A meeting of the Manatee County Port Authority will be held Thursday, October 20, 2022, at 9:00 am, or as soon thereafter as is practicable in the third-floor meeting room of the Port Manatee Intermodal Center, 1905 Intermodal Circle, Palmetto, FL 34221, located at the intersection of South Dock Street and Reeder Road at Port Manatee.


Anyone wishing to attend this meeting who does not have an appropriate SeaPort Manatee identification badge may enter SeaPort Manatee by the north or south gate by displaying photo identification, generally a driver’s license.


MANATEE COUNTY PORT AUTHORITY AGENDA

October 20, 2022

9:00 a.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

Invocation

Pledge of Allegiance Public Comments


  1. Consent Agenda


  2. Legislative Priorities


  3. Master Plan Presentation


  4. Executive Director Evaluation Discussion


Public Comments

Executive Director Comments Commissioner Comments

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

Reggie Bellamy, Chairman

George Kruse, 1st Vice-Chairman; Misty Servia, 2nd Vice Chairman James Satcher, 3rd Vice-Chairman; Vanessa Baugh, Member; Kevin Van Ostenbridge, Member; Carol Whitmore, Member

October 20, 2022


  1. CONSENT AGENDA


    1. Warrant List


    2. Budget Resolution – FY 2022


    3. Budget Resolution – FY 2023


    4. Notice of Port Authority Meetings Schedule


    5. 2023 Holiday & Pay Date Schedule


    6. Amendment to the Public Transportation Grant Agreements


    7. Florida Power & Light Pipeline License Agreement


    8. 2022 Port Security Grant Program Agreement


    9. Berth 4 Extension Professional Services


    10. U.S. Customs Office Modification Award


RECOMMENDATION:


Move to approve the Consent Agenda incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda items.

Manatee County Port Authority Warrant (Check) Listing

09/08/2022 to 10/12/2022


AP

XXXXXXX

V100014

A AND W MAINTENANCE INC

1,285.00

AP

XXXXXXX

V019302

ABBOTT, PAUL SCOTT

375.00

AP

XXXXXXX

V019302

ABBOTT, PAUL SCOTT

768.75

AP

XXXXXXX

V026102

ADVANCED ESI LLC

411.95

AP

XXXXXXX

V016081

AECOM TECHNICAL SERVICES INC

132,503.40

AP

XXXXXXX

V103830

AERIAL INNOVATIONS INC.

205.00

AP

XXXXXXX

V025267

ALLEGRA PRINTING OF BRADENTON

244.90

AP

XXXXXXX

V029295

AMAZON CAPITAL SERVICES INC

7,150.00

AP

XXXXXXX

V113719

APEX OFFICE PRODUCTS INC

972.65

AP

XXXXXXX

V118009

AT AND T

71.11

AP

XXXXXXX

V118009

AT AND T

71.11

AP

XXXXXXX

V013140

AT AND T MOBILITY

107.24

AP

XXXXXXX

V023501

AT AND T TELECONFERENCE SERVIC

19.82

AP

XXXXXXX

V016756

ATKINS NORTH AMERICA INC

61,221.80

AP

XXXXXXX

V016756

ATKINS NORTH AMERICA INC

31,393.50

WT

XXXXXXX

V019189

BANK OF AMERICA

9,325.90

AP

XXXXXXX

V012515

BIG RED INC

2,800.00

AP

XXXXXXX

V009839

BRYANT MILLER AND OLIVE PA

9,517.50

AP

XXXXXXX

V030238

CAPITAL BIZ GROUP LLC

7,500.00

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

1,771.88

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

223.94

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

155.94

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

607.82

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

512.92

AP

XXXXXXX

V021377

CINTAS CORPORATION

309.64

AP

XXXXXXX

V027465

CRISDEL GROUP INC

760,498.57

AP

XXXXXXX

V006291

DEX IMAGING INC

254.96

AP

XXXXXXX

V006291

DEX IMAGING INC

687.13

AP

XXXXXXX

V006291

DEX IMAGING INC

112.53

AP

XXXXXXX

V025612

DYNAFIRE INC

2,392.95

AP

XXXXXXX

V025612

DYNAFIRE INC

1,584.00

AP

XXXXXXX

V022096

ENTECH

4,324.00

AP

XXXXXXX

V022096

ENTECH

1,107.65

AP

XXXXXXX

V022096

ENTECH

4,563.90

AP

XXXXXXX

V029352

ESPINOZA, JORDAN

2,400.00

AP

XXXXXXX

V024683

EVERGLADES EQUIPMENT GROUP

290.96

AP

XXXXXXX

V320642

FAIRBANKS SCALES

1,634.00

AP

XXXXXXX

V323190

FASTENAL COMPANY

21.00

AP

XXXXXXX

V323190

FASTENAL COMPANY

844.50

AP

XXXXXXX

V324212

FEDERAL EXPRESS CORPORATION

51.20

AP

XXXXXXX

V017454

FIRST CHOICE MARINE SUPPLY

1,395.00

AP

XXXXXXX

V334617

FL DEPT OF ENVIRONMENTAL PROTE

8,820.00

ZP

XXXXXXX

L333009

FLEET PRODUCTS

165.21

ZP

XXXXXXX

L333009

FLEET PRODUCTS

400.00

ZP

XXXXXXX

L333009

FLEET PRODUCTS

610.92

WT

XXXXXXX

V335586

FLORIDA DEPARTMNT OF TRANSPORT

543,850.00

Manatee County Port Authority Warrant (Check) Listing

09/08/2022 to 10/12/2022


AP

XXXXXXX

V007961

FLORIDA INDUSTRIAL SCALE COMPA

493.00

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

123,848.42

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

10,416.93

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

104,141.07

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

1,736.76

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

730.56

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

59.83

ZP

XXXXXXX

L007982

FRONTIER LIGHTING INC

721.20

AP

XXXXXXX

V023397

GAHAGEN AND BRYANT ASSOCIATES

750.00

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

401.65

AP

XXXXXXX

V380805

GOODYEAR TIRE & RUBBER CO.

448.75

AP

XXXXXXX

V385628

GRAINGER INC, W W

68.04

ZP

XXXXXXX

L387610

GRAVELY OF BRADENTON

496.54

WT

XXXXXXX

V027081

HANCOCK WHITNEY BANK

29,253.12

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

2,432.78

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

1,518.93

AP

XXXXXXX

V896015

INTERISK CORPORATION

4,425.00

AP

XXXXXXX

V004875

J2 ARTS INC

1,330.00

WT

XXXXXXX

V026038

JOCELYN HONG AND ASSOCIATES

5,000.00

WT

XXXXXXX

V026038

JOCELYN HONG AND ASSOCIATES

5,000.00

WT

XXXXXXX

V026038

JOCELYN HONG AND ASSOCIATES

5,000.00

AP

XXXXXXX

V017574

KONECRANES INC

91,322.00

AP

XXXXXXX

V000423

LEWIS LONGMAN AND WALKER PA

47.00

AP

XXXXXXX

V018272

LIGHT BULB DEPOT OF TAMPA

470.40

AP

XXXXXXX

V010512

LINE X OF SARASOTA

2,180.00

AP

XXXXXXX

V022184

LOUIS PRYOR SUPPLY INC

175.59

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

469.56

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

3,385.95

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

3,033.90

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

6,281.58

AP

XXXXXXX

V026617

MIDCOAST CONSTRUCTION ENTERPRI

164,457.00

AP

XXXXXXX

V002700

NATUR CHEM INC

1,418.33

AP

XXXXXXX

V025892

OCEANSIDE PROMOTIONS

735.50

AP

XXXXXXX

V025892

OCEANSIDE PROMOTIONS

1,562.00

AP

XXXXXXX

V028053

ORKIN LLC

1,499.73

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

239.79

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

32.29

AP

XXXXXXX

V020765

R S AND H INC

12,479.84

AP

XXXXXXX

V027409

RAMBA LAW GROUP LLC

3,500.00

WT

XXXXXXX

V007824

REGIONS BANK

1,151,022.80

AP

XXXXXXX

V776386

RING POWER CORP

74.90

AP

XXXXXXX

V015633

SIEMENS INDUSTRY INC

38,167.04

AP

XXXXXXX

V029241

SPEEDPRO IMAGING AFFINITY SOLU

155.00

AP

XXXXXXX

V029223

STANTEC ARCHITECTURE INC

66,045.05

AP

XXXXXXX

V018137

STANTEC CONSULTING SERVICES IN

80,783.50

AP

XXXXXXX

V018137

STANTEC CONSULTING SERVICES IN

20,165.00

Manatee County Port Authority Warrant (Check) Listing

09/08/2022 to 10/12/2022


AP

XXXXXXX

V014815

STAPLES ADVANTAGE


1,360.31

WT

XXXXXXX

V874841

STATE OF FLA DEPT OF REVENUE


18,561.59

AP

XXXXXXX

V028838

STEELSMITH, LLC


550.00

AP

XXXXXXX

V028838

STEELSMITH, LLC


2,060.70

AP

XXXXXXX

V894121

SUMMERS RAILROAD CONTRACTOR

I

18,690.15

AP

XXXXXXX

V024705

SUN COAST ROOFING SERVICES INC


13,992.50

AP

XXXXXXX

V021175

SUNCOAST PRINT AND PROMOTIONS


2,780.25

AP

XXXXXXX

V025076

TOWN SQUARE PUBLICATIONS LLC


1,495.00

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC


841.50

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC


1,808.00

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC


1,683.00

AP

XXXXXXX

V006904

UNITED REFRIGERATION INC


896.89

AP

XXXXXXX

V003712

UNITED RENTALS NORTH AMERICA I


2,070.59

AP

XXXXXXX

V024682

US COATING SPECIALISTS LLC


695,387.74

AP

XXXXXXX

V009667

VERIZON WIRELESS


94.87

AP

XXXXXXX

V009667

VERIZON WIRELESS


1,063.27


Total warrants (checks) for period reported 4,316,847.94

October 22, 2022


CONSENT

AGENDA ITEM 1.B: BUDGET RESOLUTION – FY 2022 BACKGROUND:

This resolution budgets the following:


ATTACHMENT:


Budget Resolution PA-22-21.


COST AND FUNDING SOURCE:


Transfers $6,320 to port cash.

.


CONSEQUENCES IF DEFERRED:


Delay in budget allocations.

LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:


Move to adopt Budget Resolution PA-22-21

RESOLUTION PA-22-21 AMENDING THE ANNUAL BUDGET

FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2021-2022


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:


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


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


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


NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 2021-2022 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

BAAL102022A/B

BU23000016

2

BAAL102022A

BU23000017


ADOPTED with a quorum present and voting this the 20th day of October, 2022.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

CLERK OF CIRCUIT COURT


By:                 

BUDGET AMENDMENT RESOLUTION NO. PA-22-21 AGENDA DATE: October 20, 2022


  1. Fund: Port Capital Grants


    Section: Access Control Update Section: Seaport Security Initiative Section: ARPA OPS

    Section: FDOT: Roadway Port Construction Section: Upland Cargo OPS


    Description: Budgets a decrease of revenue and expense in the total amount of

    $20,512 to close out various capital grant projects.


    Batch ID: BAAL102022A/B Reference: BU23000016


  2. Fund: Port Capital Improvements Section: Access Control Update

Description: Budgets a decrease of revenue and expense in the amount of $6,320 to close out the Access Control Update project and transfer to Port cash.


Batch ID: BAAL102022A Reference: BU23000017

October 22, 2022


CONSENT

AGENDA ITEM 1.C: BUDGET RESOLUTION – FY 2023 BACKGROUND:

This resolution budgets the following:



ATTACHMENT:


Budget Resolution PA-23-02.


COST AND FUNDING SOURCE:


Budgets $50,000 port cash.


CONSEQUENCES IF DEFERRED:


Delay in budget allocations.

LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:


Move to adopt Budget Resolution PA-23-02.

RESOLUTION PA-23-02 AMENDING THE ANNUAL BUDGET

FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2022-2023


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:


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


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


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


NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 2022-2023 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

BAAL102022C

BU230000018


ADOPTED with a quorum present and voting this the 20th day of October, 2022.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

CLERK OF CIRCUIT COURT


By:                 

BUDGET AMENDMENT RESOLUTION NO. PA-23-02 AGENDA DATE: October 20, 2022


  1. Fund: Port Capital Improvement


    Section: Customs Upgrades Intermodal Building


    Description: Budgets additional funding of $50,000 for office space upgrades at the Intermodal Building per the new security policies.


    Batch ID: BAAL102022C Reference: BU23000018

    October 20, 2022


    CONSENT

    AGENDA ITEM 1.D.: NOTICE OF PORT AUTHORITY MEETINGS SCHEDULE


    BACKGROUND:


    The Port Authority, as a special district, is required by Section 189.015 of the Florida Statutes to publish a schedule of the Authority’s regular meetings. The Authority annually adopts a Resolution scheduling its meetings for the fiscal year and has the Resolution published in the Bradenton Herald. It is now appropriate to adopt and publish Resolution PA-23-01, a schedule of the Port Authority’s meetings for fiscal year 2022-2023.


    ATTACHMENT:


    Resolution PA-23-01 giving notice of Authority meetings.


    COST AND FUNDING SOURCE:


    N/A.


    CONSEQUENCES IF DEFERRED:


    Delay in complying with Section 189.015 of the Florida Statutes.


    LEGAL COUNSEL REVIEW: Yes


    RECOMMENDATION:


    Move to adopt Resolution PA-23-01 and instruct the Executive Director of the Port Authority to cause of a copy of said resolution to be published in the Bradenton Herald, in accordance with the requirements of section 189.015, of the Florida Statutes.

    RESOLUTION PA-23-01


    RESOLUTION OF THE MANATEE COUNTY PORT AUTHORITY GIVING NOTICE OF MEETINGS THEREOF.


    BE IT RESOLVED by the Manatee County Port Authority that:


    1. Regular meetings of said Port Authority shall be scheduled for the 3rd Thursday of each month, except for June and July, beginning at 9 a.m., or as soon thereafter as same may be commenced, in the meeting room on the 3rd floor of the Port Manatee Intermodal Center, 1905 Intermodal Circle, Palmetto, Florida, located at the intersection of South Dock Street and Reeder Road at Port Manatee, north of Palmetto, Florida on U.S. Highway 41. During the month of June and July, there shall be no regular meeting of said Port Authority.


    2. Meetings of said Port Authority shall be scheduled for each Tuesday beginning at 8:30 a.m., or as soon thereafter as same may be commenced, during each regularly scheduled Tuesday meeting of the Board of County Commissioners of Manatee County, Florida and in the same location as the Board of County Commissioners of Manatee County meeting, which is held at either the County Commission chambers on the 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida or at the Manatee County Civic Center, 1 Haben Boulevard, Palmetto, FL 34221, as publicly announced.


    3. Meetings of said Port Authority shall be scheduled for each Thursday beginning at 9:00 a.m., 1:30 p.m. or as soon thereafter as same may be commenced, during each regularly scheduled Thursday meeting of Board of County Commissioners’ Land Use Meeting and which is held at either the County Commission chambers on the 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida or at the Manatee County Civic Center, 1 Haben Boulevard, Palmetto, FL 34221, as publicly announced.


    4. Special meetings of said Port Authority may be scheduled to be held in the meeting room on the 3rd floor of the Port Manatee Intermodal Center, 1905 Intermodal Circle, Palmetto, Florida, located at the intersection of South Dock Street and Reeder Road at Port Manatee, north of Palmetto, Florida on U.S. Highway 41; in County Commission chambers on 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida; or any other accessible public facility in Manatee County, Florida as determined from time to time by the Port Authority and publicly announced.


    5. Said Port Authority may consider and take action on any matter at a meeting of said Port Authority, including, but not limited to, matters listed on the agenda for a Port Authority meeting if such change in the schedule of the agenda in the discretion of the Chairman will expedite the business of the Port Authority.


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


    7. A copy of this resolution shall be published once in the Bradenton Herald, a newspaper of general paid circulation in Manatee County, Florida, in the section where legal notices and classified advertisements appear.


    8. Resolution PA-22-01 adopted October 21, 2021, giving notice of meetings of said Port Authority is hereby canceled.


ADOPTED with a quorum present and voting this the 20th day of October 2022.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY CLERK OF CIRCUIT COURT



By:               

Chairman

October 20, 2022


CONSENT

AGENDA ITEM 1.E.: 2023 HOLIDAY & PAY DATE SCHEDULE


BACKGROUND:


Each year the Port Authority approves a schedule of Port Authority holidays and pay dates for Port employees for the following year.


ATTACHMENT:


Manatee County Port Authority 2023 Holiday & Pay Date Schedule.


COST AND FUNDING SOURCE:


N/A.


CONSEQUENCES IF DEFERRED:


N/A


LEGAL COUNSEL REVIEW: N/A


RECOMMENDATION:


Move to approve the schedule of holidays and pay dates for the Manatee County Port Authority for calendar year 2023.


MANATEE COUNTY PORT AUTHORITY 2023 HOLIDAY & PAY DATE SCHEDULE


January

S

M

T

W

T

F

S

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31












February

S

M

T

W

T

F

S




1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28












March

S

M

T

W

T

F

S




1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31










April

S

M

T

W

T

F

S







1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30







May

S

M

T

W

T

F

S


1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31











June

S

M

T

W

T

F

S





1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30










July

S

M

T

W

T

F

S







1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31






August

S

M

T

W

T

F

S



1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31










September

S

M

T

W

T

F

S






1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30









October

S

M

T

W

T

F

S

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31












November

S

M

T

W

T

F

S




1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30










December

S

M

T

W

T

F

S






1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

1

2






January 2 - New Year’s Day Observed

July 4– Independence Day

November 24 – Thanksgiving Friday

January 16 - Martin Luther King, Jr. Day

September 4 – Labor Day

December 25 – Christmas Day

February 20 – President’s Day

November 10 – Veteran’s Day

December 26 - Christmas Day After

May 29 – Memorial Day

November 23 – Thanksgiving Day

January 1, 2024 – New Year Observed


THREE (3) PERSONAL HOLIDAYS: To be used on or before December 15, 2023 (Advance approval by management required)


HOLIDAY PAYDATE

October 20, 2022


CONSENT

AGENDA ITEM 1.F: AMENDMENT TO THE PUBLIC

TRANSPORTATION GRANT AGREEMENTS


BACKGROUND:


On June 6, 2019, the Authority authorized the execution of a Public Transportation Grant Agreement (PTGA) with the Florida Department of Transportation for the extension of Berth 4 (Contract G1946), and on May 19, 2020, and July 28, 2020, approved revisions to the scope.


On April 21, 2022, the Authority authorized the execution of a PTGA with the Florida Department of Transportation for continued berth rehabilitation and reconstruction (Contract G2710).


The scope of both PTGA’s is modified to include the deepening activities and transportation to a beneficial use site or disposal in a dredge material management area. There is no change in the FDOT funding nor the Port’s match requirement.


ATTACHMENT:


Public Transportation Amendment to the Public Transportation Grant Agreement G1946 – Berth 4 Extension


Public Transportation Amendment to the Public Transportation Grant Agreement G2710 – Berth Rehabilitation


COST AND FUNDING SOURCE:


Previously budgeted for the project is $11,374,166 FDOT and $3,791,389 Port-G1946 Previously budgeted for the project is $5,000,000 FDOT and $1,666,667 Port-G2710


CONSEQUENCES IF DEFERRED:


Delay in updating scope revisions


LEGAL COUNSEL REVIEW: Yes

RECOMMENDATION:


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION

GRANT AGREEMENT

Form 725-000-03 STRATEGIC DEVELOPMENT

OGC 11/19



Financial Project Number(s):

(item-segment-phase-sequence)

433457-1-94-05

Fund(s): DIS, DPTO, GMR, POED

Work Activity Code/Function: 215

Contract Number: CFDA Number: CFDA Title: CSFA Number: CSFA Title:

G1946

N/A N/A

Federal Number/Federal Award Identification Number (FAIN) – Transit only: Federal Award Date:

SAM/UEI Number:

FLAIR Category: 088794, 088807

Object Code: 751000

Org. Code: 55012020129

Vendor Number: VF596000727160 Amendment No.: 03

55.005, 55.034

Seaport Grant Program, Seaport Investment Program

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  6/12/2019 (date original Agreement entered) entered into a Public Transportation Grant Agreement (“Agreement”).


WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.


NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:


  1. Amendment Description. The project is amended  to replace Exhibit A, Project Description and Responsibilities.


  2. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):


    Aviation

    X Seaports Transit Intermodal

    Rail Crossing Closure

    Match to Direct Federal Funding (Aviation or Transit)

    (Note: Section 15 and Exhibit G do not apply to federally matched funding)

    Other


  3. Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement:

    X Exhibit A: Project Description and Responsibilities Exhibit B: Schedule of Financial Assistance

    *Exhibit B1: Deferred Reimbursement Financial Provisions

    *Exhibit B2: Advance Payment Financial Provisions

    *Exhibit C: Terms and Conditions of Construction

    X Exhibit D: Agency Resolution

    Exhibit E: Program Specific Terms and Conditions Exhibit F: Contract Payment Requirements

    *Exhibit G: Financial Assistance (Single Audit Act)

    *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance

    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION

    GRANT AGREEMENT

    Form 725-000-03 STRATEGIC DEVELOPMENT

    OGC 11/19


    *Additional Exhibit(s):


  4. Project Cost.

The estimated total cost of the Project is   increased/   decreased by $0 bringing the revised total cost of the project to $15,165,555.


The Department’s participation is   increased/   decreased by  $0. The Department agrees to participate in the Project cost up to the maximum amount of $11,374,166, and, additionally the Department’s participation in the Project shall not exceed 75.00% of the total eligible cost of the Project.


Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.


IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.



AGENCY Manatee County Port Authority


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


By: By:                              Name:   Name: John Kubler, P.E.

Title:   Title: Director of Transportation Development


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


Legal Review:             


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 09/22


EXHIBIT A


Project Description and Responsibilities


  1. Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): This Project provides Department participation for SeaPort Manatee’s berth rehabilitation and reconstruction initiative for berths 4 through 14. For context, when berths are taken out-of- service, the port has to shift vessel activities to berths that are remaining in-service. The timing of individual berthing rehabilitation activities requires flexibility. Rehabilitation and reconstruction of berths 4 through 14 includes two primary components.


    1. The combined berth length of berths 4 and 5 is only 1,200 feet, making it difficult to support vessel operations on each berth simultaneously. In addition, there is an area of overlapped use between berths 4 and 5, which experiences double the use of each individual berth, leading to increased wear and tear of this overlapping area. A reconstruction of berth 4 is the most viable approach to correct the design of the Port’s North Port area, maximize the Port’s operating capacity, and to extend the design life of berths 4 and 5. The reconstruction will extend the berth 4 wharf and deepen adjacent waterways by 600 feet northward, and extend berth 5 southward by approximately 50 feet. Deepening activities will generate approximately 475,000 cubic yards of material. Material will be transported and placed at a beneficial use site or disposed of in a dredge material management area.


    2. Berths 6 through 14 need improvements to ensure operational and functional capabilities between all berths. Rehabilitation and construction activities are needed to restore and maintain their functionality and allow for continued cargo operations.


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


  3. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental work, design work, and construction work required to complete the berth rehabilitation and reconstruction activities described in the Project Description, including: aids to navigation; apron improvements; asphalt paving activities; benthic studies; berthing area widening and deepening; bulkhead caps; bulkhead wall excavation, patching, backfilling and grouting; cap faces repair or installation; cable protection systems; cap soffits repair or installation; cast in place concrete; cathodic protection; compaction; concrete beams; construction; construction inspection cost; construction management; construction services; consulting services; contractor stand-by; cost estimates; crack repairs; crane rail repair or installation; deck ballast; demobilization; demolition; electrical systems; engineering services; environmental assessments; environmental impact mitigation; fasteners and connectors; fenders and bollards; form work; geotechnical services; historical resource studies; installation and testing; lighting systems; mitigation assessments; mobilization; panel soffits repair or installation; permitting; pilings; plan development (e.g., 30 / 60 / 90 / 100 % and as-builts); precast concrete; preconstruction engineering and design; procurement costs; rebar repair or installation; reconstruction of underdeck concrete; seagrass studies; seagrass mitigation; sheet piling; shore and slope protection; sidewalk and walkway systems; signage and way finding; steel; stormwater management; striping of roadway or storage areas; structural components; surveying; temporary structures; tie-back systems; transportation, placement or disposal of dredge material; turning basin widening and deepening; and, water quality protection structures.


  4. Deliverable(s):


    The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.


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

    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

    Form 725-000-02 STRATEGIC DEVELOPMENT

    OGC 09/22


  6. Transit Operating Grant Requirements (Transit Only):


Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. 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.


Page 5 of 6

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 09/22


EXHIBIT D AGENCY RESOLUTION


PLEASE SEE ATTACHED

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION

GRANT AGREEMENT

Form 725-000-03 STRATEGIC DEVELOPMENT

OGC 11/19


Financial Project Number(s):

(item-segment-phase-sequence)

433457-1-94-06

Fund(s):

Work Activity Code/Function: Federal Number/Federal Award

Identification Number (FAIN) – Transit only:

Federal Award Date: SAM/UEI Number:

DPTO

215

Contract Number: CFDA Number: CFDA Title: CSFA Number: CSFA Title:

G2710

N/A N/A 55.005

FLAIR Category: 088794

Object Code: 751000

Org. Code: 55012020129

Vendor Number: VF596000727160 Amendment No.: 01

Seaport Grant Program

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  4/27/2022 (date original Agreement entered) entered into a Public Transportation Grant Agreement (“Agreement”).


WHEREAS, the Parties have agreed to modify the Agreement on the terms and conditions set forth herein.


NOW THEREFORE, in consideration of the mutual covenants in this Amendment, the Agreement is amended as follows:


  1. Amendment Description. The project is amended  to replace Exhibit A, Project Description and Responsibilities.


  2. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):


    Aviation

    X Seaports Transit Intermodal

    Rail Crossing Closure

    Match to Direct Federal Funding (Aviation or Transit)

    (Note: Section 15 and Exhibit G do not apply to federally matched funding)

    Other


  3. Exhibits. The following Exhibits are updated, attached, and incorporated into this Agreement:

    X Exhibit A: Project Description and Responsibilities Exhibit B: Schedule of Financial Assistance

    *Exhibit B1: Deferred Reimbursement Financial Provisions

    *Exhibit B2: Advance Payment Financial Provisions

    *Exhibit C: Terms and Conditions of Construction

    X Exhibit D: Agency Resolution

    Exhibit E: Program Specific Terms and Conditions Exhibit F: Contract Payment Requirements

    *Exhibit G: Financial Assistance (Single Audit Act)

    *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance

    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION AMENDMENT TO THE PUBLIC TRANSPORTATION

    GRANT AGREEMENT

    Form 725-000-03 STRATEGIC DEVELOPMENT

    OGC 11/19


    *Additional Exhibit(s):


  4. Project Cost.

The estimated total cost of the Project is   increased/   decreased by $0 bringing the revised total cost of the project to $6,666,667.


