0.00 | $225,000.00 | $225,000.00 | See Totals |
$0.00 | $225,000.00 | $225,000.00 | $75,000.00 | |||
b. To describe changes other than funding data or financial changes, attach schedule and check here. N/A | ||||||
16 a. FOR NON-DISASTER PROGRAMS: RECIPIENT IS REQUIRED TO SIGN AND RETURN THREE (3) COPIES OF THIS DOCUMENT TO FEMA (See Block 7 for address) Port Security Grant Program recipients are not required to sign and return copies of this document. However, recipients should print and keep a copy of this document for their records. 16b. FOR DISASTER PROGRAMS: RECIPIENT IS NOT REQUIRED TO SIGN This assistance is subject to terms and conditions attached to this award notice or by incorporated reference in program legislation cited above. | ||||||
17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) David St. Pierre, Mr | DATE Wed Aug 30 13:18:59 UTC 2023 | |||||
18. FEMA SIGNATORY OFFICIAL (Name and Title) PAMELA SUSAN WILLIAMS, | DATE Fri Aug 25 03:06:56 UTC 2023 | |||||
Award Letter
Effective date: 09/17/2024
David St. Pierre
MANATEE COUNTY PORT AUTHORITY 300 TAMPA BAY WAY STE 1
PALMETTO, FL 34221 EMW-2024-PU-05514
Dear David St. Pierre,
U.S. Department of Homeland Security
Washington, D.C. 20472
Congratulations on behalf of the Department of Homeland Security, your application submitted for the Fiscal Year 2024 Port Security Grant Program (PSGP), has been approved in the amount of
$419,250.00 in Federal funding. This award of federal assistance is executed as a Grant. As a condition of this award, you are required to contribute non-Federal funds equal to or greater than
$139,750.00 for a total approved budget of $559,000.00. Please see the Fiscal Year 2024 Port Security Grant Program (PSGP) for information on how to meet this cost share requirement.
Before you request and receive any of the Federal funds awarded to you, you must establish acceptance of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this award, you acknowledge that the terms of the following documents are incorporated into the terms of your award:
Award Summary - included in this document
Agreement Articles - included in this document
Obligating Document - included in this document
Fiscal Year 2024 Port Security Grant Program (PSGP) Notice of Funding Opportunity The Preparedness Grant Manual (PGM)
Please make sure you read, understand, and maintain a copy of these documents in your official file for this award.
Sincerely,
PAMELA WILLIAMS
Assistant Administrator, Grant Programs
Award Summary
Program: Fiscal Year 2024 Port Security Grant Program Recipient: MANATEE COUNTY PORT AUTHORITY UEI-EFT: KLBXGVB8Q2L3
DUNS number: 019737399
Award number: EMW-2024-PU-05514
Summary description of award
The Port Security Grant Program provides funds to state, local, and private sector maritime partners to support increased port-wide risk management and protect critical surface transportation infrastructure from acts of terrorism, major disasters, and other emergencies.
Amount awarded table
The amount of the award is detailed in the attached Obligating Document for Award.
The following are the budgeted estimates for object classes for this award (including Federal share plus your cost share, if applicable):
Object Class | Total |
Personnel | $0.00 |
Fringe benefits | $0.00 |
Travel | $0.00 |
Equipment | $88,000.00 |
Supplies | $0.00 |
Contractual | $471,000.00 |
Construction | $0.00 |
Other | $0.00 |
Indirect charges | $0.00 |
Federal | $419,250.00 |
Non-federal | $139,750.00 |
Total | $559,000.00 |
Program Income | $0.00 |
Approved scope of work
After review of your application, FEMA has approved the below scope of work. Justifications are provided for any differences between the scope of work in the original application and the approved scope of work under this award. You must submit scope or budget revision requests for FEMA's prior approval, via an amendment request, as appropriate per 2 C.F.R. § 200.308 and the FY2024 PSGP NOFO.
Approved request details:
Investment
Contractual Ineligible DESCRIPTION Camera Installation: Installation and configuration of cameras procured under this investment | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $175,000.00 | $175,000.00 |
BUDGET CLASS | ||
Contractual | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Equipment Ineligible DESCRIPTION Video Camera 180 Multi sensor AEL# 04MD-01-VCAM | ||
QUANTITY | UNIT PRICE | TOTAL |
3 | $7,000.00 | $21,000.00 |
BUDGET CLASS | ||
Equipment | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Equipment Ineligible DESCRIPTION Video Camera 360 Multi sensor AEL# 04MD-01-VCAM | ||
QUANTITY | UNIT PRICE | TOTAL |
8 | $8,000.00 | $64,000.00 |
BUDGET CLASS | ||
Equipment | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Equipment Ineligible DESCRIPTION Video Camera PTZ AEL# 04MD-01-VCAM | ||
QUANTITY | UNIT PRICE | TOTAL |
4 | $10,000.00 | $40,000.00 |
BUDGET CLASS | ||
Equipment | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Investment
Contractual DESCRIPTION The Cyber-Security Monitoring services requested under this investment will mitigate cybersecurity vulnerabilities and align with the current regulations and policies as outlined in the Cyber Annex of the Area Maritime Security Plan and the Cyber Security Measures outlined in the port’s Facility Security Plan based upon in recent cyber assessment. | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $150,000.00 | $150,000.00 |
BUDGET CLASS | ||
Contractual | ||
Investment
Travel Ineligible DESCRIPTION Travel to training location | ||
QUANTITY | UNIT PRICE | TOTAL |
4 | $5,000.00 | $20,000.00 |
BUDGET CLASS | ||
Travel | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Contractual Ineligible DESCRIPTION CISSP Boot Camp AEL# 21GN-00-TRNG | ||
QUANTITY | UNIT PRICE | TOTAL |
4 | $5,000.00 | $20,000.00 |
BUDGET CLASS | ||
Contractual | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Investment
Equipment DESCRIPTION OSDP Readers AEL# 14SW-01-SIDP | ||
QUANTITY | UNIT PRICE | TOTAL |
36 | $1,500.00 | $54,000.00 |
BUDGET CLASS | ||
Equipment | ||
Contractual DESCRIPTION Equipment Installation and Configuration, Installation of Readers, network and associated hardware | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $51,000.00 | $51,000.00 |
BUDGET CLASS | ||
Contractual | ||
Equipment DESCRIPTION Card Authentication Readers AEL# 14SW-01-SIDP | ||
QUANTITY | UNIT PRICE | TOTAL |
40 | $100.00 | $4,000.00 |
BUDGET CLASS | ||
Equipment | ||
Equipment DESCRIPTION Firewall, Network AEL# 05NP-00-FWAL | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $16,000.00 | $16,000.00 |
BUDGET CLASS | ||
Equipment | ||
Contractual DESCRIPTION Configuration of Security Bio Controls and Active directory Security controls. Specialized network security configuration | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $50,000.00 | $50,000.00 |
BUDGET CLASS | ||
Contractual | ||
Equipment DESCRIPTION System, Remote Authentication AEL# 05-00-YOKN | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $14,000.00 | $14,000.00 |
BUDGET CLASS | ||
Equipment | ||
Contractual DESCRIPTION Integrated Access Control System Enhancements. Enhance functionality and improve security to critical databases. | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $220,000.00 | $220,000.00 |
BUDGET CLASS | ||
Contractual | ||
Investment
Equipment Ineligible DESCRIPTION Multi passenger Transport Van AEL# 12VE-00-MISS | ||
QUANTITY | UNIT PRICE | TOTAL |
1 | $70,000.00 | $70,000.00 |
BUDGET CLASS | ||
Equipment | ||
CHANGE FROM APPLICATION Item marked ineligible JUSTIFICATION Not selected for funding | ||
Of the total Federal funds, $419250.00 has been placed on hold. See the following terms in the Agreement Articles for more details:
Article number | Title | Payment hold |
Article 50 | Funding Hold: Environmental Planning and Historic Preservation (EHP) Compliance | $419250.00 |
Agreement Articles
Program: Fiscal Year 2024 Port Security Grant Program Recipient: MANATEE COUNTY PORT AUTHORITY UEI-EFT: KLBXGVB8Q2L3
DUNS number: 019737399
Award number: EMW-2024-PU-05514
Table of contents
Article 1 Assurances, Administrative Requirements, Cost Principles, Representations, and Certifications I. Recipients must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances – Non- Construction Programs, or OMB Standard Form 424D Assurances – Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as instructed by the federal awarding agency. |
Article 2 General Acknowledgements and Assurances Recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in effect as of the federal award date and located at 2 C.F.R. Part 200 and adopted by DHS at 2 C.F.R. § 3002.10. All recipients and subrecipients must acknowledge and agree to provide DHS access to records, accounts, documents, information, facilities, and staff pursuant to 2 C.F.R. § 200.337. I. Recipients must cooperate with any DHS compliance reviews or compliance investigations. II. Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities and personnel. III. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. IV. Recipients must comply with all other special reporting, data collection, and evaluation requirements required by law, federal regulation, Notice of Funding Opportunity, federal award specific terms and conditions, and/or federal awarding agency program guidance. V. Recipients must complete the DHS Civil Rights Evaluation Tool within thirty (30) days of receiving the Notice of Award for the first award under which this term applies. Recipients of multiple federal awards from DHS should only submit one completed tool for their organization, not per federal award. After the initial submission, recipients are required to complete the tool once every two (2) years if they have an active federal award, not every time a federal award is made. Recipients must submit the completed tool, including supporting materials, to CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and related reporting requirements contained in these DHS Standard Terms and Conditions. Subrecipients are not required to complete and submit this tool to DHS. The evaluation tool can be found at https://www.dhs.gov/publication/dhs- civil-rights-evaluation-tool. DHS Civil Rights Evaluation Tool | Homeland Security. The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension to the 30-day deadline if the recipient identifies steps and a timeline for completing the tool. Recipients must request extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30-day deadline. |
Article 3 Acknowledgement of Federal Funding from DHS Recipients must acknowledge their use of federal award funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal award funds. |
Article 4 Activities Conducted Abroad Recipients must coordinate with appropriate government authorities when performing project activities outside the United States obtain all appropriate licenses, permits, or approvals. |
Article 5 Age Discrimination Act of 1975 Recipients must comply with the requirements of the Age Discrimination Act of 1975, Pub. L. No. 94-135 (codified as amended at 42 U.S.C. § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance. |
Article 6 Americans with Disabilities Act of 1990 Recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. No. 101-336 (1990) (codified as amended at 42 U.S.C. §§ 12101– 12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities. |
Article 7 Best Practices for Collection and Use of Personally Identifiable Information Recipients who collect personally identifiable information (PII) as part of carrying out the scope of work under a federal award are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PII they collect. DHS defines PII as any information that permits the identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively. |
Article 8 Civil Rights Act of 1964 – Title VI Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964, Pub. L. No. 88-352 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21. Recipients of an award from the Federal Emergency Management Agency (FEMA) must also comply with FEMA’s implementing regulations at 44 C.F.R. Part 7. |
Article 9 Civil Rights Act of 1968 Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. No. 90-284 (codified as amended at 42 U.S.C. § 3601 et seq.) which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection. therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex, as implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units— i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground-floor units in buildings without elevators) —be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D.) |
Article 10 Copyright Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 to any work first produced under federal awards and also include an acknowledgement that the work was produced under a federal award (including the federal award number and federal awarding agency). As detailed in 2 C.F.R. § 200.315, a federal awarding agency reserves a royalty-free, nonexclusive, and irrevocable right to reproduce, publish, or otherwise use the work for federal purposes and to authorize others to do so. |
Article 11 Debarment and Suspension Recipients must comply with the non-procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689 set forth at 2 C.F.R. Part 180 as implemented by DHS at 2 C.F.R. Part 3000. These regulations prohibit recipients from entering into covered transactions (such as subawards and contracts) with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities. |
Article 12 Drug-Free Workplace Regulations Recipients must comply with drug-free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the Government- wide implementation (2 C.F.R. Part 182) of the Drug- Free Workplace Act of 1988 (41 U.S.C. §§ 8101-8106). |
Article 13 Duplicative Costs Recipients are prohibited from charging any cost to this federal award that will be included as a cost or used to meet cost sharing or matching requirements of any other federal award in either the current or a prior budget period. (See 2 C.F.R. § 200.403(f)). However, recipients may shift costs that are allowable under two or more federal awards where otherwise permitted by federal statutes, regulations, or the federal financial assistance award terms and conditions. |
Article 14 Education Amendments of 1972 (Equal Opportunity in Education Act) – Title IX Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. No. 92-318 (codified as amended at 20 U.S.C. § 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17. Recipients of an award from the Federal Emergency Management Agency (FEMA) must also comply with FEMA’s implementing regulations at 44 C.F.R. Part 19. |
Article 15 E.O. 14074 – Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety Recipient State, Tribal, local, or territorial law enforcement agencies must comply with the requirements of section 12(c) of E.O. 14074. Recipient State, Tribal, local, or territorial law enforcement agencies are also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe and effective policing. |
Article 16 Energy Policy and Conservation Act Recipients must comply with the requirements of the Energy Policy and Conservation Act, Pub. L. No. 94-163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act. |
Article 17 False Claims Act and Program Fraud Civil Remedies Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. §§ 3729- 3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made.) |
Article 18 Federal Debt Status All recipients are required to be non-delinquent in their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A- 129.) |
Article 19 Federal Leadership on Reducing Text Messaging while Driving Recipients are encouraged to adopt and enforce policies that ban text messaging while driving recipient-owned, recipient-rented, or privately owned vehicles when on official government business or when performing any work for or on behalf of the Federal Government. Recipients are also encouraged to conduct the initiatives of the type described in Section 3(a) of E.O. 13513. |
Article 20 Fly America Act of 1974 Recipients must comply with Preference for U.S. Flag Air Carriers (a list of certified air carriers can be found at: Certificated Air Carriers List | US Department of Transportation, https://www.transportation.gov/policy/aviation- policy/certificated-air-carriers-list)for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. § 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942. |
Article 21 Hotel and Motel Fire Safety Act of 1990 Recipients must ensure that all conference, meeting, convention, or training space funded entirely or in part by federal award funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. § 2225a. |
Article 22 John S. McCain National Defense Authorization Act of Fiscal Year 2019 Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§ 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. The statute – as it applies to DHS recipients, subrecipients, and their contractors and subcontractors – prohibits obligating or expending federal award funds on certain telecommunications and video surveillance products and contracting with certain entities for national security reasons. |
Article 23 Limited English Proficiency (Civil Rights Act of 1964, Title VI) Recipients must comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services. For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: https://www.dhs.gov/guidance-published-help- department-supported-organizations-provide-meaningful-access-people- limited and additional resources on http://www.lep.gov. |
Article 24 Lobbying Prohibitions Recipients must comply with 31 U.S.C. § 1352 and 6 C.F.R. Part 9, which provide that none of the funds provided under a federal award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification. Per 6 C.F.R. Part 9, recipients must file a lobbying certification form as described in Appendix A to 6 C.F.R. Part 9 or available on Grants.gov as the Grants.gov Lobbying Form and file a lobbying disclosure form as described in Appendix B to 6 C.F.R. Part 9 or available on Grants.gov as the Disclosure of Lobbying Activities (SF-LLL). |
Article 25 National Environmental Policy Act Recipients must comply with the requirements of the National Environmental Policy Act of 1969, Pub. L. No. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321 et seq.) (NEPA) and the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans. |
Article 26 Nondiscrimination in Matters Pertaining to Faith-Based Organizations It is DHS policy to ensure the equal treatment of faith-based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the participations of faith- based organizations in individual DHS programs. |
Article 27 Non-Supplanting Requirement Recipients of federal awards under programs that prohibit supplanting by law must ensure that federal funds supplement but do not supplant non-federal funds that, in the absence of such federal funds, would otherwise have been made available for the same purpose. |
Article 28 Notice of Funding Opportunity Requirements All the instructions, guidance, limitations, scope of work, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this federal award are incorporated by reference. All recipients must comply with any such requirements set forth in the NOFO. If a condition of the NOFO is inconsistent with these terms and conditions and any such terms of the Award, the condition in the NOFO shall be invalid to the extent of the inconsistency. The remainder of that condition and all other conditions set forth in the NOFO shall remain in effect. |
Article 29 Patents and Intellectual Property Rights Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq. and applicable regulations governing inventions and patents, including the regulations issued by the Department of Commerce at 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms under Government Awards, Contracts, and Cooperative Agreements) and the standard patent rights clause set forth at 37 C.F.R. § 401.14. |
Article 30 Procurement of Recovered Materials States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962) and 2 C.F.R. § 200.323. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. |
Article 31 Rehabilitation Act of 1973 Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. No. 93-112 (codified as amended at 29 U.S.C. § 794), which provides that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. |
Article 32 Reporting of Matters Related to Recipient Integrity and Performance If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of the federal award, then the recipient must comply with the requirements set forth in the government-wide Award Term and Condition for Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated by reference. |
Article 35 | SAFECOM Recipients receiving federal financial assistance awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications. The SAFECOM Guidance is updated annually and can be found at Funding and Sustainment | CISA. |
Article 36 | Terrorist Financing Recipients must comply with E.O. 13224 and applicable statutory prohibitions on transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible for ensuring compliance with the E.O. and laws. |
Article 37 | Trafficking Victims Protection Act of 2000 (TVPA) Recipients must comply with the requirements of the government-wide financial assistance award term which implements Trafficking Victims Protection Act of 2000, Pub. L. No. 106-386, § 106 (codified as amended at 22 U.S.C. § 7104). The award term is located at 2 C.F.R. § 175.15, the full text of which is incorporated by reference. |
Article 38 | Universal Identifier and System of Award Management Recipients are required to comply with the requirements set forth in the government-wide financial assistance award term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated reference. |
Article 39 | USA PATRIOT Act of 2001 Recipients must comply with requirements of Section 817 of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. §§ 175–175c. |
Article 40 | Use of DHS Seal, Logo and Flags Recipients must obtain written permission from DHS prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. |
Article 41 | Whistleblower Protection Act Recipients must comply with the statutory requirements for whistleblower protections at 10 U.S.C § 470141 U.S.C. § 4712. |
Article 42 Environmental Planning and Historic Preservation (EHP) Review DHS/FEMA funded activities that may require an Environmental Planning and Historic Preservation (EHP) review are subject to the FEMA EHP review process. This review does not address all federal, state, and local requirements. Acceptance of federal funding requires the recipient to comply with all federal, state and local laws. DHS/FEMA is required to consider the potential impacts to natural and cultural resources of all projects funded by DHS/FEMA grant funds, through its EHP review process, as mandated by: the National Environmental Policy Act; National Historic Preservation Act of 1966, as amended; National Flood Insurance Program regulations; and any other applicable laws and executive orders. General guidance for FEMA’s EHP process is available on the DHS/FEMA Website at: https://www.fema.gov/grants/guidance-tools/environmental-historic. Specific applicant guidance on how to submit information for EHP review depends on the individual grant program and applicants should contact their grant Program Officer to be put into contact with EHP staff responsible for assisting their specific grant program. The EHP review process must be completed before funds are released to carry out the proposed project; otherwise, DHS/FEMA may not be able to fund the project due to noncompliance with EHP laws, executive orders, regulations, and policies. If ground disturbing activities occur during construction, applicant will monitor ground disturbance, and if any potential archaeological resources are discovered the applicant will immediately cease work in that area and notify the pass-through entity, if applicable, and DHS/FEMA. |
Article 43 Applicability of DHS Standard Terms and Conditions to Tribes The DHS Standard Terms and Conditions are a restatement of general requirements imposed upon recipients and flow down to sub-recipients as a matter of law, regulation, or executive order. If the requirement does not apply to Indian tribes or there is a federal law or regulation exempting its application to Indian tribes, then the acceptance by Tribes of, or acquiescence to, DHS Standard Terms and Conditions does not change or alter its inapplicability to an Indian tribe. The execution of grant documents is not intended to change, alter, amend, or impose additional liability or responsibility upon the Tribe where it does not already exist. |
Article 44 Acceptance of Post Award Changes In the event FEMA determines that an error in the award package has been made, or if an administrative change must be made to the award package, recipients will be notified of the change in writing. Once the notification has been made, any subsequent requests for funds will indicate recipient acceptance of the changes to the award. Please call FEMA Grant Management Operations at (866) 927-5646 or via e-mail to: ASK- GMD@fema.dhs.gov if you have any questions. |
Article 45 Disposition of Equipment Acquired Under the Federal Award For purposes of original or replacement equipment acquired under this award by a non-state recipient or non-state sub-recipients, when that equipment is no longer needed for the original project or program or for other activities currently or previously supported by a federal awarding agency, you must request instructions from FEMA to make proper disposition of the equipment pursuant to 2 C.F.R. section 200.313. State recipients and state sub-recipients must follow the disposition requirements in accordance with state laws and procedures. |
Article 46 Prior Approval for Modification of Approved Budget Before making any change to the FEMA approved budget for this award, you must request prior written approval from FEMA where required by 2 C.F.R. section 200.308. For purposes of non-construction projects, FEMA is utilizing its discretion to impose an additional restriction under 2 C.F.R. section 200.308(f) regarding the transfer of funds among direct cost categories, programs, functions, or activities. Therefore, for awards with an approved budget where the federal share is greater than the simplified acquisition threshold (currently $250,000), you may not transfer funds among direct cost categories, programs, functions, or activities without prior written approval from FEMA where the cumulative amount of such transfers exceeds or is expected to exceed ten percent (10%) of the total budget FEMA last approved. For purposes of awards that support both construction and non-construction work, FEMA is utilizing its discretion under 2 C.F.R. section 200.308(h)(5) to require the recipient to obtain prior written approval from FEMA before making any fund or budget transfers between the two types of work. You must report any deviations from your FEMA approved budget in the first Federal Financial Report (SF-425) you submit following any budget deviation, regardless of whether the budget deviation requires prior written approval. |
Article 47 Indirect Cost Rate 2 C.F.R. section 200.211(b)(15) requires the terms of the award to include the indirect cost rate for the federal award. If applicable, the indirect cost rate for this award is stated in the budget documents or other materials approved by FEMA and included in the award file. |
Article 48 Summary Description of Award The terms of the approved Investment Justification(s) and Budget Detail Worksheet(s) submitted by the recipient are incorporated into the terms of this Federal award, subject to the additional description and limitations stated in this Agreement Article and the limitations stated in subsequent reviews by FEMA of the award budget. Post-award documents uploaded into FEMA GO for this award are also incorporated into the terms and conditions of this award, subject to any limitations stated in subsequent approvals by FEMA of changes to the award. Investments not listed in this Agreement Article are not approved for funding under this award. Investment 1: Cyber security - network monitoring is fully funded for $112,500. Investment 2: Cybersecurity - Access Control System Upgrade is fully funded for $306,750. |
Article 49 PSGP Performance Goal In addition to the Performance Progress Report (PPR) submission requirements outlined in the Preparedness Grants Manual, recipients must demonstrate how the grant-funded project addressed the capability gaps identified in their vulnerability assessment or other relevant documentation or sustains existing capabilities per the FEMA-approved Investment Justification. The capability gap reduction or capability sustainment must be addressed in the PPR, Section 10. Performance Narrative. |
Article 50 Funding Hold: Environmental Planning and Historic Preservation (EHP) Compliance This award includes work that requires an Environmental Planning and Historic Preservation (EHP) compliance review. A funding hold is placed on the following investments/projects, and the recipient is prohibited from obligating, expending, or drawing down funds under this award in the amount of $419,250 in support of the following investments/projects, with a limited exception for any approved costs associated with the preparation, conduct, and completion of required EHP reviews. Please refer to the applicable NOFO and Preparedness Grants Manual (PGM) for further information on EHP requirements and other applicable program guidance, including Environmental & Historic Preservation Guidance for FEMA Grant Applications | FEMA.gov and FEMA Information Bulletin No. 404. Investment 1: Cyber security - network monitoring: $112,500. Investment 2: Cybersecurity - Access Control System Upgrade: $306,750. To release this hold, the recipient is required to obtain the required FEMA EHP compliance approval for this project pursuant to the FY 2024 PSGP NOFO and PGM. Failure to comply with this condition may jeopardize your ability to access and expend federal funds for the investments/projects listed above. Please contact your FEMA GPD Headquarters Preparedness Officer or Program Analyst to receive specific guidance regarding EHP compliance. If you have questions about this funding hold or believe it was placed in error, please contact the FEMA GPD Headquarters Preparedness Officer or Program Analyst. |
Obligating document
Agreement No.
EMW-2024-PU- 05514
Amendment No.
N/A
Recipient No. 596000727
Type of Action AWARD
Control No. WX05789N2024T
Recipient Name and Address
MANATEE COUNTY PORT AUTHORITY
300 TAMPA BAY WAY PALMETTO, FL 34221
Issuing FEMA Office and Address
Grant Programs Directorate 500 C Street, S.W. Washington DC, 20528-
7000
1-866-927-5646
Payment Office and Address
FEMA, Financial Services Branch 500 C Street, S.W., Room 723
Washington DC, 20742
Name of Recipient Project Officer
David St. Pierre
9a. Phone No.
941-
6507300
Name of FEMA Project Coordinator
Port Security Grant Program Grant Program
10a. Phone No.
1-877-585-
3242
Effective Date of This Action
09/17/2024
Method of Payment
OTHER - FEMA GO
Assistance Arrangement
COST SHARING
Performance Period 09/01/2024 to
08/31/2027
Budget Period 09/01/2024 to
08/31/2027
Description of Action a. (Indicate funding data for awards or financial changes)
Program
Accounting Prior
Amount
Current
Cumulative
Name
Assistance Data
Total
Awarded
Total
Non-Federal
Abbreviation Listing No. (ACCS
Code)
2024-FA-
Award This Action Award
+ or (-)
Commitment
PSGP
97.056
GC01 -
P410-xxxx- 4101-D
$0.00
$419,250.00 $419,250.00 See Totals
Totals $0.00 $419,250.00 $419,250.00 $139,750.00
b. To describe changes other than funding data or financial changes, attach schedule and check here:
N/A
FOR NON-DISASTER PROGRAMS: RECIPIENT IS REQUIRED TO SIGN AND RETURN THREE (3) COPIES OF THIS DOCUMENT TO FEMA (See Block 7 for
address)
This field is not applicable for digitally signed grant agreements
17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) DATE David St. Pierre 09/20/2024 |
18. FEMA SIGNATORY OFFICIAL (Name and Title) DATE PAMELA WILLIAMS, Assistant Administrator, Grant Programs 09/17/2024 |
May 6, 2025
CONSENT
AGENDA ITEM 3.F: CONTRACT FOR PROFESSIONAL LOBBYING
SERVICES - CORCORAN & ASSOCIATES
BACKGROUND:
Port staff participate in federal affairs to advocate for federal policy changes and obtain federal grant funding for infrastructure projects. Port staff are augmented by professional service firms located in Washington DC, that can build and maintain relationships with executive and legislative branches. At the federal level, Florida now has greater leadership representation in both branches, and the conditions for Florida centric decisions are likely to be more favorable. Approval is sought for a new contract with Florida-based firm Corcoran & Associates, Inc. (Corcoran Partners), effective June 1, 2025. Corcoran Partners will focus on securing increased funding for SeaPort Manatee’s capital projects and advocating for policies that will make it easier to do business in Florida. The Port’s current federal lobbyist, Twenty-First Century Group commenced federal lobbying services for the Port Authority on July 1, 2023. Approval of the new contract with Corcoran & Associates, Inc., will initiate a contractual 30-day notice to the Twenty-First Century Group for a discontinuation of services.
ATTACHMENT:
Contract for Professional Services
COST AND FUNDING SOURCE:
$10,000 per month
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 Corcoran & Associates, Inc.
CONTRACT FOR PROFESSIONAL SERVICES
This contract (“Agreement”) is entered into 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 SeaPort Manatee, 300 Tampa Bay Way, Suite 01, Palmetto, Florida 34221, and the lobbying firm of Corcoran & Associates, Inc. (d.b.a. “Corcoran Partners”), a Florida corporation, with a principal place of business located at 19401 Shumard Oak Drive, Land O' Lakes, FL 34638 (collectively, the “Parties”).
WHEREAS, the Manatee County Port Authority desires to be represented in communicating with the United States Congress, the office of the President, and federal regulatory agencies (the federal government); and
WHEREAS, the Manatee County Port Authority wishes to obtain assistance with governmental relations expertise to work with Port officials to enhance relationships with the federal government; and
WHEREAS, Corcoran Partners wishes to provide such services; and
WHEREAS, the Parties have agreed to the terms under which Corcoran Partners 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:
SCOPE OF GOVERNMENTAL RELATIONS PROFESSIONAL SERVICES.
Corcoran Partners 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 Corcoran Partners of his/her designee(s).
All Governmental Relations work shall be carried out in accordance with general policies and goals set by the Port Authority. The Executive Director's designee shall communicate the Port’s priorities and positions to Corcoran Partners, 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 Corcoran Partners.
The services and assistance Corcoran Partners shall provide to the Port shall generally include:
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;
advocating Port positions and priorities to the Congress, President's office, and executive agencies;
providing more detailed advice, analysis and research relating to issues of particular importance to the Port, and suggesting strategies for responding or reacting to threats, challenges, or opportunities in the legislative or regulatory realm;
helping the Port develop legislative and executive branch lobbying strategies, and implementing such strategies during each congressional session;
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
providing periodic reports to the Port's elected Commissioners, which may include presentations in person, or via phone or video conference.
In addition to these general duties, Corcoran Partners understands that it shall place primary focus upon the following specific Port priorities:
$48,670,000 million from USDOT via FY 2025 PIDP grants for the reconstruction of Berth 11.
Partial reimbursement of $3,344,768 million from FY 2026 Energy and Water Development Bill.
Up to $203,028,500 million (less any PIDP grant funding awarded to Berth 11) from USDOT via FY 2026 or FY 2027 MEGA grant program for rebuilding of Berths 4 through 14.
Advocate for a much stronger worded version of H.R.6409 (118th Congress) be reintroduced to congress.
Similar to preemptions provided under Title 49 Section 10501 of the United States Code (U.S.C.), advocate for language to be introduced (or added to an existing bill) into Congress that preempts all shipbuilding construction activities and seaport construction activities, with the exception of the Jones Act, from all federal and state laws.
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 contract will primarily be provided by Michael Corcoran and Matthew Blair. While other members of Corcoran Partners or their support staff may assist in providing such services, these Corcoran Partners Officers or Principals will remain primarily assigned to this account, and Corcoran Partners shall not assign any other persons to be the primary Corcoran Partners representatives for the Port absent prior written
approval of the Port. Corcoran Partners shall ensure that all relevant laws, rules, and procedures applicable to lobbyists performing such services are complied with at all times.
COMPENSATION; TERMINATION.
The Port agrees to compensate the professional services described herein based upon a monthly retainer fee of $10,000 for the month of June 2025 and $10,000 per month thereafter. Payments shall be made within the time required by the Florida Prompt Payment Act upon receipt of valid invoices from Corcoran Partners. Corcoran Partners 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. Corcoran Partners agrees to strictly refrain from advertising the services of other clients to the Port.
Corcoran Partners 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 Corcoran Partners.
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 Corcoran Partners shall be to Michael Corcoran. 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.
PUBLIC RECORDS.
Corcoran Partners 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 Corcoran Partners 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. Corcoran Partners agrees, to the extent required by law, to:
Keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Agreement;
Provide the public with access to the public records under the same terms and conditions that the Port would provide the records and at a cost that does not exceed the cost provided for by law;
Ensure that the public records that are exempt or confidential, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and
Meet all requirements where retained public records and transfer, at no cost, to the Authority, all public records in possession of Corcoran Partners, 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, Corcoran Partners 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. Corcoran Partners shall promptly provide the Port with a copy of any request to inspect or copy public records that Corcoran Partners receives and a copy of Corcoran Partners' response to each request. Corcoran Partners 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 CORCORAN PARTNERS HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO TFCG’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
PUBLIC RECORDS CUSTODIAN, recordscustodian@seaportmanatee.com SEAPORT MANATEE, 300 TAMPA BAY WAY, PALMETTO, FL 34221, (941) 722-6621.
INDEMNIFICATION.
The Parties recognize that Corcoran Partners is an independent contractor. Corcoran Partners agrees to assume liability for and indemnify, hold harmless, and defend the Port, its commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorneys' fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance nonperformance of the duties of the Corcoran Partners under this Agreement, the enforcement of this Agreement, or resulting from the activities of the Corcoran Partners in any way connected to this Agreement, whether or not due to or caused by the negligence of the Port, its commissioners, mayor, officers, employees, agents and attorneys. Corcoran Partners’ liability hereunder shall include all attorneys' fees and costs incurred by the Port, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of Corcoran Partners against the Port, and Corcoran Partners hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. Nothing contained in this contract, and specifically this provision requiring Corcoran Partners to indemnify the Port, is intended to nor shall it be construed as an additional waiver of sovereign immunity by Port beyond the Port’s expressed written contractual obligations contained within this contract, nor shall it be construed as a waiver of any defenses or limitations to any claims, including those based on the doctrine of sovereign immunity or section 768.28, Florida Statutes. The obligations contained in this paragraph shall survive the termination of this Agreement, however terminated and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement.
Subject to the limitations set forth in this section , Corcoran Partners shall assume control of the defense of any claim asserted by a third party against the Port for which Corcoran Partners is obligated to indemnify, defend, and hold harmless the Port and, in connection of such defense, shall appoint lead counsel in each case at Corcoran Partners’ expense. The Port shall have the right, at its option, to participate in the defense of any third-party claim, without relieving Corcoran Partners of any of its obligations hereunder. If Corcoran Partners assumes control of the defense of any third-party claim in accordance with this section, Corcoran Partners shall obtain the prior written consent of the Port before entering into any settlement of such claim. Notwithstanding anything to the contrary in this section, Corcoran Partners shall not assume or maintain control of the defense of any third-party claim, but shall pay the fees of counsel retained by the Port and all expenses, including experts’ fees, if (a) an adverse determination with respect to the third-party claim would, in the good faith judgment of the Port, be detrimental in any material respect to the Port’s reputation; (b) the third-party claim seeks an injunction or equitable relief against the Port; or (c) Corcoran Partners has failed or is failing to prosecute or defend vigorously the third-party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third-party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith.
GENERAL PROVISIONS.
This Agreement will begin on June 1, 2025, until terminated by either party per 2.C. 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.
STATUTORY PROVISIONS.
Scrutinized Companies. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 287.135, Florida Statutes, Corcoran Partners certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List, (b) it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (c) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Port may terminate this Agreement immediately for cause if: (1) Corcoran Partners is found to have submitted a false certification regarding (a) – (e) above in accordance with section 287.135(5), Florida Statutes, (2) Corcoran Partners is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Corcoran Partners is found to have been placed on a list created pursuant to section 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. Such termination shall
be in addition to any and all remedies available to the Port at law or in equity. The terms “Boycott of Israel” and “Business operations” used in this section are defined as in Section 287.135, Florida Statutes. The Lists referred to in this section are those Lists in and maintained pursuant to section 287.135, Florida Statutes.
Foreign Countries of Concern. Pursuant to section 286.101, Florida Statutes, Corcoran Partners shall disclose any current or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, “Foreign Country of Concern” means the People’s Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People’s Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Corcoran Partners’ disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Corcoran Partners represents that within one (1) year before proposing any contract to the Port, Corcoran Partners provided a copy of such disclosure to the Florida Department of Financial Services.
E-Verify. Corcoran Partners shall comply with all applicable provisions of sections 448.09 and 448.095, Florida Statutes, as may be amended. The definitions in section 448.095(1), Florida Statutes, as may be amended, apply to this section of the Agreement. Corcoran Partners shall register with and use the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all employees of Corcoran Partners. Corcoran Partners may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Corcoran Partners enters into a contract with a subcontractor to perform work under this Agreement, Corcoran Partners must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Corcoran Partners must maintain copies of all such affidavits for the duration of this Agreement. Port may terminate this Agreement for cause if Port determines that Corcoran Partners or Corcoran Partners’ subcontractor has not complied with any applicable provision of sections 448.09 or 448.095, Florida Statutes, as may be amended. Port will terminate this Agreement for cause if Port has a good faith belief that Corcoran Partners has knowingly violated subsection 448.09(1), Florida Statutes, as may be amended. If the Port has a good faith belief that a subcontractor knowingly violated section 448.09(1), Florida Statutes, as may be amended, but Port determines that Corcoran Partners otherwise complied with section 448.09(1), Florida Statutes, as may be amended, Port will notify Corcoran Partners as such, and Corcoran Partners must immediately terminate Corcoran Partners’ contract with said subcontractor. If this Agreement is terminated under section 448.095(c), F.S.: (a) such termination is not a breach of this Agreement and may not be considered as such; (b) Corcoran Partners may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Corcoran Partners is liable for any additional costs incurred by the Port as a result of the termination of the Agreement.
No Funds for Identification Documents. Corcoran Partners agrees that Corcoran Partners does not and will not, nor will it allow a subcontractor to, use any funds from the Port for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States
IN WITNESS WHEREOF, this Agreement represents the entire agreement between the Manatee County Port Authority and Corcoran & Associates, Inc. (d.b.a. “Corcoran Partners”).
ATTEST:
ANGELINA M. COLONNESO
Clerk of Circuit Court
MANATEE COUNTY PORT AUTHORITY
By: By:
Mike Rahn, Chairman
CORCORAN & ASSOCIATES, INC.