The Department’s participation is   increased/   decreased by  $0. The Department agrees to participate in the Project cost up to the maximum amount of $5,000,000, and, additionally the Department’s participation in the Project shall not exceed 75.00% of the total eligible cost of the Project.


Except as modified, amended, or changed by this Amendment, all of the terms and conditions of the Agreement and any amendments thereto shall remain in full force and effect.


IN WITNESS WHEREOF, the Parties have executed this Amendment on the day and year written above.



AGENCY Manatee County Port Authority


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


By: By:                              Name:   Name: John Kubler, P.E.

Title:   Title: Director of Transportation Development


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


Legal Review:             


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 09/22


EXHIBIT A


Project Description and Responsibilities


  1. Project Description (description of Agency’s project to provide context, description of project components funded via this Agreement (if not the entire project)): This Agreement provides for the Department's financial participation in SeaPort Manatee’s berth rehabilitation and reconstruction initiative for berths 4 through 14. For context, when berths are taken out-of-service, the port has to shift vessel activities to berths that are remaining in-service. The timing of individual berthing rehabilitation activities requires flexibility. Rehabilitation and reconstruction of berths 4 through 14 includes two components.


    1. The combined berth length of berths 4 and 5 is only 1,200 feet, making it difficult to support vessel operations on each berth simultaneously. In addition, there is an area of overlapped use between berths 4 and 5, which experiences double the use of each individual berth, leading to increased wear and tear of this overlapping area. A reconstruction of berth 4 is the most viable approach to correct the design of the Port’s North Port area, maximize the Port’s operating capacity, and to extend the design life of berths 4 and 5. The reconstruction will extend the berth 4 wharf and deepen adjacent waterways by 600 feet northward, and extend berth 5 southward by approximately 50 feet. Deepening activities will generate approximately 475,000 cubic yards of material. Material will be transported and placed at a beneficial use site or disposed of in a dredge material management area.


    2. Berths 6 through 14 need improvements to ensure operational and functional capabilities between all berths. Rehabilitation and construction activities are needed to restore and maintain their functionality and allow for continued cargo operations.


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


  3. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental work, design work, and construction work required to complete the Berth development activities described in the Project Description, including: aids to navigation; apron improvements; asphalt paving activities; benthic studies; berthing area widening and deepening; bulkhead caps; bulkhead wall excavation, patching, backfilling and grouting; cap faces repair or installation; cable protection systems; cap soffits repair or installation; cast in place concrete; cathodic protection; compaction; concrete beams; construction; construction inspection cost; construction management; construction services; consulting services; contractor stand-by; cost estimates; crack repairs; crane rail repair or installation; deck ballast; demobilization; demolition; electrical systems; engineering services; environmental assessments; fasteners and connectors; fenders and bollards; form work; geotechnical services; historical resource studies; inspection costs; installation and testing; lighting systems; mitigation assessments; mobilization; panel soffits repair or installation; permitting; pilings; plan development (e.g., 30 / 60 / 90 / 100 % and as-builts); precast concrete; preconstruction engineering and design; procurement costs; rebar repair or installation; reconstruction of underdeck concrete; seagrass studies; sheet piling; shore and slope protection; sidewalk and walkway systems; signage and way finding; steel; stormwater management; striping of roadway or storage areas; structural components; surveying; temporary structures; tie-back systems; transportation, placement or disposal of dredge material; turning basin widening and deepening; and, water quality protection structures.


  4. Deliverable(s):


    The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.


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

    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

    Form 725-000-02 STRATEGIC DEVELOPMENT

    OGC 09/22


  6. Transit Operating Grant Requirements (Transit Only):


Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. 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.


Page 5 of 6

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 09/22


EXHIBIT D AGENCY RESOLUTION


PLEASE SEE ATTACHED


Page 6 of 6

October 20, 2022


CONSENT

AGENDA ITEM 1.G.: FLORIDA POWER & LIGHT PIPELINE LICENSE

AGREEMENT


BACKGROUND:


The Authority and Florida Power & Light Company (FPL) entered into a Pipeline Agreement dated June 5, 1975, which granted a permit to FPL to construct a pipeline to allow for transportation of liquid petroleum products through Port Manatee. FPL is interested in continuing operation and maintenance of the pipeline facilities associated with the permit which expired on May 1, 2021. The Agreement includes an annual $300,000 license fee.


ATTACHMENTS:


Port Manatee Pipeline License Agreement


CONSEQUENCES IF DEFERRED:


Delay in approving FPL pipeline license


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve and authorize the Chairman to execute the Port Manatee Pipeline License Agreement between Florida Power & Light Company and the Manatee County Port Authority.

PORT MANATEE PIPELINE LICENSE AGREEMENT

This Pipeline License Agreement (the “Agreement”) is made this     day of      , 2022 by and between MANATEE COUNTY PORT AUTHORITY, (the “Authority”), a political entity of the State of Florida, with its principal place of business located at Port Manatee, 300 Tampa Bay Way, Palmetto, Florida 34221, and FLORIDA POWER & LIGHT COMPANY, a Florida profit corporation, with a place of business located at 700 Universe Blvd., Juno Beach Florida, 33408 (“FPL” or “Licensee”), collectively, the “Parties.”

WHEREAS, the Authority owns certain property located in Manatee County Florida consisting of ten berths that handle various commodities via sea, rail, and truck (“Port Manatee”); and


WHEREAS, the Authority and Belcher Oil Company (“Company”) entered into that certain Lease Agreement dated March 5, 1970 (“Land Lease”) where the Authority leased certain Port Manatee lands to the Company to construct bulk liquid petroleum terminal to be used for the purpose of the receipt, storage, sale, and distribution of bulk liquid petroleum; and

WHEREAS, in connection with the Land Lease, the Authority, FPL, and Belcher Oil Company (“Company”) also entered into that certain Pipeline Agreement dated June 5, 1975 (“Pipeline Agreement”) where the Authority granted a permit to the Company and FPL to construct a pipeline and maintain all related appurtenant equipment (“Pipeline Facilities”) to allow for transportation of liquid petroleum products through Port Manatee at a suitable depth of not less than forty-two (42) covered inches between the top of the pipe and the surface of the land, (“Permit”); and

WHEREAS, according to the Pipeline Agreement, the permit expired on May 1, 2021;

and

WHEREAS, according to section 8 of the Pipeline Agreement, the Pipeline Facilities are

personal property of FPL; and

WHEREAS, FPL requested from the Authority a license for the purposes of continuing transportation of liquid petroleum products through Port Manatee; and

WHEREAS, FPL solely installed, operated, and maintained the Pipeline Facilities associated with the Permit from their initial installation through execution of this Agreement and desire to continue to operate and maintain the Pipeline Facilities associated with the Permit; and

WHEREAS, the Authority desires to grant a license to FPL for the use of the Authority’s surface and subsurface rights, such that they do not interfere with the Authority’s surface rights and use, where the Pipeline Facilities are located within which Licensee is permitted to install, inspect, maintain, repair, operate, replace, enlarge, upgrade, and remove its pipeline in accordance with the terms and conditions of this Agreement (“License Area”) as depicted on Exhibit A, which is attached and made a part of this Agreement by reference, for a limited period of time, provided Licensee provides the Authority certain assurances to indemnify, defend and hold the Authority harmless for such use; and

WHEREAS, the Parties desire to enter into this Agreement and memorialize their agreement in writing.

NOW THEREFORE, in consideration of the matters set forth herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows:

  1. Recitals. The Recitals set forth above are true and correct and are incorporated herein by reference.


  2. Term. This Agreement shall commence and be effective as of the Effective Date. This Agreement shall have a term of an initial five (5) years from the Effective Date (“Initial Term”) which may be extended by written agreement of the Parties for one ten (10) year term (“Renewal Term”), unless sooner terminated as provided in this Agreement. Hereinafter “Initial Term” and “Renewal Term” collectively referred to as “Term”. In the event the Parties seek to expand the term and duration of this Agreement, the Parties shall memorialize such an agreement in writing.


  3. Grant of License. The Authority hereby grants to Licensee the nonexclusive right to use, maintain, operate, repair, replace, install, inspect, repair, replace, enlarge, upgrade and remove the Pipeline Facilities, and for the receipt, transportation, sale, storage, distribution of bulk liquid petroleum, , other petroleum products, raw and/or finished/potable water, alternative fuels and/or fuel blending components (hereinafter, “Products”) through the pipelines, limited to the License Area within Port Manatee as more particularly described in Exhibit A, subject to the terms and conditions of this Agreement. For purposes of this Agreement, “Pipelines” shall mean all aboveground and underground piping owned by Licensee to transport Products, including all valves, elbows, joints, flanges, pumps, flexible connectors, manifolds, valve pits, and associated cathodic protection equipment located within the License Area The underground pipeline must be at a suitable depth so that there will not be less than forty-two (42) covered inches between the top of the pipe and the surface of the land, unless otherwise agreed to in writing by the parties.


  4. License for Pipeline Facilities Use. During the term of this Agreement, Licensee, its employees, contractors, representatives, and agents are authorized to use the License Area for the express purposes and on the terms and conditions provided in this Agreement. It is expressly understood that the fee ownership of said License Area remains in the Authority for such use and occupation as the Authority, its successors or assigns, may desire to make of the License Area, subject only to the license rights hereby given to Licensee to install, inspect, maintain, operate, repair, replace, upgrade, enlarge, and remove its Pipeline Facilities, and for the receipt, transportation, sale, storage, distribution of Products. Licensee also agrees that it

    will not (i) use the Pipeline Facilities for any unlawful purposes; (ii) use the Pipelines in such a manner as to create a nuisance as determined by the applicable local government; (iii) otherwise violate any law, rule or regulation; (iv) suffer nor commit any waste of or damage to the Pipeline Facilities; or (v) cause any environmental release or contamination to Authority and Port Manatee property.


  5. Covenants of Parties.


    1. The Authority covenants and agrees that it will provide, maintain, and make available for use by Licensee throughout the term of this Agreement deep water port facilities that will provide efficient, safe, and useable means for the transportation of Products by water. Any delay or failure by the Authority to provide such facilities that results from an Act of God, an Act of War, or through no fault, action, or omission of the Authority will not be considered a breach of the Authority’s obligations hereunder; except for the willful misconduct of the Authority.

    2. The deep water port facilities that exist at Port Manatee as of the Effective Date are accepted and acknowledged by the Parties as fulfilling the Authority’s obligations to provide such facilities under this License.

    3. Licensee, its parent and/or subsidiary, affiliated or related companies, shall not import Products into Port Manatee by any means other than by water.

    4. In the event Licensee brings into Port Manatee any Products by means other than stated in subsection 5.3 above, this Agreement will become null and void; unless agreed to in writing by the Authority.


  6. Wharfage and Other Port Charges; Compliance with Tariff.


    1. Licensee shall pay to the Authority wharfage rates for each short ton (2,000 pounds), hereinafter referred to as “ton” or “tons”, or each barrel of cargo exported, imported, transported, or otherwise passing through Port Manatee by waterborne commerce to or from the License Area (“Wharfage Rates”). Licensee shall pay to the Authority Wharfage Rates in accordance with the Port Manatee Tariff in effect at such time for the duration of the Agreement Term. The Wharfage Rates for the Renewal Term(s) will be at the then- current tariff rate.

    2. In making use of the License Area and Port Manatee facilities, equipment, or services, Licensee agrees to be bound by and comply with the terms and provisions of Port Manatee Tariff, including any amendments thereto or reissues thereof.

    3. License Fee. Beginning on the Effective Date, for each twelve-month period (“12 Month Period”), Licensee shall pay or cause to be paid to the Authority

      a license fee for the nonexclusive right to use the License Area for the purposes set forth in this Agreement. Licensee shall pay Authority an initial annual license fee in the sum of Three Hundred Thousand and 00/100

      U.S. Dollars ($300,000.00), within thirty (30) days after (i) the full execution of this Agreement and (ii) the expiration of each 12 Month Period thereafter. Authority shall deliver to Licensee an invoice at least thirty (30) days prior to the payment due date. The first year annual license fee is due and payable in advance. The second year annual license fee and every year thereafter is due, thirty (30) days after the expiration of each 12 Month Period during the Term of this Agreement. (For example, if this agreement is executed on October 21, 2022 and invoiced that same day, then the first year the license fee would be due by no later than November 21, 2022. In year two, the license fee would be invoiced on September 20, 2024 and the fee would be due no later than October 20, 2024. In year three and every year thereafter, the license fee would be invoiced in the September proceeding the expiration of the lease year with payment due no later than 30 days thereafter.) For year one, within thirty (30) calendar days of the expiration of the 12 Month Period, the Authority shall credit Licensee the amount of wharfage payments made during the preceding 12 Month Period. For every year after year one, the Authority shall deduct from the license fee the amount of wharfage payments made during that license year and invoice only the remaining license fee amount. Licensee shall pay any and all applicable sales and use tax on such sum. Payments received by the Authority more than fifteen (15) calendar days after the due date will be subject to interest at the rate of eighteen percent (18%) per annum on the unpaid amount. The acceptance by Authority of any payment made after the due date will not be construed as a waiver of any interest due hereunder.


      If Licensee shall pay license fee with a check or bank draft that is returned unpaid or uncollected, Licensee shall pay to the Authority, in addition to the total amount due, a processing fee for processing a dishonored check, draft or order for the payment of charges and invoices in accordance with the “Payment of Charges and Invoices” section of the then current Port Manatee Tariff. In the event two (2) or more of Licensee’s checks or bank drafts are returned unpaid or uncollected in any twelve (12) month period during the Agreement Term, the Authority may require, as a condition of Licensee’s continued use and/or occupation of the License Area, that all subsequent payments of license fee be in the form of a cashier’s check.


      Renewal Term license fee shall be increased every 12 Month Period in an amount the greater of the then-current consumer price index (CPI) or three

      percent (3.0%) but shall not be increased more than four percent (4.0%) for each year. After the first year, the Authority shall reduce the License Fee by the wharfage payments made during each 12 Month Period. By way of example but not limitation, if Licensee paid to Authority wharfage payments less than the $300,000.00 for a 12 Month Period Licensee shall only be obligated to pay to Authority the portion of the License Fee representing the delta between the $300,000 and actual wharfage payments made during the 12 Month Period (if Licensee paid to Authority $275,000 in wharfage payments Licensee would have a License Fee payment obligation of $25,000). If Licensee paid to Authority $300,000 or more in wharfage payments, Licensee would have no License Fee payment obligation.


  7. Pipeline Facilities Installation and Maintenance.


    1. Licensee shall install (if necessary) all underground Pipelines, whether new, replacement, or relocation, so that throughout the entire run of the Pipelines there is at a minimum thirty-six (36) covered inches between the top of Pipelines and the surface of the land and shall maintain Pipelines in a good state of repair. Licensee may, subject to prior review and written approval from the Authority, install aboveground Pipeline Facilities. Notwithstanding the above, any and all installation of Pipeline Facilities, whether new, replacement, or relocation, must be in accordance with all laws, ordinances, and regulations now or hereafter imposed by any or all governmental bodies, agencies, or regulatory entities having jurisdiction over such activities, including the Authority.

    2. During installation, repair, replacement, or removal of Pipeline Facilities, after considering actual subsurface conditions and obstacles encountered in the field, Licensee shall request and seek prior approval from the Port Manatee Executive Director for any significant modifications to the placement and location of its Pipeline Facilities, which approval shall not be unreasonably withheld, conditioned or denied. In such cases, Licensee shall provide a revised Exhibit A, at its cost and expense that will be automatically made a part of this Agreement upon prior written approval of the Port Manatee Executive Director.

    3. Should any pavement, railroad trackage, or other improvement be (i) significantly damaged by the action or inaction of the Licensee, its employees, agents, or contractors or (ii) removed by Licensee; its employees, agents, or contractors; directly arising out of Licensee’s, its employees, agents, or contractors installation, maintenance, operation, repair, replacement, or removal of Pipelines; or should any such pavement,

      railroad trackage, or other improvement settle or otherwise deteriorate as a result of work by Licensee, its employees, agents, or contractors, related to the installation, maintenance, operation, repair, replacement, or removal of the Pipeline Facilities then Licensee shall, at its own expense, replace, restore, or repair the pavement, railroad trackage, or other improvement, as necessary, to the same or substantially similar condition (as reasonably determined by the Authority) existing immediately prior to such damage, removal, settlement, or deterioration.

    4. The Authority expressly reserves the right to use or allow third parties to use the aboveground surface of the License Area, accommodating the license hereby granted, including the right to store cargo thereon and cross the License Area with roads, railroads, pipelines, or any utilities, provided that such continued use is not inconsistent with Licensee’s use of the aboveground surface and will not unreasonably interfere with the rights and uses granted to Licensee hereunder. Should the Authority use the aboveground surface of the License Area for cargo storage, it shall use its best efforts to notify the Licensee. This notice requirement shall not prevent the Authority from using the aboveground surface of the License Area for cargo storage. Should the Authority construct improvements on the aboveground unimproved surface of the License Area, the Authority will notify the Licensee and seek input from the Licensee on the design of the improvements in an effort to protect the Pipeline Facilities.

    5. If it should become necessary for Licensee to use the surface area of the License Area for repair or replacement of Pipeline Facilities, Licensee and Authority shall work together to minimize the cost of removal and replacement of any cargo or other materials stored thereon. The cost of such removal and replacement of said cargo or other materials will be borne by Licensee. Any work related to the installation, maintenance, operation, repair, replacement, or removal of Pipeline Facilities or any use of the License Area by the Licensee shall not interfere with the operations of other tenants at Port Manatee.

    6. Licensee shall repair any damage or injury to the License Area, including all buildings, structures, and other improvements, caused by Licensee, its employees, agents, and invitees in its exercise of the privileges granted in this Agreement, promptly restoring the License Area to the same or substantially similar condition (as determined by the Authority) existing immediately prior to such damage or injury, at no cost whatsoever to the Authority. In the event damage or injury is caused by multiple parties, then liability shall be apportioned between those parties accordingly.

    7. Except as otherwise provided in this Agreement, all brush, trimmings, and other growth cut by Licensee, and all earth and other material removed by Licensee, must be removed and disposed of by Licensee at its own cost and expense.

    8. The Authority will have the right, at any time during the term of this Agreement, to install, develop, or redevelop utilities, cables, roads, parking areas, pavements, piers, docks, deep water slip areas, railroad tracks, or other Port-related infrastructure under, over, and within the License Area, subject to the Authority taking such reasonable steps necessary in order to protect Licensee’s Pipeline Facilities; ensure that the depth of Licensee’s Pipeline Facilities is not disturbed; and not unreasonably interfere with Licensee’s operations. Further, Authority shall provide written notice in the event of any activity, or any other planned activity by the Authority or a third party that has a potential to excavate within twelve (12) inches of the underground Pipeline Facilities. If removal or relocation of Pipeline Facilities is necessary as determined by the Authority, Licensee, upon receipt of written relocation notice from Authority, shall remove or relocate such Pipeline Facilities and restore the surface to grade level within one (1) year after receipt of written relocation notice and without undue delay, all at the reasonable cost and expense of Authority. Any required relocation or removal of Pipelines as necessary must be made by Licensee within said time period stated above. The Authority shall provide Licensee an adequate alternative licensed location to enable Licensee to install or relocate its Pipeline Facilities in order to continue to transport at least the same amount of Products as before the required relocation or removal of Pipeline Facilities. Authority agrees in good faith to use its best and reasonable engineering practices to design, locate, improve and maintain any Authority’s facilities so as to minimize the risk that Licensee shall be required to relocate, alter or remove (or abandon in place in compliance with applicable federal law and regulation and in accordance with this Agreement) all or a portion of its Pipeline Facilities. Prior to Authority making a request to Licensee for such relocate, alter, or remove actions, the Parties shall seek in good faith to determine a mutually acceptable and timely resolution, which resolution may include relocation of some or all of the Pipeline Facilities or revision of some of Authority’s proposed activities and construction or both. Before Licensee is required to relocate, alter or remove (or abandon in place in compliance with applicable federal law and regulation and in accordance with this Agreement) all or a portion of the Pipeline Facilities, Licensee shall have the opportunity to eliminate the conflict with Authority’s facilities by modifying Licensee’s Facilities. If

      Licensee cannot eliminate the conflict, Licensee agrees to relocate, alter, or remove (or abandon in place in compliance with applicable federal law and regulation) all or a portion of said Pipeline Facilities within one (1) year of receiving relocation notice from Authority to do so, unless a longer period is agreed to by mutual consent of the Parties, but subject to the applicable requirements of the Federal Energy Regulatory Commission and other governmental agencies having jurisdiction of the Parties and the Pipeline Facilities. In the event relocation of Authority’s proposed facilities is less expensive than Licensee’s relocation, Licensee may, with the Authority’s approval, elect to pay for relocation of Authority’s facilities instead. Any relocation, alteration, or removal (or abandon in place in compliance with applicable federal law and regulation and in accordance with this Agreement) contemplated in the previous sentence will be made at the expense of Licensee and at no cost to Authority; provided, however, such request by Authority shall not be unreasonable or arbitrary. In the event of a relocation of the Pipeline Facilities, the License Area as defined herein shall be redefined through an amendment to this Agreement. The Port Manatee Executive Director is authorized to enter into any amendment addressed in this section. During any installation, maintenance, repair, replacement, or removal of Pipeline Facilities, both Licensee and the Authority shall use good faith efforts to ensure that each other’s operations are not unreasonably interrupted.

    9. Should it become necessary to relocate the Pipeline Facilities for reasons determined by federal, state, or local agencies having jurisdiction over the Pipelines Facilities, not created at the request of Authority, or at Licensee’s request, all expenses of deactivation and relocation of the Pipeline Facilities, including costs for associated environmental remediation caused by Licensee, its employees, agents or invitees, will be borne by Licensee. Licensee may exercise any administrative, judicial, or appellate rights available to it to challenge the determination by a federal, state, or local agency that Pipeline Facilities be relocated.


  8. Licensee’s Right to Enter; Required Construction Permits.


    1. It is expressly understood and agreed that Licensee shall have, and the Authority grants to Licensee, the rights of ingress and egress upon the License Area (as well as the Authority’s adjacent property, as reasonably required) at all times during the term of this Agreement, as necessary for the purpose of installing, inspecting, maintaining, operating, repairing,

      upgrading, enlarging, replacing and removing Pipeline Facilities, and for the receipt, transportation, sale, storage, distribution of Products.

    2. Licensee shall not undertake any work, except emergency circumstances, involving installing, repairing, replacing, or removing of any Pipeline Facilities on the License Area without and until the written approval of the Executive Director for such planned work has been given. Such written approval by the Executive Director will not be unreasonably withheld. In the event of emergency circumstances, Licensee shall immediately notify the Executive Director and undertake appropriate response measures.

    3. Licensee shall obtain all required governmental approvals for such work and shall comply with applicable rules and regulations as set forth in the Authority’s then current tariff and shall take such steps as may be reasonably necessary or as directed by the Authority to ensure that Licensee’s employees, agents, contractors, invitees, and guests observe these requirements, including but not limited to security protocols. All reasonable costs associated with the construction and repair of any Pipeline Facilities, security fence, barrier, access control, or monitoring system, including, but not limited to, gates, signs, or locks (keying and rekeying), that are installed at any time on the License Area by Licensee will be borne by Licensee. The Authority reserves the right to take whatever action that is reasonably necessary to rectify any security deficiency or other deficiency and charge such costs and expenses to Licensee in the event Licensee fails to act within a reasonable time frame after being notified by the Authority in writing of any such deficiency. The provisions of this section will survive the expiration or any other termination of this Agreement as long as Pipeline Facilities exist on the License Area.


  9. Non-exclusive License. The privilege provided to Licensee in this Agreement shall not be construed as precluding the Authority from granting like or similar privileges to others, including the right of the Authority, its grantees or assignees, in implementing the use of any such additional licenses, to cross over, or under the License Area; provided that no such grant will interfere with or be inconsistent with the rights and uses granted to Licensee hereunder. In avoidance of doubt, the Authority shall not permit, authorize or allow, without the prior written consent of Licensee third party collocation on a shared pipeline support structure housing the Pipeline Facilities, or any activity that could infringe within the twelve (12) inch buffer described in Section 7.8 above.

  10. Non-reliance. Licensee understands and agrees that it has not and will not rely upon any grant or promise of grant of a property right in this Agreement in the Licensee’s expenditure or investment of funds any manner whatsoever.

  11. Indemnification & Hold Harmless. Licensee, and its parents, subsidiaries and affiliates, jointly and severally agree to indemnify, protect, defend and hold harmless the Authority and the Authority’s members, directors, officers, agents and employees (each, an “Indemnified Party”) from and against any and all claims, demands, losses, liabilities, damages, liens, injuries, penalties, fines, lawsuits and other proceedings, judgments, awards, costs and expenses, including, without limitation, reasonable attorneys’ and consultants’ fees and costs through appeal (collectively, “Losses”), arising out of the execution, performance nonperformance of the duties of the Licensee, or its agents, employees or contractors, under this Agreement, the enforcement of this Agreement, or resulting from the activities of the Licensee, or its agents, employees or contractors, in any way connected to this including, but not limited to: (i) any bodily injury, death or damage to tangible property, suits in equity of whatever kind or nature, relief, or loss of use, to the extent caused by the Licensee or relating to or arising out of the Licensee’s performance of this Agreement; (ii) any collision or accident; (iii) any claims, grievances or lawsuits brought by or on behalf of the Licensee’s own employees or their representatives, pursuant to any state or federal law, including, but not limited to, the Federal Employer’s Liability Act, or pursuant to employee protective conditions imposed by a governmental agency or a collective bargaining agreement arising out of the Licensee’s operations hereunder; (iv) any environmental contamination on the License Area arising out of any act or omission by the Licensee, its agents, or invitees ; or (v) any default under this Agreement or failure of Licensee to perform any obligation under this Agreement. Provided, however, the Licensee’s obligation to indemnify under this section shall be proportionately reduced to the extent any such loss is judicially determined to be attributable to the negligence or willful misconduct of the Authority;

    1. An Indemnified Party seeking indemnification under this Agreement shall: (i) give the Licensee prompt written notice of the claim; (ii) cooperate with the Licensee in connection with the defense and settlement of the claim; and (iii) permit the Licensee to control the defense and settlement of the claim; provided that the Licensee will not settle the claim without the prior written consent of the Indemnified Party. Licensee shall assume control of the defense of any claim asserted by a third party against the Indemnified Party for which Licensee is obligated to indemnify, defend, and hold harmless the Authority and, in connection of such defense, shall appoint lead counsel in each case at Licensee’s expense. The Indemnified Party shall have the right, at its option, to participate in the defense of any third party claim, without relieving Licensee of any of its obligations hereunder. If Licensee assumes control of the defense of any third party claim in accordance with this section, Licensee shall obtain the prior written consent of the Indemnified Party before entering into any settlement of such claim. Notwithstanding anything to the contrary

      in this section, Licensee shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by the Indemnified Party 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 Indemnified Party, be detrimental in any material respect to the Indemnified Party’s reputation; (b) the third party claim seeks an injunction or equitable relief against the Authority; or (c) Licensee 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.