By:
Michael Corcoran, Founding Partner & Chief Executive Officer
Anti-Human Trafficking Affidavit
Instructions: This form must be completed by an officer or representative of an entity entering into, renewing, or extending, a contract with SeaPort Manatee.
The undersigned, on behalf of Corcoran and Associates dba Corcoran Partners (''Contractor"), hereby attests as follows:
Contractor understands and affirms that Section 787.06(13), Florida Statutes, prohibits the SeaPort Manatee from executing, renewing, or extending a contract to entities that use coercion for labor or services, with such terms defined as follows:
"Coercion" means: (1) using or threatening to use physical force against any person: (2) restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; (3) using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectfvely limited and definedi (4) destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; (5) causing or threatening to cause financial harm to any person; (6) enticing or luring any person by fraud or deceit; or (7) providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03, Florida Statutes, to any person for the purpose of exploitation of that person.
"Labor" means work of economic or financial value.
''Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term Includes, but is not limited to, forced marriage, servitude, or the removal of organs.
Contractor hereby attests, under penalty of perjury, that Contractor does not use coercion for labor or services as defined in Section 787.06(2), Florida Statutes.
I, the undersigned, hereby represent that I make the above attestation based upon personal knowledge; am over the age of18 years and otherwise competent to make the above attestation; and am authorized to legally bind and make the above attestation on behalf of Vendor. Under penalties of perjury, I declare that I have read the forgoing document and that the facts stated in it are true. j /}l)/01J,
Authorized Signature: _}J"--lf!,{h""'--"rffJ#I,:;. ;..,..::...._, _
Printed Name: Michae?corcoran
Date: 04/21/2025
Title:Founding Partner & CEO
c>
c..vO
"J.S
, Printed or Stamped
My Commission Expires: P1 /----, /;:;.�
I
Ml®:LLEA.KAZOUR6S
Commlaslon#HH 154447
ExpjrsaAugu&l7,2025
6oadedflwB.,.iN111,yS.-.
May 6, 2025
CONSENT
AGENDA ITEM 3.G: BDI MARINE CONTRACTORS CHANGE ORDER NO. 5
BACKGROUND:
On April 23, 2024, the Authority approved the contract with BDI Marine Contractors, LLC for Berth 6 Concrete Repair in the amount of $2,075,000.00. Change Orders No. 1 through No. 4 were previously approved for a net increase of $499,269. Change Order Request No. 5 consists of the following: 1. Cor-Tuf Ultra High Performance Concrete (UHPC) tax saving purchase reconciliation of $74,646.62; 2. Aggregate Technologies downtime for pipe removal in the amount of $30,649.26; 3. BDI downtime for pipe removal in the amount of $7,800.00; 4. BDI Hurricane Helene prep and clean-up in the amount of $6,800.00; 5. BDI Hurricane Milton prep and clean-up in the amount of $8,200.00; and 6. deadline extension of 70 days for the downtime. The amount of Change Order #5 is $128,095.88, bringing BDI’s contract total to $2,702,364.88.
ATTACHMENT:
Change Order No. 5
COST AND FUNDING SOURCE:
FDOT grant funding of $96,071.91 and Port cash of $32,023.97
CONSEQUENCES IF DEFERRED:
Delay in approval of Change Order No. 5
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute Change Order No. 5 to the contract between the Manatee County Port Authority and BDI Marine Contractors, LLC to add
$128,095.88 and 70 days.
Project Name:
PORT MANATEE
BDI Marine Contractors Inc.
CHANGE ORDER FORM
Date of Issuance: 2/25/2025
Owner: Manatee County Port Authority
Change Order No. Purchase Order No.
Effective Date: Contract#:
5
PA006026
2/25/2025
lTB-.-0-2024/RH
Engineer of Record:
Contractor: BDI Marine Contractors Inc.
Contractors Project#:
Engineer's Project#:
11718 SE Federal HWY 222
Contract Name:
Berth 6 Concrete Repair
561-532-2705
Project: Berth 6 Concrete Repair
The Contract is modified as follows upon execution of this Change Order Description: 1lClean up of C/O#3 • 2) Aggregate Tech down time• 3) BDI down time -4) Hurricane Helene
5) Hurricane Milton - 6) No-cost time extension
_ _ _ _
Attachments: List documents supporting change: Ex11 lbit A
Item 1 A item 2A Misc back u_ e _
CHANGE IN CONTRACT PRICE
Original Contract Price:
$ 2,075,000.00
[Increase] [Decrease] from previous approved Change Orders#: 01,2,3.4
Hours Requested: 76 Dats
$499,269.00
Contract Price prior to this Change
Order:
$2,574,269
Increase of this Change Order:
$128,095.88
Contract Price Incorporating this Change Order:
CHANGE IN CONTRACT TERMS
[note changes in Milestones if applitabh!]
Original Contract Times: 6/10/2024
Substantial Completion: 12/7/2024
Date of Final Payment 116/2024
Increase from previous approved
Change Order#: 1,2,3.4
Substantial Completion Date: 2/21/2025
Date of Final Payment: 3/23/2025
[date or days]
Contract Times prior to this Change Order:
Substantial Completion: 2/21/2025
Date of Final Payment: 3/23/2025
[date or days) Increase of this Change Order:
Substantial Completion: Increase 70 Davs
Date of Final Payment: Increase 70 Davs
[days or dotes) Contract Times with all approved Change Orders:
IA
$ -2,702,364.88
JR� ()
-�t:COMMENDED:
Date:
RS&H Engineer o2ff:2ec4o{2d 025
Substantial Completion: Date of Final Payment:
ACCEPTED:
MCPA / BCC APROVED
Date:
Approved by Funding Agecy (if applicable)
�V,
Date:
4/22/2025
V
5/22/20025
....,..;/4..�
[date or days)
ACCvD: -- ,_._-
BDI Marine Contractors, LLC
Contractor 2/25/2025
By:
Title:
<Rev. 1112020>
--CONT�ACTO�S--
February 13, 2025
Seaport Manatee Berth6
Description of Proposed Change Orders for Change order #5 These items are for a change order at the Seaport Manatee Berth 6.PO# PA006026
BDI - Clean-up of change order#3 - Return Cor-Tuf credit to contract.
Item #1 Is for the Clean-up return credit from Cor-Tuf to the BDI contract. Along with back up labeled Item# 1A - $74,646.62 (Bydirect purchase of the UHPC the Port realized $45,985.53 savings)
Aggregate Technologies - Down time for pipe removal.
Item #2 - The breakdo\Nn is listed on the attachment hereby labeled Item #2A \Nfth backup from Aggregate Technologies for their incurred costs. After negotiations \Nith the vendor, the price was adjusted to $30.649.26.
BDI- Down time for pipe removal.
Item #3 is for the time andcosts associated vvith the Seaport Manatees Directive to stop work atthe berth due to the r-emoval of an abandoned fuel line that vvas the source of \Nater contamination. $7,800.00
BDI Marine Contractors LLC
DATE: 2114/2025
Exhibit A B01PONUMBER: PA006026
PROJECT NAME: Berth 6 Concrete Rooalr
Berth 6 Change Order5
-
OVERHEAD QO/o $ -
PROFIT 0°/o $
ITEM
cc DESCRIPTION
Base- Rate
QUANT
UOM
TOTAL
Clean uo of UHPC C/0 #3 Return of credit to BDI contract
1 LS
$ 74,646.62
Down Time for A��renate Technolooics- ACOE Demobilize - remobilize - due to removal of fuel oloe
Down timo for BDI - ACOE
Demobilize - remobilize due to removal of fuel oloe
Hururricane Helene
Pre- safe off - down time - remobilize - housino - travel
Hurricane Milton
Preo - safe off - down time -remobilize - housino - travel
I 1 LS IS 30.649.26
I I
1 | LS | 1$ | 7,800.00 | ||
I | 1 | I | LS | 1$ | 6.800.00 |
I I I
1 LS $ 8 200.00
Time Extension - no cost to Port
No cost time extension to allow for sealant of underdeck work
40 DAYS $ -
ITEM 1A
Seaport Manatee Clean-up of Change Order# 3
PO amount deducted from BDI contract: $820,569.00 | $ 820,569.00 | |||
Tax savings from CO: $50,869.00 | $ 50,869.00 | |||
BDI did not pay the shipping - the Port did in this PO to | CorTuf | $ 769,700.00 | ||
PO sent to CorTuf = $769,700 | ||||
Total paid to CorTuf = $699,936.80 | $ 699,936.20 | |||
Clean-up amount= $69,763.20 + $4,883.42 (sales tax) = $74,646.62 | $ | 69,763.80 | ||
$ | 4,883.47 | |||
Final Amount returned to contract $ 74,647.27 Tax Saving realized by Port $ 45,985.53
\Tf.M. --z_�
Supplemental A,greement Detailed Breakdown
Subcontractor Project Name Adress
Pay Item
Unit
Aggregate Technologies Inc. Berth6 Concrete Repairs
300 Tampa BayWay.Suite 1,Palmetto,Florida 34221
5 Days stand down
5 Days Duration
I
I
LABOR, TEAMS, AND FOREMAN
Classification
---- -
BenArd
- Lead robot Q_perator
.
Reg.Time
BenArd Ralph Loa
�lph_!:.oa
- -- Water Treatmen_t �u_m_p R_e�.!_lme
-Lead robot Operator
- -OverT-ime
- - --
e
- -
- --
Water Treatme.!!!_�.J:'='!!!P_
- �--
-- - -
Over Time
--
54.00
$
1.08
60.0
Trailler
$ 3,288.50
65.77
50.0
Aqua Cutter 750
$ 16,100.00
322.00
50.0
Hammelmann Pump1000HP72 GPMdaily rate$3,225
Amount
Unit Rate
Quantity
Classification
5 Dayx10hr
EQUIPMENT
$ 2,821.58
TotalLabor
540.30
$
$54.03
10.0
$ 1,440.80
$36.02
40.0
840.48
$
$52.53
16.0
-
$
$35.02
Amount
Hourly Rate
HoursWorked
BDI Change Order #5 Back up for Items 3, 4, 5
3 | Down time for BDI - ACOE | ||||||
Demobilize - remobilize - due to removal of fuel pipe | 1 | LS | $ 1,500.00 | ||||
Supervision salary + burden | $ 2,500.00 | ||||||
Housing | $ 1,250.00 | ||||||
Transportation | $ 250.00 | ||||||
General Contions, insurance ,misc items , overhead | $ 800.00 | ||||||
Remobilization | $ 1,500.00 | ||||||
Subtotal | $ 7,800.00 | ||||||
4 | Hurricane Helene | ||||||
Prep - safe off - down time - remobilize - housing - travel | 1 | LS | $ - | ||||
Demobilize - remobilize - due to removal of fuel pipe | $ 1,500.00 | ||||||
Supervision salary + burden | $ 1,750.00 | ||||||
Housing | $ 1,000.00 | ||||||
Transportation | $ 250.00 | ||||||
Debris removal - labor and material (with Milton) | $ - | ||||||
General Contions, insurance ,misc items , overhead | $ 800.00 | ||||||
Remobilization | $ 1,500.00 | ||||||
Subtotal | $ 6,800.00 | ||||||
5 | Hurricane Milton | ||||||
Prep - safe off - down time - remobilize - housing - travel | 1 | LS | $ - | ||||
Demobilize - remobilize - due to removal of fuel pipe | $ 1,500.00 | ||||||
Supervision salary + burden | $ 1,750.00 | ||||||
Housing | $ 1,000.00 | ||||||
Transportation | $ 250.00 | ||||||
Debris removal - labor and material | $ 1,400.00 | ||||||
General Contions, insurance ,misc items , overhead | $ 800.00 | ||||||
Remobilization | $ 1,500.00 | ||||||
Subtotal | 1 | LS | $ 8,200.00 | ||||
May 6, 2025
CONSENT
AGENDA ITEM 3.H: PURCHASE AND INSTALLATION OF CONDENSING UNITS
BACKGROUND:
Warehouse 8 was built in 2000 and is used by long-time tenant Del Monte Fresh Produce for weekly imports of fruits and vegetables. The warehouse includes six separate rooms which are independently temperature controlled. On October 17, 2024, the Authority approved the evaporators which needed to be replaced in every room. This request is for the approval of Dade Service Corporation, a sole source procurement due to the company being the only provider of the evaporators and condensing units needed, in the amount of $894,460.02 for the purchase of 6 condensing units. Annual savings of approximately $100,000 in leaked refrigerant are expected. In addition, approval of installation of the condensing units in the amount of $148,279.98 is requested.
ATTACHMENT:
Dade Service Corporation Proposal # 2025.042
Quote # 031725 from Southwest Florida Mechanical
COST AND FUNDING SOURCE:
$1,042,740 of Port cash
CONSEQUENCES IF DEFERRED:
Possible emergency if the rooms in Warehouse 8 are not maintained at proper temperature and continued loss of refrigerant
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve the issuance of purchase orders to:
Dade Service Corporation in the amount of $894,460.02 for the purchase of 6 condensing units in warehouse 8.
Southwest Florida Mechanical in the amount of $148,279.98 for installation of 6 condensing units in warehouse 8.
of
DADE SERVICE)
To: Manatee County Port Authority ATTN: Jon.ithan Noguera
Proposal#: 2025.042 Date: 03/07/2025
Project Replacement Condensing Units Palmetto Fl
Dade Service Corporation hereby submits specifications and e
,
Replacement Condensing Unit
Model DSC105H7a-OS
..
6
stimates
•@•M❖
EA
$ 149,076.67
Capacity: 1,212,453 Btu/H R-407a @ 45F SST, 95F ambient dry-bulb Replacement Condensing Unit
Circuited for R407a refrigerant 460v/3 phase
Estimated electrical connection of 205 RlA, 220 MCA Electric to be reviewed and confirmed
Circuit Breaker and Disconnect
High Efficiency ZA Fan/Motors
2 Freight to 13340 Reeder Rd, Palmetto FL
1
$ 894,460.02
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
lot Included Included
$
$
$
$
$
TOTAL COST $ 894,460.02
Estimated Price Increases
Add 2.5% if ordered after 3 months Add 4"/o if ordered after 6 months Add 5% if ordered after 9 months Add 6% if ordered after 9 months
Terms:
10% Deposit. Balance Invoiced Upon Shipment. Invoices are net 45. Sales Tax Excluded. Tax Exempt.
Proposal is valid for 90 days.
See Item 4 for anticipated price increases if ordered after this date.
Does not include installation
�
Dade Service Corporation 1650 Langley Ave
Deland FL 32724
Tel: 386.274.5655
·o\ � <e; ���o� f,r,., pX,.,,,,,I✓�
/VU
Fw: Condensing Units Warehouse #8
From Troy Layton <tlayton@seaportmanatee.com> Date Fri 3/21/2025 7:31 AM
To Denise Stufflebeam <dstufflebeam@seaportmanatee.com>
Cc Carlos Buqueras <cbuqueras@seaportmanatee.com>
Second recommendation on the condensing units at warehouse 8.
From: Ray Adkins <southwestfloridamechanical@gmail.com>
Date: March 20, 2025 at 7:28:21 PM EDT
To: Nick Hutcheson <nhutcheson@seaportmanatee.com>
Subjed: Condensing Units Warehouse #8
All, After a comprehensive evaluation of existing condensing units and the multiple leak repairs that have been made, We strongly recommend for them to be replaced. With the install of the new evaporators and system piping with proper refrigerant charge will increase the amount of pressure on the existing condensers causing rotted and faulty components to blow out and leak the refrigerant charge. If you would like to have further discussion please feel free to give us a call. Thank you
PURCHASE REQUISITION PORT MANATEE | ||||||||||||||
300 Tampa Bay Way, Palmetto, Florida 34221 | ||||||||||||||
Department: | Maintenance | Date: | ||||||||||||
Project: | Warehouse #8 Condensing Units | SOLE SOURCE | Time: | |||||||||||
Purpose: | Replace old & failing condensing units | Request by: | David Hauser | |||||||||||
Allocation: | PO # : | |||||||||||||
Vendor #1: | Dade Service Corporation | Vendor #2: | N/A | Vendor #3: | N/A | |||||||||
1650 Langley Ave Deland Fl, | ||||||||||||||
32724 | ||||||||||||||
Phone | (386)-274-5655 | Phone | Phone | |||||||||||
Contact | Ashley Perryman | Contact | Contact | |||||||||||
Vendor# 1 | Vendor | #2 | Vendor#3 | |||||||||||
Item | Qty | Description | Unit Cost | Total | Unit Cost | Total | Unit Cost | Total | Total | |||||
1 | 6 | Replacement Condensing Unit | $149,076.67 | $894,460.02 | $0.00 | $0.00 | $0.00 | $0.00 | $894,460.02 | |||||
Model# DSC105H7a-OS | ||||||||||||||
Capacity: 1,212,453 Btu/H R-407a @ 45F SST, | ||||||||||||||
95F ambient dry-bulb | ||||||||||||||
Unit is circuited for R-407a refrigerant | ||||||||||||||
460v/3-phase | ||||||||||||||
Estimated Lead Time 16 - 18 weeks | ||||||||||||||
Grand Total | $894,460.02 | $0.00 | $0.00 | $ 894,460.02 | ||||||||||
Notes: Only one vendor quoted due to manufacture availabilty.
Troy Layton |
Departmental Approval |
Director of Operation & Maintenance |
Abby Lindecamp |
PO Approval / Authorization |
Deputy Director of Business Administration/Finance |
�.
OBA. Southwest Florida
Atr & Retngeratioo
2357 S lam1ami TRL Ste 3 11231
Venice FL 34293
QUOTE# 031725 CMC1251026
Bill To Ship To
Cu1olomer Customer 10# Address
Phone
Mana•ee CO Pert Au!'nonty
300 Tampa
Ba, Wav S:I Palmetto FL 3-!221
(9,11)722-6621
R1odpicnt Address Phone
N·CK
(941)722-6621
I-
Payment Due Salesperson Payment T■rm5
Net 30
Delivery Date Shippmg Method Shipping Terms
March 17. 2025
Qty.
It•em
Dncrlplion Unit Pnce Dbcount Lina Tot.II
f, SFM v.il lurnisn �abor and crane ,;ernce lo ,nstal f'ew Refngera!ed Conden:w:g units for Relrtge<aled warehouse MCPA (Manalee County Pon Authontyj 'lo furrnsll new comrenser,; aod a5soc·a!ed
equ,pmenl a'ld malenal !or !he
tn$la'l.!llon. MCPA lo fumt5h relngera'!t 'or install. SFM ·,.ill d,sconrecl wstnq anc reconrect r.ew ID e,ostng p.c,rg ana electncal pov,er
�2-1.713 33 .SP.a 27998
Total O,�counl
SubtotJ
'fhank. you for your bus111
May 6, 2025
CONSENT
AGENDA ITEM 3.I: PUBLIC TRANSPORTATION GRANT AGREEMENT
AMENDMENT – RAIL SPUR
BACKGROUND:
On June 20, 2024, the Authority approved the Florida Department of Transportation (FDOT) Public Transportation Grant Agreement for the design and construction of a rail spur and additional rail capacity. Two of the Port’s partners, Kinder Morgan and World Direct Shipping, are planning for exponential growth in their respective rail operations. This grant amendment will provide for the retrofitting of a rail car indexer, which will make rail car loading more efficient, and maximize the use of locomotives and train crew team members.