    2. This indemnification provision includes claims made by any employees of Licensee against the Indemnified Party, and Licensee hereby agrees that it will not use its entitlement, if any, to immunity under section 440.11, Florida Statutes as a defense against providing indemnity to an Indemnified Party. Nothing contained in this Agreement and specifically this indemnification provision is intended to, nor shall it be construed as an additional waiver of sovereign immunity beyond the expressed written contractual obligations of the Authority contained within this Agreement. Excluded from the Indemnified Party’s indemnification obligation are any claims for which the Indemnified Party is immune from suit under the doctrine of sovereign immunity or for any amount of a claim exceeding the limitations of liability established by section 768.28, Florida Statutes. The Indemnified Party does not in any manner waive its rights and immunities provided by applicable federal or state law and/or regulation under this section or otherwise under this Agreement.

    3. The Licensee’s obligations under this section shall survive termination or expiration of this Agreement and shall not be limited by any amount of insurance required to be obtained or maintained under this Agreement.


  12. Governmental Immunity. Nothing in this Agreement is intended to serve as a waiver of sovereign immunity by Authority or may be construed as consent by Authority to be sued by third parties in any matter arising out of this Agreement. Authority agrees to be fully responsible for the acts and omissions of its agents and employees to the extent permitted by law.

  13. Insurance. During the Agreement Term, Licensee shall provide, pay for, and maintain with insurance companies having an A.M. Best rating of A-/VIII or better, the following types of insurance described in this Agreement:

    1. All insurance must be from responsible insurance companies authorized to do business in the State of Florida. The required policies of insurance must be performable in Manatee County, Florida, and must be construed in accordance with the laws of the State of Florida.

    2. The Authority must be included as an Additional Insured on Licensee’s Commercial General Liability, Umbrella Liability, and Business Automobile Liability policies with respect to the liabilities assumed by Licensee under this Agreement or arising out of operations of Licensee governed by this Agreement and provide the “Severability of Interest” provision (a/k/a “Separation of Insured’s” provision).

    3. The Licensee shall deliver to the Authority, within ten (10) days of execution of this Agreement, properly executed “Certificate(s) of Insurance,” setting forth the insurance coverage and limits required in this Agreement. The Certificates must be signed by the authorized representative of the insurance company(s) shown on the Certificate of Insurance. In the event of a claim, certified, true, and exact copies of the insurance policies required in this Agreement must be provided to the Authority, if requested by the Authority.

    4. Licensee shall take commercially reasonable steps to make up any impairment to any Aggregate Policy Limit upon notification of the impairment.

    5. The Licensee authorizes the Authority and its insurance consultant to confirm all information furnished to the Authority with the Licensee’s insurance agents, brokers, surety, and insurance carriers.

    6. All insurance coverage of Licensee will be primary to any insurance or self- insurance program carried by the Authority with respect to the liabilities assumed by Licensee under this Agreement. The Authority’s insurance or self-insurance programs or coverage must not be contributory with any insurance required of Licensee in this Agreement.

    7. The acceptance of delivery to the Authority of any Certificate of Insurance evidencing the insurance coverage and limits required in the Agreement does not constitute approval or agreement by the Authority that the insurance requirements in the Agreement have been met or that the insurance policies shown in the Certificates of Insurance are in compliance with the Agreement requirements.

    8. No work, usage, or occupancy of the License Area may commence unless and until the required Certificate(s) of Insurance are in effect.

    9. The insurance coverage and limits required of Licensee under this Agreement are designed to meet the minimum requirements of the Authority. They are not designed as a recommended insurance program for Licensee. Licensee alone shall be responsible for the sufficiency of its own insurance program. Should Licensee have any question concerning its

      exposures to loss under this Agreement or the possible insurance coverage needed therefore, it should seek professional assistance.

    10. The Authority and its tenants may continue to operate their businesses on the Authority’s premises during the activities of Licensee. No property used in connection with their activities may be considered by Licensee’s insurance company as being in the care, custody, or control of Licensee.

    11. Should any of the required insurances specified in this Agreement provide for a deductible, self-insured retention, self-insured amount, or any scheme other than a fully insured program, Licensee shall be fully responsible for the deductible, self-insured retention, self-insured amount or any other amounts not payable by Licensee’s insurers.

    12. Licensee shall give the 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.

    13. Renewal Certificate(s) of Insurance must be provided to the Authority prior to expiration of current coverage.

    14. If Licensee fails to maintain the insurance coverage required in this Agreement at any time during the term of the Agreement, it shall be deemed an Event of Default under this Agreement.

    15. If the Licensee utilizes contractors or sub-contractors to perform any work on Authority property, the Licensee will ensure all contractors and sub- contractors maintain the same types and amounts of insurance required of the Licensee. In addition, the Licensee will ensure that the contractors and sub-contractors insurances comply with all of the insurance requirements specified for the Licensee contained within this Agreement. The Licensee shall obtain Certificates of Insurance comparable to those required of the Licensee from all contractors and sub-contractors. Such Certificates of Insurances must be presented to Authority upon request.


      SPECIFIC INSURANCE COVERAGES AND LIMITS:


    16. All requirements in this Subsection must be complied with in full by Licensee unless excused from compliance in writing by the Authority.

    17. The amounts and types of insurance must conform to the following minimum requirements. Current Insurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, forms, and endorsements or broader must be used where applicable. Non-standard policy forms are acceptable as long as they provide coverage as broad or broader than ISO or NCCI policy forms.

    18. Workers’ Compensation and Employers’ Liability Insurance must be maintained in force during the term of this 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 are:


      Workers' Compensation Florida Statutory Requirements Employer's Liability $1,000,000.00 Limit Each Accident

      $1,000,000.00 Limit Disease Aggregate

      $1,000,000.00 Limit Disease Each Employee


      When applicable, the policy must be endorsed to include the Longshore and Harbor Worker's Compensation Act and/or Maritime Coverage Endorsement (Jones Act Endorsement).


    19. Longshore & Harbor Worker's Compensation Act Endorsement - When work will be performed on or over navigable waterways, a Longshore and Harbor Workers Endorsement must be provided to cover the employees' wages, transportation, maintenance and cure, in accordance with applicable Legal Requirements (defined hereinafter).

    20. Maritime Coverage Endorsement (Jones Act) - When Operations are to be performed upon navigable waterways and barges, Tugboats, and all other vessels on the ocean and all intra-coastal rivers and canals, as well as drivers, divers, and underwater personnel are utilized, a Maritime Coverage Endorsement must be provided to cover the seamen, masters and members of a crew in accordance with applicable Legal Requirements (defined hereinafter), providing remedy for damage or injury in the course of employment.

    21. Commercial General Liability Insurance must be maintained by Licensee. If such coverage is provided on a “Claims Made” basis then a four (4) year Extended Reporting provision must be provided. Coverage must include but not be limited to License Area and Operations, Personal Injury, Contractual for this Agreement, Independent Contractors. The minimum acceptable limits are:


      Bodily Injury & $5,000,000.00 each

      Property Damage Liability Occurrence and aggregate


      The use of an Excess and/or Umbrella policy is acceptable if the level of protection provided by the Excess and/or Umbrella policy is no less restrictive then the Primary General Liability policy.


    22. Business Automobile Liability Insurance must be maintained by Licensee as to ownership, maintenance, use, loading and unloading of all owned, non- owned, leased, or hired vehicles with limits of not less than:

      Bodily Injury & Property Damage Liability

      $1,000,000.00 Combined Single Limit Each Accident


      If Licensee does not own automobiles, Licensee’s Commercial General Liability policy referenced above must be endorsed to provide “Non Owned and Hired Automobile Liability” coverage.


    23. Professional Liability. Licensee shall require all firms providing Professional Services, including any architects and engineers, to carry professional liability insurance with coverage limits and terms that are commensurate with the nature and value of the services provided and the subject matter of their work.

    24. Terminal Operators Legal Liability Insurance shall be maintained by the Licensee that provides coverage for damage with limits of not less than

      $2,000,000.

    25. Pollution/Environmental Liability Insurance shall be maintained by the Licensee that will respond to the impairment of land, water, or air resulting from activities governed by this Agreement. The minimum acceptable limits of liability shall be $5,000,000. If the policy is structured on a “Claims Made” basis, the policy must contain a “Retroactive Date” of no later than the commencement date of the Agreement and will have an extended reporting period of ninety (90) days following expiration or termination of the Agreement.

    26. Accident Reports. The Licensee shall promptly notify the Authority of any major accidents involving the Licensee’s staff, vehicles, or equipment that occur while the Licensee is performing operations under this Agreement and result in major personal injuries or major damage to public or private property. In all such cases, oral notice must be provided within nine (9) hours of the accident and a written report must be provided to the Authority within five (5) business days of the accident. If any issues are unresolved at that time, a subsequent report shall be provided to the Authority within five

      (5) business days following the ultimate disposition of the case. The oral and written reports shall include the date and time of the event, a description of the event, an estimate of the damages and injuries (if any) caused by the event, and a description of how the event and any associated damages and injuries were handled or will be handled.

    27. The Authority will not be responsible for damage, loss, or theft of any items, Products or cargo stored in or at the License Area or any damage caused by any items, Products or cargo stored at the License Area, except to the extent of the Authority’s negligence or misconduct.

    28. Notwithstanding anything in this Agreement to the contrary, Licensee may satisfy its insurance obligations hereunder through a self-insurance program.

  14. Compliance with Laws.


    1. Licensee must at all times comply with and abide by the Port Manatee Tariff and all applicable federal, state, and local laws, codes, ordinances, rules, and regulations of all governmental entities and agencies (“Legal Requirements”) having jurisdiction over the activities of Licensee under this Agreement, expressly including those dealing with environmental protection, at the sole expense of Licensee.

    2. Licensee must take all steps necessary to comply with applicable provisions of federal, state, and local law requiring a demonstration of financial responsibility for petroleum terminal facilities, including, but not limited to, through one or more of the following options: insurance, guarantee, surety bond, letter of credit, or qualification as a self-insurer. Licensee shall provide to the Authority written evidence of its compliance with such financial responsibility requirements or evidence that it is not subject to such requirements.

    3. Licensee must obtain and keep in full force and effect all applicable licenses, permits, and authorizations required by any governmental authority, body, or agency having jurisdiction or regulatory power for the business conducted by Licensee at License Area and Port Manatee.


  15. Easements. The Authority reserves the right to maintain such easements on the License Area as may now, or in the future, be determined to be necessary to serve the needs of Port Manatee, and Licensee agrees to take the License Area subject to said easement requirements. Such easements may be used for, among other things, ingress and egress for other lessees, the installation of water distribution, sewage collection, underground electrical and telephone conduits, above ground street lighting, and power poles. However, it is understood and agreed that the Authority will, in accordance with all applicable laws, notify Licensee and restore any improvements, which Licensee has made, if such improvements are damaged by any installation made by the Authority or third party authorized by Authority. Furthermore, the Authority shall take reasonable steps to ensure that any such installation be the least disruptive to Licensee’s operations.


  16. Common Areas. Subject to the restrictions set forth in the section of this Agreement entitled “Security,” Licensee and its employees and customers will have the nonexclusive right during the Agreement Term to use the parking areas, streets, driveways, aisles, sidewalks, curbs, delivery passages, loading areas, lighting facilities, and all other areas designated by the Authority from time to time, for use by any tenants of Port Manatee (collectively, the “Common Areas”), in common

    with the Authority, other licensees and tenants of Port Manatee, and other persons designated by the Authority.


  17. Security. The Authority is subject to minimum standards, procedures and requirements imposed by federal and state laws and regulations, rules, policies, and procedures in effect from time to time concerning security at Port Manatee, including the U.S. Maritime Transportation Security Act of 2002; Title 33, parts 101 and 105 of the U.S. Code of Federal Regulations; Chapter 311 of the Florida Statutes; and the security provisions of all tariffs in effect at Port Manatee, each as amended, supplemented, restated or otherwise modified from time to time, in connection with the security of Port Manatee as a seaport. The Licensee shall comply with all of the provisions of the above-mentioned laws and regulations applicable to the License Area and to the activities and operations of the Licensee at Port Manatee.


    Licensee, at its sole cost, shall comply with Section 311.12, Florida Statutes, Seaport Security, as it may be amended from time to time, relating to security regulations for seaports, and shall obtain all necessary security clearances, including criminal background checks for Licensee’s employees, agents, contractors, or subcontractors, that may be required pursuant to Port Manatee’s security plan.

    The Parties acknowledge that security measures at Port Manatee may be increased and that such efforts will likely impact the License Area. In this regard, Licensee agrees to cooperate with the Authority’s efforts to increase security and agrees to comply with all security rules and regulations, whether imposed by federal agencies, including, but not limited to, the United States Custom and Border Protection, the United States Coast Guard, the state of Florida, Manatee County, or the Authority. Licensee, at its sole cost, shall be responsible for complying with all security-related measures that impact the License Area, Licensee and its employees, agents, contractors, guests, and invitees.

  18. Access. Subject to the restrictions set forth in the section entitled “Security” in this Agreement, the Authority grants Licensee a continuous (24 hours per day, 7 days a week) right of ingress and egress through Port Manatee to the License Area and berthing facilities. Subject to Licensee’s safety and security measures and upon at least forty-eight (48) hours prior written notice to Licensee, the Authority has free access to the License Area at reasonable times and during business hours for the purpose of examination and inspection of the License Area and all improvements located on the License Area and for conducting the routine business and operations at Port Manatee. Such access will be in a manner that does not unreasonably interfere with Licensee’s business in the License Area.

  19. Tariff. To the extent the rates, rules, and regulations of the Authority set forth in the then current Port Manatee Tariff are not in conflict with or in degradation of the terms and conditions of this Agreement, Licensee, throughout the Agreement Term and any Renewal Term(s) shall abide by and comply with all of the rates, rules, and regulations of the Authority set forth in the then current Port Manatee Tariff, as published by the Authority. The covenant by Licensee to abide by and comply with the Port Manatee Tariff was a material inducement for the Authority to enter into this Agreement constituting substantial consideration to the Authority for this Agreement, and any failure by Licensee to fully abide by and comply with the then current Port Manatee Tariff, may at the option of the Authority constitute an Event of Default (as defined below) by Licensee. Licensee acknowledges receipt from the Authority of a copy of the current Port Manatee Tariff.


  20. Taxes. Licensee shall timely pay any and all taxes related to its operation, the License Area, and items stored at the License Area. Licensee shall be responsible for any and all ad valorem taxes, special assessments, tangible and intangible personal property taxes, sales tax, use taxes, license fees, and any other tax, fee, or charge which may be levied or assessed against any portion of the License Area or imposed in connection with the activities and operations of Licensee upon any portion of the License Area or in connection with the use of any portion of the License Area by Licensee. Licensee shall have the right to contest the amount or validity, in whole or part, of any ad valorem tax or special assessment or to seek a reduction in the valuation of License Area as assessed for real estate property tax purposes by appropriate proceedings diligently conducted in good faith (but Licensee may continue to pursue such contest past the final due date for such tax only after payment of such tax). The Authority shall not be required to join in any proceedings referred to in this paragraph unless required by law, in which event the Authority shall, upon written request by Licensee, join in proceedings or permit the proceeding to be brought in its name. Licensee covenants that the Authority shall not suffer or sustain any costs or expenses (including, but not limited to attorneys’ fees) or any liability in connection with any such proceedings and Licensee agrees to pay all such costs and expenses. No consent to join in proceedings or permit the proceedings to be brought in its name will subject the Authority to material civil liability or the risk of any criminal liability.


  21. Environmental Matters. Licensee shall comply with Legal Requirements applicable to its activities and operations on the License Area, including but not limited to all applicable federal, state, and local governmental laws, rules, orders, codes, judgments, decrees, rulings, and agreements, including but not limited to the Port Manatee Master Plan, Memorandum of Agreement for Land Use Controls between the Authority and the Florida Department of Environmental Protection dated May

    12, 2014, , relating to pollution, protection, natural resources, endangered or threatened species, human health or safety, or the environment; or concerning the presence of, exposure to, or management, manufacture, use, containment, storage, recycling, reclamation, reuse, treatment, generation, discharge, transportation, processing, production, disposal or remediation of any contaminants, hazardous materials or substances, pollutants, toxic materials or substances or other waste (hereinafter collectively referred to as “Hazardous Substances”) (“Environmental Laws”). Except otherwise permitted by this Agreement, Licensee shall not allow, cause, condone, license, permit, or sanction any activities, conduct, or operations on the License Area that enable or result in any Hazardous Substances to be accumulated, deposited, placed, released, spilled, stored, or used upon or under any portion of the License Area contrary to or in violation of any of said Environmental Laws.


    1. The Authority shall have the right at any time to examine or inspect the License Area for any reason, including but not limited to performing an Environmental Site Assessment and determining the existence of said Hazardous Substances, during the normal business hours of Licensee with reasonable notice to Licensee and at no cost or expense to Licensee. A copy of any such Environmental Site Assessment obtained by the Authority will be immediately furnished to Licensee.

    2. Licensee shall be responsible for any contamination of Hazardous Substances contrary to or in violation of any of Environmental Laws, on, or from the Licensed Area to the extent caused or contributed to by Licensee, including, without limitation, for the prompt environmental assessment and remediation of such contamination to the extent caused by Licensee at Licensee’s cost if and when required by any governmental agency pursuant to applicable Environmental Laws. After the expiration of the Agreement Term, unless otherwise agreed by the Authority and the Licensee, the Licensee will be required to continue to pay the License Fee and MAG as well as provide other coverage required herein (such as insurance and indemnification) until such time as any remediation of Hazardous Substances as required by any governmental agency has been completed to the satisfaction of the Authority or any applicable regulatory agency pursuant to applicable Environmental Laws.

    3. Throughout the term of this Agreement, Licensee must not use, generate, release, discharge, store, dispose, or transport any Hazardous Substances in, under, in, above, to or from the License Area in any manner other than in strict compliance with all applicable Environmental Laws. (c) Licensee shall immediately notify the Authority of any

      accumulation, deposit, placement, release, spill, storage or use of any of said Hazardous Substances caused by Licensee upon or under the License Area that is required to be reported to applicable authority pursuant to applicable Environmental Laws. Such notification will be in addition to and will not replace any notice required by applicable Environmental Laws. In the event any federal, state, regional or county governmental authority with jurisdiction to enforce or regulate the construction and operation of the facilities of Licensee (a “Governmental Authority”) determines that there is any significant or substantial deviation from the conditions, restrictions and limitations of applicable Environmental Laws and if Licensee fails to correct the violation within the period of time required by such Governmental Authority, then and in that event, the Authority will have the right to terminate the operation of any such facilities by Licensee until such violation has been corrected or take such lawful action as may be appropriate under the circumstances.

    4. The remedies granted to the Authority in this Agreement are in addition to all other remedies which may be available to the Authority under the laws of the United States and the State of Florida, and nothing in this Agreement will be construed as limiting the remedies of the Authority or any Governmental Authority.

    5. Unless the steps identified in this paragraph are taken, the environmental provisions of this Agreement survive the termination of this Agreement and will continue in full force and effect so long as the possibility exists of any environmental liability obligation or loss of or claim against the Authority and is attributable to any act or omission of Licensee, its agents or invitees. After termination of this Agreement, Licensee may perform a Phase II Environmental Site Assessment to determine whether there are any Hazardous Substances released by Licensee in violation of any Environmental Laws. After the Licensee has either deactivated or removed the Pipeline Facilities in accordance with the section entitled “Termination” of this License, then the environmental provisions of this Agreement shall automatically terminate, without need for further action, upon (i) Licensee’s performance of such Phase II Environmental Site Assessment indicating that Licensee has not caused the release of Hazardous Substances in violation of Environmental Laws during the Term or (ii) in the event a Governmental Authority determined conclusively that Licensee caused the release of Hazardous Substances in violation of Environmental Laws during the Term, issuance by such Governmental Authority of an Environmental Closure Assessment or other appropriate closure letter.

  22. Labor Disputes. Port Manatee consists of various facilities operated by tenants pursuant to leases with the Authority and by the Authority itself, and it is necessary for the operation of Port Manatee that there is a degree of cooperation between Licensee and the Authority. In the event there are any strikes, boycotts, walkouts, picketing or other labor disputes at Port Manatee impacting upon the activities and operations of Licensee pursuant to the provisions of this Agreement, then and in that event, Licensee shall reasonably cooperate with the Authority in taking reasonable action and undertakings necessary to preserve and protect operations of the Licensee and Port Manatee. Such action may include the exchange of information between Licensee and the Authority, or the Authority arranging for a separate entrance to certain facilities at Port Manatee and the institution and prosecution of legal proceedings at Authority’s sole cost and expense. Licensee shall exercise a reasonable effort to discourage and prevent any such labor disputes in connection with its activities and operations pursuant to the provisions of this Agreement to the extent such disputes could reasonably affect the operations of Port Manatee. In the event of any such labor dispute in connection with the activities and operation by Licensee, then and in that event, Licensee shall take all reasonable action necessary to prevent the disruption of the normal activities and operations at Port Manatee. Nothing in this Agreement will be construed to impair or limit the lawful rights of employees of Licensee or the Authority, or to limit the lawful rights of any labor organization representing said employees.


  23. Assignment. If all of Licensee’s assets are assigned or otherwise transferred to an affiliate or subsidiary of the Licensee or a third party, then the Licensee may assign, subcontract or transfer, in whole, this License Agreement to the same affiliate or subsidiary of Licensee or a third party without the consent of Authority. Any other assignment, sale, lease, transfer, subcontract, in whole or in part, by Licensee requires the prior written consent of the Authority, which consent will not be unreasonably withheld. The terms and provisions of this Agreement shall be binding upon the Parties and their respective partners, successors, heirs, executors, administrators, assigns and legal representatives. The Authority may assign its rights and obligations under this Agreement to any successor to the rights and functions of the Authority or to any governmental agency to the extent required by applicable laws or governmental regulations or to the extent the Authority deems necessary or advisable under the circumstances. If Licensee violates this provision, Authority has the right to immediately terminate this Agreement.


  24. Licensee Representations. Licensee represents unto the Authority with the intent that the Authority rely thereon as a major inducement to the Authority to enter into this Agreement and any extension or renewal thereof that:

    1. Licensee represents and warrants to the Authority that to its actual and constructive knowledge: 1) neither Licensee (which includes for purposes of this Section any person or entity that owns or controls, directly or indirectly the Licensee) nor any of its funding sources are identified on the Special Designated Nationals and Blocked Persons List of the U.S. Treasury Office of Foreign Asset Control; 2) neither Licensee nor any guarantor of all or any part of Licensee’s obligations under this Agreement are directly or indirectly owned or controlled by a government or country that is subject to an embargo imposed by the U.S. Government; 3) neither Licensee nor a grantor of all or any part of Licensee’s obligations under this Agreement are acting on behalf of a government or have been in the past ten years involved in business arrangements or other transactions with any country that is subject to such embargo. Licensee agrees to notify the Authority in writing immediately upon the occurrence of any of that, which would cause the foregoing representation, and warranties of this Section to be incorrect in any respect and the Authority shall have the right then or thereafter to terminate this Agreement at its sole and absolute discretion.

    2. In connection with any aspect of this Agreement or other transaction involving Licensee, neither Licensee (which includes for purposes of this Section any person or entity that owns or controls, directly or indirectly the Licensee) has engaged or will engage in prohibited conduct, as defined in the Foreign Corrupt Practices Acts, directly or indirectly in the performance of this Agreement or otherwise on behalf of itself or Licensee. In the event of or during the term of this Agreement, if Licensee is not in compliance with this Section, Licensee shall make prompt disclosure of such non- compliance to the Authority and the Authority shall have the right to terminate the Agreement.

    3. The Licensee (which includes its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the Licensee) has not been placed on the convicted vendor list following a conviction for a public entity crime within the last 36 months. In the event of or during the term of this Agreement, if Licensee is placed on the convicted vendor list, in accordance with section 287.133 of the Florida Statutes as may be amended, Licensee shall make prompt disclosure of such non-compliance to the Authority.

    4. Pursuant to section 287.135, Florida Statutes, Licensee 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) that it does not have business operations in Cuba or Syria, and (d) that it is not participating in a boycott

      of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement and as of the effective date of any renewal. Notwithstanding anything contained in this Agreement to the contrary, the Authority may terminate this Agreement immediately if: (1) Licensee is found to have submitted a false certification regarding (a) – (d) above in accordance with section 287.135(5), Florida Statutes, or (2) Licensee is found to have been placed on the Scrutinized Companies that Boycott Israel List as that term is defined and such list is maintained pursuant to Section 287.135, Florida Statutes, or is otherwise engaged in a boycott of Israel. Such termination shall be in addition to any and all remedies available to the Authority at law.

    5. Pursuant to section 286.101, Florida Statutes, the Licensee 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. Licensee’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.


  25. Eminent Domain. If during the Term of this Agreement there is any taking of any portion of the License Area by eminent domain or condemnation that materially affects the License Area for the development, construction or operation of Licensee, in accordance with this Agreement, in Licensee’s reasonable determination, Licensee may terminate this Agreement whereupon the Parties will be relieved from further liability under this Agreement.


  26. Default and Remedies. A party will be in default if such party fails to perform its obligations under this Agreement and such failure continues for more than thirty

    (30) calendar days after written notice of such event of default is given by the non- defaulting party, provided that if the default is of such a nature that it cannot be cured within thirty (30) calendar days, then such party will not be in default so long as such party commences to cure within the above period of time and thereafter

    diligently and continuously pursues such cure to completion (“Cure Period”). In the event that a Party fails to cure within the Cure Period, the non-defaulting party, at its option, may terminate this Agreement by serving a notice of termination on the defaulting party thirty (30) calendar days prior to the effective date of termination (“Termination Notice Period”). In the event that a Party defaults in the performance of its obligations hereunder and no termination of this Agreement is claimed by the non-defaulting party, the non-defaulting party may pursue appropriate remedies arising from the uncured default as are provided for by law.


  27. Termination. In accordance with section titled “Default and Remedies,” upon receipt of the notice of termination or thirty (30) calendar days prior to expiration of this License, Licensee, at its expense and at the sole option of the Authority, shall either:


    1. Deactivate and abandon Pipeline Facilities and segments thereof, in accordance with deactivation and abandonment specifications developed by Licensee and approved in writing by the Executive Director (such approval shall not be unreasonably withheld, denied or conditioned), and in accordance with all applicable federal, state, and local statutes, rules, and regulations. The Authority may, as part of its approval of deactivation and abandonment specifications, require the following: (i) pressure testing of all single-walled piping in contact with the soil to ensure the tightness of the system at the time of deactivation and abandonment; and (ii) removal of all liquids and sludge from Pipeline Facilities. Upon deactivation and abandonment, the Pipeline Facilities shall become property of the Authority; or

    2. Remove Pipeline Facilities that are the subject of this Agreement and fully restore the surface to grade level and the License Area to the same condition existing immediately prior to removal of the Pipeline Facilities.

    Upon notice of termination or thirty (30) calendar days prior to expiration of this License, Licensee must immediately cease operation or transmission of Products through the Pipeline Facilities and must commence and uninterruptedly proceed with removal and restoration or deactivation and abandonment to completion. In conjunction with the removal or deactivation and abandonment, Licensee shall conduct, at its sole expense, an environmental assessment using the services of competent and professional consultants with expertise in the environmental assessment process, to assure that its installation and operation of Pipeline Facilities have not caused contamination of the environment in contravention of any and all applicable federal, state, and local statutes, rules, and regulations. This environmental assessment shall be provided to the Authority within five (5) calendar days of the Licensees’ receipt of such assessment. If the environmental assessment indicates that Licensee’s use or operation of Pipeline Facilities has

    caused environmental contamination at or above the regulatory limits requiring corrective action or further assessment, Licensee will take complete financial and managerial responsibility for the required corrective action and further assessment. In accordance with the section entitled “Environmental Matters” of this License, should such corrective action and further assessment be required beyond the termination or expiration date, Licensee shall be responsible for continuing to pay the annual License fee and costs associated with the correction action until the earlier of (i) Authority permits a third party licensee use all or a portion of the License Area or (ii) a triggering event in of the section entitled “Environmental Matters” of this License above has occurred. If any of the Pipeline Facilities remain on the License Area after expiration or termination of this License, the Authority may remove and dispose of such Pipeline Facilities at the Licensee’s cost and expense. Licensee expressly understand and agrees to fully reimburse the Authority for the associated cost of removal of the remaining Pipeline Facilities.


  28. Force Majeure. Neither party shall be liable for its non-performance or delayed performance if caused by Force Majeure. Force Majeure shall be defined as a fire, flood, act of God, war, terrorism, riot, national emergency, sabotage, civil disturbance, strike, labor dispute, pandemic, epidemic, governmental act, law, ordinance, rule, order or regulation, or events which are not the fault or are beyond the control of the party, provided that the Parties stipulate that Force Majeure shall not include the novel coronavirus COVID-19 pandemic which is ongoing as of the date of the execution of this Agreement. For the avoidance of doubt, Force Majeure shall not include (1) financial distress or the inability of either party to make a profit or avoid a financial loss; (2) changes in market prices or conditions; or (3) a party’s financial inability to perform its obligations hereunder. The obligations of the party affected by the event of Force Majeure (the “Affected Party”) shall be suspended, to the extent that those obligations are affected by the event of Force Majeure, from the date the Affected Party first gives notice in respect of that event of Force Majeure until cessation of that event of Force Majeure (or the consequences thereof). The Affected Party shall use commercially reasonable efforts to resume, with the shortest possible delay, compliance with obligations under this Agreement. Upon the cessation of the event of Force Majeure, the Affected Party shall promptly give notice to the other party of such cessation. If an event of Force Majeure shall continue for more than thirty (30) consecutive calendar days, then the other party shall have the right to terminate this Agreement without penalty.


  29. Agreement Administration. The Authority authorizes the Executive Director of Port Manatee, or his designee, to administer the terms and conditions of this Agreement on behalf of the Authority and to make all managerial decisions on behalf of the Authority as they relate to the provisions of this Agreement.

  30. Attorneys’ Fees. In the event of legal action or other proceeding arising under this Agreement, the prevailing party shall be entitled to recover from the adverse party all its reasonable attorneys’ fees and costs incurred by the prevailing party in the prosecution or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees and costs, as well as in determining the amount of attorneys’ fees and costs due to the prevailing party. The reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or guideline.


  31. Public Records. All comments, papers, letters, maps, books, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristic, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business by the Authority are public records of the Authority in accordance with the Florida Constitution and Florida Statutes. Every person has the right to examine, inspect, and copy any such public records not specifically made exempt by provisions of the Florida Statutes. Any financial or proprietary information relating to the Licensee transmitted by the Licensee to the Authority may be a public record subject to disclosure to a requesting third person (not a party to this Agreement). If the Authority receives a request by a third party for the disclosure of any such public records relating to the Licensee, the Authority will notify the Licensee of the request. The Authority will comply with said request to the extent required by law, unless the Licensee institutes an appropriate legal proceeding or suit against the Authority and/or the third person to restrain or otherwise prevent the particular public records’ disclosure. With respect to this Agreement, the Parties, to the extent applicable, shall comply with the provisions of Chapter 119, Florida Statutes, unless the disclosure of a record(s) that is requested is exempted by statute. Should Licensee assert any statutory exemption to the requirements of Chapter 119 and related statutes, the burden and expense of establishing such statutory exemption, by way of injunctive or other relief as provided by law, shall be upon Licensee. To the extent any action is brought alleging a violation of section 119.0701 of the Florida Statutes by this License, the Licensee agrees to fully indemnify, hold the Authority harmless and defend the Authority against those claims and allegations, in accordance with the section of this License entitled “Indemnification & Hold Harmless.”


  32. Governing Law, Jurisdiction, Venue. The enforcement of this Agreement is controlled and governed by the laws of the State of Florida. The Parties agree that

    sole and exclusive jurisdiction for any dispute lies in the Circuit Court of the 12th Judicial Circuit in Manatee County, Florida. Venue for any civil action or legal proceeding arising out of or relating to this Agreement will be in the Circuit Court of the 12th Judicial Circuit in Manatee County, Florida, unless the default implicates or involves a federal statute, regulation, order or permit in which case venue will be in the federal courts with the Middle District of the State of Florida. Neither Party will be liable for any costs, loss of profits, revenue, or other direct, indirect, or consequential damages. This provision in no way limits the Licensee’s obligation to full indemnify the Authority for any and all damages as provided for in the section of this License entitled “Indemnification & Hold Harmless.”


    The Authority and Licensee recognize that this Agreement involves relatively complex business transactions; that this Agreement is lengthy, and its terminology is technical in nature and thus may be especially susceptible to misinterpretation; and in the event of a dispute as to rights and obligations under this Agreement, a Judge rather than a jury would be the most efficient and qualified trier of fact. Accordingly, the Parties are each desirous of leaving their respective rights to a bench trial with respect to any litigation or other legal proceedings relating to or arising out of or in connection with this Agreement or its subject matter as follows:


    EACH PARTY BY EXECUTION HEREOF DOES HEREBY KNOWINGLY, VOLUNTARILY AND INTENTIONALLY WAIVE, FOR THEMSELVES AND THEIR RESPECTIVE SUCCESSORS AND ASSIGNS, ANY RIGHT WHICH EITHER OF THEM MAY HAVE TO A TRIAL BY JURY IN RESPECT ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WHETHER AT LAW OR IN EQUITY BASED ON THIS AGREEMENT, ANY AMENDMENT OR ADDITION TO THIS AGREEMENT, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, (WHETHER ORAL OR WRITTEN) OR ACTIONS OF EITHER PARTY OR THEIR RESPECTIVE BOARD MEMBERS, OFFICERS, PRINCIPALS, EMPLOYEES, AGENTS, OR REPRESENTATIVES IN CONNECTION HEREWITH, WHETHER ARISING IN CONTRACT, TORT, OR OTHERWISE. NO PARTY SHALL SEEK TO CONSOLIDATE ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WITH ANY OTHER ACTION IN WHICH A JURY TRIAL CANNOT BE OR HAS NOT BEEN WAIVED. THIS PROVISION IS MATERIAL AND MUTUAL INDUCEMENT TO ENTERING INTO THIS AGREEMENT.


  33. Miscellaneous.

    1. Amendments. This Agreement may not be amended or modified except in writing, executed by the Parties.

    2. Waiver or Delay. No delay or omission by the Authority in exercising any right hereunder shall operate as a waiver of such right or any other right. A

      waiver by the Authority of any Event of Default by Licensee shall not be construed as a waiver of any future occasion.

    3. Notice. All notices required or made pursuant to this Agreement shall be made in writing and must be delivered by email (with a requirement that the recipient acknowledge receipt), third party overnight courier (including overnight couriers’ services such as Federal Express) or Certified Mail, Return Receipt Requested, postage paid addressed to the party to whom notice is given at the following addresses:

      To the Authority:

      Manatee County Port Authority. Attention: Executive Director 300 Tampa Bay Way, Suite One Palmetto, Florida 34221

      Telephone: (941) 722-6621

      Facsimile: (941) 729-1463

      Email: cbuqueras@portmanatee.com


      Copy to: Port Counsel

      Bryant Miller Olive P.A.

      201 North Franklin Street, Suite 2700

      Tampa, FL 33602

      Telephone: (813) 273-6677 Email: jcowan@bmolaw.com


      To the Licensee:


      Florida Power & Light Company

      Attention: Jacob Hickey, Energy Pipeline Services Manager

      6781 F Osceola Polk Line Rd Davenport, Florida 33896

      Telephone: 305-552-2130

      Email: Jacob.Hickey@nexteraenergy.com


      Copy to: Florida Power & Light Company

      Attention: Eleanor W. Taft, Office of General Counsel 700 Universe Boulevard Law/JB

      Juno Beach, Florida 33408 Telephone: (561)304-5530 Email: eleanor.taft@fpl.com


      or to such other address as either party may, from time to time designate to the other in writing.

    4. No Third Party Beneficiaries. This Agreement is entered into solely for the benefit of the Parties and shall not be construed as a benefit to any third parties, including but not limited to the general public, constituents or citizens of the Authority, nor shall it be construed as enforceable by any third parties.

    5. Authority. The Parties represent and warrant that each is authorized to enter into this Agreement without the consent and joinder of any other party and that the individuals executing this Agreement have full power and authority to bind their respective party to the terms hereof.

    6. Severability. If any term, covenant, condition or provision (or part thereof) of this Agreement or the application thereof to any person or circumstances shall, at any time or to any extent, be judicially determined to be invalid or unenforceable, the remainder of this Agreement or the application of such term or provision (or remainder thereof) to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected thereby, and each term, covenant, condition and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. It is understood that the Authority shall not be subject to any liability to the Licensee in the event any term herein is found to be invalid or unenforceable.

    7. Mutual Drafting. This Agreement is the product of mutual drafting, each party having been represented by or having the opportunity to be represented by counsel, and therefore shall not be construed against either party.

    8. Entire Agreement. This Agreement sets forth the entire agreement between the Parties as to the subject matter hereof and supersedes all previous written or oral negotiations, agreements, bids, and/or understandings.

    9. Headings and Section References. The headings and section references in this Agreement are inserted only for the purpose of convenience and shall not be construed to expand or limit the provisions contained in such sections.

    10. Counterparts; Signatures. This Agreement will become effective upon the Effective Date if the Agreement has been executed by all of the undersigned. This Agreement may be executed in counterparts, each of which constitutes an original and all of which together will constitute one and the same instrument. 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.


The remainder of this page is left blank intentionally.

IWITNESS WHEREOF, the Patties have caused this Pipeline License Agreement to be duly

executed in duplicate, this the   

day of  

_; 2022 (the "Effective Date").



ATTEST:


ANGELINA M. COLONNESO

Clerk of Circuit Court

MANATEE COUNTY PORT AUTHORITY


By ­

Printed: ----------

By:


Reggie Bellamy, Chairman



           _FPL:


Florida Power & Light Company,

o

By: v·v

Nam/' :ro N \. \)vRN&""f\


By                                           

a Florida cm


By:

Name: I oA1

.- A

Vice President PGD Fossil Operations and Pipelines

Name: 00U "°''-4..r

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

EXHIBIT “A”


Legal Description and Sketch of License Area


N/F

PORT AUTHORITY MANATEE COUNTY PID: 2059700359


N/F

S. DOCK STREET

S. DOCK STREET

REEDER ROAD

PORT AUTHORITY MANATEE COUNTY PID: 2059700359


N/F

PORT AUTHORITY MANATEE COUNTY PID: 2059700359


S. DOCK STREET

DEL MONTE WAY


PERMANENT EASEMENT AREA TABLE TOTAL = 92,498 SF

= 2.123 AC


t:il2IE;


I HEREBY CERTIFY THAT THIS SURVEY MEETS THE STANDARDS OF PRACTICE AS SET FORTH BY THE BOARD OF PROFESSIONAL SURVEYORS AND MIAPiPE/RS UNDER THE FLORIDA DEPARTMENT OF AGRICULTURE AND

CONSUMER SERVICES IN CHAPTER SJ-17.053 F.A.C., PURSUANT TO

SECTION 472.027 FLORIDA STATUTES. NOT VALID WITHOUT THE ORIGINAL

SIGNATURE AND RAISED SEAL OF THE FLORIDA LICENSED PROFESSIONAL

SURvrvop /\ND;WJMt\PPrP IN PrSPONSIBLE CHARGE:

CLY CERTIFICATE NO. 7076.

j i ., June 17, 2021

ATURE & DATE

ATWELL

6. OA2 - twill- oup.c

1800 PARKWAY PLACE. SUllE 700

EXHIBIT A MARlmA. GEORGIA

TT0.423.0807

EASEMENT EXHIBIT SUR= FIRM LB# 7832

1




FLORIDA POWER AND LIGHT COMPANY

PORT AUTHORITY MANATEE COUNTY

PID: 2059700359

SECTION 1 AND 2, TOWNSHIP 33 SOUTH, RANGE 17 AND 18 EAST, f.lANATEE COUNTY, FLORIDA

DATE: 06/17/2021

2




SCALE: NONE

3




DRAWN BY: MBF

4




SHEET 3 OF 4

NO.

REVISION

DATE

BY

LINE TABLE

LINE #

BEARING

LENGTH

L1

s5°27•42"w

15.05'

L2

N89°1O'O6"W

978.24'

L3

N88°5O'1O"W

383.68'

L4

S89°16'1S"W

136.66'

L5

SO°OO'55"W

21.28'

L6

N89°23'O2"W

389.24'

L7

S89°O6'52"W

259.53'

LS

N89°57'51"W

158.48'

L9

N88°45' 46"W

504.02'

L1O

N89°52'32"W

280.93'

L11

ss9°43•2s"w

264.48'

L12

N88°32'52"W

297.02'

L13

N59°11'31"W

10.39'

L14

N47°13'37"W

57.01'

L15

N45°37'17"W

194.98'

L16

N44°1O'45"W

191.44'

L17

N45°O3'27"W

183.41'

L18

N46°12'39"W

225.80'

L19

N46°47'58"W

124.57'

L2O

N78°4O'O5"W

5.04'

L21

NO°OO'OO"E

2.64'

L22

ss7°24•52"w

55.64'

L23

N89°57'4O"W

875.89'

L24

N89°49'35"W

578.24'

L25

ss9°39'17"w

171.89'

L26

N89°52'35"W

161.31'

L27

S86°31'O6"W

23.14'

LINE TABLE

LINE #

BEARING

LENGTH

L28

N3°28'54"W

10.00'

L29

N86°31'O6"E

23.46'

L3O

S89°52'35"E

161.59'

L31

N89°39'17"E

171.90'

L32

ss9°49'35"E

578.27'

L33

S89°57' 4O"E

875.65'

L34

N87°24'52"E

55.86'

L35

NO°OO'OO"E

2.64'

L36

S78°4O'O5"E

12.33'

L37

S46°47'58"E

128.93'

L38

S46°12' 39"E

226.02'

L39

S45°O3'27"E

183.67'

L4O

S44°1O'45"E

191.37'

L41

S45°37'17"E

194.58'

L42

S47°13'37"E

55.23'

L43

S59°11'31 "E

4.89'

L44

S88°32'52"E

292.87'

L45

N89°43'28"E

264.31'

L46

S89°52'32"E

281.13'

L47

S88°45' 46"E

504.01'

L48

ss9°57•51"E

158.20'

L49

N89°O6'52"E

259.19'

L5O

N87°29'O4"E

390.04'

L51

N89°16' 42"E

136.79'

L52

S88°5O'1 O"E

383.81'

L53

S89°1O'O6"E

979.42'



PORT AUTHORITY MANATEE COUNTY PARCEL ID: 2059700359

FLORIDA POWER AND LIGHT COMPANY PERMANENT EASEMENT DESCRIPTION


ALL THAT CERTAIN PIECE, PARCEL OR TRACT OF LAND SITUATE, LYING AND

BEING IN SECTION 1 AND 2, TOWNSHIP 33 SOUTH, RANGE 17 AND 18 EAST, MANATEE COUNTY, FLORIDA AND BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS :

COMMENCING FROM A FOUND CONCRETE MONUMENT, HAVING COORDINATE VALUES OF NORTH 1198980.950 AND EAST 480365.395 OF THE FLORIDA STATE

PLANE COORDINATE SYSTEM OF 1983, WEST ZONE, SAID POINT BEING THE POINT OF COMMENCEMENT (P.O.C.); THENCE SOUTH 65° 15' 26" WEST A DISTANCE OF

196.94 FEET TO A POINT, SAID POINT ALSO BEING THE POINT OF BEGINNING (P.O.B.), HAVING COORDINATE VALUES OF NORTH 1198898.523 AND EAST 480186.537 OF THE FLORIDA STATE PLANE COORDINATE SYSTEM OF 1983, WEST ZONE.


THENCE SOUTH 05°27'42" WEST A DISTANCE OF 15.05 FEET TO AN ANGLE POINT; THENCE NORTH 89°10'06" WEST A DISTANCE OF 978.24 FEET TO AN ANGLE POINT; THENCE NORTH 88°50'10" WEST A DISTANCE OF 383.68 FEET TO AN ANGLE POINT; THENCE SOUTH 89°16'18" WEST A DISTANCE OF 136.66 FEET TO AN ANGLE POINT; THENCE SOUTH 00°00'55" WEST A DISTANCE OF 21.28 FEET TO AN ANGLE POINT; THENCE NORTH 89°23'02" WEST A DISTANCE OF 389.24 FEET TO AN ANGLE POINT; THENCE SOUTH 89°06'52" WEST A DISTANCE OF 259.53 FEET TO AN ANGLE POINT; THENCE NORTH 89°57'51" WEST A DISTANCE OF 158.48 FEET TO AN ANGLE POINT; THENCE NORTH 88°45'46" WEST A DISTANCE OF 504.02 FEET TO AN ANGLE POINT; THENCE NORTH 89°52'32" WEST A DISTANCE OF 280.93 FEET TO AN ANGLE POINT; THENCE SOUTH 89°43'28" WEST A DISTANCE OF 264.48 FEET TO AN ANGLE POINT; THENCE NORTH 88°32'52" WEST A DISTANCE OF 297.02 FEET TO AN ANGLE POINT; THENCE NORTH 59°11'31" WEST A DISTANCE OF 10.39 FEET TO AN ANGLE POINT; THENCE NORTH 47°13'37" WEST A DISTANCE OF 57.01 FEET TO AN ANGLE POINT; THENCE NORTH 45°37'17" WEST A DISTANCE OF 194.98 FEET TO AN ANGLE POINT; THENCE NORTH 44°10'45" WEST A DISTANCE OF 191.44 FEET TO AN ANGLE POINT; THENCE NORTH 45°03'27" WEST A DISTANCE OF 183.41 FEET TO AN ANGLE POINT; THENCE NORTH 46°12'39" WEST A DISTANCE OF 225.80 FEET TO AN ANGLE POINT; THENCE NORTH 46°47'58" WEST A DISTANCE OF 124.57 FEET TO AN ANGLE POINT; THENCE NORTH 78°40'05" WEST A DISTANCE OF 5.04 FEET TO AN ANGLE POINT; THENCE NORTH 00°00'00" WEST A DISTANCE OF 2.64 FEET TO AN ANGLE POINT; THENCE SOUTH 87°24'52" WEST A DISTANCE OF 55.64 FEET TO AN ANGLE POINT; THENCE NORTH 89°57'40" WEST A DISTANCE OF 875.89 FEET TO AN ANGLE POINT; THENCE NORTH 89°49'35" WEST A DISTANCE OF 578.24 FEET TO AN ANGLE POINT; THENCE SOUTH 89°39'17" WEST A DISTANCE OF 171.89 FEET TO AN ANGLE POINT; THENCE NORTH 89°52'35" WEST A DISTANCE OF 161.31 FEET TO AN ANGLE POINT; THENCE SOUTH 86°31'06" WEST A DISTANCE OF 23.14 FEET TO AN ANGLE POINT; THENCE NORTH 03°28'54" WEST A DISTANCE OF 10.00 FEET TO AN ANGLE POINT; THENCE NORTH 86°31'06" EAST A DISTANCE OF 23.46 FEET TO AN ANGLE POINT; THENCE SOUTH 89°52'35" EAST A DISTANCE OF 161.59 FEET TO AN ANGLE POINT; THENCE NORTH 89°39'17" EAST A DISTANCE OF 171.90 FEET TO AN ANGLE POINT; THENCE SOUTH 89°49'35" EAST A DISTANCE OF 578.27 FEET TO AN ANGLE POINT; THENCE SOUTH 89°57'40" EAST A DISTANCE OF 875.65 FEET TO AN ANGLE POINT; THENCE NORTH 87°24'52" EAST A DISTANCE OF 55.86 FEET TO AN ANGLE POINT; THENCE NORTH 00°00'00" WEST A DISTANCE OF 2.64 FEET TO AN ANGLE POINT; THENCE SOUTH 78°40'05" EAST A DISTANCE OF 12.33 FEET TO AN ANGLE POINT; THENCE SOUTH 46°47'58" EAST A DISTANCE OF 128.93 FEET TO AN ANGLE POINT; THENCE SOUTH 46°12'39" EAST A DISTANCE OF 226.02 FEET TO AN ANGLE POINT; THENCE SOUTH 45°03'27" EAST A DISTANCE OF 183.67 FEET TO AN ANGLE POINT; THENCE SOUTH 44°10'45" EAST A DISTANCE OF 191.37 FEET TO AN ANGLE POINT; THENCE SOUTH 45°37'17" EAST A DISTANCE OF 194.58 FEET TO AN ANGLE POINT; THENCE SOUTH 47°13'37" EAST A DISTANCE OF 55.23 FEET TO AN ANGLE POINT; THENCE SOUTH 59°11'31" EAST A DISTANCE OF 4.89 FEET TO AN ANGLE POINT; THENCE SOUTH 88°32'52" EAST A DISTANCE OF 292.87 FEET TO AN ANGLE POINT; THENCE NORTH 89°43'28" EAST A DISTANCE OF 264.31 FEET TO AN ANGLE POINT; THENCE SOUTH 89°52'32" EAST A DISTANCE OF 281.13 FEET TO AN ANGLE POINT; THENCE SOUTH 88°45'46" EAST A DISTANCE OF 504.01 FEET TO AN ANGLE POINT; THENCE SOUTH 89°57'51" EAST A DISTANCE OF 158.20 FEET TO AN ANGLE POINT; THENCE NORTH 89°06'52" EAST A DISTANCE OF 259.19 FEET TO AN ANGLE POINT; THENCE NORTH 87°29'04" EAST A DISTANCE OF 390.04 FEET TO AN ANGLE POINT; THENCE NORTH 89°16'42" EAST A DISTANCE OF 136.79 FEET TO AN ANGLE POINT; THENCE SOUTH 88°50'10" EAST A DISTANCE OF 383.81 FEET TO AN ANGLE POINT; THENCE SOUTH 89°10'06" EAST A DISTANCE OF 979.42 FEET TO AN ANGLE POINT, SAID POINT ALSO BEING THE POINT OF BEGINNING (P.O.B.), HAVING AN AREA OF

92,498 SQUARE FEET, 2.123 ACRES.

October 20, 2022


CONSENT

AGENDA ITEM 1.H: 2022 PORT SECURITY GRANT PROGRAM

AGREEMENT


BACKGROUND:


The Department of Homeland Security has awarded the Authority $750,000 (or 75% of project costs) under the 2022 Port Security Grant Program (PSGP) for a Cyber Security Information Management System. As a condition of the grant, the Port is obligated to contribute 25% (or $250,000), bringing the total project costs to $1,000,000. The accepted agreement is presented to enter into the records.


ATTACHMENT:


Agreement No. EMW-2022-PU-00480-S01


COST AND FUNDING SOURCE:


FEMA Department of Homeland Security grant funding of $750,000 and $250,000 from port cash


CONSEQUENCES IF DEFERRED:


Delay in entering agreement into record


LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:


Move to accept into the record Agreement Number EMW-2022-PU-00480-S01 from FEMA Department of Homeland Security for a cyber security information management system.


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-2022-PU-00480


Dear David St. Pierre:


Congratulations, on behalf of the Department of Homeland Security, your application for financial assistance submitted under the Fiscal Year (FY) 2022 Port Security Grant Program has been approved in the amount of $750,000.00. As a condition of this award, you are required to contribute a cost match in the amount of $250,000.00 of non-Federal funds, or 25 percent of the total approved project costs of $1,000,000.00.


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:



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.


System for Award Management (SAM): Grant recipients are to keep all of their information up to date in SAM, in particular, your organization's name, address, Unique Entity Identifier (UEI) number, EIN and banking information. Please ensure that the UEI number used in SAM is the same one used to apply for all FEMA awards. Future payments will be contingent on the information provided in the SAM; therefore, it is imperative that the information is correct. The System for Award Management is located at http://www.sam.gov.