ATTACHMENT:
Resolution PA-25-15 and the State of Florida Department of Transportation Amendment to the Public Transportation Grant Agreement
COST AND FUNDING SOURCE:
No additional funding. Project scope changes only.
CONSEQUENCES IF DEFERRED:
Delay in execution of amendment to the PTGA
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to adopt Resolution PA-25-15 authorizing the execution of the Public Transportation Amendment to the Public Transportation Grant Agreement with the Florida Department of Transportation for the modification of the project description and project scope of the rail yard development initiative including a rail spur and additional rail capacity.
Financial Project Number
452124-1-94-04
Contract Number G2Z62
PA-25-15
A RESOLUTION BY THE MANATEE COUNTY PORT AUTHORITY APPROVING AND AUTHORIZING THE EXECUTION OF THE PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION
WHEREAS, the State of Florida Department of Transportation (Department) has offered to enter into a Public Transportation Amendment to the Public Transportation Grant Agreement with the Manatee County Port Authority (Port Authority) to provide Department participation in the rail yard development initiative project including rail spur and additional rail capacity, and
WHEREAS, the Port Authority has the authority to enter into said Public Transportation Amendment to the Public Transportation Grant Agreement with the Department, and it is expedient and in the best interests of this Port Authority to approve and authorize the execution of the Public Transportation Grant Agreement.
NOW THEREFORE BE IT RESOLVED by the Manatee County Port Authority that:
The State of Florida Department of Transportation Public Transportation Amendment to the Public Transportation Grant Agreement, identified as State Grant Number G2Z62 wherein the Department agrees to a maximum participation in the amount of $981,518 is approved. The Chairman of the Port Authority, or, in the absence of the Chairman, any Vice Chairman of the Port Authority, is authorized to execute the Public Transportation Agreement on behalf of the Port Authority.
The Executive Director, or his authorized representative, is specifically authorized to enter into and execute any amendment or supplement to the Public Transportation Grant Agreement(s) (PTGA) for the limited purposes of scope changes, funding adjustments which do not require additional matching funds from the Authority, contract duration revisions, as well as Assurances, Certifications and other documents as may be required to support this project.
The Clerk of the Circuit Court of Manatee County, Florida, is authorized to cause two copies of this resolution to be certified for delivery to the Florida Department of Transportation.
ADOPTED with a quorum present and voting this the 6th day of May 2025.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT CLERK OF CIRCUIT COURT AUTHORITY
By:
Chairman
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGG 03/25
Financial Project Number(s):
(item-segment-phase-sequence)
Fund(s):
DIS FLAIR Category: 088808
452124-1-94-04 Work Activity Code/Function: 215 Object Code: 751000 Federal Number/Federal Award Org. Code: 55012020129
Identification Number (FAIN) - Transit only: Vendor Number: VF596000727160
CFDA Number: CFDA Title: CSFA Number: CSFA Title:
N/A N/A 55.021
SAM/UEI Number:
Rail Programs: Passenger Development, Capacity or Crossing
Contract Number: G2Z62
Federal Award Date:
Amendment No.: 01
THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT ("Amendment") is made and entered
into on , by and between the State of Florida, Department of Transportation ("Department"), and Manatee County Port Authority, ("Agency"),collectively referred to as the "Parties."
RECITALS
WHEREAS, the Department and the Agency on 6/21/2024 (date original Agreement entered) entered into a Public Transportation Grant Agreement ("Agreement").
WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.
NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:
Amendment Description. The project is amended to modify the project description and project scope.
Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):
Aviation
X Seaports Transit
lntermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement:
X Exhibit A: Project Description and Responsibilities Exhibit B: Schedule of Financial Assistance
*Exhibit 81: Deferred Reimbursement Financial Provisions
*Exhibit 82: Advance Payment Financial Provisions
*Exhibit C: Terms and Conditions of Construction
X Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions Exhibit F: Contract Payment Requirements
*Exhibit G: Financial Assistance (Single Audit Act)
*Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
*Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGG 03/25
*Additional Exhibit(s):
Project Cost.
The estimated total cost of the Project is _ increased/_ decreased by iQ bringing the revised total cost of the project to $1,963,036.
The Department's participation is _ increased/_ decreased by _$Q. The Department agrees to participate in the Project cost up to the maximum amount of $981,518, and, additionally the Department's participation in the Project shall not exceed 50.00% of the total eligible cost of the Project.
Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.
AGENCY Manatee County Port Authority
By: Name: _ Title:
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By: Name: Nicole E. Mills, P.E.
Title: Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review: Don Conway (as to legality and form)
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGG 03/25
EXHIBIT A
Project Description and Responsibilities
Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): The project is comprised of four components. The first component is the design and construction of a rail spur and approximately 670 feet of loading track in Zone B located in the center of the port. The rail spur will connect to existing trackage running from North Dock Street on the north and the loading track will extend south westerly towards warehouse 9. The goal of the first component is to be operational by June 2025. The estimated cost of the first component is $384,000. The second component adds approximately 900 feet of rail capacity to the Port's inside yard along North Dock Street. The new trackage will be connected to the existing trackage on the east and west sides by switches. The estimated cost of the second component is $1,497,931. The third component is the retrofitting of a permanent rail car indexer, which will automatically move phosrock cars for loading, and negate the need of a locomotive. The estimated cost of the third component is $81,105. The fourth component involves the improvements of rail crossings and surfacing around the Port. The Port has eight on-port crossings characterized by at grade asphalt entrenched rail, which is prone to rutting and at risk of failure from heavy cross traffic.
Project Location (limits, city, county, map): SeaPort Manatee, Palmetto, FL
Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental, design and construction work required to complete the intermodal rail capacity activities described in the Project Description, including: aluminum; anchoring components; asphalt paving activities; backfilling; base and sub-base material; bollards (i.e., equipment protection); bolt installation; concrete-tub road crossings; cost estimates; compaction; concrete; conduit and piping; construction; construction inspection services; construction management services; consulting services; contractor stand-by; demobilization; demolition; dewatering; drainage systems; delivery fees; disposal of old railroad materials; electrical components and systems; earthwork; engineering services; erection of pre-fabricated structure(s); environmental assessments; fasteners and connectors; fencing; fire protection systems; framing; form work; geotechnical services; grading and site work; gravel or rocks; ground covering; handrails; horizontal boring; installation and testing; joint bolts; lighting systems; line and cross leveling railroad tracks; lighting systems; masonry; mitigation assessments; mobilization; permitting; plan development (e.g., 30 / 60 / 90 / 100 % and as-builts); plumbing systems; poles, towers and brackets; precast concrete; preconstruction engineering and design; procurement cost; ramps; rebar; rail(s); rail car indexer (permanent); railroad spikes; railroad cross ties and ballast; rail crossing equipment; switch gear; security systems; soil improvement work; shore and slope protection; signage and way finding; stairways; steel; stormwater management and mitigation (e.g., 311.106, F .S.); structural components; surveying; telecommunications (e.g., optical fiber runs); temporary structures; thermal barriers; tie box anchoring; tie plates; track operations planning; underlying subgrade; utilities; and, walkway systems.
Deliverable(s):
The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.
Unallowable Costs (including but not limited to): Travel costs are not allowed
Transit Operating Grant Requirements (Transit Only):
Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The
original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met.
Docusign Envelope ID: 5236DACB-FB8E-45A3-BECB-7C9896B82FC7
PROJECT LOCATION
Page 4 of 5
Docusign Envelope ID: 5236DACB-FB8E-45A3-BECB-7C9896BB2FC7
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGG 03/25
EXHIBIT D AGENCY RESOLUTION
PLEASE SEE ATTACHED
Page 5 of 5
May 6, 2025
CONSENT
AGENDA ITEM 3.J.: CHANGE TO PORT MANATEE TARIFF NO. 3 BACKGROUND:
Tariff Item 521 has been included in Port Manatee Tariff No. 3, establishing a rate of $1.88 per short ton for medium-density fiberboard.
ATTACHMENT:
Port Manatee Tariff No. 3, Item 521
COST AND FUNDING SOURCE:
N/A.
CONSEQUENCES IF DEFERRED:
N/A
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATION:
Move to approve the addition of medium-density fiberboard as Item 521 of the Port Manatee Tariff No. 3.
PORT MANATEE TARIFF NO. 3 | 38th Revision Page 36-A Cancels 37th Rev. Page 36-A | ||
SECTION FOUR | RATES AND CHARGES | ||
ITEM | COMMODITY | WHARFAGE | |
505 | Hardboard, Particle Board | $1.97 | |
506 | Homes, mobile/modular, per unit: | Negotiate | |
508 | Limestone in super sacks | $1.42 | |
510 | Linerboard | $2.37 | |
511 | Blades, windmill in special container Note: Charge by short ton to include container tare weight | $3.77 | |
515 | Logs, Cants and Pallets | $2.42 | |
520 | Lumber, per 1,000 Board Feet gross measure, Lumber or Timber Rough or Dressed, in Bundles for Forklift Loading or Unloading: | $2.08 | |
521 ■ | Medium-Density Fiberboard (MDF) | $1.88 | |
525 | Paper, Newsprint or Print Paper-Knockdown (KD) | $2.29 | |
530 | Paper, Waste in Bales | $1.85 | |
531 | Paper Products, NOS | $3.17 | |
535 | Petroleum, Petroleum Products in Barrels or Cases | $2.54 | |
Issued: 05/06/25 | Effective: 05/06/25 | ||
Issued by: Manatee County Port Authority | |||
Addition
May 6, 2025
CONSENT
AGENDA ITEM 3.K.: PROCUREMENT POLICY REVISION BACKGROUND:
On May 20, 2021, the Authority approved a revamped Manatee County Port Authority Procurement Policy. A revision to Cooperative Procurement (“Piggybacking”) is made which allows piggybacking when both the agency and vendor/contractor agree to extend to the Authority prices in an original contract.
ATTACHMENT:
Page 32 of the Manatee County Port Authority Procurement Policy
COST AND FUNDING SOURCE:
N/A
CONSEQUENCES IF DEFERRED:
Delay in updating policy
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATIONS:
Move to approve the revision of Chapter IV – Transactions Exempt from Competitive Procurement
2. Cooperative Procurement (“Piggybacking”) of the Manatee County Port Authority Procurement Policy.
The source of service is a monopoly (such as a utility or transport provider).
Grant funds are available and must be used in a time frame that does not allow for competitive bidding.
The likely, nonspeculative cost of competitive purchasing would exceed any potential savings and benefit to the Port.
(b) In any case, where the Port seeks to purchase from a sole source, materials for the construction, modification, alteration, or repair of any Port-owned facility, the Port Authority must first make the written findings required by Section 255.04 of the Florida Statutes.
Cooperative Procurement (“Piggybacking”) – Pursuant to Section 189.053 of the Florida Statutes the Port may purchase services or goods other than professional services governed by Section 287.055 of the Florida Statutes, from the purchasing agreements of other special districts, municipalities, or counties which have been procured pursuant to competitive bid, requests for proposals, competitive selection, or competitive negotiation, and which are otherwise in compliance with Florida Statutes and this Procurement Policy. Piggybacking is permissible when another government agency’s procurement documents allow for cooperative procurement or when both the agency and the vendor/contractor agrees, in writing, to allow cooperative procurement extending the prices in the original contract, in writing, and if such purchases are to the economic advantage or in the best interest of the Port and are otherwise in compliance with Florida law and this Procurement Policy.
Cooperative Purchasing – The Port may participate in, sponsor, conduct, and/or administer a cooperative purchasing program (e.g., GSA Advantage, State of Florida Contracts, Southeast Florida Governmental Purchasing Co-Operative Group, Florida Sheriff’s Association, and National Joint Powers Alliance).
Online Marketplaces (e.g., Amazon.com, govdeals.com, ebay.com) – The Port may purchase Competitive Threshold Category One or Two goods and/or services, other than those with a statutory specified process, from Online Marketplaces, if such purchase is deemed to be in the best interest of the Port. For Competitive Threshold Category Two purchases from an Online Marketplace documentation must be kept demonstrating the best option from the Online Marketplace purchase was purchased.
Standardization – Standardization of products may occur when a process has been completed based on defining and applying uniform specifications such as quality, design, and performance. [The standardization process is to be conducted by the using department, in conjunction with the Purchasing Official.] The Purchasing Official will maintain documentation of the process, including details to support the standardization designation. The Port Authority must approve the standardization designation and add the product to the list of approved standardized products included within “Construction Standards and Technical Specifications,” which is maintained on the Port’s website. Thereafter, the Purchasing Official may negotiate purchase of standardization products on a sole source basis. Periodic reviews of the standardization designations should be completed by the using department to ensure standardization requirements are being met
May 6, 2025
CONSENT
AGENDA ITEM 3.L: CONTRACT FOR SECURITY GUARD SERVICES
BACKGROUND:
The SeaPort Manatee Public Safety and Security Department provides security services to the port and its tenant operators. These services include the deployment of guards to support tenant operations including the manning of security posts to support vessel operations. The growth of the port and its tenant’s operations has created the need for the development of surge capacity to support these operations.
Currently, SeaPort Manatee provides an average of 1,000 hours a month to support tenant operations. Port staff have utilized Port Tampa Bay’s Request for Proposal 008-24 for Uniformed Security Guard Services which was awarded to Martinez and Company Inc. Implementation of this contract will allow the port to continue to provide high quality security services by creating a surge capacity to better support these operations.
ATTACHMENT:
Piggybacking Agreement with Martinez and Company Inc. for security services
COST AND FUNDING SOURCE:
The cost of these services will be funded by fees charged to port operators in accordance with the tariff for guard services.
CONSEQUENCES IF DEFERRED:
The SeaPort Manatee Public Safety & Security Department will continue to provide these services through the utilization of overtime at increased cost to the port.
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to approve and authorize the Chairman to execute the contract between Martinez and Company Inc and the Manatee County Port Authority.
PIGGYBACKING AGREEMENT FOR SECURITY SERVICES
CONTRACT NUMBER SEC-0525
THIS PIGGYBACKING AGREEMENT (“Agreement”) is entered into on this 6th day of May, 2025 (“Effective Date”), by and between Manatee County Port Authority, a political entity of the State of Florida, with its place of business located at Port Manatee, 300 Tampa Bay Way, Suite One, FL 34221, ("Authority") and Martinez and Company, Inc., a Florida corporation with its principal place of business located at 6807 S. Shamrock Street, Tampa, Florida 33616 (“Contractor”)(collectively, the “Parties”).
WITNESSETH
WHEREAS, pursuant to its procurement policies and procedures, when in its best interest, the Authority is authorized to contract with vendors who were successful competitive bidders and subsequently entered into an agreement with other governmental entities pursuant to a “piggyback” procedure; and
WHEREAS, the Contractor was the successful competitive respondent to the Tampa Port Authority’s RFP No. P-008-24 for Uniformed Security Guard Services (“Solicitation”); and
WHEREAS, as the successful competitive respondent to the Solicitation, Contractor subsequently entered into a contract with the Tampa Port Authority d/b/a Port Tampa Bay dated March 18, 2025, together with any renewals thereof or amendments thereto (collectively the “Original Contract”), a copy of which is attached, along with copies of the Solicitation, the Contractor’s response to the Solicitation, and the Solicitation evaluation tabulation and award notice, as applicable, as Composite Exhibit A; and
WHEREAS, the Contractor has agreed to make available to the Authority the prices submitted under the terms and conditions of the Original Contract, which the Authority desires to piggyback off of, as depicted in the scope of work attached as Exhibit B (“Authority Project”); and
WHEREAS, the Contractor represents and warrants that the Contractor has acted at all times in accordance with the provisions of Florida law with respect to the Solicitation, its response thereto, and the award thereof, and the Original Contract; and
WHEREAS, the Contractor is willing to perform the Authority Project pursuant to the terms of the Original Contract with only the modifications set forth in this Agreement which addresses the logistics of the Contractor now contracting with the Authority; and
WHEREAS, the Parties desire to enter into this Agreement for the Contractor to accomplish the Authority Project on the same terms, conditions, and specifications as the Original Contract.
NOW, THEREFORE, in consideration of the mutual promises and agreements set forth herein, and for other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the Parties agree as follows:
The above recitals and all exhibits hereto are true and correct and incorporated herein by reference. The Contractor’s representations and warranties set forth in the recitals as incorporated into this Agreement by this reference are a material component to the Authority’s ability to enter into this Agreement. The Contractor shall fully indemnify, defend and hold harmless the Authority and its representatives, employees, officers, and commissioners, from any and all damages, causes of action, or claims of any kind related to the Contractor’s representations and warranties set forth herein, the veracity of such representations and warranties, and all matters related thereto.
The scope of work is identified in the Original Contract, and the Contractor’s scope of work with the Authority is more specifically defined in Exhibit B attached hereto and incorporated herein. The Contractor agrees to furnish all labor, equipment, machines, and the skill necessary for the entire work effort as set forth in the Original Contract to the satisfaction of the Authority or its duly authorized representative.
The terms and conditions of the Original Contract are hereby incorporated into this Agreement by reference. The Contractor shall complete the Authority Project on the same terms, conditions, and scope as set forth in the Original Contract, except as specifically modified herein solely to account for the Authority as the purchaser. Such modifications shall not include any increase in the prices or changes to the scope of the work in the Original Agreement. The Contractor’s work on the Authority Project shall at all times be at the same unit prices as set forth in the Original Contract.
In interpreting this Agreement and resolving any ambiguities or conflicts between this Agreement and the Original Contract, including any exhibits and addenda, this Agreement takes precedence over the Original Contract and its exhibits and addenda and any inconsistency between the Original Contract and its exhibits or addenda shall be resolved by giving precedence to the Original Contract.
The Authority agrees to pay the Contractor for services rendered in accordance with the primary structure set forth in the Original Contract and more particularly described in Exhibit B. Pursuant to all notice and invoicing requirements established by the Original Contract, notices and invoices under this Agreement shall be made in writing and sent by certified return receipt requested mail, addressed to the following:
If to the Authority: If to Contractor:
SeaPort Manatee
Martinez and Company, Inc.
Attn: Director of Public Safety & Security Attn: Juan J Martinez
300 Tampa Bay Way, Suite One
PO Box 151436, Tampa, FL 33684
Palmetto, FL 34221
With required copy to:
General Counsel, Manatee County Port Authority Bryant Miller Olive P.A.