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

Thu Sep 01 00:00:00 UTC 2022


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-2022-PU-00480-S01


TABLE OF CONTENTS


Article I Summary Description of Award


Article II Assurances, Administrative Requirements, Cost Principles, Representations and Certifications


Article III General Acknowledgements and Assurances


Article IV Acknowledgement of Federal Funding from DHS


Article V Activities Conducted Abroad


Article VI Age Discrimination Act of 1975


Article VII Americans with Disabilities Act of 1990


Article VIII Best Practices for Collection and Use of Personally Identifiable Information


Article IX Civil Rights Act of 1964 - Title VI


Article X Civil Rights Act of 1968


Article XI Copyright


Article XII Debarment and Suspension


Article XIII Drug-Free Workplace Regulations


Article XIV Duplication of Benefits


Article XV Education Amendments of 1972 (Equal Opportunity in Education Act) - Title IX


Article XVI Energy Policy and Conservation Act

Agreement Articles

Article XVII False Claims Act and Program Fraud Civil Remedies


Article XVIII Federal Debt Status


Article XIX Federal Leadership on Reducing Text Messaging while Driving


Article XX Fly America Act of 1974


Article XXI Hotel and Motel Fire Safety Act of 1990


Article XXII John S. McCain National Defense Authorization Act of Fiscal Year 2019


Article XXIII Limited English Proficiency (Civil Rights Act of 1964 - Title VI)


Article XXIV Lobbying Prohibitions


Article XXV National Environmental Policy Act


Article XXVI Nondiscrimination in Matters Pertaining to Faith-Based Organizations


Article XXVII Non-Supplanting Requirement


Article XXVIII Notice of Funding Opportunity Requirements


Article XXIX Patents and Intellectual Property Rights


Article XXX Procurement of Recovered Materials


Article XXXI Rehabilitation Act of 1973


Article XXXII Reporting of Matters Related to Recipient Integrity and Performance


Article XXXIII Reporting Subawards and Executive Compensation


Article XXXIV Required Use of American Iron, Steel, Manufactured Products, and Construction Materials


Article XXXV SAFECOM


Article XXXVI Terrorist Financing


Article XXXVII Trafficking Victims Protection Act of 2000 (TVPA)


Article XXXVIII Universal Identifier and System of Award Management

Article XXXIX USA PATRIOT Act of 2001


Article XL Use of DHS Seal, Logo and Flags


Article XLI Whistleblower Protection Act


Article XLII Environmental Planning and Historic Preservation (EHP) Review


Article XLIII Applicability of DHS Standard Terms and Conditions to Tribes


Article XLIV Acceptance of Post Award Changes


Article XLV Disposition of Equipment Acquired Under the Federal Award


Article XLVI Prior Approval for Modification of Approved Budget


Article XLVII Indirect Cost Rate


Article XLVIII DHS Standard Terms and Conditions Generally


Article XLIX PSGP Performance Goal


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 2: Cyber Security - Information Management System is fully funded for $750,000.


Article II - Assurances, Administrative Requirements, Cost Principles, Representations and Certifications


  1. 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.


  2. 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.


  3. By accepting this agreement,recipients,andtheirexecutives,as defined in 2 C.F.R.section170.315, certifythat their policies are in accordance with OMB's guidance located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance.


Article III - 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.


  1. Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS.

  2. 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.


  3. Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports.


  4. Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law, or detailed in program guidance.


  5. 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.


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 IV - 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 V - 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 VI - 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 VII - 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 VIII - 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 IX - 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 X - 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 XI - 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 XII - 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 XIII - 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 XIV - 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.


Article XV - 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 XVI - 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 XVII - 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 XVIII - 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 XIX - 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 XX - 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 XXI - 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 XXII - 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 XXIII - 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 XXIV - 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 XXV - 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 XXVI - 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 XXVII - 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 XXVIII - 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 XXIX - 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 XXX - 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 XXXI - 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 XXXII - 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 XXXIII - 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 XXXIV - Required Use of American Iron, Steel, Manufactured Products, and Construction Materials


Recipients and subrecipients must comply with the Build America, Buy America Act (BABAA), which was enacted as part of the Infrastructure Investment and Jobs Act Sections 70901-70927, Pub. L. No. 117-58 (2021); and Executive Order 14005, Ensuring the Future is Made in All of America by All of America's Workers. See also Office of Management and

Budget (OMB), Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure.


Recipients and subrecipients of federal financial assistance programs for infrastructure are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless:


  1. 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;

  2. 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

  3. 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.


    1. 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:

      1. applying the domestic content procurement preference would be inconsistent with the public interest;

      2. 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

      3. 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 OMB Made in America Office.

There may be instances where an award qualifies, in whole or in part, for an existing waiver described. For awards by the Federal Emergency Management Agency (FEMA), existing waivers are available and the waiver process is described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure | FEMA.gov. For awards by other DHS components, please contact the applicable DHS FAO.


To see whether a particular DHS federal financial assistance program is considered an infrastructure program and thus required to include a Buy America preference, please either contact the applicable DHS FAO, or for FEMA awards, please see Programs and Definitions: Build America, Buy America Act | FEMA.gov.


Article XXXV - 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 XXXVI - 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 XXXVII - 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 XXXVIII - 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 XXXIX - 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 XL - 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 XLI - 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 XLII - 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. To access the FEMA EHP screening form and instructions, go to the DHS/FEMA website. In order to initiate EHP review of your project(s), you must complete all relevant sections of this form and submit it to the Grant Programs Directorate (GPD) along with all other pertinent project information. 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 archeological resources are discovered the applicant will immediately cease work in that area and notify the pass-through entity, if applicable, and DHS/FEMA.


Article XLIII - 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 subrecipients 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 XLIV - Acceptance of Post Award Changes


In the event FEMA determines that changes are necessary to the award document after an award has been made, including changes to period of performance or terms and conditions, recipients will be notified of the changes in writing. Once notification has been made, any subsequent request for funds will indicate recipient acceptance of the changes to the award. Please call the FEMA/GMD Call Center at (866) 927-5646 or via e-mail to ASK-GMD@fema.dhs.gov if you have any questions.


Article XLV - 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 subrecipients, 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 subrecipients must follow the disposition requirements in accordance with state laws and procedures.


Article XLVI - 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 XLVII - 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 XLVIII - DHS Standard Terms and Conditions Generally


The Fiscal Year (FY) 2022 DHS Standard Terms and Conditions apply to all new federal financial assistance awards funded in FY 2022. 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 2022 DHS Standard Terms and Conditions will be housed on dhs.gov at www.dhs.gov/publication/fy15-dhs-standard-terms-and-conditions.


Article XLIX - 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.



BUDGET COST CATEGORIES


Personnel


$0.00

Fringe Benefits


$0.00

Travel


$0.00

Equipment


$0.00

Supplies


$0.00

Contractual


$1,000,000.00

Construction

$0.00

Indirect Charges

$0.00

Other

$0.00

Obligating Document for Award/Amendment

1a. AGREEMENT NO. EMW-2022-PU-00480-S01

2. AMENDMENT NO.

***

3. RECIPIENT NO.

510202754

4. TYPE OF ACTION AWARD

5. CONTROL NO. WX04585N2022T

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. 9417226621X

10. NAME OF FEMA PROJECT COORDINATOR

1C01entral Scheduling and Information Desk Phone: 800-368-6498

Email: Askcsid@dhs.gov


11. EFFECTIVE DATE OF THIS ACTION

09/21/2022

12. METHOD OF PAYMENT PARS

13. ASSISTANCE ARRANGEMENT

Cost Reimbursement

14. PERFORMANCE PERIOD

From: To:

09/01/2022 08/31/2025

Budget Period

09/01/2022 08/31/2025

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

2022-FA-GC01-P410- -4101-D

$0.00

$750,000.00

$750,000.00

See Totals




$0.00

$750,000.00

$750,000.00

$250,000.00

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

Mon Oct 10 17:17:33 UTC

2022

18. FEMA SIGNATORY OFFICIAL (Name and Title)


PAMELA SUSAN WILLIAMS,

DATE

Wed Sep 21 13:27:36 UTC

2022

October 20, 2022


CONSENT

AGENDA ITEM 1.I.: BERTH 4 EXTENSION PROFESSIONAL SERVICES


BACKGROUND:


On June 16, 2020, the Authority awarded a professional services contract to Stantec Consulting Services Inc. and team for Berth 4 Extension project design and permitting. To take maximum advantage of the grant funding schedule, the Authority desires to split the project into phases and move forward with the first phase, dredging, pursuant to Stantec’s October 10, 2022, Additional Services Authorization (ASA) proposal for Berth 4 Extension construction phasing and dredging construction phase services for a fee of $1,037,469.69, funded with FDOT grant and Port funding.


ATTACHMENT:


Professional Services Authorization (PSA) No. 22-12


COST AND FUNDING SOURCE:


75% FDOT Grant and 25% Port Funding


CONSEQUENCES IF DEFERRED:


Delay in approval of task change


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve and authorize the Chairman to execute Professional Services Authorization (PSA) No. 22-12 in the amount of $1,037,469.69 between the Manatee County Port Authority and Stantec Consulting Services Inc. for Berth 4 Extension.

PROFESSIONAL SERVICES AUTHORIZATION (PSA) NO. 22-12


Pursuant to the Port Manatee Professional Services Authorization Contract dated June 16, 2020, between the Manatee County Port Authority, hereinafter referred to as the "Authority" and


Stantec Consulting Services Inc.,


hereinafter referred to as the "Consultant", the Authority hereby authorizes and the Consultant hereby agrees to perform the hereinafter identified professional services for the project, facility or program identified as:


"Berth 4 Extension Professional Services"


The professional services and additional terms hereby authorized by the Authority and agreed to by the Consultant are set forth in the attached proposals dated October 10, 2022 for the above entitled project, facility or program.


The total fees and expenses for these professional services must not exceed:


$1,037,469.69


DATED:             MANATEE COUNTY PORT AUTHORITY

By:                 Executive Director


CONSULTANT


.?----_

By: "-


CONTRACT MANAGER

George F. Isiminger

Senior Dir & Port Engineer, Dept of Engineering, Planning & Env. Affairs


Grant Contract#: G1946


ame,

·tl Hamid Sahebkar, Sr. Pr.

N T1 e:  _


If applicable, the Authority has considered and hereby approves this Supplemental Professional Engineering Services Authorization with a quorum present and voting this 20th day of

Attest: MANATEE COUNTY PORT AUTHORITY

By:_____________________________ By:____________________________________ Clerk of Circuit Court Chairman

October 2022.




October 13, 2022

File: 177311522

Stantec Consulting Services Inc.

6900 Professional Parkway East, Sarasota FL 34240-8414

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


Attention: Mr. George Isiminger, P.E.

Senior Director of Planning, Engineering and Environmental Affairs

Port Manatee

300 Tampa Bay Way Palmetto Florida 34221


Dear Mr. Isiminger,


Reference: SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


Stantec is pleased to submit the following proposal of additional professional services and fees for the evaluation and design of the construction phasing and construction support services of the SeaPort Manatee Berth 4 Extension Project. This proposal of additional professional services and fees also includes environmental services that need to be completed during the post-permitting/construction phases of the project. As part of this proposal, we have separated out the currently authorized services that need to be completed, services previously authorized that are no longer required, additional work that is needed to comply with anticipated permit conditions, and contingent work that could be needed if certain issues arise during construction. This scope of work and associated fees will be performed in accordance with the terms and conditions of the SeaPort Manatee Professional Services Contract, to which this document is to be attached.


Project Description

The Manatee County Port Authority (Authority) is currently in the final design phase of the Berth 4 Extension Project at their SeaPort Manatee facility. Due to the timing of funding, the Berth 4 Extension Project will not be able to be completed all at once. Therefore, it is proposed that that the dredging will be completed ahead of the construction of the proposed Berth 4 wharf structure. It is understood this proposed scope of services will be begin upon completion of final design of the Berth 4 Extension Project.


The Authority desires to receive a cost estimate for the proposed work to evaluate the financial and regulatory impact a two-phase Project: Phase 1 Dredging, Phase 2 Berth Structure Construction. Phase 1 will be evaluated, as well as its impact on Phase 2 assessed. It is anticipated the design will meet the North Shore Seagrass Mitigation Bank obligation of the Authority and minimize the financial impact of construction of the project. The Authority will review the construction phasing design and provide input to develop the final design.


Once the Authority decides on a construction phasing design is final, Stantec, Moffatt & Nichol and Gahagan & Bryant (Team) will develop phasing design plans for construction of the dredging template and berth structure (Project). The Authority and Stantec are concerned with how the phasing of construction


October 13, 2022

Mr. George Isiminger, P.E. Page 2 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


may affect regulatory approvals: Florida Department of Environmental Protection (FDEP) and U.S. Army Corps of Engineers (USACE). Therefore, Task 310 (Permitting Additional Services) has been included for potential permit modifications and negotiations.


For the pre-, during, and post-construction phase of Phase 1 Dredging, Stantec, Moffatt & Nichol, Gahagan & Bryant, S&ME, and CSA will provide full construction engineering and inspection services to ensure the project is delivered adequately and adheres to the budget and schedule. This level of effort will require regularly scheduled survey and inspections as well as an on-site presence to guarantee the quality of the Project.


Project Goals

The goals of this Project are:


October 13, 2022

Mr. George Isiminger, P.E. Page 4 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


Assumptions and Conditions

October 13, 2022

Mr. George Isiminger, P.E. Page 5 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


Scope of Services

200 Project Management

210 Project Management Additional Services

Stantec will perform various project management related activities to support the Authority’s management and administration of these additional services. Under this task, Stantec project manager will work closely with the team’s Task Managers and Technical Leads to facilitate addressing project related issues, cross discipline coordination, track budget, and maintain the project schedule.


Stantec will establish and hold scheduled status meetings (up to a total of four) with the Authority and project team. Based on the meeting agenda, appropriate Stantec and project team members will be invited to attend. Authority team members to be included in meetings will be at the discretion of the Authority PM. Stantec staff will attend meetings and prepare and track action item summaries.


300 Environmental Services

  1. Mitigation Pre-Planting (Baseline) Survey – Task Deleted/ Credited

    Given that the project mitigation is no longer associated with the Perico Preserve seagrass mitigation site, this task (Task 361) is not required. As a result, Task 361 will be removed from the current contract authorization and the related fees will be credited towards the additional services requested below.


  2. Mitigation Implementation Coordination and Oversight – Task Deleted/ Credited

    Similar to Task 361 above, this task (Task 362) is no longer needed and will be removed from the current contract authorization. The related fees will be credited towards the additional services requested below.


  3. Mitigation Post-Planting (Time Zero) Survey – Task Deleted/ Credited

    Similar to Tasks 361and 362 above, this task (Task 363) is no longer needed and will be removed from the current contract authorization. The related fees will be credited towards the additional services requested below.


  4. Impact Area Monitoring – Task Revised/ Additional Services

    Task 364 has been revised in accordance with the requirements of the Revised Biological Monitoring Plan (dated April 29, 2022), as submitted to the FDEP (File No.: 0079193-001-BI) and the USACE (File No.: SAJ-2020-03362-CMW). This task includes impact area monitoring services that have been previously authorized as well as modified and additional monitoring services to address the requirements of the FDEP established during the Port Manatee Berth 4 Extension project permit application review. Specifically, this task has been revised to include the environmental support services for conducting the following Biological Monitoring Plan components of the Revised Biological Monitoring Plan (dated April 29, 2022):

    October 13, 2022

    Mr. George Isiminger, P.E. Page 6 of 17

    SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


    • Section 2.1 – Pre- and Post-Construction Seagrass Monitoring


      • Pre-Construction Monitoring

      • Post-Construction (Time Zero) Monitoring, and

        o +1 Year Post-Construction Monitoring

    • Section 2.4 – Project Mitigation Analysis


      The services referenced above and found in Section 2.1 of the Revised Biological Monitoring Plan (dated April 29, 2022) overlap with many of the previously authorized monitoring services under this task (Task 364 Impact Area Monitoring). However, due to the modified quadrat sampling design for assessing the areal coverage of seagrass within the mapped limits of monitoring areas, as required by the FDEP under the Revised Biological Monitoring Plan (dated April 29, 2022), the following is a bulleted summary highlighting only the modified and additional services that will be included under this task (Task 364):


    • The monitoring services under this task (Task 364) include only the mapping of seagrasses or areal coverage mapping (i.e., edge of bed in-water delineation) within the Construction Impact Buffer Zone (CIBZ) and the Reference Area. These field mapping activities will be guided by aerial imagery analyzed utilizing a segment mean shift tool in ArcGIS Pro. This preliminary areal coverage mapping will provide a quantification of seagrass distribution and abundance (acreage) that will also cover the Dredge and Fill Construction Limits, Mitigation Dredge Impacts Limits, and the Reference Isolation Buffer. In addition to guiding the field mapping activities, this preliminary areal coverage mapping data may be used in the identification of impacts (direct and/or secondary impacts) outside the permitted construction limits as part of the contingency services referenced under Task 830.


    • Given that the previously authorized scope of services for this task (Task 364) only included one

      (1) field day to monitor 60 randomly selected quadrat sampling points for assessing areal coverage of seagrass, two (2) additional field days (for a total of 4 field days) are required for the Pre- Construction Monitoring event to establish a total of 103 fixed sampling points within the Reference Area, Construction Buffer Zone and Mitigation Dredge Impact Limits, and to monitor the established fixed quadrat sampling points, as required by the Revised Biological Monitoring Plan (dated April 29, 2022). Establishment of the fixed quadrat sampling points includes locating each sampling points via submeter GPS and permanent field demarcation of each fixed point utilizing the installation of two (2) - 2’ lengths of steel rebar (at each sampling point). Data collection at each fixed quadrat sampling point includes the following:


      • Braun-Blanquet Cover-Abundance scores (previously authorized scope of services), and

      • Quadrat Cover-Abundance (percent cover) scores, total and by seagrass species (additional services).


    • One (1) additional field day (for a total three (3) field days per each sampling event) for the Post- Construction (Time Zero) and +1 Year Post-Construction Monitoring events in order to sample the

      October 13, 2022

      Mr. George Isiminger, P.E. Page 7 of 17

      SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


      103 established fixed points, as required by the Revised Biological Monitoring Plan (dated April 29, 2022).


    • Additional data analysis (frequency of occurrence and density) and reporting (description of monitoring methods and results) and the drafting of a Mitigation Analysis Report, following each monitoring event, as required by FDEP, and referenced in Section 2.4 of the Revised Biological Monitoring Plan (dated April 29, 2022).


      Deliverables under this task (Task 364) include the following:


    • Pre-Construction Report pursuant to Section 2.1 of the Revised Biological Monitoring Plan (dated April 29, 2022)


    • Post-Construction Report that will include a Project Mitigation Analysis pursuant to Sections 2.1

      and 2.4 of the Revised Biological Monitoring Plan (dated April 29, 2022)


      +1 Year Construction Report that will include a Project Mitigation Analysis pursuant to Sections 2.1

      and 2.4 of the Revised Biological Monitoring Plan (dated April 29, 2022)


      Please note that the monitoring services to be conducted under this task (Task 364) will be limited to the monitoring activities specifically referenced under Sections 2.1 and 2.4 of the Revised Biological Monitoring Plan (dated April 29, 2022). However, development of one (1) Mitigation Contingency Plan, if required, is covered under Task 830 Contingencies (referenced below).


      The sampling activities associated with this task (Task 363) will be conducted during the peak seagrass growing season from June 1st – September 30th. If initiation of project construction occurs during the growing season, then the Pre-Construction Monitoring event will be conducted immediately prior to project construction initiation. However, if construction commences outside of the seagrass growing season, then the Pre-Construction Monitoring event will be completed during the seagrass growing season immediately prior to the commencement of construction. Under this scenario, the post-construction surveys (Post and +1 Year Post-Construction Monitoring events) will be completed during the seagrass growing season immediately following the construction completion and done as close as possible to the same time of year as the Pre-Construction Monitoring event survey to avoid seasonal differences in seagrass condition, density and abundance. In accordance with the specific request made by the FDEP as part of the project review, the Post and +1 Year Post-Construction Monitoring events will be required to be conducted over a minimum period encompassing two (2) consecutive winters to ensure that potential impacts to marine resources can be detected post-construction. If an additional Post-Construction Monitoring Event is required by the FDEP, due to potential project construction schedule deviations, additional services may be required. Stantec will provide a scope and fee estimate for approval by the Port prior to implementation of additional services not included under this task (Task 363).


      This scope of services does not include monitoring activities not specifically referenced herein. Monitoring activities that may be required for mitigation compliance at the North Shore Seagrass Mitigation Bank are not included.

      October 13, 2022

      Mr. George Isiminger, P.E. Page 8 of 17

      SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


      370 Coral Relocation Implementation – Task New/ Additional Services

      Stantec Environmental staff will conduct the Coral Relocation Implementation activities as referenced in Section 5.0 of the Revised Mitigation Plan (dated April 20, 2022). These activities will be coordinated with CSA Ocean Sciences Inc. (Task 641, below). Specifically, Stantec will conduct the following services as part of this task (Task 370):


    • Site Assessment: assess and delineate coral resource donor and specific reattachment locations within the recipient site


    • Coral Relocation Plan (CRP) Finalization: Finalize the CRP based on the updated and detailed field assessment findings; and


    • CRP Implementation: conduct coral resource relocation activities utilizing coral specialists.


      Deliverables under this task (Task 370) as well as Task 641 will include the following:


    • Finalized Hardbottom and Octocorals Impact Relocation Plan (Coral Relocation Plan or CRP) that will include an updated coral resources map, general description of the donor and recipient site as well as methods for biological removal, transport, and reattachment of the relocated resources pursuant to Section 5.0 of the Revised Mitigation Plan (dated April 20, 2022)


    • Post-Completion Report that will include a summary of the extent of the relocation operation, relocation methods (including removal, transport, and reattachment) as well as locations and number by species of coral resources relocated and a map depicting the location of the mapped coral resources within the impact area as well as the location of the relocated coral resources within the recipient site pursuant to Section 5.0 of the Revised Mitigation Plan (dated April 20, 2022)


Please note that these services referenced under this task (Task 370) are contingent upon approval by the Port of the additional services of the revised Task 641. Also note that based on coordination with the regulatory agencies during the review of the permit application, this scope of services under this task (Task 370) and Task 641 will require up to three (3) field days to complete the implementation of the CRP. If additional field days are needed due to regulatory agency requirements (i.e., relocation of additional coral resources), additional services will be required. If additional services are required, Stantec will prepare a scope and fee estimate for approval by the Port prior to implementation.

October 13, 2022

Mr. George Isiminger, P.E. Page 9 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


500 Design Development

540 Construction Phasing Evaluation

Stantec will develop construction phasing design for Phase 1 of the Berth 4 Extension Project. The design will be provided to the Authority for review and written responses to all comments will be provided along with the necessary changes made to the design. The phasing design will seek to meet the North Shore mitigation obligation and reduce the financial impact of the Project.


Design Team will coordinate with Stantec Environmental staff to evaluate the regulatory impact of the phasing design. As part this task, Stantec will aim to reduce the regulatory impact of the construction phasing.


Stantec will develop a high-level, AACE Level 5 cost estimate for the phasing design of the Berth 4 Extension Project. The parties understand and agree that these POPCC is a “Budget Level” cost for the Authority to use in their evaluation of the design.


The Authority will review the design over a ten (10) working day period, at the end of which, and provide review comments. Written responses to all comments will be provided with the subsequent submittal.


Deliverables:


October 13, 2022

Mr. George Isiminger, P.E. Page 10 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


550 Phasing Design Plans

Stantec will develop phasing design documents for Phase 1 and Phase 2 of the Berth 4 Extension Project. Stantec will incorporate comments received from the Authority to produce 90% design deliverables. The 90% design completion documents will consist of following:



Stantec will submit the design documents for review. The review process will consist of the following steps:


October 13, 2022

Mr. George Isiminger, P.E. Page 11 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


600 Subconsultant Services

611 Moffatt & Nichol Additional Services

Refer to Attachment C for the proposed scope of services by Moffatt & Nichol for structural analysis, OPCC evaluations, and construction support services.


621 Gahagan & Bryant Additional Services

Refer to Attachment D for the proposed scope of services by Gahagan & Bryant for design evaluation, dredge template revision, cost estimate, and plan preparation services. GBA will also provide full time construction engineering, surveying, and inspection services during Phase 1 of the Project.


631 S&ME Additional Services

Refer to Attachment E for the proposed scope of services by S&ME, Inc. for geotechnical and construction support services.


641 CSA – Task Deleted/ Credited and Revised/ Additional Services

The services provided under this task (Task 641) have been partially completed. The remaining balance of services will not be required. As a result, the remaining services not associated with CSA support on Tasks 364 and 370 will be removed from the current contract authorization and the related fees will be credited towards the additional services requested herein.


Additional services to be conducted by CSA Ocean Sciences Inc. will be provided in accordance with the scope of services and fee estimate provided in Attachment F.


Please note that based on coordination with the regulatory agencies during the review of the permit application, this scope of services under this task (Task 641) will require up to three (3) field days to complete the implementation of the CRP. If additional field days are needed due to regulatory agency requirements (i.e., relocation of additional coral resources), additional services will be required. If additional services are required, Stantec will provide a scope and fee estimate (prepared by CSA) for approval by the Port prior to implementation.

October 13, 2022

Mr. George Isiminger, P.E. Page 12 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


700 Construction Support Services

710 Pre-Construction Phase

Bidding Assistance Services


Stantec will provide assistance during the bidding phase of the project, by assembling the bid package in coordination with the Port based on Engineers Joint Contract Documents Committee (EJCDC), attend the pre-bid conference, coordinate and support in generating responses to request for information (RFI) by the bidders, and provide input on selection of the contractor. Stantec will work in coordination with Gahagan & Bryant (GBA) to assembly the bid package. Edits to EJCDC documents will be called out (separately or by redline/strikeout notation) for Port review. Port will provide its supplementary conditions to be incorporated by Stantec. After completion of the bid process and selection of the successful contractor, Stantec, with support from subcontractors, will assemble the bid package, RFI responses and any revisions into a single conformed contract document. The basis of the estimate is to provide a single bid package with the specific condition that Phase 1 of the Project is to be constructed and completed by an established date.

Recommendation to SeaPort Manatee, with Port making final suggestion. Pre-Construction Submittals

Stantec shall review and process shop drawings, furnished by the Contractor, associated with material included on plans prepared by Stantec team. The acceptability of substitute materials and equipment proposed by Contractor will be reviewed and submitted to the entities that may be affected by such a modification. It is the Contractor’s responsibility to provide all documentation required to prove any substitute material is the same or better than the material specified. It is assumed all material submittals will be done in no more than twenty (20) submittals and that no more than twenty-five (25%) percent of submittals will require re-submittal.


Pre-Construction Conference


Stantec will attend one (1) in-person pre-construction conference meeting with the Client and the Contractor. It is assumed this meeting will be set up by the Contractor and attended by the Team, appropriate governmental agencies, and utility companies, as coordinated by the Contractor. Other Stantec team members will also attend.


Team Meetings and Coordination


Stantec will conduct two (2) virtual preparatory meetings with the Client, Contractor, and subconsultants (Team) for coordination prior to the issuance of the Notice to Proceed (NTP). Stantec will conduct one (1) virtual kick-off meeting with the subconsultants (Team) and one (1) kick-off meeting with the Team and the Client to coordination construction processes and elements.

October 13, 2022

Mr. George Isiminger, P.E. Page 13 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


720 Construction Phase Support

Stantec will provide full time construction engineering and inspection services for Phase 1 of the Project. Stantec will provide regular inspection as coordinated with GBA and the Contractor, review and respond to the shop drawings and other contract submittals, attend regularly scheduled progress meetings and provide final inspection and certification of the project.