400 N Tampa St Suite 1600,
Tampa, FL 33602
or to such other address or facsimile number as the Authority may direct from time to time by written notice forwarded to the Contractor as provided above. All invoices shall be submitted in accordance with the Local Government Prompt Payment Act, sections 218.70 through 218.79,
Florida Statutes, as may be amended. All payments shall be due on the date established by the Local Government Prompt Payment Act. Payment due date for purchase of goods or services other than construction services is net 45 days from the date an invoice submitted in accordance with the Florida Prompt Payment Act is received by the Authority. In the event of a disputed invoice, only that portion so contested will be withheld from payment and the undisputed portion shall be due and payable on the terms set forth herein. The Authority does not pay sales tax and will provide sales tax exemption information at the written request of the Contractor, where necessary.
Prior to this Agreement taking effect, the Contractor shall have in place the insurance coverages required by the Original Contract and shall provide certificates of insurance reflecting the Authority, its agents, employees, and public officials as named additional insureds. Prior to commencement of the Authority Project, the Contractor shall have in place the bonds required by the Original Contract for the benefit of the Authority.
The Parties recognize that the Contractor is an independent contractor. The Contractor agrees to assume liability for and indemnify, hold harmless, and defend the Authority, its commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorneys' fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance nonperformance of the duties of the Contractor under this Agreement, the enforcement of this Agreement, or resulting from the activities of the Contractor in any way connected to this Agreement, but only to the extent not solely due to or caused by the negligence of the Authority, its commissioners, mayor, officers, employees, agents and attorneys. The Contractor's liability hereunder shall include all attorneys' fees and costs incurred by the Authority, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of the Contractor against the Authority, and the Contractor hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. Nothing contained in this Agreement, and specifically this paragraph requiring the Contractor to indemnify the Authority, is intended to nor shall it be construed as an additional waiver of sovereign immunity by the Authority beyond the Authority’s expressed written contractual obligations contained within this Agreement, nor shall it be construed as a waiver of any defenses or limitations to any claims, including those based on the doctrine of sovereign immunity or section 768.28, Florida Statutes. The obligations contained in this paragraph shall survive the termination of this Agreement, however terminated and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement or the Original Contract.
Pursuant to section 119.0701, Florida Statutes, for any tasks performed by the Contractor on behalf of the Authority, the Contractor shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the Authority to perform the work contemplated by this Agreement; (b) upon request from the Authority’s custodian of public records, provide the Authority with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if the Contractor does not transfer the records to the Authority in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the Authority, in its sole and absolute discretion,
requests that all Public Records in possession of the Contractor be transferred to the Authority, the Contractor shall transfer, at no cost, to the Authority, all Public Records in possession of the Contractor within 30 days of such request or (ii) if no such request is made by the Authority, the Contractor shall keep and maintain the Public Records required by the Authority to perform the work contemplated by this Agreement. If the Contractor transfers all Public Records to the Authority pursuant to (d)(i) above, Contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the Authority and provide the Authority with written confirmation that such records have been destroyed within 30 days of transferring the Public Records. If the Contractor keeps and maintains Public Records pursuant to (d)(ii) above, the Contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the Authority, upon request from the Authority’s custodian of public records, in a format that is compatible with the information technology of the Authority. If the Contractor does not comply with a Public Records request or does not comply with a Public Records request within a reasonable amount of time, the Authority may pursue any and all remedies available in law or equity including, but not limited to, specific performance or immediate termination of the contract. The provisions of this section only apply to those tasks in which the Contractor is acting on behalf of the Authority.
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 AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
(941) 722-6621
RECORDSCUSTODIAN@SEAPORTMANATEE.ORG
PORT MANATEE, 300 TAMPA BAY WAY, SUITE ONE, PALMETTO, FL 34221.
This Agreement represents the entire agreement. No prior discussions or negotiations will be enforceable, unless included in this Agreement.
This Agreement is not assignable. Any modification to this Agreement must be made in writing, duly executed by both Parties.
This Agreement shall be construed by and controlled under the laws of the State of Florida. The Parties consent to jurisdiction over them in the State of Florida and agree that venue for any state action arising under this Agreement shall lie solely in the courts located in Pinellas County, Florida, and for any federal action shall lie solely in the United States District Court, Middle District of Florida, Tampa Division.
If any one or more part, term, or provision of this Agreement shall be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions hereof shall not in any way be affected or impaired thereby and this Agreement shall be treated as though the invalidated portion(s) had never been a part hereof.
The Parties represent and warrant that they have entered into this Agreement relying wholly upon their own judgment, belief, and knowledge of the nature, extent, effect, and duration of any actions, damages, and liability. The Parties represent that they have had the opportunity to discuss this matter with legal counsel of their choosing and are satisfied with its counsel and the advice received. This Agreement will be deemed and treated as drafted jointly by all the Parties. The Parties understand this Agreement’s contents and agree that this Agreement will not be construed more strongly against any Party to the Agreement, 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 Agreement has been made to an adverse party and that the terms of this Agreement are contractual and not a mere recital.
All words used in this Agreement in the singular will extend to and include the plural, and the use of any gender will extend to and include all genders. The term "including" is not limiting.
Each of the Parties to this Agreement covenants to the other Party to this Agreement that it has lawful authority to enter into this Agreement, that the governing or managing body of each of the Parties has approved this Agreement and that the governing or managing body of each of the Parties has authorized the execution of this Agreement in the manner set forth below.
This Agreement must be executed by the Parties’ respective duly authorized official(s) and will take effect as of the Effective Date and remain in effect as provided in the Original Contract.
Contractor shall comply with all applicable provisions of sections 448.09 and 448.095, Florida Statutes, as may be amended. The definitions in section 448.095(1), Florida Statutes, as may be amended, apply to this section of the Agreement. Contractor shall register with and use the
U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain copies of all such affidavits for the duration of this Agreement. Authority may terminate this Agreement for cause if Authority determines that Contractor or Contractor’s subcontractor has not complied with any applicable provision of sections 448.09 or 448.095, Florida Statutes, as may be amended. Authority will terminate this Agreement for cause if Authority has a good faith belief that Contractor has knowingly violated subsection 448.09(1), Florida Statutes, as may be amended. If the Authority has a good faith belief that a subcontractor knowingly violated section 448.09(1), Florida Statutes, as may be amended, but Authority determines that Contractor otherwise complied with section 448.09(1), Florida Statutes, as may be amended, Authority will notify Contractor as such, and Contractor must immediately terminate Contractor’s contract with said subcontractor. If this Agreement is terminated under section 448.095(c), F.S.: (a) such termination is not a breach of this Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Contractor is liable for any additional costs incurred by the Authority as a result of the termination of the Agreement.
This Agreement may be executed by electronic signature technology and such electronic signature shall act as the Parties’ legal signatures on this Agreement and shall be treated in all respects as an original handwritten signature. This Agreement may be executed in one or more
counterparts, any one of which need not contain the signatures of more than one party, but all such counterparts taken together will constitute one and the same instrument.
In the event the Authority, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to the Contractor under this Agreement, the Authority shall notify the Contractor of such occurrence and this Agreement shall terminate on the last day of the current fiscal period without any penalty or expense to the Authority.
Contractor agrees that Contractor does not and will not, nor will it allow a subcontractor to, use any funds from the Authority for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States.
By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 287.135, Florida Statutes, Contractor certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List, (b) it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (c) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Authority may terminate this Agreement immediately for cause if: (1) Contractor is found to have submitted a false certification regarding (a) – (e) above in accordance with section 287.135(5), Florida Statutes, (2) Contractor is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Contractor is found to have been placed on a list created pursuant to section 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Authority at law or in equity. The terms “Boycott of Israel” and “Business operations” used in this section are defined as in Section 287.135, Florida Statutes. The Lists referred to in this section are those Lists in and maintained pursuant to section 287.135, Florida Statutes.
Pursuant to section 286.101, Florida Statutes, Contractor shall disclose any current or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, “Foreign Country of Concern” means the People’s Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People’s Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Contractor’s disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Contractor represents that within one
(1) year before proposing any contract to the Authority, Contractor provided a copy of such disclosure to the Florida Department of Financial Services.
By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 786.06, Florida Statutes, Contractor certifies, represents, and warrants that it does not use coercion for labor services, as those terms are defined in section
786.06. Contractor will provide to the Authority an affidavit signed by an officer or representative of Contractor under penalty of perjury attesting that Contractor does not use coercion for labor or services. Notwithstanding anything contained in this Agreement to the contrary, the Authority may terminate this Agreement immediately if Contractor is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Authority at law or in equity.
In its domestic production of iron and steel. The Contractor will exercise its professional judgment to determine whether and how the requirements apply to a particular public works project. All specifications and other project documents prepared by the Contractor will comply with section 255.0993.
[Signature page follows]
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed as of the Effective Date.
MANATEE COUNTY PORT AUTHORITY: CONTRACTOR:
By: By:
Signature
Juan J Martinez, President
Print Name & Title Print Name & Title
Witness Signature
ATTEST: (Corporate Seal)
Clerk
APPROVED AS TO FORM:
Dalilah Martinez
Printed Name of Witness
Vice President
Authority General Counsel Title of Witness
Composite Exhibit A
Original Contract with Solicitation, Contractor’s Response, Evaluation Tabulation, and Award
April 14, 2025
David M. St.Pierre
Senior Director of Public Safety & Security Manatee County Port Authority
300 Tampa Bay Way, Suite 1
Palmetto, FL 34221
Subject: Authorization to Utilize Security Services Contract with Tampa Port Authority Dear Manatee County Port Authority,
I am writing to formally authorize the Manatee County Port Authority to utilize the Security Services Agreement (RFP No. P-008-24) between Martinez and Company, Inc. and the Tampa Port Authority (d/b/a Port Tampa Bay). This agreement, effective from September 1, 2024, outlines the provision of uniformed security guard services for critical infrastructure, including ports, and is governed by the terms and conditions specified therein.
Under this agreement, Martinez and Company, Inc. is committed to delivering security services in accordance with the highest legal, ethical, and professional standards, as detailed in the Scope of Services (Exhibit “A”). The services include, but are not limited to:
Manning vehicle and pedestrian gates, walking patrols, and roving patrols.
Monitoring parking lots, piers, wharfs, and CCTV feeds.
Credential issuance and pass control.
The agreement also specifies compliance with Florida Statutes and Federal regulations, including background checks, training requirements, and adherence to security protocols. Martinez and Company, Inc. maintains a pool of qualified personnel to meet the needs of Port Tampa Bay and, by extension, can provide similar services to the Manatee County Port Authority under the same terms.
The compensation structure, staffing requirements, and insurance provisions outlined in the agreement will apply to services rendered to the Manatee County Port Authority. These include:
Pricing & Staffing Fee Schedule (Exhibit “B”), which details hourly rates, overtime, holiday pay,
and reimbursable expenses.
Insurance Requirements (Exhibit “C”), ensuring adequate coverage for liability, workers'
compensation, and professional services.
Please note that Martinez and Company, Inc. will continue to uphold the standards and obligations outlined in the agreement, including compliance with public records laws, confidentiality, and indemnification provisions.
Thank you for your consideration, and we look forward to extending our services to the Manatee County Port Authority.
Sincerely,
Juan J. Martinez CEO/President
SECURITY SERVICES AGREEMENT BY AND BETWEEN
THE TAMPA PORT AUTHORITY AND MARTINEZ AND COMPANY, INC. (RFP NO. P-008-24)
This Security Services Agreement (“Agreement”) is entered into by and between the TAMPA PORT AUTHORITY d/b/a Port Tampa Bay (“Authority”), a body politic and corporate organized under and existing by virtue of the laws of the State of Florida, whose address is 1101 Channelside Drive, Tampa, Florida 33602, and MARTINEZ & COMPANY, INC. (“Contractor”), a Florida corporation, whose address is 6807 S. Shamrock Street, Tampa, Florida 33616.
RECITALS:
Authority advertised the Request for Proposal RFP No. P-008-24 (“RFP”) on June 21, 2024 for uniformed security guard services SBE set-aside for the Port of Tampa.
Consultant submitted a proposal to Authority to provide the services listed in the
RFP.
Authority’s Board of Commissioners accepted and approved the award of the contract to Consultant at its Board meeting on August 20, 2024.
Authority and Contractor have negotiated the following agreed upon terms for the services.
NOW THEREFORE, in consideration of the mutual agreements contained herein and given by each party to the other, the parties do hereby covenant and agree as follows:
TERM
The term of this non-exclusive Agreement shall be for a period of three (3) years and shall commence on September 1, 2024 and end on August 31, 2027 (“Term”).
The Authority has the right, but not the obligation, to extend the term of the Agreement for two (2) consecutive one (1) year option terms; the first option term commencing on September 1, 2027 and ending August 31, 2028, and the second option term
commencing September 1, 2028 and ending August 31, 2029. The word “Term” shall include any and all extensions of this Agreement under this Section.
Each option may be exercised by Authority by giving written notice to Contractor at least thirty (30) days before the expiration of the then current term; otherwise this Agreement shall terminate on August 31st of that year. Any negotiated change in any of the terms and conditions requires that the approval and renewal be brought to the Tampa Port Authority Board of Commissioners. Quarterly service reviews may be conducted by Authority and may be used in evaluating optional year renewals.
SCOPE OF SERVICES
The Contractor shall, in accordance with the highest legal, ethical, and professional standards, perform the duties outlined in the Scope of Services (“Services”) attached as Exhibit “A” and incorporated by reference herein.
COMPENSATION FOR SERVICES
Contractor shall be compensated for actual work performed, including all costs and expenses incurred in the performance of the Services, in an amount not to exceed the sum of Four Hundred One Thousand Two Hundred Sixty-Five Thousand and No/100 Dollars ($401,265.00) per contract year (“Compensation”), which was allocated in the Authority’s Operating Budget for the initial term of the Agreement; however, there is no obligation for the Authority to spend the allocated budget. The Compensation includes a five percent (5%) contingency. All costs and expenses that Contractor may incur in performing the Services are included in and are a part of the total fee described above and will not be reimbursed as part of this Agreement. Contractor shall remit a statement for payment to the Authority Contact (identified below) on or before the 15th day of each month together with a status report and hourly billing for the billing period. If approved, the Authority will mail a payment to Contractor on or before the 15th day of the following month.
Contractor’s Pricing & Staffing Fee Schedule for this Agreement is attached as Exhibit “B” and incorporated by reference herein. Contractor shall bill its fees for the Services rendered under this Agreement on a monthly basis. Professional fees must be described in sufficient detail that the Authority can review and verify the billed time.
SUPERVISION AND STAFFING
Contractor shall utilize Mark Dubina as the principal contact for the Authority, or such other person as designated by the Authority’s President/Chief Executive Officer (“Authority Contact”). The Contractor’s primary contact person regarding assignments from Authority is designated as Juan Jorge Martinez (“Contractor Contact”).
The Contractor Contact shall be responsible for supervising and coordinating the performance of the Services within Contractor’s firm and filing all required reports with the
Authority. In addition, the Contractor Contact should make every effort to maintain continuity of personnel for the Authority’s work. Any changes in management providing services under this Agreement may trigger a review of the Agreement by the Authority and a determination by the Authority as to whether or not it wishes to terminate this Agreement. Should it become necessary to substitute firm personnel, any costs associated with personnel changes will be borne solely by the Contractor.
The Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system (www.uscis.gov) in accordance with the terms governing the use of the system to confirm the employment eligibility of (1) all persons employed by the Contractor during the Term of the Agreement to perform employment duties within Florida; and (2) all persons, including sub- consultants, assigned by the Contractor to perform work pursuant to this Agreement with the Authority. Additionally, Contractor shall provide proof of registration in the E-Verify system to the Authority.
SBE SERVICES
The utilization of Small Business Enterprise (“SBE”) services was a material consideration in the selection of Contractor to provide the services for this Agreement. As of the commencement date of this Agreement, Contractor qualified as a SBE. In the event Contractor fails to qualify as a SBE at any time during the Term of this Agreement, Contractor shall immediately notify Authority. It is the responsibility of the Contractor to ensure that the Contractor remain qualified as a SBE at all times during the term of this Agreement. In the event that the Contractor is no longer qualified as a SBE, Authority, in its sole discretion, may terminate the Agreement with written notice to Contractor.
INSURANCE REQUIREMENTS
At all times during the Term of this Agreement, Contractor shall comply with the insurance requirements as set forth in the RFP, attached as Exhibit “C” and incorporated by reference herein.
PERFORMANCE BOND
No performance bond is required for this Agreement.
TERMINATION
Authority may terminate this Agreement, with or without cause, at any time during the Term of this Agreement with thirty (30) days’ advance written notice to the other party at the applicable address set forth herein. In the event of termination under this section, payment for actual services performed prior to termination and which are not in dispute by the parties shall be made to Contractor within thirty (30) days of the termination date.
TIMELY COMMUNICATIONS
Non-urgent communications should be sent by regular mail or other economical means. Overnight couriers should be used only when reasonably necessary. The Authority encourages the use of e-mail to reduce costs and facilitate quick transmission of documents. Contractor shall at all times be cognizant that any written communications may be subject to Chapter 119, Florida Statutes (“Florida Public Records Law”), before initiating any communication with the Authority.
CONFIDENTIALITY
Contractor acknowledges its responsibility, both during and after the Term, to use all reasonable efforts to preserve the confidentiality of any information or data developed by Contractor on behalf of the Authority or disclosed by the Authority to Contractor. Notwithstanding the above, the Contractor’s obligation to maintain the confidentiality of any such information in its possession or control relating to the Services performed shall be subject to the Florida Public Records Laws and shall be promptly produced by the Contractor to comply with a public records request in accordance with the Florida Public Records Law.
COMPLIANCE WITH LAWS
Contractor shall comply with all applicable laws, rules, and regulations, including all state and federal reporting requirements (collectively “Requirements”) and agrees to promptly execute any affidavits, reports or other documentation necessary to comply with the Requirements upon request by Authority, including without limitation, the “No Coercion for labor or Services Affidavit” attached hereto as Exhibit “D”. Contractor shall provide the Authority with a copy of any and all required reports.
INDEMNIFICATION
General Liability: Contractor shall indemnify, hold harmless, protect, and defend Authority and its Board of Commissioners, officers, employees, and agents, and anyone directly or indirectly employed by either of them, from and against any and all liabilities, losses, claims, damages, demands, expenses, or actions, either at law or in equity, including attorneys’ fees, court costs, mediation expenses, paralegal expenses, losses, claims, damages, liabilities, and/or other expenses, that may hereafter be made or brought by anyone on account of personal injury, property damage, loss of monies, or other losses, allegedly caused or incurred, in whole or in part, as a result of any negligent, wrongful, or intentional act or omission, or based on any action of fraud or defalcation by Contractor, or anyone employed or utilized by Contractor in connection with the performance of the Services. These obligations shall survive acceptance of any goods and/or performance and payment by the Authority.
Patent or Copyright: Contractor shall indemnify, hold harmless, protect, and defend Authority and its Board of Commissioners, officers, employees, and agents, and anyone directly or indirectly employed by either of them, from and against any and all liabilities, losses, claims, damages, demands, expenses, or actions, either at law or in equity, including attorneys’
fees, court costs, mediation expenses, paralegal expenses, losses, claims, damages, liabilities, and/or other expenses, that may hereafter be made or brought by anyone on account of personal injury, property damage, loss of monies, or other losses, allegedly caused or incurred, in whole or in part, as a result of any negligent, wrongful, or intentional act or omission, or based on any action of fraud or defalcation by Contractor, or anyone employed or utilized by Contractor in connection with performance of the Services that may be made or be brought by anyone arising out of any infringement of patent rights or copyrights held by others or for the disclosure or improper utilization of any trade secrets by the Contractor during or after completion of the Services. These obligations shall survive acceptance of any goods and/or performance and payment by the Authority.
NOTICE
All notices or other communications regarding this Agreement shall be made in writing and shall be deemed properly delivered when delivered to the addressee at the address stated in this Section (or such other address as may hereafter be specified by notice in writing) by (a) hand delivery, (b) courier services, or (c) mailing of such notice, registered or certified mail, postage prepaid. All notices under this Agreement shall be sent to the following parties:
Contractor:
Martinez and Company, Inc. 6807 S. Shamrock Road Tampa, Florida 33616
Attn: President
Authority:
Port Tampa Bay
1101 Channelside Drive
Tampa, Florida 33602 Attn: Mark Dubina
With a Copy To:
Charles E. Klug – Principal Counsel
PUBLIC RECORDS
This Agreement shall allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Agreement, unless the records are exempt from section 24(a) of Article I of the State Constitution or subsection 119.07(1), Florida Statutes. Authority may unilaterally terminate the Agreement if the Contractor refuses to allow public access as required in this section.
If, under this Agreement, the Contractor is providing services and is acting on behalf of the Authority, as provided under subsection 119.011(2), Florida Statutes, the Contractor, subject to the terms of paragraph 287.058(1)(c), Florida Statutes, and any other applicable legal and equitable remedies, shall:
Keep and maintain public records required by the Authority to perform the service.
Upon request from the Authority’s custodian of public records, provide the Authority with a copy of the requested records or allow records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement and following completion of the Agreement if the Contractor does not transfer the records to the Authority.
Upon completion of the Agreement, transfer, at no cost, to the Authority all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the Authority upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically shall be provided to the Authority, upon request from the Authority’s custodian of public records, in a format that is compatible with the information technology systems of the Authority.
A request to inspect or copy public records relating to the Authority’s contract for services must be made directly to the Authority. If the Authority does not possess the requested records, the Authority shall immediately notify the Contractor of the request, and the Contractor must provide the records to the Authority or allow the records to be inspected within a reasonable time. If the Contractor does not comply with the Authority’s request for records, the Authority shall enforce the contract provisions in accordance with the Agreement. A Contractor who fails to provide the public records to the Authority within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. If a civil action is filed against the Contractor to compel production of public records relating to the Authority’s contract for services, the court shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorney fees, if:
The Court determines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and
At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Contractor has not complied with the request, to the public agency and to the Contractor.
A notice complies with paragraph 2 above, if it is sent to the Authority’s custodian of public records and to the Contractor at the Contractor’s address listed in its Agreement with the Authority or to the Contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement.
If Contractor considers any portion of any documents, data, or records submitted to the Authority to be confidential, proprietary, trade secret, or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, Contractor shall simultaneously provide the Authority with a separate redacted copy of the information it claims is confidential and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Agreement name and number, and shall be clearly titled “Confidential”. The redacted copy shall only redact those portions of material that the Contractor claims is confidential, proprietary, trade secret or otherwise not subject to disclosure.
In the event of a public records or other disclosure request pursuant to Chapter 119, Florida Statutes, the Florida Constitution, or other authority, to which documents that are marked as “confidential” are responsive, the Authority will provide the Contractor-redacted copies to the requestor. If a requestor asserts a right to the Confidential Information, the Authority will notify the Contractor such an assertion has been made. It is the Contractor’s responsibility to assert that the information in question is exempt from disclosure under Chapter 119 or other applicable law. If the Authority becomes subject to a demand for discovery or disclosure of the confidential information of the Contractor under legal process, the Authority shall give the Contractor prompt notice of the demand prior to releasing the information labeled “confidential” (unless otherwise prohibited by applicable law). Contractor shall be responsible for defending its determination that the redacted portions of its response are confidential, proprietary, trade secret, or otherwise not subject to disclosure.
Contractor shall protect, defend, and indemnify the Authority for any and all claims arising from or relating to Contractor’s determination that the redacted portions of its response are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If Contractor fails to submit a redacted copy of information it claims is confidential, the Authority is authorized to produce all documents, data, and records submitted to the Authority in answer to a public records request for these records.
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’ DESIGNEE, KATHRYN MACLEOD-NICHOLS, AT (813) 905-
5141, kmacleod@tampaport.com, 1101 CHANNELSIDE DRIVE, TAMPA,
FLORIDA 33602.
GENERAL PROVISIONS
Governing Laws. This Agreement is to be read and construed in accordance with the laws of the State of Florida. Any disputes relating to this Agreement must be resolved in accordance with the laws of the State of Florida.
Jurisdiction and Venue. The Contractor, by execution of this Agreement, hereby acknowledges that it is doing business in the State of Florida. In the event the Contractor fails or ceases to have a registered agent or resident agent for service of process located in the State of Florida, the Contractor shall be deemed to constitute and appoint the Secretary of State of Florida as its agent for the service of process in any civil action begun in the courts of the state against Contractor. The execution of this Agreement by the Contractor is signification of its agreement that process against it which is so served is of the same validity as if served personally on Contractor. It is further agreed that venue for all disputes hereunder lies and shall be maintained exclusively in the federal and state courts with jurisdiction in Hillsborough County, Florida, and Contractor hereby expressly waives any right it has to object to the venue of any action commenced in any courts in Hillsborough County, Florida.
Amendments. This Agreement may be amended from time to time provided the Authority and the Contractor mutually agree to such amendment, and the amendment is stated in writing, executed by both parties, and attached to the original executed copies of this Agreement.
Waivers. Any waiver at any time by either party of any breach of, or default in, any of the terms, covenants, provisions, and conditions of this Agreement or these general Agreement conditions shall not be construed to be a waiver of any other terms, covenants, provisions, and conditions hereof or a waiver of any breach of default other than that specifically waived. The Authority’s failure at any time to compel a fulfillment of any one or more of the covenants or agreements contained in, or to exercise any one or more of its rights or remedies under this Agreement shall not be construed to be a waiver of the Authority’s right thereafter to enforce any such covenant or agreement or to exercise any such right or remedy. No waiver by the Authority shall be deemed to have been made unless expressed in writing and signed by the Authority.
Severability. If any term, covenant, condition, or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions shall remain in full force and effect and shall in no way be affected, impaired, or invalidated.
No Agency Relationship Created. Nothing contained in this Agreement shall be deemed or construed by the parties or by any third person to create the relationship of principal and agent or of partnership or of joint venture or of any association between the Authority and the Contractor.
Gender Neutral. The neuter gender includes the feminine and masculine, and the singular number includes the plural, and the word “person” includes a corporation, partnership, firm, or association wherever the context so required.
Remedies Cumulative. No remedy or election given by any provision in this Agreement shall be deemed exclusive unless expressly so indicated. Wherever possible, the remedies granted hereunder upon a default of the other party shall be cumulative and in addition to all other remedies at law or equity arising from such event of default, except where otherwise expressly provided.
Disputes and Attorneys’ Fees. The Services shall be performed by the Contractor 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 Agreement, the prosecution and fulfillment of the Services hereunder and the character, quality, amount, and value thereof, which cannot be settled by mutual agreement of the parties shall be settled by recourse to litigation under Florida law. In the event of default or breach of any portion of this Agreement, should the party not in default employ attorneys to protect or enforce its rights hereunder and prevails, the defaulting party agrees to pay the reasonable attorneys’ fees incurred by the prevailing party, including, without limitation, any fees and costs incurred during mediation, appellate or administrative proceedings.
Time of Essence. Time is of the essence with respect to each date or time specified in this Agreement by which an event is to occur.
Assignment. This Agreement may not be assigned by Contractor without the prior written consent of the Authority.
Parties Bound. This Agreement binds and inures to the benefit of the parties and their respective successors and assigns where assignment is permitted by this Agreement.
Headings and Captions. All headings and captions in this Agreement are for reference and convenience only and shall not be held to modify or affect the substantive terms and provisions of this Agreement in any manner.
Interpretation. Both Authority and Contractor and their respective legal counsel have reviewed and have participated in the preparation of this Agreement. According, no presumption will apply in favor of either party in the interpretation of this Agreement or in the resolution of the ambiguity of any provision hereof.
Entire Agreement. This Agreement constitutes the parties’ final and mutual agreement. There are no written or oral representations or understandings that are not fully expressed in this Agreement. No change, waiver, or discharge is valid unless in writing that is signed by the party against whom it is sought to be enforced.
Counterparts. The parties hereto may execute this Agreement in counterpart and such signatures shall have the same effect as if signed all at the same time. Regardless of the specific dates executed by the Contractor, the binding date for purposes of execution shall be the date signed by Authority.
Third Parties. In no event shall any of the terms of this Agreement confer upon any third person, corporation, or entity other than the parties hereto any right or cause of action for damages claimed against any of the parties to this Agreement arising from the performance of the obligation and responsibilities of the parties herein or for any other reason.
Payment Obligations. To the extent the Authority has payment obligations hereunder, such obligations are not secured by a specific lien upon any “Pledged Funds” as defined in the Authority’s outstanding bond documents, but are secured solely by a covenant of the Authority to budget and appropriate adequate non-ad valorem revenues for the payment therefor.
Ad Valorem Taxes. This Agreement shall not constitute a general indebtedness secured by ad valorem taxes of the Authority, or any other political subdivision of the State of Florida. No holder of this Agreement shall ever have the right to (i) compel, directly, or indirectly, the exercise of any ad valorem taxing power of the Authority, or any other political subdivision of the State of Florida, or taxation, in any form, of any real property, in either instance, to pay the cost of operation and maintenance of the properties of the Authority or to pay payments hereunder or the interest thereon.
Authority to Execute. Contractor represents and warrants that it is duly formed and in good standing, and has taken all corporate action necessary to carry out the terms and conditions of this Agreement so that when executed, this Agreement shall constitute a valid and binding obligation enforceable in accordance with its terms. Contractor further represents and warrants that the undersigned officer of Contractor has good corporate power and authority to enter into this Agreement on behalf of Contractor.
Conflict of Terms. If there is a conflict between the terms and conditions of this Agreement and any Exhibits attached hereto, this Agreement shall prevail.
Non-Exclusivity of Agreement. Contractor understands and agrees that this Agreement is non-exclusive and the Authority reserves the right to seek similar or identical services elsewhere if deemed in the best interest of the Authority.
Electronically Executed Documents. The parties agree and consent that this Agreement may be signed electronically in accordance with ⸹668.50, Fla. Stat. and that such electronic signatures will have the same authority as if this Agreement was signed in person with a “wet” signature.
{THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK}
{SIGNATURES APPEAR ON NEXT PAGE}
The parties hereto have executed this Agreement on
March 18, 2025 .
TAMPA PORT AUTHORITYd/b/a Port Tampa Bay,
a body politic and corporate organized under and existing by virtue of the laws of the State of Florida
A. Paul Anderson,
President & Chief Executive Officer
Approved as to form on
March 6, 2025 .
Charles E. Klug Principal Counsel
MARTINEZ AND COMPANY, INC.,
a Florida corporation
March 6, 2025
Juan J. Martinez CEO
EXHIBIT “A” SCOPE OF SERVICES
SECTION B
UNIFORMED SECURITY GUARD SERVICES (SBE SET ASIDE)
RFP 008-24
PROJECT INFORMATION:
TAMPA PORT AUTHORITY d/b/a PORT TAMPA BAY BACKGROUND:
The Tampa Port Authority (TPA) d/b/a as Port Tampa Bay (PTB) and the Hillsborough County Port District exist pursuant to the provisions of Chapter 95-488, Laws of Florida (the "Special Act"). PTB is an independent special district which is the governing body of the Hillsborough County Port District and consists of five members appointed by the Governor of the State of Florida, and two elected officials - a Hillsborough County Board of County Commissioner and the Mayor of Tampa. The Hillsborough County Port District encompasses all of Hillsborough County, including the City of Tampa, and a portion of Tampa Bay.
Among other provisions, the Special Act gives PTB the right to acquire property through the power of eminent domain, purchase, gift. grant, franchise, lease, or contract. PTB is also empowered to fix uniform rales and charges for wharfage, dockage, and handling to and from vessels, where such facilities are owned by PTB or otherwise insofar as it may be permissible under the Constitution of Florida and the Constitution and Laws of the United States of America. All general cargo terminals within the Port District operate subject to the uniform tariff governing use of the facilities and services and established rates, charges, rules, and regulations as published by PTB.
The Special Act provides that PTB shall have the specific responsibility for planning and carrying out plans for the long-range development of the facilities and traffic through the Port District. PTB has broad powers to acquire, construct, operate and lease facilities.
PTB's Board of Commissioners shall appoint by resolution a port director who shall be chosen for executive, administrative and technical qualifications, shall be a full-time employee of PTB, shall receive such salary as may be approved by the members, and shall devote his or her time and attention to the discharge of his or her duties. The Port Director is the administrative head of the agency and is supported by a staff of approximately 150 people.
PTB (www.porttb.com) administers Florida's largest and one of the nation's most diversified ports. Handling an array of materials from bulk and break bulk to containers and heavy lift project cargoes, the port is the largest economic engine in all of west and central Florida.
DESCRIPTION OF SERVICES:
PTB is soliciting RFPs from registered SBE firms qualified in providing Uniformed Security Guard Services.
Only proposals from registered SBEs with PTB, City of Tampa or Hillsborough County will be accepted (proof of certification is required with submittal.) The successful Respondent will be required to self-perform a minimum of fifty percent (50%) of the contract services.
Services may include but are not limited to; manning vehicle and pedestrian gates, walking patrols, roving patrols, monitoring parking lots, piers and wharfs, monitoring feeds from closed circuit television (CCTV) cameras, and manning pass/credential control and issuance positions. Positions may be increased or modified due to changes in the national, state or local security threat level or the needs of PTB. The contractor will maintain a pool of qualified security force personnel to respond to the needs of PTB at all security threat levels.
RFP 008-24 Uniformed Security Guard Services (SBE Set-Aside)- 10 (434626) Page 15 of 50
Minimum Contractor Requirements:
In determining whether a Respondent is responsible or qualified to perform the work, PTB requires the following:
State of Florida License to provide Security Services.
Demonstrate at least ten (10) years of successful performance of comparable critical infrastructure contracts.
Project Manager with at least five (5) years documented successful performance.
Maintain local office in Hillsborough County or contiguous county and provide a means by which supervisory personnel can be contacted 24 hours a day, seven (7) days a week.
Employ staff who are licensed, certified and qualified to perform the work.
Comply with any revisions to laws, regulations or applicable changes to the contract documents.
Background Investigations:
Contractor is responsible for assuring that all security force personnel pass any current, or future, background investigations required by any local, state or Federal agency with jurisdiction over the activities of the contractor or PTB; to include successful completion of the background requirements of seaport workers outlined in Florida Statute and Federal Law. PTB will require all new contractor employees submit to a fingerprint-based background check administered by PTB, (included in the cost of a PTB Port Access Credential). PTB may reject any proposed contractor employee, at its sole discretion, without explanation to the contractor.
PTB is not responsible for payment or reimbursement of any costs associated with the aforementioned background investigations. Current costs for new applicants are as follows: Transportation Workers Identification Card (TWIC) (Federal): $125.25 (valid for five years) Port Access Credential (PTB): $20.00 (Initial-1st Year), $20.00 (Renewal each additional year). Note: Port Access Credential provided cost free to current TWIC holders
Vehicle: (Reimbursable Expense - See Form 7)
Contractor will provide a gasoline powered vehicle equivalent to at least a small pick-up truck on site at all times. Determination of equivalent is at the sole discretion of PTB. Contractor will be responsible for all expenses related to the vehicle including, but not limited to: fuel expense, maintenance and repair, insurance, and any other expense resulting for the use of the vehicle in performance of this contract. PTB will pay a monthly flat rate to the contractor (see Fee Schedule) for the vehicle throughout the term of the contract.
Training:
Contractor shall develop and administer a training program consisting of classroom training covering the material required by Florida Statute 311.12 (as applicable) and 33 CFR 105.210 and 105.215. It is the responsibility of the contractor to prove to PTB that their training program meets or exceeds all required state and Federal training requirements of contract guards working at a Florida seaport, to the satisfaction of PTB Security Management. Further, the contractor must maintain a customer service training program for all contract employees working pursuant to this contract. Upon request. contractor must be able to produce the following:
Qualifications of its instructors.
Proof that training was conducted to meet current professional and regulatory standards.
Names of uniformed security force personnel who have completed and received instruction, as required by PTB, prior to permanent assignment to any port security post.
A training outline or syllabus for each course of study, or a copy of the electronically stored version of the training.
RFP 008-24 Uniformed Security Guard Services (SBE Set-Aside)- ID (434626) Page 16 of 50
All training will be conducted at contractor's expense. Hours for training will not be billable hours to PTB; except as specifically agreed upon by contract.
PTB will propose a minimum rate of hourly pay for uniformed officers. The rate of pay may vary based on the assigned duties or qualifications of each officer. At certain specified posts, the contractor must be able to provide technologically oriented officers that can perform duties including, but not limited to, operating motor vehicles, monitoring CCTV cameras and conducting the issuance of data base generated permanent port access credentials or visitor passes.
Contractor will not be entitled to be paid or reimbursed by PTB for any services or any other labor, supervision, material or equipment that is in excess of the Description of Services. Any unauthorized extra services furnished by the contractor except in accordance with this agreement will be provided at contractor's sole cost and expense.