Construction Inspections


Stantec staff will conduct field visits to inspect and monitor progress and compliance of the work with the approved plans and specifications. It is assumed GBA will be on-site 9 hours a day, 7 days a week. It is understood that Stantec will conduct additional construction inspections at least once a month during the active dredging construction period of six (6) months. It is anticipated that some the site observation visits maybe conducted by Port Staff. It is assumed Stantec will provide up to eight (8) of the site visits. Stantec will coordinate with GBA to prepare weekly field inspection reports including inspections of work of progress, deviations from the approved construction plans and other pertinent information. The field inspection reports will be submitted to the Client and the Client’s contractor for review and use. Contractor's pay request will be reviewed and submitted to the Client for approval. Material test reports associated with the work shown on Stantec’s plans will be reviewed at intervals as appropriate. It will be the responsibility of the Contractor to engage an independent testing laboratory.


Stantec will not, during the site inspection visits or as a result of such inspections of the Contractor(s) work in progress, supervise, direct or have control over Contractor(s) work nor will Stantec have authority over, or responsibility for means, methods, techniques, sequences or procedures of construction selected by the Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and performing their work. Accordingly, Stantec can neither guarantee the performance of the construction contracts by the Contractor(s), nor assume responsibility for Contractor(s) failure to furnish and perform their work in accordance with the plans.


Engineering and Review


Stantec will provide office support and assistance during the construction phases of the project. This will include responding to Contract Submittals, Requests for Information (RFI), Work Change Directives, Change Orders, and Payment Requests and providing other input and clarification to the Client, or Contractor for issues relating/resulting from the elements of the project designed by Stantec team. This Task assumes review and responses of up to twenty (20) contract submittals and fifteen (15) RFIs, as well as up to twenty (20) hours for Sea-Port initiated Work Change Directives and up to twenty (20) hours for contractor-initiated change orders.


Meetings and Documentation


A Stantec representative will attend regularly scheduled progress/OAC meetings or conference calls. It is assumed the progress meetings will be conducted weekly by the Contractor, and that the Contractor will prepare and meeting agendas/minutes. Stantec will coordinate with GBA to maintain a record of RFIs, Work Directives, Change Orders, design changes, payment request, and administrative issues that may occur throughout the duration of the active dredging construction period. Stantec will maintain an electronic

October 13, 2022

Mr. George Isiminger, P.E. Page 14 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


Submittal Log and Action Item List as well as record of RFIs and Change Orders to capture the issues, resolutions, current status, relevant dates, and other comments.


730 Post-Construction Phase Support

Final Inspections


Stantec team will conduct one (1) final inspection with the Client, Contractor and Team, to identify improvements requiring completion or correction. A punch list document will be produced by the Team subsequent to the final inspection and will include a comprehensive list of items requiring repair, modification, or replacement. After the contractor completes the punch list, a second final inspection will be performed to verify the modifications and corrections have been completed. It is assumed the Contractor will be responsible for coordination of all required government inspections and the final inspection of completed punch list items. Any additional final inspection site visits required by Stantec will be considered as an additional service.


Record Drawings


Stantec will review two (2) as-built surveys, prepared, and certified by a Professional Surveyor and Mapper, registered in the State of Florida. One (1) to be prepared by the Contractor and one (2) to be prepared by GBA. The as-built information will be the responsibility of the Contractor and GBA and furnished to Stantec in hard copy format and digital/AutoCAD format as acceptable to Stantec. This condition will be specified in the Construction Documents. Stantec in coordination with GBA will prepare Record drawings for the project’s improvements as required for the Agency certifications, Port requirements and pursuant to the grant PTGA.


Certifications


Upon successful and acceptable completion of the work by the Contractor, Stantec will certify to SeaPort Manatee, FDEP and U.S. Army CORE (USACE) that the work has been performed in accordance with the permit conditions and the approved plans. Certifications will be signed and sealed by an engineer, registered in the State of Florida.


Post-Construction Project Report


Stantec will coordinate with GBA will assemble a Post-Construction Project Report to document the details of the project including equipment used, construction sequencing, RFIs, change orders, final as- builts/surveys and measurements, habitat acreages, and final contract costs.

October 13, 2022

Mr. George Isiminger, P.E. Page 15 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


830 Contingencies – Task New/ Contingency Additional Services

Stantec Environmental staff will closely coordinate with and advise the engineering and design team on the design, specifications, footprint and timing of the dredging template and construction phasing plan as pertains to resource impacts and mitigation.


Stantec will prepare an update to the previously submitted Revised Construction Sequencing Plan (dated June 21, 2022) to be provided to the FDEP and USACE. This updated Revised Construction Sequencing Plan will include updated project plan sets and project schedule. Stantec will provide a draft of the Updated Revised Construction Sequencing Plan to the Authority for its review and comments. Upon receipt of the Authority’s comments, a final submittal will be prepared for signature and submission by the Authority.


Stantec Environmental staff will conduct up to three (3) Follow Up Inspections, as referenced under Section 2.2.2 of the Revised Biological Monitoring Plan (dated April 29, 2022). These, as needed only, Follow Up Inspections will be conducted at the Port Manatee Berth 4 Project and/or the North Shore Seagrass Mitigation Bank Dredge Hole site.


Stantec Environmental staff will also prepare three (3) Corrective Action Plans that correspond to the Follow Up Inspections as referenced above. These Corrective Action Plans will be prepared pursuant to Section

2.2.2 of the Revised Biological Monitoring Plan (dated April 29, 2022).


Stantec Environmental staff will prepare a (1) Mitigation Contingency Plan as referenced under Section 2.4 of the Revised Biological Monitoring Plan (dated April 29, 2022). This Mitigation Contingency Plan will only be prepared as needed if inadvertent construction related impacts occur that require an evaluation of additional mitigation.


Services or activities to be completed under this task (Task 830) will only be conducted with prior written approval by the Port. Deliverables under this task (Task 830) include the following:



Please note that the only the Construction Monitoring services as referenced under 2.2.2 from the Revised Biological Monitoring Plan (dated April 29, 2022) are included under this scope of services. The Construction Monitoring services as referenced under Section 2.2.1 are to be conducted by the Port or Construction/Dredging Contractors.


If additional Follow Up Inspections, Corrective Action Plans, and/or Mitigation Contingency Plans are required due to unanticipated construction impacts, additional services will be required. Stantec will provide

October 13, 2022

Mr. George Isiminger, P.E. Page 16 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


a scope and fee estimate for approval by the Port prior to implementation of additional services not included under this task (Task 830).


Excluded Services

Services such as the ones listed below, are not included with the delivery of this project:



Please note that this scope of services does not include coordination or support for modifications to the project state and/or federal permits or updates to the previously submitted Revised Mitigation Plan (dated April 20, 2022) or Revised Biological Monitoring Plan (dated April 29, 2022) as may be required by the regulatory agencies for potential deviations to the project schedule.


Also note that this scope of services does not include any additional field studies, monitoring, or sample collection as may be required by the FWC as part of the coral relocation activities referenced under Tasks 370 and 641.


If coordination or support is required for project state and/or federal permit modifications are needed due to regulatory agency requirements or if additional field studies, monitoring or sample collection are required by the regulatory agencies, additional services will be required. If additional services are required, Stantec will prepare a scope and fee estimate for approval by the Port prior to implementation.

October 13, 2022

Mr. George Isiminger, P.E. Page 17 of 17

SeaPort Manatee Berth 4 Extension Design, Permitting and Mitigation Monitoring Proposal for Additional Services: Construction Phasing Design and CEI


Fees

Compensation to be paid to Stantec for providing the services described shall be the attached Fee Estimate (Attachment A). All fixed fee tasks will be invoiced monthly based on the percent completion of the task. If the scope or duration of the project changes, Stantec will need to re-evaluate these fee amounts. Additional services are subject to prior written contract amendment as approved by the Authority. All additional services will be invoiced on a time and material basis unless Stantec and Authority agree otherwise.


Schedule

Refer to Attachment B for the anticipated Schedule for the construction phasing evaluation and design, as well as the dredging construction (Phase 1).


Thank you for the opportunity to be of service to SeaPort Manatee.


Regards,


Stantec Consulting Services Inc.



Michael A.G. Burton CEP

Senior Principal

Phone: 941 907-6900

Mobile: 941 720-3483

Mike.Burton@stantec.com


Hamid Sahebkar, PE Senior Principal Phone: 813 223-9500

Mobile: 813 223-0009

Hamid.Sahebkar@stantec.com



Attachment: A – Fee Estimate


B – Schedule


C – Moffatt & Nichol Scope & Fee


D – Gahagan & Bryant Scope & Fee


E – S&ME Scope & Fee


F – CSA Scope & Fee

ATTACHMENT A FEE SUMMARY


Task Number


Task Description


Fee

200

Project Management

$ 39,852.00

300

Environmental Services

$ 87,987.69

360

Mitigation Compliance Program (Revised) - Credit*

$ (32,039.00)

500

Design Development

$ 20,080.00

600

Subconsultant Services

$ 743,876.00

640

CSA Services (Revised) - Credit*

$ (21,007.00)

700

Construction Support Services

$ 138,219.00

830

Contingencies

$ 60,501.00


Fee Total

$ 1,037,469.69

*Credit against current contracted amounts.

ATTACHMENT B SCHEDULE



Task


Task Name

Anticipated Notice to Proceed (NTP)

Anticipated Time of Performance

Anticipated Time of Completion


Deliverable(s)

540

Construction Phasing Evaluation

Nov-22

1 month

Dec-22

Phasing Evaluation Memorandum Preliminary OPCC

550

Phasing Design Plans

Dec-22

2 months

Feb-23

Construction Phasing Plans Engineering OPCC

364

Pre-Construction Monitoring

Jun-23

3 months

Sep-23

Pre-Construction Monitoring Report

710

Pre-Construction Phase

Jun-23

3 months

Sep-23

Bid Package

Pre-Construction Submittals

720

Construction Phase Support*

Sep-23

6 months

Mar-24

Field Inspection Reports

730

Post-Construction Phase Support

Mar-24

1 month

Apr-24

Post-Construction Project Report

364

Post-Construction Monitoring

Jun-24

3 months

Sep-24

Post-Construction Monitoring Report

364

+1 Year Post-Construction Monitoring

Jun-25

3 months

Sep-25

+1 Year Post-Construction Monitoring Report

* Construction to commence upon completion of Pre-Construction Monitoring



July 15, 2022

501 E. Kennedy Blvd, Suite 1910

Tampa, FL 33602


(813) 258-8818

www.moffattnichol.com


Stantec

6920 Professional Parkway East Sarasota, Florida 34240

Attn: Michael A.G. Burton, CEP


Subject: Berth 4 Ext - Added Services: Construction Phasing Analysis and Evaluation - REV 1


Dear Michael,

SeaPort Manatee has requested that the current Berth 4 Extension project be evaluated such that construction can be completed in two phases. Phase one would include a significant amount of the dredging scope for the project so that the mitigation process of filling the Northshore area in St. Petersburg can be performed. Phase two would complete the installation of the bulkhead and berth extension structure as initially designed. The scope of works included in this proposal are to complete additional engineering services to perform an analysis and evaluation of two alternatives for the phase one portion, opinion of probable construction costs (OPCC) updates for each option, design drawing updates related to the selected alternative, and construction support services during the phase one dredging process.

TASK 1 – Structural Analysis

This task includes running analysis to evaluate projected dredge slopes at the wall interface. The project previously allowed dredging to be completed following wall installation, facilitating installation of the deadman and tieback system without loading the wall. Pre-dredging prior to wall installation may limit construction options and the wall section needs to be evaluated for compatibility with this construction order. Items to be performed in this task are:

Schedule

The schedule to complete the scope in Tasks 1 and 2 is within three (3) weeks of M&N receipt of alternate dredge solutions, and Task 3 will run concurrent to the dredging operation.

Fee

The fee for each task is outlined below:

Berth 4 Ext. – Added Services – Construction Phasing Analysis and Evaluation

July 15, 2022



TASK

FEE

Task 1 – Structural Analysis (Lump Sum)

$ 19,750

Task 2 – OPCC Evaluations (Lump Sum)

$ 9,790

Task 3 – Construction Support Services: Phase 1(Time & Material)

$ 22,180

TOTAL

$ 51,720

We look forward to the opportunity to continue to collaborate with Stantec and SeaPort Manatee on this important expansion project. Should you have any questions or comments, please contact John Glass via email or at (813) 258-8818.


Sincerely,

MOFFATT & NICHOL


Michael Herrman, PE Vice President


Gahagan & Bryant Associates, Inc. 3802 W. Bay to Bay Blvd., Suite B-22 Tampa, Florida 33629

(813) 831-4408 Fax (813) 831-4216

info@gba-inc.com

September 30, 2022


Michael Burton, CEP

Stantec Consulting Services, Inc.

777 S. Harbor Island Blvd., Suite 600 Tampa, FL 33602-5729


RE: Port Manatee Berth 4 Extension-

GBA Scope of Work for Phased Design Plans & Construction Engineering, Surveying, and Inspection Services


Dear Mr. Burton,


Gahagan & Bryant Associates, Inc. (GBA) is pleased to submit the following Scope of Work to complete a revision to the design plans for Berth 4 Extension Project, as described below. This Scope of Work describes the services for the design evaluation and preparation of contract revised documents. GBA, in consultation with Stantec and other team members, will provide the engineering services necessary to develop a phased set of project plans suitable for bid purposes.


Recent funding shortfalls and the pending expiration of project grants, has resulted in a move by SeaPort Manatee to split the project into two phases whereby the dredging of the basin and placement in the North Shore Mitigation site would occur first, followed by the construction of the wharf and backlands. The construction of the bulkhead and wharf would occur at a future date upon the acquisition of additional funding. As a member of the Stantec Team, GBA proposes to review and refine two alternative scenarios for dredging along the berth face and provide updated dredging plans, technical specifications, and cost estimates. The task to accomplish this effort is outlined below.


GBA is also pleased to provide Stantec with a proposal to conduct construction engineering, surveying, and inspection services in support of the dredging phase of the Berth 4 Extension Project. Construction management and engineering services will include administering the construction of the project from the bidding and award of the contract through final acceptance. To account for site preparation, changes to dredging and placement execution, weather delays, change orders, equipment substitution, and repairs, the assumed construction duration (including the Bidding and Pre-Construction Phases) is approximately 6 months (180 days).

SCOPE OF WORK AND COST


Task 7: Phased Project Plans Preparation & Revision of Dredge Footprint and Template

(GBA Budget: $29,972)


GBA will review the constructability of two proposed basin dredge template alternatives. The design basin slope will be evaluated to determine at what bench level and slope could be implemented to provide sufficient support for the future installation of the bulkhead. The approach will seek to balance what residual dredging could be economically accomplished in conjunction with bulkhead construction against the economies of scale of removing as much material as possible during the initial basin dredging mobilization.


GBA will utilize the current hydrographic survey data in the design and analysis of the dredging template. Based on the two alternate design templates, developed by Moffatt and Nichols, project dredging quantities will be updated.


GBA will analyze and evaluate the best dredging and placement methods to meet the phased project requirements. Cost estimates will be prepared for comparative analysis of project template options. Dredge production rates will be based on the existing geotechnical data, transport distances, dredge plant capabilities, and any other physical and environmental constraints. Our analysis efforts will include:


The total proposed budget for the above described services is $29,972 as detailed on the attached spreadsheet.

Task 8: Construction Engineering, Surveying, and Inspection Services (GBA Budget: $602,355)


Table of Contents

INTRODUCTION 1

  1. Pre-Construction Phase 2

    1. Pre-Bid Conference /Bidding Assistance 2

    2. Post-Contract Award and Pre-Construction Submittals 2

    3. Pre-Construction Conference 3

    4. Preparatory Meetings 3

    5. Stantec and Subconsultants Kick-Off Meetings 3

  2. Construction Phase Support 4

    1. Construction Inspection 5

      1. Inspection Schedule and Transportation 5

    2. Engineering and Review 5

      1. Submittal Reviews and Responses To RFIs 5

      2. Seaport-Initiated Work Change Directives 6

      3. Change Orders (Contractor-Initiated) 6

      4. Payment Requests 6

    3. Surveys 6

      1. Before Dredging (BD) Surveys 7

            1. Final AD Acceptance Surveys 7

            2. Placement Area Surveys 7

    4. Meetings and Documentation 7

      1. Weekly Progress Meetings 7

        1. Meeting Minutes 8

      2. Daily, Weekly, Monthly Progress Reporting 8

      3. Project Documentation 8

    5. Safety and Health 8

  3. Post-Construction Phase Support 9

    1. Final Inspection and Acceptance 9

    2. Post-Construction Submittals for Final Payment 9

    3. As-Builts and Record Drawings 9

    4. Post-Construction Project Report 9

Assumptions 10

ATTACHMENTS

Attachment A – Fee Estimates

INTRODUCTION


In 2020, the Manatee County Port Authority awarded Stantec, along with team members Gahagan & Bryant Associates, Inc. (GBA) and Moffatt and Nichols, a contract to provide pre‐construction, engineering, and design services for the Berth 4 Extension Project. The recently completed design provides for the excavation of approximately 487,000 CY of material to a depth of -42.0’ MLLW, with placement of dredged material at the North Shore Seagrass Mitigation Site. The 32-acre site consists of a relic borrow pit located adjacent to Vinoy Park in St. Petersburg. This scope of work (SOW) includes engineering, surveying, and inspection services necessary to support the project construction for the dredging phase of the project and does not include the services required to complete the subsequent berth construction phase.

Construction management, engineering, and inspection will include administering the construction of the project from pre-bid of the contract through to final acceptance and closeout reporting. To account for site preparation, changes to dredging and placement execution, weather delays, change orders, equipment substitution, and repairs, it is assumed that it will take approximately 6 months to construct the project (including the Bidding and Pre‐Construction Phases) with an additional month of construction support to cover final project closeout. Depending on the selected Contractor’s Work Plan and proposed schedule, the duration and fees for Construction Management services may change.

  1. PRE-CONSTRUCTION                         PHASE


    1. PRE-BID CONFERENCE /BIDDING ASSISTANCE


      GBA will review the final permits upon receipt and make any necessary revisions or additions to the project plans and specifications. GBA will review bid documents prior to solicitation and provide comments and suggested revisions to the bid solicitation. Stantec will schedule and conduct a Pre‐bid Conference with the potential bidders, appropriate SeaPort representatives, and other appropriate project personnel and stakeholders. The Pre‐bid Conference agenda will include a discussion of project elements, contract documents, permits, and bid requirements. GBA will assist Stantec with the development of exhibits and presentation materials to be distributed during the Pre-bid Conference. GBA will participate in a site visit of the Berth 4 dredge area, staging area, and North Shore placement site. We will prepare responses to questions and assist in the preparation of any required bid addendums. Following receipt of bids, GBA shall review bids and bidder qualifications and provide a recommendation of award.


    2. POST-CONTRACT AWARD AND PRE-CONSTRUCTION SUBMITTALS


      GBA will review the contractor submittals required by the Contract Documents and listed below.

      • Post‐Award

        • Project Submittal Register

        • Safety Plan

        • Accident Prevention Plan

          • Severe Weather Plan

        • Quality Control Plan

          • Quality Control Daily Report Form


      • Pre‐Construction Conference

        • Contacts and Qualifications

        • Work Plan and Schedule of Work

          • Staging Area Plan

          • Dredging Sequence Plan

          • Scow\Pipeline Route Plan

          • Placement Site Fill and Capping Plan

          • Survey Plan

          • Water Quality Testing Plan

        • Environmental Protection Plan

        • Spill Contingency Plan

      • Pre‐Construction

        • Survey Control Checks

        • Notification of Intention to Dredge: USACE and USCG

    3. PRE-CONSTRUCTION CONFERENCE


      Prior to the commencement of construction, Stantec, GBA, and appropriate members of the project team will schedule and conduct a Pre‐Construction Conference with the successful contractor, appropriate SeaPort representatives, field inspectors, and other appropriate project personnel and stakeholders. The Pre‐Construction Conference agenda will include a discussion of project elements, project communications, reporting, quality control (QC) procedures, environmental protection measures, and other issues necessary to deliver a quality project. GBA will also assist Stantec and the SeaPort with developing presentation materials to be distributed during the pre-construction conference.

    4. PREPARATORY MEETINGS


      Prior to the commencement of construction, GBA and appropriate members of the project team will participate in two (2) preparatory meetings with the SeaPort and/or the Contractor as needed for coordination prior to the issuance of the Notice to Proceed (NTP).


    5. STANTEC AND SUBCONSULTANTS KICK-OFF MEETINGS


GBA will participate in one (1) internal team kick‐off meeting and one (1) kick‐off meeting with our subconsultants to coordinate processes and project elements.

    2.         CONSTRUCTION     PHASE     SUPPORT                       


During the Construction Phase, GBA services will include: field inspections and Contractor oversight; preparation of weekly construction reports; reviews of contract modifications, plans, and specifications; reviews and responses to Contractor RFIs; review of requests; coordinating field engineering; and ensuring compliance with the permits and Construction Documents.

Specific tasks include:

  1. Assist Stantec in conducting routine progress meetings including recording and distributing meeting minutes with Action Items.

  2. Receive, track, coordinate, record, and respond to Contractor Submittals required by the Construction Documents.

  3. Provide technical reviews of the Contractor’s schedule with consideration to durations, sequencing of major construction items, and completion of critical activities which are influential to the progress of the work. GBA’s review will validate the Contractor’s schedule based on daily inspections, progress reports, and surveys.

  4. Coordinate review of laboratory and field tests of material and equipment, and submittals requiring technical evaluation for general conformity with the Contract Documents requirements.

  5. Field Inspections Reports will include daily activity reports and will be summarized and provided to the SeaPort in a Weekly Report. Sample daily and weekly reports will be provided to the SeaPort prior to the Pre‐Construction Conference for review and approval.

  6. Prepare and distribute monthly status reports with budget information, current estimates of construction cost and schedule, obligations and action items required, status of change orders, anticipated change orders, expenditures and estimated cost at completion, Contractor payment requests, and other information necessary to define the current status of the project.

  7. Track Contractor's dredging production (Proposed versus Actual) and present in a graphical format for inclusion in weekly summary reports.

  8. Verify the quantities presented in the Contractor's progress payment requests and make recommendations to the SeaPort regarding progress and final payment requests. Progress payments will be based on contractor supplied survey data.

  9. Discuss design clarifications and recommendations with the SeaPort in resolving issues relating to the construction. Evaluate proposals by the Contractor in response to such requests.

  10. Receive, track, coordinate, record, and develop responses to RFIs from the Contractor.

  11. Prepare and recommend construction‐contract change orders. Maintain a record of field orders, directives, time extensions, RFIs, proposals, and change orders. Reviews\responses shall be limited as follows: Submittals - 20, RFIs - 15, Change Orders - up to 60 manhours (T&M), Change Work Directives - up to 60 manhours.

  12. Monitor compliance of Contractor's work regarding permit requirements and relevant laws.

    1. CONSTRUCTION INSPECTION


      Work will include regular on‐site inspections by competent personnel. GBA will provide a Field Inspector who will perform inspections of the construction site (at the dredging operation and the placement areas) five days a week and prepare and submit a report of the construction activities observed and maintain a record of progress to record work performed and significant job events, with a weekly summary submitted to the SeaPort.

      The Field Inspector will monitor the progress of the phases of construction performed by the Contractor and subcontractors for conformance to the project Contract Documents and any change orders.

      The Field Inspector will attend periodic safety meetings led and attended by the Contractor and relevant subcontractors (if applicable). Safety observations and concerns resulting from new work activities, new and continuing potential hazards, and any incidents that may have occurred on the project as well as corrective actions taken will be noted in field inspection reports.

      Field inspection reports will include the Contractor's activities; significant events; amount of work performed; quantities of material mechanically dredged and transported to the North Shore Placement Site; the locations of placement in the North Shore site; equipment on‐site; weather conditions; and any other pertinent information.

      1. Inspection Schedule and Transportation


        Normal hours of inspection may vary from day to day, but should generally be nine (9) hours per day, including travel to and from the work sites, five (5) days per week. The field office will typically be a project trailer or small office located near the project site provided by the Contractor. The Field Inspector will not be observing 100% of the contractor’s activities; work beyond 9 hrs. per day shall not be performed without prior authorization and approval from SeaPort.


    2. ENGINEERING AND REVIEW


      Formal communication between the Contractor, SeaPort, and the CM will be documented weekly, or as needed.

      1. Submittal Reviews and Responses to RFIs


        The Contractor is responsible for providing the required submittals outlined in the Contract Documents and any additional submittals requested by the SeaPort and/or the Engineer. It is assumed the SeaPort and/or the Engineers may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Each submittal is to be complete and in sufficient detail to allow ready determination of compliance with Contract requirements. Work will include reviewing submittals for completeness and compliance with the Contract Documents and issuing subsequent approvals/denials. Work will also include responding to Contractor RFIs.

        • Review of the Contractor’s daily quality control reports.

        • Coordinate review of laboratory and field tests of material and equipment, and submittals requiring technical review, for general conformity with Construction Document requirements and report to the SeaPort, in writing, on such matters.

        • Receive, track, coordinate, record, and respond to Contractor submittals required by the Construction Documents. An updated submittal log will be maintained until project completion.

        • Verify the quantities presented in the Contractor's payment requests and make recommendations to the SeaPort regarding progress and/or final payment requests.

        • Discuss design clarifications and recommendations with the SeaPort in resolving field issues relating to the construction. Evaluate proposals by the Contractor in response to such requests.

        • Monitor compliance of Contractor’s work regarding required permits and relevant laws.


        A sample Submittal Register will be provided in the Technical Specifications of the Contract Documents; however, it is the Contractor’s responsibility to ensure that required information is provided. The CM will monitor the Submittal Register for completeness.

      2. SeaPort-Initiated Work Change Directives


        GBA will prepare documentation for submittal to the Contractor for SeaPort initiated instructions and/or changes to the Contract Documents or operations.

      3. Change Orders (Contractor-Initiated)


        GBA will work with the SeaPort in the various aspects of managing changes throughout the duration of the project. This includes Contractor initiated changes and internal project team changes. Contractor initiated changes may be due to unanticipated or unexpected conditions as claimed by the Contractor. This SOW would include reviewing change order requests and advising the SeaPort on the resolution of such issues. However, this SOW does not include hazardous material testing, sediment chemical testing, or remedial design for field conditions encountering these items.

      4. Payment Requests


        GBA will review the Contractor’s payment requests and compare the work claimed with progress reports and surveys to validate the request. The findings of the review and recommendations will be summarized in a memo and provided to the Port. The memo will include cross‐sections overlaid with the Before Dredging (BD) Survey required basin templates. The memo will include a table summarizing the available quantities (per the BD survey), payment quantity with the total volume removed, and the quantity remaining.

    3. SURVEYS


      It is expected that the Contractor will conduct regular hydrographic surveys as outlined in the Contract Documents to monitor production and provide QC for dredging and placement operations. However, GBA will conduct the Before Dredging (BD) and final After Dredging (AD) surveys for the dredge area, and

      pre- and post-fill acceptance surveys at the North Shore placement site, in conjunction with City of St. Petersburg project representatives.

      1. Before Dredging (BD) Surveys


        GBA will conduct a BD survey over the entire dredge limits prior to the commencement of dredging to confirm pre‐construction conditions. Single beam data will be collected on 50‐foot spacing to provide complete coverage of the basin extension area, including a 100-foot buffer outside of the dredge template. The BD surveys will be the basis for the Contractor payment requests.


      2. Final AD Acceptance Surveys


        GBA will conduct a final AD acceptance survey over the entire dredge limits subsequent to the completion of dredging for final acceptance in conformity with USACE standards. Multibeam survey data will be collected to provide for 100% coverage of the berth dredge area. Should the survey reveal areas above the required grade template, the contractor will be required to remove the high spots and a multibeam survey of those areas will be repeated until the complete dredge area is shown to be at or below the required grade. The Final AD acceptance survey will be the basis for the Contractor final payment request. This proposal provides for two (2) multibeam survey events to achieve final acceptance. Should additional multibeam surveys be required, the additional survey events would be billed to the SeaPort on a T&M rate in accordance with contract documents, and will be reimbursed by the dredging contractor.

      3. Placement Area Surveys


        GBA will conduct BD and AD single-beam hydrographic and topographic surveys of the North Shore placement area for pre‐construction, and after final grading and dressing of the sand cap for each acceptance cell. GBA will review the data for compliance with the Contract Documents and permit requirements for final acceptance. GBA will also survey the marine staging area and access channel adjacent to the placement site prior to and following fill operations. The contractor will be required to perform intermittent check surveys of the fill areas, stockpiled sand, mud wave dikes, the terminal dike, the initial fill surface prior to capping, and of the sand cap.


    4. MEETINGS AND DOCUMENTATION


      1. Weekly Progress Meetings


        GBA will participate in weekly progress meetings with the Contractor, SeaPort representatives, Stantec, and other appropriate project personnel (i.e. City of St. Petersburg, Tampa Bay Watch) at the site or another suitable meeting location to discuss the schedule of work, construction challenges, coordination

        issues, or other topics that may be of mutual interest. Weekly progress meetings will include a discussion of new or ongoing QA\QC issues.

        1. Meeting Minutes


          Stantec will be responsible for coordinating meeting times; issuing meeting agendas and materials; and recording and distributing meeting minutes. Additionally, Stantec will develop and maintain an Action Items List to document required events, tasks, or activities resulting from each meeting. Progress Meetings may be in‐person but will also be hosted via Microsoft Teams, WebEx, or a similar platform to provide for virtual participation.

      2. Daily, Weekly, Monthly Progress Reporting


        GBA will maintain a daily progress log and field inspection reports to record critical activities and work performed with a weekly and monthly summary report provided to the SeaPort. The monthly status reports will include budget information, current estimates of construction cost and schedule, obligations and action items required, status of change orders, anticipated change orders, expenditures and estimated cost at completion, Contractor payment requests, and other information necessary to define the current status of the project.

      3. Project Documentation


        GBA will maintain a Record of Project Documents to chronicle Work Directives, Change Orders, RFIs, design changes, payment request, administrative issues, and/or other matters that may occur throughout the duration of the project.

        Additionally, Stantec will maintain an electronic Submittal Log and Action Item List as well as record of RFIs and Change Orders to capture the issues, resolutions, current status, relevant dates, and other comments.

    5. SAFETY AND HEALTH


Site safety is the responsibility of the Contractor.

The Field Inspector will comply with the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385‐1‐1, dated 30 November 2014 and the SeaPort’s Safety Requirements. Personal Protective Equipment (PPE) will be furnished. Field Inspectors will be provided with a copy of the Contractor’s Accident Prevention Plan and Activity Hazard Analyses, and will comply with these documents as well as the SeaPort’s safety requirements. In the event the Contractor imposes requirement(s) or the SeaPort’s safety requirements are more stringent than those required by EM 385‐1‐1, the more stringent requirement(s) will govern.

GBA Field Inspector will attend periodic safety meetings with the Contractor and Subcontractors (if applicable). In general, Contractor‐led safety meetings should communicate safety concerns, new work activities, new and continuing potential hazards, and any incidents that may have occurred on the project as well as corrective actions taken.

  1. POST-CONSTRUCTION PHASE SUPPORT

    The Post‐Construction Phase will occur upon completion of dredging and final grading and dressing at the placement area. Tasks include conducting final inspections and surveys, producing Record Drawings, finalizing deliverables and project documentation.

    1. FINAL INSPECTION AND ACCEPTANCE


      GBA will make complete final inspections of the project features and notify the SeaPort of acceptance, incompleteness, or defects. GBA will provide recommendations for measures to remedy such deficiencies.

    2. POST-CONSTRUCTION SUBMITTALS FOR FINAL PAYMENT


      GBA will review submittals required by the Contract Documents and listed below. Post‐ Construction Submittals must be provided by the Contractor for Final Payment.

      • Post‐Construction

        • Record Drawings

        • Final Submittals

        • Application for Final Payment

          After the Contractor has completed corrections and provided daily quality control reports, hydrographic or topographic construction surveys, water quality reports, data requests, guarantees, bonds, certificates of inspection, marked‐up record documents, or other documents as required; and has completed demobilization, the Contractor may submit the application for final payment

    3. AS-BUILTS AND RECORD DRAWINGS


      GBA will maintain a record of as‐built drawings throughout execution of the project to be submitted as the final record drawings upon project completion as a compilation of GBA and Contractor surveys for a complete project record. The contractor and GBA will perform as-built surveys. GBA will produce the final record drawings for submittal to the SeaPort.

    4. POST-CONSTRUCTION PROJECT REPORT


GBA will prepare a Post‐Construction Project Report to document the details of the project including equipment used, construction sequencing, RFIs, change orders, final as‐builts/surveys and measurements, habitat acreages, and final contract costs.


Assumptions:


  1. Construction is anticipated to commence in early 2023 with completion by mid-summer for an overall construction duration of approximately 6 months (180 days).

  2. Depending on the selected Contractor’s Work Plan and proposed schedule, the duration and fees for CEI services may change.

  3. Services include on‐site inspections by one (1) Field Inspector five days a week for the duration of the construction estimated at 6 months, with oversight by a CM and Engineer.

  4. Services include construction oversight for dredge operations at SeaPort Manatee and at the North Shore placement area.

  5. While not expected, should any hazardous material, sediment, or other debris be encountered during construction that may require environmental testing, remedial response, or design modifications, these services are not include as part of this scope of work.

  6. Services do not include geotechnical review and evaluations, if necessary.

  7. Services do not include providing a field office for the CM, Engineer, and/or Field Inspectors. GBA will utilize space at the Contractor’s field office.

  8. Services do not include plotting of drawings. Only electronic submittals will be provided.


The total proposed budget for the above described CEI services is $602,355 , as detailed on the attached spreadsheet.


We look forward to working with you on this project. Best regards,


GAHAGAN & BRYANT ASSOCIATES, INC.

Port Manatee Berth 4 Extension

Task 7

Phased Design Plans & Revision of

Phased Project Plans

Dredge Template-Fee Proposal

& Revised Dredge


Template

CATEGORY Rate

HOURS

LABOR

Principal $273.00

2

$546.00

Sr. Associate $231.00


$0.00

Sr. Associate $231.00

46

$10,626.00

Associate $190.00

6

$1,140.00

Associate $190.00

8

$1,520.00

Sr. Geologist $147.00


$0.00

Sr. Engineer $147.00

86

$12,642.00

Sr. Engineer $147.00


$0.00

Engineer 2 $113.00

6

$678.00

Sr. Tech $106.00


$0.00

Tech 2 $94.00


$0.00

Tech 2 $94.00

30

$2,820.00

Tech 1 $72.00


$0.00

Total Labor

182

$29,972.00


Direct Costs




Mileage

$0.50

0

$0.00

Parking

$20.00


$0.00

Tolls

$1.00


$0.00

Airfare

$500.00

0

$0.00

Car Rental

$100.00


$0.00

Fuel

$2.00


$0.00

Total Direct Costs

$0.00


Survey Equipment Costs Per Day



RTK Positioning System

$150

$0.00

Single Beam Survey Vessel

$1,200

$0.00

PC Computer System, Plotter

$60

$0.00

Survey Vehicle

$75

$0.00



$0.00

Total Survey Equipment Costs

$0.00



Subtask Totals

$29,972.00

Attachment A

GAHAGAN AND BRYANT ASSOCIATES, INC.



SeaPort Manatee Berth 4 Extension ‐ Construction Engineering, Surveys, and Inspection Services

Fee Proposal

9/30/2022

Task

Description

Unit

Cost

Task 8‐1.1

Pre‐Bid Conference\Bidding Assistance

LS

$19,164.67

Task 8‐1.2‐5

Pre‐Construction Conference\Contract Submittals

LS

$18,580.67

Task 8‐2.3.1

Before Dredge Survey of Dredging Areas

LS

$6,194.33

Task 8‐2.3.2

After Dredge Survey of Dredging Areas

LS(2 Events)

$18,640.67

Task 8‐2.3.3

Before Dredge Survey of Placement Areas

LS

$9,676.67

Task 8‐2.3.3

After Dredge Survey of Placement Areas

LS(6 Events)

$27,206.00

Task 8‐2.1

Daily Construction Inspection

T&M 6 months

$316,207.60

Task 8‐2.2

Daily Construction Engineering

T&M 6 months

$176,482.40

Task 8.3

Post‐Construction Project Report & Closeout

Documentation

LS

$10,202.00


Total Estimated Costs: $602,355.00

GAHAGAN & BRYANT ASSOCIATES, INC.

SeaPort Manatee Berth 4 Extension

Task 8-1.1

Task 8-1.2-5

Task 8-2.3.1

Task 8-2.3.2

Task 8-2.3.3

Task 8-2.3.3

Task 8-2.1

Task 8-2.2

Task 8-3

TOTALS

Construction Engineering\Inspection Fee Proposal

Pre-Bid Conference\Bidding Assistance

Pre-Construction Conference\Contract Submittals

Before Dredge Survey of Dredging Area

After Dredge Survey of Dredging Area

(2 multibeam )

Before Dredge Survey of Placement Area

After Dredge Survey of Placement Area (6 Events)

Daily Construction Inspection

(6 months)

Daily Construction Engineering

(6 months)

Post-Construction Project Report and Closeout

Documentation

Totals for Tasks 8-1, 8-2, & 8-3

6 Month Duration

CATEGORY Rate

Sr. Associate $231.00

Associate $190.00

Associate $190.00

Sr. Engineer $147.00

Sr. Engineer $147.00

Engineer 2 $113.00

Sr. Tech $106.00

Tech 2 $94.00

Tech 1 $72.00

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

HOURS

LABOR

40


28


24


30

$9,240.00

$0.00

$0.00

$4,116.00

$0.00

$2,712.00

$0.00

$2,820.00

$0.00

40


24

32

$9,240.00

$0.00

$4,560.00

$4,704.00

$0.00

$0.00

$0.00

$0.00

$0.00

2

2


8

10

10

10

$462.00

$380.00

$0.00

$0.00

$0.00

$904.00

$1,060.00

$940.00

$720.00

2

4


12

12

12

12

$462.00

$760.00

$0.00

$0.00

$0.00

$1,356.00

$1,272.00

$1,128.00

$864.00

2

2


12

16

16

16

$462.00

$380.00

$0.00

$0.00

$0.00

$1,356.00

$1,696.00

$1,504.00

$1,152.00

1

2


6

6

6

6

$231.00

$380.00

$0.00

$0.00

$0.00

$678.00

$636.00

$564.00

$432.00


195

61


61

$0.00

$0.00

$0.00

$0.00

$28,665.00

$6,870.40

$0.00

$5,715.20

$0.00

77


77

$17,740.80

$0.00

$0.00

$11,289.60

$0.00

$0.00

$0.00

$0.00

$0.00

8 $1,848.00

$0.00

$0.00

16 $2,352.00

$0.00

24 $2,712.00

$0.00

35 $3,290.00

$0.00

553 $130,006.80

4 $4,560.00

24 $4,560.00

537 $78,909.60

1170 $171,990.00

433 $55,686.40

26 $9,116.00

456 $48,485.20

26 $6,192.00

Total Labor

122

$18,888.00

96

$18,504.00

42

$4,466.00

54

$5,842.00

64

$6,550.00

27

$2,921.00

1-month

$41,250.60

1-month

$29,030.40

83 $10,202.00

3228 $509,506.00



















$0.00

Direct Costs


















$0.00

Mileage $0.50

100

$50.00

100

$50.00

200

$100.00

200

$100.00

100

$50.00

50

$25.00

3,040

$1,520.00

500

$250.00

$0.00

$11,220.00

Vessel Fuel $5.00


$0.00


$0.00

20

$100.00

20

$100.00

20

$100.00

20

$100.00


$0.00


$0.00

$0.00

$1,000.00

Fuel $4.00

7

$26.67

7

$26.67

13

$53.33

13

$53.33

7

$26.67

3

$13.33

203

$810.67

33

$133.33

$0.00

$5,984.00

Total Direct Costs

$76.67

$76.67

$253.33

$253.33

$176.67

$138.33

1-month

$2,330.67

1-month

$383.33

$0.00

$18,204.00


Survey Equipment Costs Per Day

















Multibeam Survey Vessel $2,500


$0.00

$0.00


$0.00

1

$2,500.00


$0.00


$0.00


$0.00

$0.00

$0.00

$5,000.00

Multibeam Processing System $450


$0.00

$0.00


$0.00

1

$450.00


$0.00


$0.00


$0.00

$0.00

$0.00

$900.00

RTK Positioning System $150


$0.00

$0.00

1

$150.00

1

$150.00

2

$300.00

1

$150.00


$0.00

$0.00

$0.00

$1,650.00

Single Beam Survey Vessel $1,200


$0.00

$0.00

1

$1,200.00


$0.00

2

$2,400.00

1

$1,200.00


$0.00

$0.00

$0.00

$10,800.00

Skiff $350


$0.00

$0.00


$0.00


$0.00


$0.00


$0.00

15

$5,320.00

$0.00

$0.00

$31,920.00

PC Computer System, Software $50

4

$200.00

$0.00

1

$50.00

1

$50.00

2

$100.00

1

$50.00

30

$1,520.00

$0.00

$0.00

$9,870.00

Survey Vehicle $75


$0.00

$0.00

1

$75.00

1

$75.00

2

$150.00

1

$75.00

30

$2,280.00

$0.00

$0.00

$14,505.00

Total Survey Equipment Costs

$200.00

$0.00

$1,475.00

$3,225.00

$2,950.00

$1,475.00

1-month

$9,120.00

1-month

$0.00

$0.00

$74,645.00












Subtask Totals

$19,164.67

$18,580.67

$6,194.33

2-survey

$18,640.67

$9,676.67

6-Events $27,206.00

6-months

$316,207.60

6-months $176,482.40

$10,202.00



GRAND TOTAL



















$602,355.00


July 13, 2022


Stantec

6920 Professional Parkway East Sarasota, Florida 33602


Attention: Mr. Michael A.G. Burton, CEP


Reference: Geotechnical Engineering Services Proposal Berth 4 Phase 1 Construction Support

Port Manatee, Palmetto, Florida S&ME Proposal No. 22840058A


Dear Mr. Burton:


S&ME, Inc. (S&ME) appreciates the opportunity to provide this proposal for geotechnical services in support of the Phase 1 Construction for the Berth 4 project at Port Manatee. This proposal includes a brief discussion of our understanding of the project, a proposed scope of services, and our anticipated compensation. The request for proposal was provided by you to Mr. Philip Erbland of our firm during a Berth 4 project team meeting on July 12, 2022.


S&ME appreciates the opportunity to be of service to you. Please contact us if you have any questions regarding the outlined scope of services, or if we may be of further assistance.


Sincerely,


S&ME, Inc.


Philip J. Erbland, P.E William L. Fox, P.E.

Principal Engineer Senior Engineer


Attachment: Table 1 Geotechnical Services Fee Estimate

Stantec TABLE 1

Berth 4 Phase 1 Construction Support S&ME, Inc.

22840058A

GEOTECHNICAL SERVICES FEE ESTIMATE

PROJECT ESTIMATE SUMMARY

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

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

TASK Eng. Proj. Eng. Eng. III Eng. I Eng. III W.P. TASK

NO.

DESCRIPTION

Item Number


$225.00


$185.00


$145.00



$135.00



$95.00



$95.00


$70.00



SUBTOTAL


1

Bid Support


8.0


















$1,800.00

2

Material Evaluation


8.0


















$1,800.00

3

Meetings (virtual)


12.0


















$2,700.00

4

Field Review


8.0


















$1,800.00


SUMMARY OF HOURS


36



0


0



0



0



0


0



TOTAL PERSONNEL HOURS = 36

PROFESSIONAL SERVICES SUBTOTAL = $8,100.00


LABORATORY TESTING SERVICES



Sieve analyses

10

Each @

$70.00

=

$700.00

Atterberg Limits

0

Each @

$95.00

=

$0.00

Natural Moisture Content

10

Each @

$11.00

=

$110.00

organic content

10

Each @

$60.00

=

$600.00


SUBTOTAL :


$1,410.00

===========


TOTAL PROJECT COST ESTIMATE : $9,510.00

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


Memorandum

Date: 08 September 2022

To: Ray Dennis, Stantec, Principal, Senior Project Manager

From: Mark Fonseca, Vice President Science, CSA Ocean Sciences Inc. CC: Bruce Graham, Senior Scientist, CSA Ocean Sciences Inc.

Re: Port Manatee Berth 4 Extension – Coral Assessment



CSA Ocean Sciences Inc. (CSA) is pleased to submit this revised proposal to Stantec for providing services specific to the Port Manatee Berth 4 Extension. This revision accommodates escalation for performing the work in 2023 as opposed to 2022. As before, this proposal addresses three tasks as follows:

The actual contents of the CRP will be modified as needed to comply with the requirements to obtain the relevant permit(s). The lump sum cost for preparing the CRP and one revision is $6,980.


Soft Coral Relocation

Although soft coral reattachment is more challenging than stony coral reattachment, CSA has successfully reattached gorgonians as part of numerous restoration programs. The relocation method involves a two- step process of soft coral basal attachment to a piece of substrate to facilitate holdfast development. Soft corals are lightweight, and their branching morphology can create a considerable amount of drag in water currents, which makes soft corals very prone to movement before the bonding agent used to hold them in place sets up (e.g., concrete). Therefore, the first step is the addition of a basally attached substrate of suitable weight to provide the necessary stability for direct reattachment with the cement bonding agent. Light weight basally attached substrate can be wedged into a natural crevasse or weighted with additional substrate (loose rocks) to secure the soft corals during reattachment. Soft corals can also be stabilized prior to reattachment using cable ties to secure the colony base to masonry nail(s) inserted into a hard consolidated substrate (Image 1).


Image 1. Example of soft corals being stabilized during reattachment using cable ties to secure the colony base to masonry nails inserted into the limestone substrate, prior to cementing in place.

Once initially secured using substrate wedging, weighting with loose substrate, or nails, the second step involves the application of cement around the base of the soft coral to finalize the reattachment. For relocation of soft corals that lack an attached rock substrate, the surface tissue will be removed down to the skeleton to increase cement adhesion and prevent tissue sloughing under the cement. Care will be taken to limit contact of living soft coral tissue with the cement.


For the purposes of this proposal, it is assumed the donor site and the recipient site(s) are relatively close to each other (less than 200 m). The soft corals will be removed from their attachment location by various means depending on their basal attachment status, as previously described. All soft corals selected for relocation will be transported underwater to the recipient site and reattached the same day as removal; the relative success of soft corals post reattachment is higher when they are not temporally cached prior to reattachment. Only soft corals that can be manually removed without substrate or readily relocated by a single diver without mechanical assistance will be relocated. It is estimated that 120 soft corals can be relocated per day. The day rate cost for soft coral relocation is $9,564 and includes an Academy of Underwater Sciences (AAUS)-compliant dive team, vessel operator, a properly equipped dive support vessel with Hypack or equivalent navigation, and a brief Memorandum describing the extent of the operation, locations, and numbers of soft corals relocated (to be provided within 2 weeks of the conclusion of the relocation field work). The lump sum mobilization and demobilization cost associated with conducting soft coral relocation is $8,542.


The total proposed cost is summarized in Table 1. Table 1. Summarized cost by task.

Task

Cost

Site Assessment

$6,104

Coral Relocation Plan

$6,980

Mobilization/demobilization

$8,542

Coral relocation (3 days @ $9,564 per day)

$28,692

Total

$50,318.00


Please do not hesitate to contact me if you require any clarifications. Regards,


Mark Fonseca mfonseca@conshelf.com

October 20, 2022


CONSENT

AGENDA ITEM 1.J.: U.S. CUSTOMS OFFICE MODIFICATION AWARD


BACKGROUND:


U.S. Customs and Border Patrol (CBP) occupies an office on the second floor of the Intermodal Building. Due to various requirements of CBP, several improvements are required for security purposes including construction of a new security wall and other improvements. An Invitation to Bid was posted on DemandStar April 21, 2022, with one bid received in the amount of

$313,859 from Magnum Builders of Sarasota, Inc. Scope modifications for a reduction in fee to $290,636.50 have been negotiated.


ATTACHMENT:


Contract with Magnum Builders of Sarasota, Inc. Change Order No. 1


COST AND FUNDING SOURCE:


Port cash in the amount of $290,636.50


CONSEQUENCES IF DEFERRED:


Delay in upgrades to Customs’ office

LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:


Move to approve and authorize the Chairman to execute the contract in the amount of $313,859 between Magnum Builders of Sarasota, Inc. and the Manatee County Port Authority for upgrades to the U.S. Customs and Border Patrol office, subject to return of the executed contract with required bonds and insurance.


Move to approve and authorize the Chairman to execute Change Order No. 1 modifying the scope of the contract between Magnum Builders of Sarasota, Inc. and the Manatee County Port Authority and decreasing the contract amount to $290,636.50, conditioned on a final executed contract with required bonds and insurance.


INVITATION TO BID ITB-2-0-2022/GI

CBP Office Improvements - Intermodal Center


THIS IS NOT AN ORDER


Manatee County Port Authority

300 Tampa Bay Way, Suite 1

Palmetto, FL 34221


All questions relating to this Invitation to Bid must be submitted in writing to the Purchasing Manager:


Robert Howard Administrative Coordinator

Department of Engineering & Construction 300 Tampa Bay Way, Palmetto, FL 34221

941-721-2352 & Email: Rhoward@seaportmanatee.com

Calendar of Events


April 21, 2022


Invitation to Bid



April 26, 2022

10:00AM

Pre-submittal meeting



May 10, 2022


Last day for submitting written questions



June 2, 2022

2:00 PM

Deadline for submitting bids



June 16, 2022


Port Authority meeting, award announcement


Bidder Name and Address (must be completed):

Bid Amount

For all Work, a lump sum of: $

313,859-00

Time from Notice to Proceed to completion of the Work: 10 weeks.

ACKNOWLEDGEMENT OF ANY ADDENDA and/or REVISIONS: In signing this Bid, Bidder acknowledges and affirms that its Bid complies with all terms, conditions and specifications of this 1TB and any addenda, appendices or revisions thereto. If awarded a contract, Bidder will comply with all terms of its Bid and all terms, conditions and

specifications of this 1TB and any addenda or revisions thereto.

r I

\ Funded in Part By Grant: Not applicable.


Name of Authorized Company Representative

(Type or Print)

Clint Riley

Title

Vice President

Date

June 2, 2022

Signature of Authorized Company Representative Named Above

Phone


941-351-5560

Fax


941-358-9318

Email


criley@magnumbuilders.com

BID INSTRUCTIONS


  1. INTRODUCTION


    1. Procuring Agency

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


    2. Definitions

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


      "Agency" means Manatee County Port Authority.


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


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


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


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


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


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


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


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


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


      "State" means the State of Florida.

    3. Scope of Work

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

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

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


    4. Not Used


    5. Delivery

      All fees must be included in base price and prices shall be firm and are to be F.O.B. Destination, delivered to the Manatee County Port Authority, 300 Tampa Bay Way, Suite 1, Palmetto, FL, 34221. Payment for materials will not be made at time of delivery.


    6. Amendments to Solicitation Documents

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


    7. Specification Exceptions, Omissions, or Errors

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


    8. Option/Warranty Pricing

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

  2. BID PROCEDURES AND INSTRUCTIONS


    1. Reasonable Accommodations

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


    2. Bid Contents and Delivery Requirements

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


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


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


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

      2. Signed Bid Instructions.

      3. Completed and Signed Contra t.

      4. Completed and Signed Trench Statement.


        5


    3. Not Used


    4. Not Used


    5. Questions

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

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


    6. Bidders' Meeting

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


  3. BID ACCEPTANCE, VERIFICATION AND AWARD


    1. Bid Opening

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


    2. Bid Review and Verification

      Eligible responsive bids will be evaluated to determine if all contract requirements are met. Bids that do not meet all contract requirements of this solicitation or fail to provide all required information, documents, or materials may be rejected as non-responsive. Bidders whose bids, past performance, or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the contract shall be rejected. A Bid Tabulation will be provided through DemandStar after all of the information is verified.


    3. Bid Acceptance

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


    4. Bid Withdrawal

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

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


    5. Basis for Award

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


    6. Contract Award

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


    7. Tax Exemptions

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


    8. Required Disclosure

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


    9. Bid Protest

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


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

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

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

      4. Identification of the procurement matter at issue;

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

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

        3. A concise statement of the ultimate facts alleged;

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

        5. A specific demand for relief; and,

        6. Any other information material to the protest.

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

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

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

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

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

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

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


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


  4. BEST COMMERCIAL PRACTICES


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


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


  5. VENDOR REQUIREMENTS

    Bidders must meet all of the requirements in this section.


    5.1. Permits, Insurance, Licensing and Other Requirements


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

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

    3. Following the Contract award notification, the Vendor must provide to the Agency its IRS Form W-9 (Request for Taxpayer Identification Number and Certification).

    4. Any change in material of equal or superior quality or installation standards must be specifically approved in writing by the Agency. Any deviation or exceptions to the terms, conditions and/or specifications must be submitted in writing and approved by the Agency with a signed change order. No minimum fee is allowed on change orders.

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


    5.2 Not Used


    5.3 Not Used

    5.4. E-Verify

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


  6. GRANT INFORMATION

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


  7. ADDITIONAL PRICING CONSIDERATIONS


    1. Insurance

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


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

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

      3. Workers' Compensation insurance with Statutory limits

      4. Employers Liability insurance with limits as follows:

      $100,000 Bodily Injury by Accident

      $100,000 Bodily Injury by Disease, policy limits

      $100,000 Bodily Injury by Disease, each employee


      This insurance coverage must meet the requirements set forth in Manatee County Port Authority Tariff Item #250, available online at http://www.portmanatee.com/Portals/O/business/Tariff/Tariff.pdf.


    2. Port Manatee Access Requirements

      Port Manatee is regulated under the provision of the Maritime Transportation Security Act of 2002 (MTSA). Individuals accessing the port must comply with provisions of the applicable regulations and the associated elements of Port Manatee's approved Facility Security Plan. These provisions include:


      1. Individuals requiring unescorted access must possess a TWIC credential and be able to demonstrate verifiable port business. Individuals employed by businesses with current port licenses or permits may enroll their TWIC in the access control system. For current prices please see Tariff Item 411 of the Port Manatee Tariff No. 3, available at portmanatee.com.

      2. Obtaining a federal Transportation Workers Identification Credential (TWIC). This requires submission to federal security screening. Information on the TWIC enrollment process is available at www.tsa.gov/twic. The cost for TWIC processing is $125.25.

      The Authority will not provide TWIC escort service.


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


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


      1. Worker Credentialing: Port Manatee is regulated under the provisions of the Maritime Transportation Security Act (MTSA) all workers will be required to obtain a Transportation Worker Identification Credential (TWIC) and a Port Manatee Access Credential. Fees associated with these credentials are the responsibility of the bidder. Current Fees: TWIC $125.25

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


    3. Tax Saving Program

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


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

      2. Within five (5) working days following the receipt of the proposed purchasing list, the Engineer will notify the Contractor of the Authority's decision as to which items will be purchased by the Authority.

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

      4. After obtaining all the signatures, the Authority shall distribute the original purchase order to the Vendor or supplier with copies to the Contractor. Vendors and suppliers shall make deliveries as directed by Authority.

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

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

      6. Upon receipt of an invoice for items and documentation that items have been delivered to the project site and accepted by the Contractor, the Contractor will write on the face of the invoice that it is "okay for payment", sign, and date the

        invoice. The invoice is then sent to the Authority for final authorization of payment. All Invoices must include quantity and unit price as stipulated by Manatee County Finance Department for release of payment.

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

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

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


  8. ADDITIONAL TERMS AND CONDITIONS

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


    1. Lobbying

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


    2. Non-Collusion

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


    3. Debarment and Suspension

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


    4. Additional Goods or Services

      The Agency reserves the right to request additional goods or services relating to this ITB from the Contractor. When approved by the Agency as an amendment to this Agreement and

      authorized in writing, the Contractor shall provide such additional requirements as may become necessary.


    5. Public Entity Crimes

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


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

      2. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity and may not transact business with any public entity.


    6. Public Records

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


    7. Conflicts of Interest

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


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

      business association, interest or circumstance, the nature of wok that the Bidder may undertake and request an opinion of the Agency as to whether the association, interest or circumstance would, in the opinion of the Agency, constitute a conflict of interest if entered into by the Bidder. The Agency agrees to notify the Bidder of its opinion, by certified mail, within thirty (30) days of receipt of notification by the Bidder.


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


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

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


    8. Inspector General Cooperation

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


    9. Unauthorized Aliens

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


    10. Appropriations Clause

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

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


    11. Legal Requirements

      All applicable provisions of federal, state, county, and local laws including all ordinances, rules, and regulations shall govern the development, submittal and evaluation of all Bids received in response to these specifications, and shall govern any and all claims between person(s) submitting a Bid and the Agency, by and through its officers, employees and authorized

      representatives. A lack ofknowledge by the Bidder concerning any ofthe aforementioned shall not constitute a cognizable defense against the legal effect thereof. The Bidder agrees that it will not discriminate on the basis ofrace, creed, color, national origin, sex, age or disability.

    12. Indemnification

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

    13. Bidder's Representations

      In submitting its bid, Contractor makes the following representations:


      1. Contractor has examined and studied the bid documents.

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

        progress and performance ofthe work.

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

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

      5. Contractor has provided the purchasing manager written notice of any questions, concerns, conflicts, errors, or ambiguities that the Contractor has discovered in the bid documents or related to the scope ofwork.


    14. Signing of Agreement and Notice To Proceed


      8.14 When the owner issues a Notice of Award to the successful bidder, it will be accompanied by the unexecuted counterparts of the Agreement along with the other contract documents as identified in the Agreement. Within 15 days thereafter, successful bidder must execute and deliver the required number of counterparts of the agreement and any bonds and insurance documentation required to be delivered by the contract documents to owner. Within 10 days thereafter, the owner will deliver one fully executed counterpart of the agreement to successful bidder, together with printed and electronic copies of the contract documents as stated in paragraph 2.02 of the General Conditions. owner will normally expedite execution of the agreement and issuance of Notice to Proceed. Fully executed agreement and Notice to Proceed may be expected as early as one day after owner receives the required number of counterparts of the agreement and any bonds and insurance documentation required to be delivered by the contract documents.


      Name of Authorized Company Representative (Type or Print)

      Clint Riley

      Title Date

      Vice President June 2, 2022

      Signature of Authorized Company Representative Named Above


      Phone Fax

      941-351-5560 941-358-9318


      17

      Email

      criley@magnumbuilders.com

      Exhibit C - CONTRACTOR'S AFFIDAVIT


      STATE OF FLORIDA MANATEE COUNTY


      Before me, the undersigned authority, personally appeared    Clint Riley     

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


      Magnum Builders of

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


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


      3. Said improvements have been fully completed and the Contract for

                           dated            ("Construction Contract") entirely performed to the final stage of pay out as prescribed in the Construction Contract between Contractor and Authority, and that all lienors as defined by Chapter 713, Florida Statutes, have been paid all sums due them up to the date of this Affidavit except the following ones who are due the respective amounts set opposite their respective names:

        Name Amount


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

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


        17

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


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


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


CONTRACTOR


BY:          


FOR: Magnum Builders of Sarasota, Inc


Sworn to and acknowledged before me this   2nd        day of  June      

20 22,

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


                    , Notary Public, Commission No.  GG284929     


Collette Abbott-Guthrie , Name of Notary type, printed or stamped

DRUG-FREE WORKPLACE CERTIFICATE (OPTIONAL)


Pursuant to Section 287.087, Florida Statutes, preference shall be given to businesses with Drug­ Free Work Place Programs. Whenever two or more bids which are equal with respect to price, quality, and service are received for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a Drug-Free Work Place Program shall be given preference in the award process. Established procedures for processing tie bids will be followed in the event that none of the tied bidders have a Drug-Free Work Place Program. In order to have a Drug-Free Work Place Program, a business shall:


  1. 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the work place and specifying the actions that will be taken against employees for violations of such prohibition.

  2. 2) Inform employees about the dangers of drug abuse in the work place, the company's policy of maintaining a Drug-Free Work Place, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

  3. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

  4. 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 of the Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction or plea.

  5. 5) Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted or who has pled.

  6. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.


AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.


Clint Riley

Signature Printed Name

Exhibit D - TRENCH SAFETY SWORN STATEMENT

The Occupational Safety and Health Administration excavation safety standards, 29 CFR 1926.650 Subpart P trench safety standards will be in effect during the period of construction of the Project.


Bidder acknowledges and issues this sworn statement that included in the Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of FL) effective October 1, 1990, and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety standards. The Bidder further identifies the costs as follows:


Trench Safety Item (Description) Cost







TOTAL$     


THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Total Estimated Base Bid and the Total Estimated Additive Alternate Bid. Company will not receive additional payment if actual quantities differ from those estimated or if the Company uses a safety measure different than those listed.


The undersigned assures that the entity will comply with the applicable Trench Safety Standards and agrees to indemnify and hold harmless the Authority and Engineer, and any of their agents or employees from any claims arising from the failure to comply with said standard. The undersigned, in submitting this Bid, represents that he has reviewed and considered all available geotechnical information and made such other investigations and tests as he may deem necessary to adequately design the trench safety system he will utilize on this project.

FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE.


DATE: June 2, 2022

COMPANY NAME:

BY:

PRINT NAME: Clint Riley

TITLE:       Vice    President            


STATE OF FLORIDA

COUNTY OF Sarasota

Personally appeared before me, the undersigned authority       ,who, after first being sworn by me, affixed his /her signature in the space provided above on this 2nd day of June 20 22 .


NOTARY Public


My Commission expires:      January 27, 2023         


CONTRACT FOR CBP Office Improvements Project



THIS CONTRACT is dated as of


20th


day of


October


in the year 2022 by and

between Manatee County Port Authority, whose address is 300 Tampa Bay Way, Suite 1, Palmetto, FL 34221 ("Authority") and Magnum Builders of Sarasota, Inc,.whose address is

---2-01 -Fle-tch-er -Sa-ras-ota-FL--and is authorized to do business in the State of Florida ("Contractor"), (collectively, the "Parties").


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


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


    The Work will be completed within _70 _ calendar days after both Contractor and Authority sign the Contract and Authority issues notice to proceed to Contractor if Authority issues notice to proceed within 45 days after Contractor execution of the contract. Time is of the essence.


  2. Payment Terms:

    Authority shall pay Contractor the following amounts for the Work:

    1. For all Work, a lump sum of: $ 313,859.0_0


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


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

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


    Contractor represented that it understands and accepts that this Project is funded in part from the proceeds of a grant(s) from the Florida Department of Transportation. This grant funding is conditioned in part on the Contractor meeting the following requirements:

    1. DBE Policy: The contractor and subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of this Contract. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such remedy as the Authority deems appropriate.

    2. Contractor shall utilize the U.S. Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of this Contract, and shall expressly require any subcontractor performing Work or providing services pursuant to this Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term.

    3. Contractor understands that the grant funding is dependent on completion of Work within the specified contract time and the Contractor agrees to complete the Work within that time. Should the Contractor fail to complete the Work within the contract

      time specified in section 1 above, the Contractor agrees the provisions of   shall apply.

      above

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


  4. Insurance and Bonding.

    1. Insurance. Contractor shall obtain insurance coverage meeting the requirements of Port Manatee Tariff Item 250, Insurance, available online at

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

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

      1. M. Best Financial Size Category of Class VII or greater.


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

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


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

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


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


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

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

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

    contract with Contractor.


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

    1. This Contract.

    2. Exhibit A: Scope of Work

    3. Exhibit B: Application for Payment Form.

    4. Exhibit C: Contractor's Affidavit Form

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

    6. Instructions for Submitting Quotes.

    7. Proof of Insurance.

    8. Bond(s).

    9. Addenda (numbers1_ to1_, inclusive).

    10. Subcontractor list.

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


    There are no Contract Documents other than those listed above.


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


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


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

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


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

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

    2. Provide the public with access to the public records under the same terms and conditions that the Authority would provide the records and at a cost that does not exceed the cost provided for by law;

    3. Ensure that the public records that are exempt or confidential, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and

    4. Meet all requirements where retained public records and transfer, at no cost, to the Authority, all public records in possession of the Contractor, upon termination or completion of the Contract and destroy any duplicate public records that are exempt or confidential, or exempt from public record disclosure requirements.


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

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

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


  11. Miscellaneous Terms.


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

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

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

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

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

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

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

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

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

October 20,

This Contract will be effective on   _, 2022 (which is the Effective Date of the Contract).


MANATEECOUNTYPORTAUTHORITY


By:              

Reggie Bellamy, Chair ATTEST: ANGELINA "ANGEL" COLONESSO

Clerk of the Circuit Court



By: _


WITNESSES: CO ff uilders of Sarasota, Inc.

By:--Jall.4,/    



Title:

President _


.,-•••?••..)•••::., ,.,.,,I ...-r..-r AB BOTT' '" ffURIE

\,V I I<=

,.,,n

.·.f•: :•\MY COMMISSION# GG 284929

, :.:'{ ·"ii EXPIRES: Janua,y 27, 2023

' ' •unti' 11;111J1JUW IIUII , rl,IUII\, -, ...

·<"o¥;i.'tt,•· a. _.• ..,_,_, o..i:..un11--l

Address for giving notices:

.o 1  £. r"-ll eve.

Su.it'..e. Io 2-

_$4\R.A ?QT A.fL.34:Z':>1

b

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

License No.: Qq;'-f ti,d-

(where applicable)


Authority Signature


Exhibit A - Scope of Work

CBP Office Improvements - lntermodal Center


Improvements to customs office to create a secure office area. Works include construction of secure wall from floor to ceiling with secure door and visitor window along main entrance area to separate the office area from remaining space on the second floor. Reinforcement of internal existing drywall along perimeter to meet security requirements. Retrofit and conversion of once office room to a Secure Local Area Network (SLAN) room to receive communication equipment including a new AC unit for SLAN room and external unit on the roof. Installation of SLAN equipment and security cameras is not included within this scope of works. All details of the works to be performed are outlined in the attached drawings and plans with details and descriptions. Anticipated project duration 10 weeks.



APPLICATION FOR PAYMENT

Application#:


Owner: Purchase Order No.:


Project: Owners Contract#:


From: To: Contractors Contract#:


Date: Engineers Contract#:


Engineer of Record:

CONTRACT PAYMENT SUMMARY


inal Contract Amount:



nge Order(s):



Change order summary:


umber

Date Approved

Additive

Deductive





























SUBTOTALS:

$

$


change order subtotal (Additive less Deductive):



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



ainage

Previous Status

Total WIP ( L + N )



ue of the Work in Place (WIP)



ue of Stored Materials



c.

Total Earned ($ and % of CCA)

$

$



d.

Retainage ($ and % of CCA)

$

$


6.

Total Earned to Date


7.

TOTAL PREVIOUS PAYMENTS


8.

AMOUNT DUE THIS PAYMENT (Net Earned minus Previous Payments)




CONTRACTOR'S AFFIDAVIT OF NO

CERTIFICATE: The undersigned CONTRACTOR certifies that all items and amounts sholN!l o

on account of vvork performed, materials supplied and/or materials stored on site and paid for by Contractor in accordance \'\1th the Contract Documents vVith due consideration for previous Payment(s), if any, received by the Contractor from the County, and that the Amount Due this Payment shovvn is now due.


NOTARY: CONTRACTOR:


State of Florida, County of

Name and Title, Contractor

S1NOrn to (or affirmed) and subscribed before me


this day of by

Signature


(Name of person giving notice) Date:


(Signature of Notary Public - State of Florida) Contractor name, address and telephone no.:

Print, Type or Stamp Commissioned Name of REMIT TO:

Notary Public:


Personally KnoWTI or Produced Identification Type of Identification Produced:


VER/FICA TION, RECOMMENDATION, CONCURRENCES AND APPROVALS

(Signatures) (Date)


ConsultanUEngineer: Approval


Approved By Owner: Manatee County Port Authority


By: George F. Isiminger, P.E.


Title: Senior Director and Port Engineer


AMOUNT APPROVED: $


APPROVAL:

MANATEE COUNTY PROJECT MANAGEMENT FORM PMD-2 MCPA- REV. 11/16/2020



PAY APPLICATION SCHEDULE OF VALUES Pay App#: PAGE# OF#

Date: PO#: Contractor Name:

KEY: COLS. A THROUGH FARE FROM ORIGINAL BID COL "G" IS THE CHANGE ORDER NUMBER WIP = WORK IN PLACE COL. "Q" = 100 x P / (F + J)-MAY NOT EXCEED 100%

ITEM

NO.

DESCRIPTION

Of WORK


UNIT

UNIT

PRICE


QTY


VALUE

co

PREVIOUS WIP

CURRENTWIP

TOTAL WIP

%

Complete

#

QTY

+ I -

+/- VAL.

QTY

VALUE

QTY

VALUE

QTY

VALUE

A

B

C

D

E

F

G

H

I

J

K

L

M

N

0

p

Q




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!


CHANGE ORDERS


$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!




$


$




$


$


$


$

#DIV/0!


ATTACH STORED-MATERIAL SCHEDULE

TOTALSI

$


$




$


$


$


$

#DIV/0!

MCPA: 01-07-2020

MANATEE COUNTY NOTE: CONTRACTOR MAY SUBMIT A COMPUTER SPREADSHEET IN LIEU OF FILLING IN THIS FORM IF THE SAME INFORMATION IS PROVIDED.

PROJECT MANAGEMENT FORM PMD-2

PORT MANATEE

Project Name:


CHANGE ORDER FORM Change Order No.



Date of Issuance:


Owner:

Engineer of Record: Contractor:



Project:

Effective Date:


Contract#: Contractors Project#: Engineer's Project#: Contract Name:




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


Description:




Attachments: List documents supporting change:



CHANGE IN CONTRACT PRICE

Original Contract Price:


$



CHANGE IN CONTRACT TERMS

[note changes in Milestones if applicable]

Original Contract Times:

Substantial Completion:

Date of Final Payment




[Increase] [Decrease] from previous approved

Change Orders #:


$


[Increase] [Decrease] from previous approved

Change Order#:

Substantial Completion Date:

Date of Final Payment:



[date or days]

Contract Price prior to this Change Order:


$


Contract Times prior to this Change Order:

Substantial Completion:

Date of Final Payment:


[date or days]

[Increase] [Decrease] of this Change Order:


$


[Increase] [Decrease] of this Change Order:

Substantial Completion:

Date of Final Payment:


[days or dates]

Contract Price Incorporating this Change Order:


$


Contract Times with all approved Change Orders:

Substantial Completion:

Date of Final Payment:


[date or days]


RECOMMENDED: ACCEPTED: ACCEPTED:


Engineer of Record Date:

Approved by Funding Agecy (if applicable)

MCPA / BCC APROVED

Date:


Date:

Contractor



By:

Title:


<Rev. 11/2020>

DISCRETIONARY WORK - FIELD DIRECTIVE


PROJECT:



FIELD DIRECTIVE #:


PROJECT NO.:

PO#:


ITEM

DESCRIPTION OF ITEM AND CHANGE Amount-/+



$



$



$



$



$



$



$



$



$



$



$



$



$



$



$



$



$



$



$


( Contractor )

THE DISCRETIONARY WORK AMOUNT IS


DECREASED



TO WITH NO CHANGE TO


THE TOTAL CONTRACT AMOUNT.



TIME CAN ONLY BE ADDED BY CHANGE ORDER OR ADMINISTRATIVE CONTRACT ADJUSTMENT


RECOMMENDATION, CONCURRENCES AND APPROVALS (SIGNATURES) (DATE)

CONSULTANT:


PROJECT ENGINEER:


PROJECT MANAGER:






MATERIALS AND SUPPLIES RECEIVED/ STORED


Pay Application #:     PO#:  


Owner's Project#:     Engineer's Project#:

Contractor's Project#: Contractor:




DATE


INVOICE#


SUPPLIER/VENDOR NAME


PRODUCT DESCRIPTION


QUANTITY STORED

SUPPLIER INVOICE AMOUNT






0


$






0


$






0


$






0


$


0


$

Contractor Name: Contractor Address: Project Name: Project#:


PO#:


Completion Date:


Pay App#:


FINAL RELEASE OF LIEN

FINAL WAIVER OF CLAIMS AND LIENS AND RELEASE OF RIGHTS


The undersigned hereby acknowledges that the above balance due when paid represents payment in full for all labor, materials, etc., furnished by the below named Contractor or Supplier/Suppliers in connection with its work on the above Project in accordance with the Contract. In consideration of the amounts and sums previously received, and the payment of $         .being full and final payment due, the below named Contractor or Supplier does hereby waive and release the Owner, Manatee County Port Authority, from any and all claims, liens, and rights of liens upon the premises described above, and upon improvements now or hereafter thereon, and upon the monies or other considerations due or to become due from the Owner or from any other person, firm or corporation, said claims, liens and rights of liens being on account of labor, services, materials, fixtures or apparatus heretofore furnished by the below

named Contractor or Supplier to the Project. The premises as to which said claims and liens are hereby released are identified as follows:                      

The undersigned further represents and warrants that he/she is duly authorized and empowered to sign and execute this waiver on his/her own behalf of the company or business for which he/she is signing; that it has properly performed all work and furnished all materials of specified quantity per plans and specifications, and has paid for all labor, materials, equipment and services that it has used or supplied, that it has no other outstanding and unpaid applications, invoices, retentions, holdbacks, expenses employed in the prosecution of work or materials against the Owner as of the date of the aforementioned last and final payment application; and that any materials which have been supplied or incorporated into the above premises were either taken from its fully-paid or open stock or were fully paid for and supplied on the last and final payment application or invoice. The undersigned further agrees to defend, indemnify and hold harmless the Owner for any losses or expenses (including without limitation reasonable attorney fees) should any such claim, lien, or right of lien be asserted by the below named Contractor or Supplier or by any of its or their laborers, materialmen, or subcontractors. In addition, for and in consideration of the amounts and sums received, the below named Contractor or Supplier hereby waives, releases and relinquishes any and all claims, rights, or causes of action in equity or law whatsoever arising out of through or under the above mentioned Contract and the performance of work pursuant thereto. The below named Contractor or Supplier further guarantees that all portions of the work furnished and installed are in accordance with the Contract and the terms of the Contract with respect to this guarantee and will remain in effect for the period specified in the Contract.


Sworn to before me this

day of  


2020

By:




By:

Title:



Corporation


Business Name:


Notary Public


Project Name:

PORT MANATEE


      Port Manatee Pavement Improvements    



CHANGE ORDER FORM Change Order No.

Purchase Order No.


1

TBD




Date of Issuance: Owner:

      9/13/2022   


Manatee County Port Authority  

Effective Date: Contract #:

      10/20/2022   


         -     

Engineer of Record:       - Contractors Project #:   -     

Contractor:   Magnum Builders of SarasotaEngineer's Project #:  -     

   201 Fletcher Ave. Suite 201  

      Sarasota, FL. 34237   

Contract Name:CBP Office Improvements      

Intermodal   Center    


Project:


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

Description:

   CBP Office Improvements  


Scope changes - Install existing cabinets & countertops versus new; reuse faucet and change

solid surface countertops to laminate countertops.   Reduction in retainage to 5%.          

Conditioned on a final executed contract with required bonds and insurance.



Attachments:   List documents supporting change:            





CHANGE IN CONTRACT PRICE

Original Contract Price:


CHANGE IN CONTRACT TERMS

[note changes in Milestones if applicable]

Original Contract Times: 70


$   313,859.00



Substantial Completion: Date of Final Payment


1/26/2023

2/26/2022


Decrease from previous approved   

Change Orders #1:     ($23,222.50)   

Decrease from previous approved

Change Order #: 1

Substantial Completion Date:

1/26/2022


Date of Final Payment:


2/26/2022

[date or days]

Contract Price prior to this Change Order:


$   313,859.00

Contract Times prior to this Change Order:

Substantial Completion: 70


Date of Final Payment:


2/26/2022

[date or days]

Decrease of this Change Order:


$   (23,222.50)

Decrease of this Change Order:

Substantial Completion: 1/26/2022

Date of Final Payment:

2/26/2022

[days or dates]

Contract Price Incorporating this Change Order:


$   290,636.50

Contract Times with all approved Change Orders:

Substantial Completion: 1/26/2022

Date of Final Payment:

2/26/2022

[date or days]


Jeanette Carter

Jeanette Carter (Oct 10, 2022 16:14 EDT)


Michael Baltzer  

Michael Baltzer (Oct 10, 2022 15:36 EDT)

RECOMMENDED:


Jeanette Carter  

Jeanette Carter (Oct 10, 2022 16:14 EDT)

ACCEPTED: ACCEPTED:


Michael Baltzer

Michael Baltzer (Oct 10, 2022 15:36 EDT)

Engineer of Record MCPA / BCC APROVED Contractor

Date: Oct 10, 2022 Date: Date: Oct 10, 2022

Approved by Funding Agecy (if applicable)


By:                


Title:                

<Rev. 11/2020>

Signature:

Email: nina.komenan@stantec.com




CBP Office Upgrades Change Order Form 10-20-2022-GI CBP Office Upgrad...10-20-2022-GI.pdf 6a5f717013770ac7cdc09cf883c695e9bf36ae5d

MM / DD / YYYY

Signed







10 / 10 / 2022

20:52:49 UTC


Sent for signature to george (gisiminger@portmanatee.com) from rhoward@portmanatee.com

IP: 24.227.83.38


10 / 10 / 2022

21:01:43 UTC


10 / 10 / 2022

21:02:55 UTC


10 / 10 / 2022

21:02:55 UTC

Viewed by george (gisiminger@portmanatee.com) IP: 104.28.94.233


Signed by george (gisiminger@portmanatee.com) IP: 104.28.94.233


The document has been completed.




October 20, 2022

AGENDA ITEM 2.: 2023 LEGISLATIVE PRIORITIES BACKGROUND:


Presented for approval is the Manatee County Port Authority 2023 Legislative Priorities as outlined in the attachment.


ATTACHMENT:


Manatee County Port Authority 2023 Legislative Priorities


COST AND FUNDING SOURCE: N/A


CONSEQUENCES IF DEFERRED:


Delay in approving the 2023 Port legislative and advocacy priorities


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve the Manatee County Port Authority 2023 Legislative Priorities.

Manatee County Port Authority 2023 Legislative Priorities


State:


October 20, 2022


AGENDA ITEM 3.: MASTER PLAN PRESENTATION


BACKGROUND:


In November 2021, SeaPort Manatee began updating the Port’s Master Plan. Master Planning efforts have been facilitated by Mr. John Corley of ATKINS Global and supported by renowned economist at Martin Associates. After a series of workshops, stakeholder outreach, and forecast of community flows through 2041, the draft Master Plan is in the process of finalization. The planning team will provide a 20-minute overview of draft updates to the Port’s Master Plan, answer questions, and receive comments which can be incorporated and used to finalize the Master Plan. The draft Master Plan is available for review: https://www.seaportmanatee.com/newsroom/port- publications/


ATTACHMENT:

N/A


COST AND FUNDING SOURCE:

N/A


CONSEQUENCES IF DEFERRED:

N/A


LEGAL COUNSEL REVIEW:

N/A


RECOMMENDATION:

N/A

October 20, 2022


AGENDA ITEM 4.: EXECUTIVE DIRECTOR EVALUATION DISCUSSION


BACKGROUND:


On February 15, 2018, the Authority entered into an Employment Agreement with Mr. Carlos Buqueras subsequently amended on June 12, 2018, by the First Amendment to Employment Agreement and on July 28, 2020, by the Second Amendment to Employment Agreement. The Employment Agreement provides for annual evaluations of the Director’s performance of his duties and responsibilities including all performance measures, goals and objectives established between the Authority and the Director. The Authority’s legal counsel will provide a summary of the short-form evaluation provided to the Authority Members.


ATTACHMENT:

N/A


COST AND FUNDING SOURCE:

N/A


CONSEQUENCES IF DEFERRED:

N/A


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:

N/A