Contractor's security officers will use a PTB supplied time clock(s) and shall punch in and out at the beginning and end of their scheduled time. Timecards shall not be altered. If the timecard is not correct, double punched or contains any other type of error, it must be revised by a designee of the PTB Vice President of Security. No security officer will work more than twelve (12) consecutive hours or less than eight (8) hour's turn around between shifts, without the consent of the PTB Vice President of Security or his/her designee. Additionally, no officer will work more than 60 hours in a seven-day period, without the consent of the PTB Vice President of Security or his/her designee. Officers working more than the maximum allowed hours will not be considered fit for duty. PTB will pay only for the scheduled coverage time. Any time that the contracted officers require for training or duty information shall be paid by the contracted company, unless otherwise specified in this contract. Any overages shall be at the expense of the contracted security company. Additional rules regarding pay weeks and timecard procedures will be negotiated. The standard PTB pay week currently begins on Saturday morning atO00O hours and ends Friday night at 2400 hours. Contract employees will not be considered on duty until they are on post.
Maintenance of Labor Force:
Selection of all security force personnel will include consideration of character traits, motivation and the ability to perform mental and physical tasks required of security force personnel. These include, but are not limited to, the ability to stand on post for extended periods of time during an eight (8) hour work shift; in the vast range of climatic conditions that occur in the Tampa Bay area of central Florida, with limited protection from the elements in some circumstances, The ability to write an incident report on established forms. The ability to operate a computer at certain designated posts. The ability to read post orders provided by PTB.
The Contractor must maintain a pool of trained and qualified security force personnel to respond to PTB's needs. PTB reserves the right to decrease or increase staffing for any business reason, with prior written notice from PTB, based on a notification process negotiated between the Contractor and PTB. This standard notification is by email unless otherwise agreed upon.
Failure to Staff Positions:
Both parties agree that failure to staff security posts at minimal contractual levels creates serious security issues. Established posts that are left unmanned will be covered by PTB Officers, and PTB will withhold payment at a rate twice the overtime rate of PTB Officer assigned to the post until the position is filled by a qualified Contractor employee. PTB will notify the Contractor as soon as possible if this event occurs.
RFP 008-24 Uniformed Security Guard Services (SBE Set-Aside)- ID (434626) Page 17 of 50
Minimum Qualifications for Contractor's Security Personnel:
U.S. Citizen or legal alien with current work permit.
Possess a valid State of Florida Class D Security Officer license. In addition, a class G license may be required for certain posts.
Obtain both PTB and Federal Access and Identification credentials prior lo being posted.
Federal law requires that all security officers working on seaports possess a TWIC.
Possess high school diploma or equivalent.
Demonstrate ability to read, write and fluently speak the English language.
Successfully complete the Contractor's drug screening program before assignment to any PTB site. Testing procedures will be in accordance with PTB Policy "Drug Free Workplace" (see Attachment 4 of this Procurement).
Possess Certificate of Training and Qualification under the provisions of Maritime Security of Facilities: 33 CFR 105.210.
Ability to perform essential functions of the assigned post as determined by PTB.
In addition, security personnel assigned to technology-oriented duties must be able to demonstrate proficiency in the use of computer and camera systems to the satisfaction of PTB security personnel. PTB will provide associated training.
PTB reserves the right to remove any contract employee from any post. at any time, based on the contract employees' failure to meet minimum standards or fitness for duty requirements outlined in this contract.
Contractor shall maintain and have available for inspection the following information about security force personnel assigned to port sites:
Individual training records
Application for Employment and Supplemental Information
Any other documents jointly agreed upon by the Contractor and PTB
Equipment and Uniforms:
Subject to PTB review, the Contractor shall provide equipment, material, and supplies according to the appropriate regulations and will furnish and maintain, in acceptable condition, equipment necessary for the performance of work stipulated in this specification, including, but not limited to the following:
Contractor shall ensure the uniformity of uniforms, condition of the equipment and personal appearance of all security force personnel.
Provide a uniform that meets the standard for Florida uniformed security officers.
Issue all officers the same uniform, headgear, jacket, inclement weather and safety gear in style, color and markings. At a minimum, the Contractor will provide a hat, safety vest, three (3) shirts, two (2) pants, a winter jacket, rain gear and a leather belt.
Ensure all uniforms are neat, clean and properly fitting.
Ensure all uniform items and equipment will be subject to approval by PTB Security Mc1nagement, including color, style and materials.
Provide patches, name tags, badges and rank insignia as appropriate.
Ensure the replacement of worn, soiled and stained uniform items to ensure the proper appearance for security force personnel.
All property furnished by PTB under the contract will remain the property of PTB.
PTB Security Force equipment shall not be taken off PTB property, except under conditions authorized by the PTB Vice President of Security or his/herdesignee. Property furnished by PTB will be used solely for the performance of this contract.
RFP 008-24 Uniformed Security Guard Services ISBE Set-Aside)- ID (434626) Page 18 of 50
Any PTB property issued to Contractor will be accounted for by signed receipt from the Project Manager or his authorized representative. The Contractor shall be responsible for replacement of lost or damaged equipment that has resulted from negligence, theft, or unauthorized use.
Failure to maintain a proper appearance, utilizing the aforementioned equipment, may create a fitness for duty issue. Additional equipment may be required based on additional unforeseen duties. These items would be subject to negotiation between PTB and the Contractor. If requested, PTB will provide a workstation (with electricity and restroom access) to perform managerial duties.
No Contractor owned or leased computers, or computer equipment, will be used for PTB business unless authorized by PTB. Contractor owned or leased computers, or computer equipment, may be used onsite to facilitate activity directly related to the Contractor's business activities. PTB may elect to contract for additional technology items from the Contractor at the sole discretion of PTB.
Manning Requirements:
The approximate hours of required service are identified in Form 7, Pricing & Staffing Fee Schedule.
Hours may vary from month to month. A detailed breakdown of hours to be charged to each site will be provided, with a summary of all hours, in a format specified by PTB after the award of the Contract.
No security officer will work more than twelve (12) consecutive hours or have less than eight
(8) hour's turn around between shifts. Additionally, no officer will work more than 60 hours in a seven-day period. This number will include all hours worked during the week and will include hours the officer has performed security duties for entities other than PTB. Deviation from these standards must be approved by the PTB Vice President of Security or his/her designee, on a case-by-case basis.
The Contractor's security officers may not work at other sites, either for the Contractor or others, in a manner that results in the employee working an aggregate number of hours in excess of the maximum daily or weekly hours detailed in this agreement.
The Contractor will submit documentation that details how the Contractor intends to monitor the employment of officers with entities other than the Contractor.
Contractor will provide weekly reports regarding staffing capabilities upon request. Officers working more than the maximum allowed hours will not be considered fit for duty, unless excess hours have been approved as outlined in the contract.
Work Performance Requirements:
The Contractor shall provide and maintain a security force that can perform all necessary functions, and other related duties as outlined by PTB including but not limited to, the following:
Control access to PTB property. Protect PTB property and the property of PTB tenants, clients and customers physically located on PTB. All incidents, accidents, fires and property damage shall be reported directly to PTB.
Monitor CCTV cameras and notify PTB security personnel of any violations of security plan, or other irregularities observed.
Perform any administrative/clerical duties assigned such as processing permanent port credentials, visitor passes, answer phones, direct visitors, prepare reports and implement restricted area access controls.
Comply with all applicable security directives, rules, procedures, post orders, and control systems established by PTB.
Complete all documentation related to hours worked in an accurate and timely manner.
Contract security force personnel will not have access to firearms on PTB property unless specially authorized by the PTB Vice President of Security or his designee in writing.
RFP 008-24 Uniformed Securtty Guard Services (SBE Set-Aside)-1D {434626) Page 19 of 50
Security Force Duties:
The security force will be primarily responsible for controlling all exterior and principle interior access control points to the seaport, determining possible threats and summoning assistance as appropriate. The security force will provide protection to PTB property against unauthorized access, industrial sabotage, theft, or diversion of materials. The security force shall provide any other related duties as required by PTB.
The Contractor's security officers will be capable of producing written documentation of violations and other events witnessed, when requested by a PTB Security Department member. This documentation will be completed in a timely and thorough manner, on forms specified by PTB, prior to the completion of the shift, unless otherwise approved by the Vice President of Security or his/her designee.
I. Security and Access Control Specialist (Specialist);
This Specialist is responsible for the issuance of Port Business Purpose Cards or other access PTB credentials allowing individual unescorted access to specific Port facilities. This includes, but is not limited to, verifying background and other application information, reviewing identification credentials, obtaining fingerprints, processing "Escort" privilege requests, Card renewals, processing and reconciling credit card and other payment receipts. In addition, the Specialist will be capable of utilizing closed circuit television and other types of monitoring software technology to observe access points and secure areas, to identify and verify any and all persons present.
Project Manager Duties:
The Contractor will provide, in writing, the name of the person assigned as Project Manager (PM) for PTB Contract. The PM will be headquartered in the Tampa area as defined under Contractor Requirements and will serve as Contractor's designated representative with PTB. The PM will be available 24 hours a day/ 7 dc1ys a week by telephone, at a number provided to PTB; will give notice, in a manner agreed upon by PTB, whenever he/she is unavailable; and will appoint a qualified local Contractor employee to act in his/her absence. PM duties will include the following responsibilities:
Meet with the PTB Vice President of Security or his designee as often as required to ensure contract terms are being followed.
Visit each PTB site on a frequent and unannounced basis to determine quality of performance by security personnel, identify problems with contract compliance, and discuss areas of concern with Contractor personnel.
Review all invoices for accuracy before submission to PTB and be the point of contact to resolve any questions.
Be the point of contact for all requests by PTB for additional or special security requirements or changes to the contrnct terms.
Assistant Project Manager:
This position is designed to identify a specific person who works regularly onsite that may act in the capacity of the PM in the event the PM is unavailable for any reason.
Security Officer Turnover Rate and Staffing Requirements:
PTB and Contractor agree that officer turnover rntes are of concern to both parties. The Contractor is expected to maintain a turnover rnte that is no greater than the national average for similar operations. using guidelines published by a nationally recognized security organizc1tion (ASIS, etc.).
PTB may require documentation of the Contractor's ability to retain qualified security officers. Further, PTB reserves the right to review any security officer's credentials and training records hired by the Contractor to work under this contract.
RFP 008-24 Uniformed Security Guard Services (SBE Set-Aside) - ID (434626) Page 20 of 50
The PTB Vice President of Security, or his designee, has the authority to relieve any of the Contractor's on-site employees, at any time, for violations of the terms of this or future agreements. The PTB Vice President of Security, or his/her designee, has the authority to determine that any of the Contractor's on-site employees are unfit for duty and remove the employee from any PTB post. PTB will report the removal of the employee to the Contractor's supervisory point of contact as soon as possible and request a qualified replacement.
EVALUATION CRITERIA:
A Committee will be established to review and evaluate all proposals submitted in response to this solicitation. The Committee shall conduct a preliminary evaluation of all responses on the basis of the information provided and other evaluation criteria as set forth in this solicitation.
EVALUATION CRITERIA | PERCENTAGE OF IMPORTANCE | ||
1 | Qualifications and Ex(;!erience of the Firm: | 60% | |
.• History of firm's organization (including current organization chart). Firm's experience and qualifications.
. Maritime industry clients or national security contracts. Firm's methodology (work plan) to be used to manage contract. . Proximity to PTB. Information, qualifications or experience considered significant, innovative, pertinent, or otherwise relevant for PTB's consideration. | |||
2 | Qualifications and Ex(;!erience of Ke� Personnel: | 20% | |
| |||
3 | Pricing & Staffing Fee Schedule:
primary uniformed security quard contract. | 0% | |
4 | Res(;!onder's Overall ResE!onsiveness: | 15% | |
Demonstrated understanding of contract requirements.
| |||
Volume of Work: | 5% | ||
5 • Considers fees paid to the firm by PTB within the last three (3) years with the | |||
intent of effecting an equitable distribution of contracts among qualified firms. | |||
TOTAL: | 100% | ||
The selection of the best-qualified Respondent will be based on whether the Respondent is responsible and responsive to this solicitation, and will be evaluated as follows:
.
RFP 008-24 Uniformed Security Guard Services (SSE Sel-As,de) - 10 (434626) Page 21 or 50
EXHIBIT “B”
PRICING & STAFFING FEE SCHEDULE
FORM 7 - FEE SCHEDULE FORM
RFP008-24 FORM7
PRICING & STAFFING PROPOSAL FEE SCHEDULE
Position | Wage | Bill Rate | Markup Expressed as Percentage |
SBE Security Officer | S19.00 | S26.28 | 38.00% |
Overtime Rate | $"28,50 | $39.41 | 38.00% |
Holiday Rate | $28.50 | $39.41 | 38.00% |
Technology Post | S19.50 | S26.98 | 38.00% |
Overtime Rate | S29.25 | S40,47 | 3800% |
Holiday Rate | S29.25 | $4047 | 38.00% |
Special Projects | $35,85 | $49,47 | "38.00% |
Armed Office Rate | S23.50 | S32.66 | 39.00% |
Overtime Rate | S35.25 | S4S.OO | 39.00% |
Holiday Rate | $35.25 | $49.00 | 39.00% |
Relmbursab'les:
Vehicle EJ<pense (Gas Powered Vehicle) Computer/Printer with Internet access Cell Phone (max one unit)
Project Manager
52,500.00 per month, I( requested, S100.00 per month
S130.00 per month
Included in bill rate shown above.
Probationary Guard Wage Rates: The contractor may elect to pay new employees under this contract a waga rate of fifty cents (.50) per hour less than ttie established wage rate for the first three-hundred lV/enty (320) worked to mitigate training costs Proor of training is required.
Labor Rate Increases; PTB wlH apply rate l:lcreases as shown below:
Year one (1) through year lhree (3),Annual inc:mases of five percent (5%) for all ,abor categories.
Year four (4) and year rve (5): Annual Increases will be negotiated.
Poge J3 olOO
Employee VacaUon: PTB will pay rrve (5) days' vacation (forty (40) hour.,) per year for any full-time contract employee who has worlled continuously under the PTB contract ror one ( 1) year from date or initial employment, no matter who holds the contracl The employee must take the days off and may not accrue PTB paid vacation credJls from year to year Vacation must be documented In a manner prescribed by the PTB.PTB will oo considered the official record holder If !here is a dispute regarding vacation time benefits.
!Martinez and Company Proposal to PT6 RFP 00&--2A 30
Fully explain your company polJcy for each of the following polfcles:
�: Company aligr.s our overtirne pay policies lo (he Fair Labor Standards Act under the Federaf Dept or Labor Regulations.
�: Holidays are New Years Day, Memolial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. Company aligns our holiday pay policies to U,e Fair Labor Standards Ac:1 under the Federal Dept of Labor Regulations.
Yas;atfon: Paid Time Off (PTO) Is extended to all Full·lime employees of Martinez and Company, Eligible employees must regularly worK al least 40 hours per week to be eligible to receive five (5) days vacalion per year.
NOTE: Special Projects rn3y i�clude deployment ofcontractor's security officers for ottier security needs at PTB berths. Tl'lese projects willbe offered ta the contractor at the contract rate. At the discretion ofUle contractor, the contractor may accept or decline these projects.
(REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
RfP OCIJ-24 Unllbl!M<l Seoun!y Guartl S.rv,ce, 1SBE So!-A�d<,)- IO :43,!tilfl)
I Martinez and Company Proposal to PTB RFP 008-24 31
EXHIBIT “C” INSURANCE REQUIREMENTS
ATTACHMENT 2
INSURANCE REQUIREMENTS
I .OGENERAL INSURANCE REQUIREMENTS:
During the Term of the Agreement, the Contractor/Consultant shall provide, pay for, and maintain with insurance companies satisfactmy to the Tampa Port Authority d/b/a Port Tampa Bay ("Authority"), the types of insurance described herein.
All insurance shall be from responsible insurance companies eligible to do business in the State of Florida. The required policie of insurance shall be perfom,able in Hillsborough County, Florida, and shall be construed in accordance with the laws of the State of Florida.
The Authority shall be specifically included as an additional insured on the Contractor/Consultant's Liability policies with the exception of the Contractor/Consultant's Professional Liability policies (if required) and shall also provide the "Severability of Interest" provision (a/k/a "Separation of lnsured's" provision). Authority's additional insured status should be extended to all Completed Operations coverages.
The Contractor/Consultant shall deliver to Authority, prior to commencing work/activities under the Agreement, properly executed "Certificate(s) oflnsurance" setting forth the insurance coverage and limits required herein. The Certificates must be signed by the authorized representative of the insurance company(s) shown on the Ce1iificate of Insurance. ln addition, if requested by Authority, the Contractor/Consultant shall deliver to Authority certified, true and exact copies of the insurance policies required herein, on a timely basis; provided, however, that the Contractor/Consultant may redact only portions of the policies which disclose the Contractor's/Consultant's other clients or confidential projects and are unrelated to the activities governed by the Contractor/Consultant.
If the Contractor/Consultant fails to provide or maintain the insurance coverages required inlhisAgreement at any time during the Tenn of the Agreement and if the Contractor/Consultant refuses or otherwise neglects to deliver the required Certificate(s) oflnsurance signed by the authorized representative of the insurance company(s) to Authority, Authority may, at Authority's sole discretion, terminate or suspend this Agreement and seize the amount of Contractor/ConsL1ltant's perfonnance bond, letter of credit, or other security acceptable to Authority).
The Contractor/Consultant shall take immediate steps lo make up any impairment to any Aggregate Policy Limit upon notification of U1e impairment. If at any time Autl1ority requests a written statement from the insurance company(s) as to any impairment to the Aggregate Limit, the Contractor/Consultant shall promptly authorize and have delivered such statement to Authority.
The Contractor/Consultant authorizes Authority and/or its insurance consultant to confilm all information furnished to Authority, as to its compliance with its Bonds and Insurance Requirements, with the Contractor/Consultant's insurance agents, brokers, surety, and insurance carriers.
All insurance coverage of the Contractor/Consultant shall be primaiy to any insurance or self-insurance program carried by Authority. Authority's insurance or self-insurance programs or coverage shall not be contributory with any insmance required of the Contractor/Consultant in this Agreement.
I .09 The acceptance of delivery to Authority of any Ce1iificate oflnsurance evidencing the insurance coverage and limits required in the Agreement does not constitute approval or agreement by Authority that the insurance requirements in the Agreement have been met or that t11e insurance policies shown in the Certificales of Insurance are in compliance with the Agreement requirements.
No work/activity under this Agreement shall commence or continue unless and until the required Ce1tificale(s) oflnsurance are in effect and the written Notice to Proceed is issued by Authority.
The insurance coverage and limits required of the Contractor/Consultant under this Agreement are designed lo meet the minimum requirements of Authority. They are not designed as a recommended insurance program for the Contractor/Consultant. The Contractor/Consultant alone shall be responsible for the sufficiency of its own insurance program. Should the Contractor/Consultant have any question c-oncerning its exposures to loss under this Agreement or the possible insw·ance coverage needed therefore, it should seek professional assistance.
RFP 008·24 Uniformed Security Guard Services (SBE Set-Aside) - ID (434626) Page 45 qf 50
Du1i_ng the Term of this Agreement, Authority and its agents and contractors may continue to engage in necessary business activities during the operations of the Contractor/Consultant. No personal property owned by Authority used in connection with these business activities shall be considered by the Contractor/Consultant's insurance company as being in the care, custody, or control of the Contractor/Consultant.
Should any of the required insLLrances specified in this Agreement 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 tl1e settlement of insured claims, then the Contractor/Consulta.nt agTees, ifrequired by Authority, to provide, pay for, and maintain a surety bond acceptable to Authority from an insurance company acceptable to Authority (or a standby lrrevocable Letter of Credit acceptable to 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 expiration or termination of the Agreement.
All of the required insurance coverages shall be issued as required by law and shall be endorsed, where necessary, to comply with the minimum requirements contained herein.
All policies of insurance required herein shall require that the insurer give Authority thirty (30) 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 Agreement, except for the application of the Aggregate Limits Provisions. Such notice shall be delivered by ce1tified or registered mail and shall be given to:
Risk Management Department Tampa Port Authority
1101 Channelside Dr.
Tampa, Florida 33602-3612
Renewal Certificate(s) of Insurance shall be provided to Authority at least twenty (20) days prior to expiration of current coverage so that there shall be no termination of the Agreement due to lack of proof of the insurance coverage required of the Contractor/Consultant.
If the Contractor/Consultant utilizes contractors or sub-contractors to perform any operations or activities governed by this Agreement, the Contractor/Consultant will ensure all contractors and sub-contractors to maintain the same types and amounts of insurance required of the Contractor/Consultant. ln addition, the Contractor/Consultant will ensure that the contractor and sub-contractor insurances comply with all of the Insurance Requirements specified for the Contractor/Consultant contained within this Agreement. The Contractor/Consultant shall obtain Ceitificates of Insurance comparable to those required of the Contractor/Consultant from all contractors and sub-contractors. Such Certificates of Insurances shall be presented to Authority upon request. Contractor/Consultant's obligation to ensure that all contractor's and sub-contractor's insurance as provided herein shall not exculpate Contractor/Consultant from the direct primary responsibility Contractor/Consultant has to Authority hereunder. Authority may look directly to Contractor/Consultant for any such liability hereunder and shall not be obligated to seek recovery from any contractor or subcontract or under such contractor's or sub-contract's insurance coverages.
2.0SPECIFIC INSURANCE COVERAGES AND LIMITS:
2.0 I All requirements in this lnsurance Section shall be complied with in full by the Contractor/Consultant unless excused from compliance in writing by Authority.
2.02 The amounts and types of insurance must conform to the following minimum requirements. Current lnsurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, fonns, and endorsements or broader shall be used where applicable. Notwithstanding the foregoing, the wording of all policies, fonns, and endorsements must be acceptable to Authority.
Workers' Compensation and Employers' Liability insurance shall be maintained in force during the Term oft11is Agreement for all employees engaged in this work under this Agreement, in accordance with the laws of the State of Florida. The minimum acceptable limits shall be:
Workers' Compensation Employer's Liability
Florida Statutory Requirements
$1,000,000.00 Limit Each Accident
$1,000,000.00 Limit Disease Aggregate
$1,000,000.00 Lim it Disease Each Employee
RFP 008-24 Uniformed Security Guard Services (SBE Set-Aside)- 10 (434626) Page 46 of 50
If the Contractor/Consultant has less than four (4) employees and has elected not to purchase Workers' Compensation/Employers Liability coverage as pem1itted by Florida Statutes, the Contractor/Consultant will be required to issue a formal letter (on the Contractor/Consultant's letterhead) stating that il has less than four (4) employees and has elected not to purchase Workers' Compensation/Employers Liability coverage as pennitted by Florida S1at11tes. This exception does not apply to firms engaged in construction activities.
Commercial General Liability Insurance shall be maintained by the Contractor/Consultant on a Full Occurrence Form. Coverage shall include, bm not be limited to, Premises and Operations, Personal Injury, Contractual for tbis Agreement, Independent Contractors, and Products & Completed Operations Coverage. The limits of such coverage shall not be less than:
Bodily lnjmy &
Property Damage Liability
$2,000,000.00 Combined Single Limit each Occurrence and Aggregate
Completed Operations Liability Coverage shall be maintained by the Contractor/Consultant for a period ofnot less than four (4) years following expiration or termination of this Agreement.
The use of an Excess, Umbrella and/or Burnbershoot policy shall be acceptable if the level of protection provided by the Excess, Umbrella and/or Bumbershoot policy is equal to or more comprehensive than the Primmy Commercial General Liability policy.
Business Automobile Liability Tnsurance shall be maintained by the Contractor/Consultant as to ownership, maintenance use, loading and unloading of all owned, non-owned, leased, or hired vehicles with limits of such coverage of not less than:
Bodily Injury
Property Damage Liability
Bodily Injury &
Property Damage Liability
$1,000,000.00 Limit Each Accident
$1,000,000.00 Limit Each Accident or
$1,000,000.00 Combined Single Limit Each Accident
If the Contractor/Consultant does not own any vehicles, this requirement can be satisfied by having the Contractor/Consultant' Commercial General Liability policy endorsed with "Non-Owned and Hired Automobile" Liability coverage.
Law Enforcement/Security Guard Professional Liability Insurance shall be maintained by the Contractor/Consultant that provides coverages for claims arising out of the Law Enforcement and Security Guard services. Coverages shall include:
Errors and Omissions Lost Keys
Theft of Property
Damage to Property in the care, custody and control of the Contractor/Consultant The minimum acceptable limits shall not be less than $2,000,000 per occurrence.
If the policy is structured on a "Claims Made" basis, the policy must contain a "Retroactive Date" ofno later than the commencement date of the Agreement and will have an extended reporting period of four (4) years following expiration or tem1ination of the Agreement.
[REMAINDER OF PAGE LEFT JNTENTIONALL Y BLANK]
RFP 008-24 Uniformed Security Guard Services (SSE Set-Aside) - ID (434626) Page 47 of 50
EXHIBIT “D”
NO COERCION FOR LABOR OR SERVICES AFFIDAVIT
NO COERCION FOR LABOR OR SERVICES AFFIDAVIT
STATE OF FLORIDA ) COUNTY OF )
I, (insert name), being duly sworn, state under oath:
I am a duly authorized representative of (insert name of vendor).
Under penalty of perjury, I attest and affirm that (insert name of vendor) does not use coercion as defined in section 787.06(2), Florida Statutes to employ any person for labor or services.
This signed attestation is provided to the Tampa Port Authority, doing business as Port Tampa Bay, to comply with section 787.06(13), Florida Statutes.
FURTHER AFFIANT SAYETH NOT.
Date:
Print Name Title
The foregoing instrument was sworn to and subscribed before me by means of physical presence or online notarization, this day of , 2025, by of , who is personally known to me or did produce his/her
Driver’s License as identification or did produce
as identification.
Print name: Notary Public, State of at Large My Commission expires: Comm. No.:
Exhibit B
Authority Project Project Scope: Contract Guard Services for SeaPort Manatee Service Provider: Martinez and Company
Objective: To provide Florida Class D Licensed Security Officers to augment SeaPort Manatee's in-house security staff, ensuring compliance with the U.S. Coast Guard approved facility security plan.
Scope of Work:
Provision of Security Officers:
Martinez and Company will provide a pool of on-call Florida Class D Licensed Security Officers.
These officers will be available to augment SeaPort Manatee's in-house security staff as needed.
Deployment:
Security officers will be deployed to man security positions outlined in SeaPort Manatee's U.S. Coast Guard approved facility security plan.
Officers will be available to cover shifts, special events, and any additional security needs as required.
Service Hours:
A minimum of 1000 service hours per month will be utilized upon implementation of this contract.
Service hours will be tracked and reported monthly to ensure compliance with contractual obligations.
Training and Compliance:
All security officers provided by Martinez and Company will undergo necessary training to ensure familiarity with SeaPort Manatee's security protocols and procedures.
Officers will adhere to all relevant local, state, and federal regulations, including those set forth by the U.S. Coast Guard.
Reporting and Communication:
Regular communication will be maintained between Martinez and Company and SeaPort Manatee's Public Safety & Security Department to ensure seamless integration of services.
Monthly reports detailing service hours, incidents, and other relevant metrics will be provided.
Services will be invoiced monthly.
Contact Information:
SeaPort Manatee Public Safety & Security Department: Contact Name: David M. St. Pierre, Phone Number: (941) 650-7300), Email: dstpierre@seaportmanatee.com
Martinez and Company: Contact Name: Juan Martinez, Phone Number: (813) 805- 9153, Email: juan.j@martinezco.com
Anti-Human Trafficking Affidavit
Instructions: This form must be completed by an officer or representative of an entity entering into, renewing, or extending, a contract with SeaPort Manatee.
The undersigned, on behalf of attests as follows:
Martinez and Company, Inc.
(“Contractor”), hereby
Contractor understands and affirms that Section 787.06(13), Florida Statutes, prohibits the SeaPort Manatee from executing, renewing, or extending a contract to entities that use coercion for labor or services, with such terms defined as follows:
“Coercion” means: (1) using or threatening to use physical force against any person; (2) restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; (3) using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; (4) destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; (5) causing or threatening to cause financial harm to any person; (6) enticing or luring any person by fraud or deceit; or (7) providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03, Florida Statutes, to any person for the purpose of exploitation of that person.
“Labor” means work of economic or financial value.
“Services” means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs.
Contractor hereby attests, under penalty of perjury, that Contractor does not use coercion for labor or services as defined in Section 787.06(2), Florida Statutes.
I, the undersigned, hereby represent that I make the above attestation based upon personal knowledge; am over the age of 18 years and otherwise competent to make the above attestation; and am authorized to legally bind and make the above attestation on behalf of Vendor. Under penalties of perjury, I declare that I have read the forgoing document and that the facts stated in it are true.
Authorized Signature: Date: 23APR2025
Printed Name:
Juan J Martinez
Title: President
Virginia
STATE OF
COUNTY OF Henrico
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization, this 23
day of
April
, 20 25
, by Juan J Martinez
, as
have produced
Florida DL
Owner
on behalf of the company/corporation. They ☐ are personally known to me or
as identification.
_____________________ Signature of Notary Public
Crystal Turner Morgan
Name of Notary Typed, Printed or Stamped
My Commission Expires: June 30, 2026
May 6, 2025
CONSENT
AGENDA ITEM 3.M: PUBLIC TRANSPORTATION GRANT AGREEMENT
AMENDMENT – RAIL YARD DEVELOPMENT
BACKGROUND:
On June 20, 2024, the Authority approved the Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation (FDOT) for the development of a rail yard. An amendment to the PTGA is now proposed to increase FDOT’s funding for the project by
$1,629,176, bringing their total contribution to $2,715,364, which covers 75% of the project costs. The Authority’s share will increase to a total of $905,121. To proceed with this amendment, FDOT requires the Port Authority to adopt a resolution formally approving the amendment and authorizing designated officials to execute the agreement on its behalf.
ATTACHMENT:
Resolution PA-25-16 and the State of Florida Department of Transportation Amendment to the Public Transportation Grant Agreement
COST AND FUNDING SOURCE:
FDOT funding of $2,715,364 and $905,121 Port cash
CONSEQUENCES IF DEFERRED:
Delay in execution of the PTGA Amendment
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to adopt Resolution PA-25-16 authorizing the execution of the Amendment to the Public Transportation Grant Agreement with the Florida Department of Transportation for increase participation in the rail yard development initiative.
Financial Project Number 452124-1-94-01 & 02
Contract Number G2Y79
PA-25-16
A RESOLUTION BY THE MANATEE COUNTY PORT AUTHORITY APPROVING AND AUTHORIZING THE EXECUTION OF THE PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION
WHEREAS, the State of Florida Department of Transportation (Department) has offered to enter into a Public Transportation Amendment to the Public Transportation Grant Agreement with the Manatee County Port Authority (Port Authority) to provide Department participation in the rail yard development initiative project, and
WHEREAS, the Port Authority has the authority to enter into said Public Transportation Amendment to the Public Transportation Grant Agreement with the Department, and it is expedient and in the best interests of this Port Authority to approve and authorize the execution of the Public Transportation Amendment to the Public Transportation Grant Agreement.
NOW THEREFORE BE IT RESOLVED by the Manatee County Port Authority that:
The State of Florida Department of Transportation Public Transportation Grant Agreement, identified as State Grant Number G2Y79 wherein the Department agrees to a maximum participation in the amount of $2,715,364 is approved. The Chairman of the Port Authority, or, in the absence of the Chairman, any Vice Chairman of the Port Authority, is authorized to execute the Public Transportation Agreement on behalf of the Port Authority.
The Executive Director, or his authorized representative, is specifically authorized to enter into and execute any amendment or supplement to the Public Transportation Grant Agreement(s) (PTGA) for the limited purposes of scope changes, funding adjustments which do not require additional matching funds from the Authority, contract duration revisions, as well as Assurances, Certifications and other documents as may be required to support this project.
The Clerk of the Circuit Court of Manatee County, Florida, is authorized to cause two copies of this resolution to be certified for delivery to the Florida Department of Transportation.
ADOPTED with a quorum present and voting this the 6th day of May, 2025.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT CLERK OF CIRCUIT COURT AUTHORITY
By:
Chairman
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGG 03/25
Financial Project Number(s):
(item-segment-phase-sequence)
Fund(s):
DIS,GMR FLAIR Category: 088808
452124-94-02
452124-94-01
CFDA Number: CFDA Title: CSFA Number: CSFA Title:
N/A N/A 55.021
SAM/UEI Number:
Rail Programs: Passenger Development, Capacity or Crossing
Contract Number: G2Y79
Work Activity Code/Function: 215
Federal Number/Federal Award Identification Number (FAIN) - Transit only: Federal Award Date:
Object Code: 751000
Org. Code: 55012020129
Vendor Number: VF596000727160 Amendment No.:
THIS AMENDMENT TO THE PUBLIC TRANSPORTATION GRANT AGREEMENT ("Amendment") is made and entered
into on , by and between the State of Florida, Department of Transportation ("Department"), and Manatee County Port Authority, ("Agency"),collectively referred to as the "Parties."
RECITALS
WHEREAS, the Department and the Agency on 6/21/2024 (date original Agreement entered) entered into a Public Transportation Grant Agreement ("Agreement").
WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.
NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:
Amendment Description. The project is amended to supplement FY24 partial funding allocation for SeaPort Manatee's lntermodal Rail Capacity Initiative. The total project cost, department financial participation, and agency participation will increase.
Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):
Aviation
X Seaports Transit
lntermodal
Rail Crossing Closure
Match to Direct Federal Funding (Aviation or Transit)
(Note: Section 15 and Exhibit G do not apply to federally matched funding)
Other
Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement: Exhibit A: Project Description and Responsibilities
X Exhibit B: Schedule of Financial Assistance
*Exhibit 81: Deferred Reimbursement Financial Provisions
*Exhibit 82: Advance Payment Financial Provisions
*Exhibit C: Terms and Conditions of Construction
X Exhibit D: Agency Resolution
Exhibit E: Program Specific Terms and Conditions Exhibit F: Contract Payment Requirements
X *Exhibit G: Financial Assistance (Single Audit Act)
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION
GRANT AGREEMENT
Form 725-000-03 STRATEGIC DEVELOPMENT
OGG 03/25
*Exhibit H: Audit Requirements for Awards of Federal Financial Assistance
*Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor
*Additional Exhibit(s):
Project Cost.
The estimated total cost of the Project is� increased/_ decreased by $1,629,176 bringing the revised total cost of the project to $3,620,485.
The Department's participation is � increased/_ decreased by $1,221,882. The Department agrees to participate in the Project cost up to the maximum amount of $2,715,364, and, additionally the Department's participation in the Project shall not exceed 75.00% of the total eligible cost of the Project.
Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.
AGENCY Manatee County Port Authority
By: Name: _ Title:
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
By: Name: Nicole E. Mills, P.E.
Title: Director of Transportation Development
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
Legal Review: Don Conway (as to legality and form)
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGC 03/25
EXHIBIT B
Schedule of Financial Assistance
FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
Fund Type and Fiscal Year:
Financial Management Number | Fund Type | FLAIR Category | State Fiscal Year | Object Code | CSFA/ CFDA Number | CSFA/CFDA Title or Funding Source Description | Funding Amount |
452124-1-94-01 | DIS | 088808 | 2024 | 751000 | 55.021 | Rail Programs | $1,493,482.00 |
452124-1-94-01 | LF | 088808 | 2024 | Local Matching Funds | $497,827.00 | ||
452124-1-94-02 | GMR | 088808 | 2025 | 751000 | 55.021 | Rail Programs | $1,221,882.00 |
452124-1-94-02 | LF | 088808 | 2025 | Local Matching Funds | $407,294.00 | ||
Total Financial Assistance | $3,620,485.oo | ||||||
I
Estimate of Project Costs by Grant Phase:
Phases* | State | Local | Federal | Totals | State % | Local % | Federal % |
Land Acquisition | $0.00 | $0.00 | $0.00 | $0.00 | 0.00 | 0.00 | 0.00 |
Planning | $0.00 | $0.00 | $0.00 | $0.00 | 0.00 | 0.00 | 0.00 |
Environmental/Design/Construction | $2,715,364.00 | $905,121.00 | $0.00 | $3,620,485.00 | 75.00 | 25.00 | 0.00 |
Capital Equipment/ Preventative Maintenance | $0.00 | $0.00 | $0.00 | $0.00 | 0.00 | 0.00 | 0.00 |
Match to Direct Federal Funding | $0.00 | $0.00 | $0.00 | $0.00 | 0.00 | 0.00 | 0.00 |
Mobility Management (Transit Only) | $0.00 | $0.00 | $0.00 | $0.00 | 0.00 | 0.00 | 0.00 |
Totals | $2,715,364.00 | $905,121.00 | $0.00 | $3,620,485.00 |
*Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement.
Scope Code and/or Activity Line Item (ALI) (Transit Only) | |
Common Name/UZA Name (Transit Only) |
BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached.
Signature
4/21/2025
Date
Amanda L. Tyner, MPA, MPE Department Grant Manager Name
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGG 03/25
EXHIBIT D AGENCY RESOLUTION
PLEASE SEE ATTACHED
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS
Form 725-000-02 STRATEGIC DEVELOPMENT
OGG 07/22
EXHIBIT G
AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE
THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:-
Awarding Agency: State Project Title: CSFA Number:
*Award Amount:
Florida Department of Transportation Rail Programs
55.021
$2,715,364
*The award amount may change with amendments
Specific project information for CSFA Number 55.021 is provided at: https://apps.fldfs.com/fsaa/searchCatalog.aspx
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT:
State Project Compliance Requirements https://apps.fldfs.com/fsaa/searchCompliance.aspx
for CSFA Number 55.021 are provided at:
The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx