A meeting of the Manatee County Port Authority will be held during a Board of County Commissioner’s meeting Tuesday, April 23, 2024, at 9:00 a.m., or as soon as is practicable, in the Patricia M. Glass Commission Chambers on the first floor of the County Administrative Center at 1112 Manatee Avenue West, Bradenton, Florida.


Any person requiring special accommodations at this meeting because of a disability or physical impairment should contact Pam Wingo 48 hours in advance of the meeting by telephone (941) 721- 2395 or by email at pwingo@seaportmanatee.com


MANATEE COUNTY PORT AUTHORITY AGENDA

April 23, 2024

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.


  1. CALL TO ORDER


  2. Public Comments


  3. Employee Recognition – Abby Lindecamp


  4. Consent Agenda

    Requests by Port Authority (items to be pulled from Consent Agenda)


  5. Executive Director Comments


  6. Commissioner Comments


  7. Adjourn


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

Kevin Van Ostenbridge, Chairman;

Jason Bearden 1st Vice-Chairman; Ray Turner 2nd Vice-Chairman; Amanda Ballard 3rd Vice-Chairman; George Kruse, Member; Mike Rahn, Member;

James Satcher, Member


AGENDA ITEM 3.: EMPLOYEE RECOGNITION


Abby Lindecamp – 5 years

Deputy Director of Business Administration & Finance


  1. CONSENT AGENDA


    1. Warrant List


    2. Minutes – March 21, 2024


    3. Budget Resolution


    4. Asset Deletion


    5. Port Network Infrastructure Improvements


    6. Warehouse 6 Modernization Tax Savings Change Order


    7. Berth 6 Concrete Repair Contract 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.


      AP

      XXXXXXX

      V016081

      AECOM TECHNICAL SERVICES INC

      2,920.00

      AP

      XXXXXXX

      V029295

      AMAZON CAPITAL SERVICES INC

      2,198.95

      AP

      XXXXXXX

      V029295

      AMAZON CAPITAL SERVICES INC

      3,537.20

      AP

      XXXXXXX

      V029295

      AMAZON CAPITAL SERVICES INC

      635.64

      AP

      XXXXXXX

      V029295

      AMAZON CAPITAL SERVICES INC

      503.57

      AP

      XXXXXXX

      V029295

      AMAZON CAPITAL SERVICES INC

      5,146.33

      AP

      XXXXXXX

      V023321

      AMERICAN EXPRESS TRAVEL RELATE

      130.42

      AP

      XXXXXXX

      V004322

      AMERICAN JOURNAL OF TRANSPORTA

      1,500.00

      AP

      XXXXXXX

      V113719

      APEX OFFICE PRODUCTS INC

      808.78

      AP

      XXXXXXX

      V023254

      ARCPOINT LABS OF SARASOTA

      55.00

      AP

      XXXXXXX

      V118009

      AT AND T

      78.98

      AP

      XXXXXXX

      V013140

      AT AND T MOBILITY

      111.02

      WT

      XXXXXXX

      V019189

      BANK OF AMERICA

      23,912.10

      AP

      XXXXXXX

      V002730

      BANK OF AMERICA

      1,702.60

      AP

      XXXXXXX

      V004571

      BATTERY USA INC

      471.00

      AP

      XXXXXXX

      V009839

      BRYANT MILLER AND OLIVE PA

      9,341.86

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      525.18

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      545.25

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      129.99

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      119.98

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      584.98

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      549.27

      AP

      XXXXXXX

      V029174

      CHARTER COMMUNICATIONS

      530.18

      AP

      XXXXXXX

      V021377

      CINTAS CORPORATION

      133.98

      AP

      XXXXXXX

      V015019

      CONSTANT CONTACT INC

      952.00

      AP

      XXXXXXX

      V006291

      DEX IMAGING INC

      575.06

      AP

      XXXXXXX

      V006291

      DEX IMAGING INC

      181.86

      AP

      XXXXXXX

      V282890

      DISCOUNT LOCK AND KEY INC

      39.00

      AP

      XXXXXXX

      V282890

      DISCOUNT LOCK AND KEY INC

      48.00

      AP

      XXXXXXX

      V025612

      DYNAFIRE INC

      1,550.23

      AP

      XXXXXXX

      V000096

      ELECTRIC SUPPLY OF TAMPA INC

      432.72

      AP

      XXXXXXX

      V032140

      ELECTRIC SUPPLY OF TAMPA LLC

      370.30

      AP

      XXXXXXX

      V022096

      ENTECH

      75.25

      AP

      XXXXXXX

      V022096

      ENTECH

      2,633.60

      ZP

      XXXXXXX

      L333009

      FLEET PRODUCTS

      478.93

      ZP

      XXXXXXX

      L333009

      FLEET PRODUCTS

      660.33

      ZP

      XXXXXXX

      L333009

      FLEET PRODUCTS

      74.57

      ZP

      XXXXXXX

      L333009

      FLEET PRODUCTS

      102.60

      AP

      XXXXXXX

      V019619

      FLORIDA POWER AND LIGHT COMPAN

      109,219.38

      AP

      XXXXXXX

      V020807

      GENUINE AUTOMOTIVE

      103.32

      AP

      XXXXXXX

      V020807

      GENUINE AUTOMOTIVE

      439.68

      AP

      XXXXXXX

      V020807

      GENUINE AUTOMOTIVE

      3,151.21

      AP

      XXXXXXX

      V380805

      GOODYEAR TIRE & RUBBER CO.

      1,884.74

      AP

      XXXXXXX

      V385628

      GRAINGER INC, W W

      487.98

      AP

      XXXXXXX

      V385628

      GRAINGER INC, W W

      1,042.08

      AP

      XXXXXXX

      V009540

      GRAPEVINE COMMUNICATIONS INTER

      1,000.00


      AP

      XXXXXXX

      V388816

      GRAYBAR ELECTRIC CO INC

      991.20

      AP

      XXXXXXX

      V388816

      GRAYBAR ELECTRIC CO INC

      1,693.80

      AP

      XXXXXXX

      V007986

      GREATER TAMPA BAY MARINE ADVIS

      833.33

      AP

      XXXXXXX

      V011880

      HAJOCA CORPORATION

      63.70

      WT

      XXXXXXX

      V027081

      HANCOCK WHITNEY BANK

      29,253.12

      AP

      XXXXXXX

      V013868

      HARDEN SUPPLY LLC

      1,708.16

      AP

      XXXXXXX

      V013868

      HARDEN SUPPLY LLC

      4,869.68

      AP

      XXXXXXX

      V013868

      HARDEN SUPPLY LLC

      2,586.40

      AP

      XXXXXXX

      V013868

      HARDEN SUPPLY LLC

      109.80

      AP

      XXXXXXX

      V013868

      HARDEN SUPPLY LLC

      543.58

      AP

      XXXXXXX

      V023500

      HOME DEPOT CREDIT SERVICES

      1,055.28

      AP

      XXXXXXX

      V023500

      HOME DEPOT CREDIT SERVICES

      1,222.29

      AP

      XXXXXXX

      V023500

      HOME DEPOT CREDIT SERVICES

      995.92

      AP

      XXXXXXX

      V493800

      JOHNSON PRINTING

      987.42

      AP

      XXXXXXX

      V023258

      KENYON & PARTNERS INC

      9,163.00

      AP

      XXXXXXX

      V520115

      KIMBALL MIDWEST

      927.17

      AP

      XXXXXXX

      V520115

      KIMBALL MIDWEST

      288.84

      AP

      XXXXXXX

      V013723

      LOGISTEC USA INC

      7,000.00

      AP

      XXXXXXX

      V022184

      LOUIS PRYOR SUPPLY INC

      8,681.04

      AP

      XXXXXXX

      V004489

      LOWES HOME CENTER INC

      2,173.86

      AP

      XXXXXXX

      V030453

      MACDONNEL GROUP INVESTMENTS LI

      3,995.00

      AP

      XXXXXXX

      V024291

      MACKAY COMMUNICATIONS INC

      193.57

      AP

      XXXXXXX

      V625403

      MAINTENANCE TOO PAPER CO INC

      937.92

      AP

      XXXXXXX

      V625403

      MAINTENANCE TOO PAPER CO INC

      672.84

      AP

      XXXXXXX

      V627027

      MANATEE CHAMBER OF COMMERCE

      120.00

      AP

      XXXXXXX

      V004140

      MANATEE COUNTY PUBLIC WORKS DE

      14,755.96

      AP

      XXXXXXX

      V000259

      MANATEE SPORTS UNLIMITED

      153.49

      AP

      XXXXXXX

      V013848

      MARK SUPPLY INC

      277.85

      AP

      XXXXXXX

      V031929

      MILBURN DEMOLITION

      22,500.00

      AP

      XXXXXXX

      V003173

      PALM PRINTING

      6,908.76

      AP

      XXXXXXX

      V014691

      PALMDALE OIL COMPANY INC

      2,366.36

      AP

      XXXXXXX

      V014691

      PALMDALE OIL COMPANY INC

      1,343.73

      AP

      XXXXXXX

      V736427

      PITNEY BOWES CREDIT CORP

      141.00

      AP

      XXXXXXX

      V022437

      PREFERRED GOVERNMENTAL INSURAN

      23,445.75

      AP

      XXXXXXX

      V748180

      PUBLIX SUPER MARKET

      1,288.11

      AP

      XXXXXXX

      V020765

      R S AND H INC

      12,496.87

      AP

      XXXXXXX

      V027409

      RAMBA LAW GROUP LLC

      3,500.00

      WT

      XXXXXXX

      V007824

      REGIONS BANK

      396,939.78

      AP

      XXXXXXX

      P000392

      RODRIGUEZ, FELIPE

      63.29

      AP

      XXXXXXX

      V015633

      SIEMENS INDUSTRY INC

      14,394.00

      WT

      XXXXXXX

      V031978

      SPENCER FANE LLP

      3,101,863.50

      AP

      XXXXXXX

      V018137

      STANTEC CONSULTING SERVICES IN

      35,203.70

      AP

      XXXXXXX

      V018137

      STANTEC CONSULTING SERVICES IN

      1,449.25

      AP

      XXXXXXX

      V018137

      STANTEC CONSULTING SERVICES IN

      847.01

      WT

      XXXXXXX

      V874841

      STATE OF FLA DEPT OF REVENUE

      10,258.54

      AP

      XXXXXXX

      V875019

      STATE OF FLORIDA

      755.43


      AP

      XXXXXXX

      V028838

      STEELSMITH, LLC

      600.00

      AP

      XXXXXXX

      V028838

      STEELSMITH, LLC

      600.00

      AP

      XXXXXXX

      V028838

      STEELSMITH, LLC

      637.50

      AP

      XXXXXXX

      V021175

      SUNCOAST PRINT AND PROMOTIONS

      4,380.00

      AP

      XXXXXXX

      V032416

      TEJADA PHOTOGRAPHY

      2,200.00

      AP

      XXXXXXX

      V906395

      TERRY SUPPLY COMPANY

      419.59

      AP

      XXXXXXX

      V031555

      TIDALIS AMERICAS LTD

      160,000.00

      AP

      XXXXXXX

      V923225

      TROPHY CASE, THE

      70.00

      AP

      XXXXXXX

      V004721

      TWENTY FIRST CENTURY GROUP INC

      7,500.00

      AP

      XXXXXXX

      V031379

      U S FENCE AND GATE INC

      267,111.50

      AP

      XXXXXXX

      V006904

      UNITED REFRIGERATION INC

      25,600.00

      AP

      XXXXXXX

      V009667

      VERIZON WIRELESS

      1,475.06

      AP

      XXXXXXX

      V009667

      VERIZON WIRELESS

      318.96

      AP

      XXXXXXX

      V009667

      VERIZON WIRELESS

      413.17

      AP

      XXXXXXX

      V009667

      VERIZON WIRELESS

      88.06

      AP

      XXXXXXX

      V009667

      VERIZON WIRELESS

      2,030.96

      AP

      XXXXXXX

      V021915

      WEBTIVITY MARKETING AND DESIGN

      460.00

      AP

      XXXXXXX

      V021915

      WEBTIVITY MARKETING AND DESIGN

      185.00


      Total warrants (checks) for period reported 4,387,784.20

      MANATEE COUNTY PORT AUTHORITY REGULAR MEETING

      COUNTY ADMINISTRATION CENTER, HONORABLE PATRICIA M. GLASS CHAMBERS

      1112 Manatee Avenue West Bradenton, Florida

      March 21, 2024

      https://www.youtube.com/channel/UC4KFtzaC9Z87D5mn_SKKtBA

      Present were:

      Kevin Van Ostenbridge, Chairman Jason Bearden, First Vice-Chairman Ray Turner, Second Vice-Chairman George W. Kruse

      Mike Rahn

      James A. Satcher, III


      Absent was:

      Amanda Ballard, Third Vice-Chairman


      Also present were:

      Dave Sanford, Deputy Executive Director Jennifer R. Cowan, Port Authority Attorney

      Vicki Ayles, Finance Administration, Clerk of the Circuit Court Robin Toth, Deputy Clerk, Clerk of the Circuit Court

      1. CALL TO ORDER

        Chairman Van Ostenbridge called the meeting to order at 1:33 p.m.

        AGENDA PA20240321DOC001

      2. PUBLIC COMMENTS

        There being no public comments, Chairman Van Ostenbridge closed public comments.

        CONSENT AGENDA PA20240321DOC002

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


        1. WARRANT LIST

          Accepted Warrant Listing from February 15, 2024, to March 13, 2024 PA20240321DOC003

        2. MINUTES

          Approved the Minutes of February 27, 2024

        3. BUDGET AMENDMENT

          Adopted Budget Resolution B-24-11, budgeting a transfer of $1,500,000 from the Port Tax Increment Financing (TIF) Fund, which was approved at the Board of County Commissioner’s meeting on March, 12, 2024. The Port Capital Improvement Berth 6 Dock and Road Surface Rehab project will be increased the same amount for improvements to the pavement in the dry bulk material handling area PA20240321DOC004

        4. ASSET DELETION

          Authorized removal of assets listed on the Asset Deletion – March 21, 2024, from the Fixed Assets Listing PA20240321DOC005

        5. DEL MONTE FRESH PRODUCE – FIRST AMENDMENT

          Approved and authorized Chairman to execute First Amendment to Lease Agreement (10/21/21) with Del Monte Fresh Produce, N.A., Inc., adding Warehouse 7 to Del Monte’s leased warehouses and revises the responsibility of maintenance and repairs of all refrigeration units in Warehouses 4, 6, 7 and 8 to Port Staff for which Del Monte

          MARCH 21, 2024 (Continued)


          will pay the Port $4,584 per month for a refrigeration maintenance fee PA20240321DOC006

        6. ALPICO INTERNATIONAL – LEASE AMENDMENT 10

          Approved and authorized Chairman to execute Port Manatee Lease Amendment 10 to Lease Agreement (12/19/13) with Alpico International, Inc., to downsize office space from 1,201.74 square feet to 672.93 square feet at 13230 Eastern Avenue, Palmetto

          PA20240321DOC007

          H. PURCHASE OF MOBILE HARBOR CRANE(S)

          Approved Contract No. 18185 with Kronecranes, and authorized issuance of a purchase order to Kronecranes for the purchase of one, mobile harbor crane with an option to purchase one, Gottwald mobile harbor crane in the amount of $5,245,964, with approval of an option to purchase a second mobile harbor crane for a total cost of

          $10,007,188 (If both cranes purchased, $5,000,000 FDOT; $5,007,188 Port Cash) (End Consent Agenda) PA20240321DOC008

          CONSENT AGENDA – ITEM 3.G. PORT MANATEE AND FRONTIER FLORIDA LLC LEASE

          Dave Sanford, Deputy Executive Director, stated Consent Agenda Item 3.G., should be pulled and postponed until the April meeting.

          Jennifer Cowan, Port Authority Attorney, recommended a motion to reconsider the Consent Agenda.


          Motion – Reconsider Consent Agenda

          A motion was made by Member Rahn, seconded by Member Turner and carried 6-0, with Member Ballard absent, to reconsider the Consent Agenda.


          Motion – Approve Consent Agenda, minus Item 3.G.

          A motion was made by Member Rahn, seconded by Member Turner and carried 6-0, with Member Ballard absent, to approve the Consent Agenda with deletion of Item 3.G.


          Motion – Item 3.G.

          A motion was made by Member Rahn, seconded by Member Turner and carried 6-0, with Member Ballard absent, to continue Item 3.G. to an April meeting to be determined.

          PA20240321DOC009

      4. EXECUTIVE DIRECTOR COMMENTS

        Dave Sanford, Deputy Executive Director, stated there were no comments.


      5. AUTHORITY MEMBER COMMENTS

      There were no Member comments.


      ADJOURN

      There being no further business, Chairman Van Ostenbridge adjourned the meeting at 1:36 p.m.


      Minutes Approved:                   

      April 23, 2024


      CONSENT

      AGENDA ITEM 4. C: BUDGET RESOLUTION


      BACKGROUND:


      This resolution budgets the following:


      • Budgets $325,000 for the security camera system upgrade software maintenance and support services and the purchase of three security vehicles to support the various security functions at the Port.

      • Budgets $85,000 for additional costs due to the foreign exchange rates for the purchase of two mobile harbor cranes.


      ATTACHMENT:


      Budget Resolution PA-24-12.


      COST AND FUNDING SOURCE:


      $410,000 Port cash.


      CONSEQUENCES IF DEFERRED:


      Delay in budget allocations.

      LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:


      Move to adopt Budget Resolution PA-24-12.

      RESOLUTION PA-24-12 AMENDING THE ANNUAL BUDGET

      FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2023-2024


      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 2023-2024 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

      BAAL042324A

      BU24000444

      2

      BAAL042324A

      BU24000445


      ADOPTED with a quorum present and voting this the 23rd day of April 2024.

      ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

      CLERK OF CIRCUIT COURT


      By:                                   

      BUDGET AMENDMENT RESOLUTION NO. PA-24-12 AGENDA DATE: April 23, 2024


      1. Fund: Port Cash


        Section: Port Operations Safety/Security


        Description: Budgets $95,545 for Port security vehicles and $229,455 for software maintenance and support services for the security camera system.


        Batch ID: BAAL042324A Reference: BU24000444


      2. Fund: Port Cash


      Section: Mobile Harbor Crane Initiative


      Description: Budgets an additional $85,000 for two mobile harbor cranes. Batch ID: BAAL042324A Reference: BU24000445

      April 23, 2024


      CONSENT

      AGENDA ITEM 4.D: DELETION OF PORT ASSETS BACKGROUND:

      Several old, obsolete assets that are no longer in use and are uneconomical to upgrade or repair are considered surplus and should be removed from the Manatee County Port Authority Fixed Assets Listing. The surplus assets will be offered for public bid, auctioned, destroyed, and/or E-scrapped.


      ATTACHMENT:


      Asset Deletion - April 23, 2024


      COST AND FUNDING SOURCE:


      N/A.


      CONSEQUENCES IF DEFERRED:


      Delay in updating property records.


      LEGAL REVIEW: N/A


      RECOMMENDATION:


      Remove assets as listed on the attached Asset Deletion – April 23, 2024, from the Fixed Assets Listing.

      Asset Deletion - April 23, 2024


      Asset #

      Description

      Serial/VIN#

      Date

      Purchased

      Cost

      Value

      Status

      Remarks

      56066

      2012 GMC Terrain

      2GKALMKXC6298554

      05/17/12

      $ 26,290.45

      $ -

      Obsolete

      Trade In

      57221

      Trailer, Solar Camera 4

      S052013

      06/20/13

      $ 30,060.00

      $ -

      Salt water destroyed

      Surplus/Scrap

      58592

      Camera, Axis Q1922 Thermal

      ACC8E0C99D1

      09/30/14

      $ 7,400.01

      $ -

      Obsolete

      Surplus/Scrap

      April 23, 2024


      CONSENT

      AGENDA ITEM 4.E.: PORT NETWORK INFRASTRUCTURE IMPROVEMENTS


      BACKGROUND:


      SeaPort Manatee’s existing network infrastructure is obsolete and requires essential upgrades. The upgrade will improve network performance, expand Wi-Fi coverage, upgrade infrastructures, enhance security, provide a seamless integration with modern services, and promote compliance and risk management. The system being updated was customized by Entech to meet the specific needs of the Port. Given the customization of the network, the upgrades will be completed by Entech to ensure continued functionality. Entech has provided a proposal in the total amount of

      $343,678.49.


      ATTACHMENTS:

      Proposal – CN013889 Version 1


      COST AND FUNDING SOURCE:

      $343,768.49 port cash.


      CONSEQUENCES IF DEFERRED:


      Delay in project commencement


      LEGAL COUNSEL REVIEW: Yes


      RECOMMENDATION:


      Move to approve Proposal CN013889 Version 1 and authorize the issuance of a purchase order to Entech in the amount of $343,768.49 for improvements to the port’s existing network infrastructure.


      Infrastructure Refresh

      Proposal # CN013889 Version 1

      We have prepared a proposal for you

      SeaPort Manatee

      Entech I 866.800.0026 I entechUS.com

      Scope of Work

      Project Sponsor & Decision Maker:

      - Denise Stufflebeam | (941) 722-6621 | dstufflebeam@seaportmanatee.com

      Project Business Case:

      SeaPort Manatee has been operating with an outdated network infrastructure for several years. This obsolete network infrastructure hampers daily operations and poses significant security risks. This business case outlines the necessity and benefits of a long-overdue network refresh to ensure business remains competitive, efficient, and secure.

      Project Outcome Goal:

      • Improved Network Performance:

        • This project will enhance network speed and reliability, ensuring smooth operations and increased productivity.

      • Expanded Wi-Fi Coverage:

        • Enhancing Wi-Fi coverage to ensure seamless connectivity across the entire premises, promoting better communication and accessibility.

      • Upgraded Infrastructure:

        • Implementing modern infrastructure, replacing outdated systems, thereby increasing efficiency, and reducing downtime. Re- organization of network cabinets & cabling cleanup for a neat and professional appearance.

      • Enhanced Security:

        • Strengthening network security measures to address vulnerabilities and protect against cyber threats, ensuring data integrity and confidentiality.

      • Seamless Integration with Modern Services:

        • Updating systems to facilitate easy integration with modern applications and services, enabling SeaPort Manatee to stay competitive and meet evolving business needs for the next 5 to 10 years.

      • Compliance and Risk Management:

        • Promoting compliance with industry regulations and standards while proactively mitigating risks associated with network vulnerabilities and data breaches.


      Phase 1: IT Network Overhaul

      • Install (6) count single mode fiber from admin bldg. 2nd floor server room to admin bldg. 2nd floor previous tenant area IDF

      • Install backboards and (5) Wall Mount racks as required in select IDFs

      • Install CAT 6 patch panels as required

      • Organize / stabilize wires, relocate cables as needed

      • Install & Configure UTM/Firewall appliance, Firewall as a service (FWaaS)

      • Install & Configure new network switches

      • Install & Configure (20) Wireless Access Points

      • Install & Configure (10) Battery Backups with Network Probes and Environmental Sensors

      • Install & Configure ZeroSurge Power Protection and Power Distribution equipment

      • Decommission and Secure Disposal of Old Network Equipment


        Phase 1: Limited Energy Scope of Services

      • Install riser-rated, non-shielded CAT6 Wireless Access Point Cable Runs

      • Install riser-rated RG6 from Phone Room to Server Room (Admin Bldg) to support cable modem

      • Install 4 AWG ground/bonding conductor run

      • Re-terminate Solid Cables (Currently on Modular Plugs) into 110-Style Patch Panel

      • Re-terminate Stranded Cables (Currently on Modular Plugs) into Modular-Style Patch Panel

      • Install, Patch-in, and Confirm Connectivity of Access Points

      • IDF/MDF Closet Clean-up

      • Fiber Optic Cable Splicing

      • Test Fiber Optic Cable with OTDR (Bi-directional/Both Wavelengths, Per Strand)

      • Prepare Fiber Optic Cable OTDR Test Documentation

      • Install SM Fiber Optic Cable Between Admin Bldg Server Room and Admin Bldg Previous Tenant Area IDF remove duplicate


        Phase 2: New Server & Desktop Computers

      • Install & Configure (1) new physical server and (5) Hyper-V Virtual Machines:

      • New – Domain Controller (portmanatee.net), File Server, MSSQL DB Server, App Server, and Web Portal Server

      • Migrate existing Domain Controller’s (DC) users and groups to a new Windows Server Active Directory Domain: portmanatee.net

      • Migrate shared files and printers to new File Server

      • Configure virtual machines (VMs) to Saab Technologies specifications

      • Install (25) new desktop computers with monitors

      • Join new and existing computers to portmanatee.net domain

      • Migrate data (user and shared) to new infrastructure

      • Configure Office 365 Apps for licensed users

      • Decommission and secure disposal of old computer / server equipment


        Project Exclusions:

        • Hardware, Software, or SSL VPN Configuration Not listed above

        • Additional Cable Management

        • SSL Certificate for portmanatee.net

        • Electrical work such as adding receptacles

        • Anything else not specifically outlined above


          Project Assumptions:

        • Registrar and/or DNS provider credentials are readily available

        • Client has completed migration to Microsoft 365 for email and Office applications

        • Client recognizes that project will require planned multiple downtime windows for new equipment installations / cutovers

        • Client agrees to upgrade to the recommended DIA (Dedicated Internet Access) for the Seaport facilities

        • Client agrees to provide the recommended amount of power receptacles


          Project Downtime Assumptions:

        • This proposal assumes approximately 8 hours of partial or system-wide downtime during normal business hours*

        • This proposal assumes approximately 30 hours of partial or system-wide downtime outside of normal business hours*

        • This proposal assumes approximately 1 hour of user impact/inconvenience related to this project (per user).

        • This proposal assumes that up to 20 hours of systems engineer labor will be delivered outside of normal business hours*.

          If client requests additional work be done outside of normal business hours, please see your account manager for a project change order.

          *Normal business hours are Monday – Friday, 7:30am – 5:30pm


          Project Down Payment Requirement:

        • Client partner acknowledges that this proposal carries a down payment requirement as outlined on page 9 of 9. Payment is due in advance, and is required prior to any product being ordered.

      Network Infrastructure


      Product Details

      Qty

      Cisco Meraki Switch - MS225-48FP

      4

      Cisco Meraki Enterprise - MS225-48FP Switch

      4

      Cisco Meraki Switch - MS225-24P

      8

      Cisco Meraki Enterprise - MS225-24P Switch

      8

      Cisco Meraki Switch - MS130-8X

      1

      Cisco Meraki Enterprise - MS130-8X Switch

      1

      Cisco Enterprise 10G SFP+ Bidirectional [10km, Downstream]

      2

      Cisco Enterprise 10G SFP+ Bidirectional [10km, Upstream]

      2

      Meraki 10G Base LR Single-Mode

      20

      Meraki 40GbE QSFP Cable [0.5 Meter]

      2

      Meraki 40GbE QSFP Cable [1 Meter]

      6

      Active Twinax Cable Assembly [7 Meter]

      4

      APC Smart-UPS 1500VA Battery Backup w/ NMC

      10

      APC Temperature/Humidity Probe

      7

      Zero Surge Surge Arrestor

      1

      Zero Surge 15-Amp Surge Arrestor Rack Mount

      9

      Tripp Lite 6-Outlet Industrial Power Strip 6-ft Cord

      1

      TrippLite 13-Outlets Single-Phase Basic 1-Units Horizontal Rackmount Power Distribution Unit

      9


      • Cloud-Managed Switch || 48 10/100/1000 and 4 SFP ports

      • Subscription License (10 years) || Enterprise Support (10 years)

      • Cloud-Managed Switch || 24x GigE || 370W PoE Switch

      • Subscription License (10 years) || Enterprise Support (10 years)

      • Switch - 8 Ports - Managed || PoE+ (120 W)

      • Subscription License (10 years) || Enterprise Support (10 years)

      Wireless


      Product Details

      Qty

      Cisco Meraki Wireless Access Point - MR46

      20

      Cisco Meraki Enterprise - MR Series Access Point (AP)

      20


      • Cloud-Managed

      • 2.4 GHz / 5 GHz

      • Wi-Fi 6

      • Subscription License (10 years)

      • Enterprise Support (10 years)

      Limited Energy


      Product Details

      Qty

      THHN Building Wire, 4 AWG Stranded Copper Conductor, Green

      75

      eXtreme CAT6 QuickPort Connector

      20

      2-Port Surface-Mount QuickPort Box, Plenum Rated

      22

      24-Port CAT6 QuickPort Patch Panel

      * Cable management bar included

      2

      24-Port, 1RU Flat QUICKPORT™ Patch Panel

      * Cable Management Bar Included

      1

      4-Port Shielded Network Surge Protector

      1

      4 in.H (100 mm) x 10 in.W (250 mm) x 0.25 in.D (6.4 mm) Standard Busbar

      1

      Vented 1U Rack Shelf - 10in Deep - 1U Rack Mount Shelf

      2

      Feedthrough QuickPort F-Connector, Nickel Plated

      2

      RG6/U “F” Type Compression Connector [25-Pack]

      1

      4X4 Readyspec Backboard Gray with Touch Up [2-Pack]

      4

      APC 44U NetShelter 4 Post Open Frame Rack

      1

      Rackmount Solutions 18U Wall Mount Relay Rack [Square Holes]

      5

      LC-PC / 50 Micron OM4, 1 Meter, 6-Count Fiber Pigtail

      2

      Type 4R LANscape Fusion Splice Tray With Solid Cover

      2

      SDX, Singlemode, Duplex LC, 12 Fiber, Bulkhead

      2

      Limited Energy


      Product Details

      Qty

      SDX Precision Molded Plate (BLACK), Blank

      4

      1U Distribution and Splice Enclosure With Sliding Tray

      2


      Server & Workstations


      Product Details

      Qty

      Dell PowerEdge R550

      1

      Microsoft Windows Server 2022 Standard - 2 Core License Pack (Perp Pre-Paid)

      36

      Microsoft Windows Server 2022 - 1 User CAL (Perp Pre-Paid)

      40

      Microsoft SQL Server 2022 Standard Edition (Perpetual) [Commercial]

      1

      Microsoft SQL Server 2022 - 1 User CAL (Perpetual) [Commercial]

      40

      Dell OptiPlex Small Form Factor (7010)

      25

      Dell 24" Monitor

      25

      • 2.5 Chassis

      • 16x2.5" SAS/SATA, 2 CPU, V3

      • (2) Intel Xeon Gold 5317 3G, 12C/24T, 11.2GT/s, 18M Cache, Turbo, HT (150W) DDR4-2933

      • 3200MT/s RDIMMs

      • 2 CPU, 3x16 LP+ 1x8(x4 link) LP

      • BOSS-S2 controller card + with 2 M.2 480GB (RAID 1)

      • iDRAC9, Enterprise 15G

      • (16) 16GB RDIMM, 3200MT/s, Dual Rank

      • (10) 800GB SSD SAS ISE, MU, up to 24Gbps 512e 2.5in Hot-Plug, AG Drive

      • 7 Years ProSupport with 4-Hour Onsite Service

      • 13th Gen Intel Core i5

      • Windows 11 Pro

      • 16GB (2x8GB) DDR4 Non-ECC Memory

      • 512GB PCIe NVMe Class 40 Solid State Drive

      • AMD Radeon RX 6300 2GB GDDR6

      • 8x DVD+/-RW 9.5mm Slimline Optical Disk Drive

      • Dell Pro Wireless Keyboard and Mouse Combo

      • 5 Years ProSupport and Next Business Day Onsite Service

      • HDMI port / DisplayPort / VGA connector

      • 23.8" Full HD (1080p) 1920 x 1080 at 60 Hz screen display

      Server & Workstations


      Product Details

      Qty

      APC Back-UPS Tower UPS - Tower - 10 Hour Recharge - 3.20 Minute Stand-by

      25


      Project Labor


      Product Details




      Fixed Fee Project Labor (Network Infrastructure)

      * As Outlined in Attached Scope of Work




      Fixed Fee Project Labor (Limited Energy)

      * As Outlined in Attached Scope of Work




      Fixed Fee Project Labor (Server + Desktop Computers)

      * As Outlined in Attached Scope of Work





      Infrastructure Refresh

      Prepared by: Prepared for: Proposal Information:

      Entech SeaPort Manatee Proposal #: CN013889

      Coleen Nengasca 239-573-1000

      Fax 239-573-1002

      coleen.nengasca@entechus.com

      Denise Stufflebeam 300 Tampa Bay Way Palmetto, FL 34221

      dstufflebeam@seaportmanatee.com

      Version: 1

      Delivery Date: 03/26/2024 Expiration Date: 04/06/2024


      Proposal Summary

      Amount

      Phase 1: Network Overhaul & Limitied Energy

      $242,275.68

      Phase 2: Server & Desktop Computers

      $121,441.64

      Combined Project Total

      $363,717.32

      Cisco Meraki Wired + Wireless Promotion (ends on April 11, 2024)

      $20,038.83

      Project Total (if approved prior to April 11, 2024)

      $343,678.49


      Summary of Selected Payment Options

      Amount

      Down Payment: Initial Down Payment

      Total of Payments

      $267,150.37


      Final Payment: Estimated Final Payment

      Total of Payments

      $96,566.95


      FL License #ES12001917

      April 23, 2024


      CONSENT

      AGENDA ITEM 4.F: WAREHOUSE 6 MODERNIZATION TAX SAVINGS CHANGE ORDER


      BACKGROUND:


      On March 28, 2023, the Authority awarded Halfacre Construction Company (Halfacre) Phase 1 design of the Warehouse 6 Modernization project in the amount of $295,000. On September 26, 2023, Phase 2 construction was approved in the amount of $4,001,216 bringing the total contract price to $4,296,216 which included sales tax for the purchase of construction materials. Change Order No. 3 allows the Port Authority to take advantage of provisions of Section 212.08(6), Florida Statutes and Rule 12-A-1.094, Florida Administrative Code, to pay for materials directly thus allowing sales tax cost savings. Halfacre’s contract is decreased $954,270.42; DuraServ Corp Materials purchase order will be entered for $305,799.66; All Steel Building & Components, Inc. Material purchase order will be entered for $565,806.34, and Electric Supply Inc (ESI) purchase order will be entered for $23,000.00, resulting in net savings of $59,664.42.


      ATTACHMENT:


      1. Halfacre Construction Company Changer Order No. 3.

      2. Quote from DuraServ Corp dba American Roll Up Door in the amount of $305,799.66.

      3. Quote from All Steel Building & Components, Inc. in the amount of $565,806.34.

      4. Quote from Sesco Lighting (Electric Supply Inc) in the amount of $23,000.


        COST AND FUNDING SOURCE:


        Net decrease of $29,832.21 each of FDOT and Port funding


        CONSEQUENCES IF DEFERRED:

        Delay in purchase of project construction materials


        LEGAL COUNSEL REVIEW: Yes


        RECOMMENDATION:


        Move to approve Change Order No. 3 to the contract between the Manatee County Port Authority and Halfacre Construction Company for Phase 2 Construction decreasing the Contract Price by

        $954,270.42; approve the issuance of purchase orders to DuraServ Corp.in the amount of

        $305,799.66, All Steel Building & Components, Inc. in the amount of $565,806.34, and Electric Supply Inc (ESI) in the amount of $23,000, for the direct purchase of construction materials resulting in the sales tax savings of a net project cost decrease of $59,664.42, subject to FDOT review and approval.


        PORT MANATEE

        Project Name: Warehouse 6 Modernization

        CHANGE ORDER FORM Change Order No. 3

        Purchase Order No. PA006010


        Date of Issuance:               419/2024                  Effective Date: 4/9/2024 Owner:       Manatee County Port Authority          Contract#:

        Engineer of Record: The Avanti Groue, Inc. Contractors Project #:

        Contractor: Halfacre Construction Comeanl Engineer's Project #:

        7015 Professional Parkwal Contract Name: Warhouse 6

                   Sarasota, FL 34240                    Modernization

        Project:  Warehouse 6 Modernization - Phase 2        Phase 2

        FEMA Budget


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

        Description: ChanQe Order l deducts cost of the overhead doors, dock levelers, and pre-enQineered metal building buildinQ and liQhtinQ fixtures.


        Attachments:                               List documents supporting change:

        1. DPO Log

        2. Vendor Proposals


          CHANGE IN CONTRACT PRICE

          Original Contract Price:


               $4,296,216    


          [Increase) [Decrease] from previous approved

          Change Orders #: NLA

          Hours Requested: NIA


          Contract Price prior to this Change Order:


               $4,296,216    


          Decrease of this Change Order:


             $954,270.42  


          Contract Price Incorporating this Change Order:


             $3,341,945.58 

          CHANGE IN CONTRACT TERMS

          [note changes in Milestones If applicable)

          Original Contract Times: NIA

          Substantial Completion: NIA

          Date of Final Payment

          Increase from previous approved

          Change Order#: 1

          Substantial Completion Date: 11/6/2024

          Date of Final Payment: 12/612024

          [date or days]

          Contract Times prior to this Change Order:

          Substantial Completion: 11/6/2024

          Date of Final Payment: 12/6/2024

          [date or days]

          [Increase] [Decrease] of this Change Order:

          Substantial Completion: 11/612024

          Date of Final Payment 12/6/2024

          [days or dates] Contract Times with all approved Change Orders:

          Substantial Completion: NIA

          Date of Final Payment: NIA

          [date or days]


          David schonacher Reed Giasson

          RECOMMENDED: ACCEPTED: ACCEPTED:

          v-- DocuSlgned by:

          O t Sd.w

          ·-· -· ,_.

          r:::::

          48AJA0228943415...

          4

          Engineer f/i':f;%z MCPA / BCC APROVED 4/ll/20f.f'"tractor

          Date:                                    Date:                          Date:

          Approved by Funding Agecy (if applicable)


          By:

          Title:

          <Rev. 11/2020>


          To:

          Port Manatee

          200 Del Monte Way Palmetto, FL 34221 Reed Giasson

          Issued: Tuesday, March 26, 2024

          Expiration: Thursday, April 25, 2024

          Sales Contact: Brent Barker

          Office: 813-643-7000 Cell: 813-955-1582


          Attn:

          Phone: Cell: 941-302-0699

          Fax:

          Email rgiasson@halfacreco.com

          Email:

          Reference:

          bbarker@americanrollupdoor.com Port Manatee - Del Monte Whse # 6 Owner Direct Purchase


          Qty

          Description

          Price

          Total


          (21) Roll-Up Doors


          21 Cornell Mfg. Rolling Steel Doors

          Model # ESD30, Insulated R-Value = 8.0

          Thermiser Max for Air Filtration- IECC 2015 & ASHRAE 90.1 Compliant Verified Air filtration of .27 CFM/ SQFT

          Wind loaded +/- 40 PSF, Impact Rated, FL # 17419 Motor Operation w/ Emergency Hoist

          (1) each Nema 1 Surface Mount 3 Button Station - Per Door

          (1) Pair Nema 1 Safety Photo Eyes - Per Door Mfg. Standard Colors - Grey, White, or Tan Perimeter Weather-Stripping

          Guides for Steel Jambs


          Opening Sizes:

          East Elevation:

          (9) each 8' 6" wide x 9' 0" high

          (1) each 18' 0" wide x 20' 0" high West Elevation:

          (6) each 10' 0" wide x 12' 0" high

          (1) each 9' 6" wide x 12' 0" high

          (2) each 18' 0" wide x 20' 0" high North Elevation:

          (2) each 12' 0" wide x 18' 0" high


          Section Total: $ 157,153.00

          Qty

          Description

          Price

          Total

          (9) Dock Levelers


          9 Serco Mfg HD Series Hydraulic Heavy Capacity Dock Levelers

          • Nominal Size: 6' wide x 8' long Dock

          • 80,000 Lbs Capacity • Standard w/ 20" Lip

          • Dock Guardian Barrier Lip • Side Brush Weatherseal

          • Patented HYDRA MAX® Powered-in/Powered-out Lip Extension

          • Regenerative Hydraulics • Yieldable Hydraulic Lip

          • Hydraulic Velocity Fuse Safety Stop

          • CLEAN FRAME® Design • Below-dock End Loading Capability

          • Non-Metallic NEMA 4X Push Button (non-interlock capable)

          • Dual Integral Maintenance Struts & lip Support Latch

          • Steel Faced Bumpers

          • Hot Dipped Galvanizing (Deck, Lip & subframe only)

          • Spray Foam Insulated Deck


          Section Total:


          Total Project Excluding Taxes:

          $ 148,646.66


          $305,799.66

          Qty

          Description

          Price

          Total

          Scope of Work

          1. UNLOADING & STORAGE: All unloading and storage of equipment purchased is the responsibility of the purchaser unless otherwise specified


          2. INSTALLATION: All prices for installation are based on the following:

            1. Unless specifically stated otherwise, all installation will be performed by factory-trained non-union personnel. If union labor is required, additional charges will apply.

            2. All wire, wiring, conduit, electrical hookup, control wiring, mounting of control panels and outside lights (if applicable) by others.

            3. Prices are based on installation of equipment during normal business hours and a normal business week. If specified work is to be done on weekend, additional charges will apply.

            4. Pricing is also based on all equipment being installed on same trip with driveway to be poured prior to start of installation. Additional charges will be added if additional trips are involved due to site conditions.

            5. If installation involves removal of existing equipment, pricing does not provide for handling and disposing of existing equipment unless otherwise specified.

            6. Preparation of site, removal of obstructions to accept equipment, cutting, patching, and painting is by others.


          3. DOCK LEVELERS: Specific to dock levelers and their proper installation:

            1. Installation of levelers excludes excavating, forming of pits, and pit steel. Pit forming can be provided and quoted as an option.

            2. Installation pricing includes necessary materials, off loading into pre-formed pit, positioning, shimming, and welding in place for pit leveler only.

            3. Box Leveler - Shimming and securing a box leveler in place is the responsibility of others. Installation refers to final adjustment only for this type of leveler.

            4. If pit formation has been included, Just Rite Equipment, Southern Dock Products, and affiliates are not responsible for any subsurface complications during pit excavation. Should unforeseen obstructions (conduit, water lines, wall thickness greater than 10",

              slab thickness greater than 6", etc.) be encountered, customer will be notified.

            5. Unless otherwise noted, pit formation does not include a dust control enclosure around the dock during concrete cutting.


          4. OVERHEAD DOORS: Specific to overhead doors and their proper installation:

            1. Installation of overhead doors is based on an enclosed facility with a finished floor.

            2. All interior mounting surfaces to flush and plumb.

            3. Door frames, extensions and anchor plates for track, springs and / or electric operators are to be supplied and installed by others.

            4. For operators, all electrical wiring, interconnections, and supply of primary power by others.


          5. ELECTRICAL: Electrical install for power and controls by others. All wire, wiring, conduit, electrical hookup, control wiring, mounting of control panels and outside lights (if applicable) by others.


            For Standard Terms & Condtions of Sale please visit:

            http://duraservcorp.com/terms/terms-and-conditions.pdf


            All prices quoted herein are subject to steel price increases from our suppliers. Increases may be applied to orders before the time of shipment in certain situations. Most suppliers have informed us of their intent to increase prices, but we have little definitive information at this point. Some suppliers have had their term buying contracts shortened or rescinded by steel mills and/or wholesalers, thus causing price uncertainty. We will try to keep you informed of any pending announcements or increases, and also try to mitigate these as best we can. Thanks for your business and understanding.


            Accepted By: Reed Giasson Date PO #:

            ALL STEEL BUILDINGS

            & COMPONENTS, INC

            10159 U.S. HWY 41S GIBSONTON, FL 33534

            813-671-8044\ FAX 813-671-8602


            Halfacre Construction Company Quote No: warehouse 6

            7015 Professional Parkway Date: 4/03/24 Sarasota Fl 34240

            P:941-907-9099 / c: 813-207-8667


            RE: Port Manatee Warehouse 6 / Del Monte


            ALL STEEL BUILDINGS & COMPONENTS, INC. shall furnish Materials and Labor to Install Pre-Engineered Secondary & sheeting systems as outlined below:

            Roof:

            1. Demo roof and trim in increments of one bay at any giving time.

            2. Bay (1) and (14) will get 8”x2-1/2”x14ga. galvanized purlins installed between existing bar joist as per Avanti Group drawing.

            3. Bay (1) thru (14) will get additional bar joist added along eave of roof as per drawing from Avanti Group.

            4. Roof will get 3” roof insulation Install over secondary framing.

            5. Install 24” double lock standing seam roof panels with new trim on both gables.

            6. Install new gutters and downspouts along both eave of building.

            7. Install (4) 9”x10ft long metal building vents with dampers. Office Mansard:

              1. Demo panels on face, back, soffit and valley gutter.

              2. Demo secondary framing that sheeting screws to and replace with galvanized framing per erecting drawings.

              3. Install 22ga. galvalume super gutter behand canopy back sheeting.

              4. Install 26ga. galvalume PBR back sheeting on canopy.

              5. Install 26ga. sig200 color PBR sheeting on face of canopy.

              6. Install 26ga. sig200 color sheeting on soffit panels of canopy.

              7. Install 26ga. coping cap flashing on top of canopy. West Side Wall:

                1. Demo existing wall sheets and trim.

                2. Demo existing wall girts and base angle.

                3. Demo overhead door opening (overhead doors removed by door company)

                4. Install new 2x4x14ga. galvanized base angle along edge of concrete.

                5. Install new 8x4”x12ga. galvanized door jams (9) existing overhead door opening.

                6. Install new 8x2-1/2x14ga. Header jams galvanized for (9) existing overhead doors.

                7. Install new 8x2-1/2x14ga. wall zee girts galvanized (per erecting drawing)

                8. Install new 26ga. base trim along concrete edge.

                9. Install new (2) 3070 hollow metal walk doors with lever lock and dead bolt.

                10. Install 3” VRR Insulation over new secondary wall framing.

                11. Install new 26ga. Sig200 Colored walls sheets with trim South End wall:

                  1. Demo existing trim and wall sheets.

                  2. Demo existing secondary framing

                  3. Demo existing (2) wall louvers

                  4. Install new secondary 8”x2-1/2”x14ga. galvanized wall framing (per erecting drawings)

                  5. Install new framing for (2) existing louver openings.

                  6. Install new fixed open louvers to match existing size in wall.

                  7. Install new 26ga. base trim along edge of wall.

                  8. Install new sig200 colored wall sheets with matching fasteners.

            East Side Wall:

            1. Demo existing wall sheets and trim.

            2. Demo existing wall girts and base angle.

            3. Demo overhead door opening (overhead doors removed by door company)

            4. Install new 2x4x14ga. galvanized base angle along edge of concrete.

            5. Install new 8x4”x12ga. galvanized door jams (17) existing overhead door opening.

            6. Install new 8x2-1/2x14ga. Header jams galvanized for (17) existing overhead doors.

            7. Install new 8x2-1/2x14ga. wall zee girts galvanized (per erecting drawing)

            8. Install new 26ga. base trim along concrete edge.

            9. Install new (2) 3070 hollow metal walk doors with lever lock and dead bolt.

            10. Install new framing and one manual louver

            1. Install 3” VRR Insulation over new secondary wall framing.

            2. Install new 26ga. Sig200 Colored walls sheets with trim East Side Wall Canopy:

              1. Demo existing roof and trim

              2. Demo existing secondary framing and eave struts.

              3. Install new 8”x2-1/2”x14ga. galvanized roof purlins (per erecting drawing)

              4. Install new 8”x2-1/2”x14ga. galvanized eave struts.

              5. Install new 24ga. PBR R-Panel galvalume.

              6. Install new 26ga. rake and gutter system North End Wall:

                1. Demo existing trim and wall sheets.

                2. Demo existing secondary framing

                3. Demo existing (2) wall louvers

                4. Install new secondary 8”x2-1/2”x14ga. galvanized wall framing (per erecting drawings)

                5. Install new 8x2-1/2x14ga. Header jams galvanized for (2) existing overhead doors.

                6. Install new 8x2-1/2x14ga. wall zee girts galvanized (per erecting drawing)

                7. Install new framing for (2) existing louver openings.

                8. Install new fixed open louvers to match existing size in wall.

                9. Install new 26ga. base trim along edge of wall.

                10. Install new sig200 colored wall sheets with matching fasteners.

            • Date:

            • Address of Project: 200 Del Monte Way, Palmetto, FL 34221

            • Total Cost Broken Out

              • Materials Only $565,806.34


            PRICE GOOD FOR 30 DAYS FROM QUOTE DATE.


            Respectfully submitted by, Accepted by,


            Henry Suggs AUTHORIZED SIGNATURE

            All Steel Buildings & Components, Inc.


            SESCO

            LIGHTING

            6202 Benjamin Rd Ste 106

            Tampa FL 33634

            P 813-289-1600 IF: 813-287--0899

            "If there is a problem with a SESCO product that

            youspecified or we supplied, we will fix it .. PERIOD"


            To:

            (ESI) ELECTRIC SUPPLY INC-TAMPA 4407 NORTH MANHATTAN AVE TAMPA FL 33614

            Job/Project Name:

            PORT MANATEE WAREHOUSE 6 DEL MONTE


            Contractor. Bid Date:

            Location:

            PALMETTO, FL

            Specifiers:

            KBA ENGINEERING, INC. THE AVANTI GROUP INC

            Remarks:

            REVISION 1 - TYPE H DEDUCT 04/08/24

            Contact Name:

            Type:

            Electrical Engineer

            Architect

            Qty Type Mfg Description Price

            58

            A

            OAYBRI

            2SBP3550L8CS-4-UNV-OIM

            10

            B

            DAYBRJ

            1SBP3040L8CS-4-UNV-DIM

            7

            C

            DAYBRI

            SOS42448L8CST-UNV-OIM

            7

            D

            UTON

            CH608UE-01O/CR6L22SS-T40

            48

            E

            DAYBRI

            FBY24L840-UNV-WP6-MD360

            8

            G

            DAYBRI

            SDS84998L8CST-UBV-OIM

            8

            EM

            BEGHEL

            PEK-1

            7

            X

            BEGHEL

            PX-R--sA

            4

            XC

            BEGHEL

            PCH-R--sA

            1

            CONTROLS

            WATTST

            LOT CONTROLS

            1

            FRT

            DlSTRJ

            ESTIMATED FREIGHT








            QUOTING SUPBJECT TO APPROVAL




            CONTROLS INCLUDED




            CONTROLS FACTORY START UP NOT INCLUDED




            FREIGHT INCLUDED




            TOTAL: i23.!;l0Q


            .$ 3,-ooO'IDD


            Qty Type Mfg Prices Finn for Entry By: 30Days

            Printed By:

            Description


            Email:


            Lead Time:

            Varies by Mfg


            Date:

            Price

            Robert Hamish

            • Price per B0Monly

            • Complete quote mUSlbe used; no partials

              rhamlsh@sescollghting.com

              418/2024

            • Sp.arematerial, allowances, dimmers and sales tax NOT included unless noted

            • PricesInclude standardfinishes only unless noted

            • Lamps are not included unlessnoted (This does not apply to fixtures with Internal LED diodes)

            • Pole windload calcuallons do not !nc:lude structural base engneering

            • Projecl may JndlJCle SESCOstart-up seNices which consist ofprogranvntng, lesting, end user lralnlng and system configuration back up. These services are required for manufaetinrs warranty. To ensure this warT11111y, SESCO start-up CO$tS are non-refundable

            • All warrantiesas per manufaclUrergterms

            • AD shipments FOB 011gin

            • Deposits may be required as noted at time of bieakdown

            • Quolalion valid 30 days

            • Hold for ReleaseQl'ders do not S8CU"8 project pricing butmay be required for laclory draWings

            • Ad<itlonal costs wfll be dlarged to ship the Anchor Bolts and Template out ahead of Ume

            April 23, 2024


            CONSENT

            AGENDA ITEM 4.G.: BERTH 6 CONCRETE REPAIR CONTRACT AWARD BACKGROUND:

            The Authority was awarded by the Florida Department of Transportation (FDOT) Grant Contracts G1946 and G2710 for rehabilitation of the Port’s berths. Berth 6 requires concrete repair including the removal and replacement of existing 4” reinforced concrete slab in some areas and repair in other areas. On February 21, 2024, an invitation to bid was published on DemandStar. Three bids were received with BDI Marine Contractors, LLC being the lowest, responsive bidder in the amount of $2,075,000.00. The Engineer of Record, RS&H, has recommended the award to BDI Marine Contractors.


            ATTACHMENT:


            Bid Tabulation

            Agreement – Due to size, the remaining Contract Documents are available upon request


            COST AND FUNDING SOURCE:


            FDOT funding of $1,556,250 and Port cash of $518,750


            CONSEQUENCES IF DEFERRED:


            Delay in commencement of Berth 6 Concrete Repairs project.


            LEGAL COUNSEL REVIEW: Yes


            RECOMMENDATION:


            Move to approve and authorize the Chairman to execute the contract for Berth 6 Concrete Repair in the amount of $2,075,000.00, between BDI Marine Contractors, LLC and the Manatee County Port Authority, subject to FDOT approval and the receipt of required bonds and insurance.

            Tabulation Sheet


            Agency Name Manatee County Port Authority


            Bid Number ITB-ITB-.-0-2024/RH-0-2024/RH


            Bid Name Berth 6 Concrete Repair


            Bid Due Date 03/20/2024 14:00:00 Eastern


            Bid Opening Closed

        3. responses found. online, offline, not submitting, not received


          Company


          Responded


          Address


          Bid Amount


          Alt Bid Amount

          Declared Attribute s


          Documents Sent

          Complete


          1

          .


          2

          .


          3

          .







          Completed and signed bid (ITB cover page)













          Completed and Signed Agreement Form






          List of Proposed Subcontractors






          Completed and Signed Trench Safety Affidavit






          Drug Free Work Place Certificate






          Required bid security with Power of Attorney for Surety


          Granite Construction Company


          03/20/2024

          13:14:04

          Eastern

          216 S

          Jefferson St, Suite 601, Chicago, IL, 60661


          $2277483.000

          0


          1824000.000

          0

          List of proposed Suppliers List of Project References

          Required Bidder Qualification Statement with supporting data

          Certificate of Compliance with Trench Safety Form






          Copies of Valid Licenses






          Completed and Signed Bid Bond






          Payment Bond






          Performance Bond






          Contractor's Affidavit For Final Payment






          Completed and Signed Bid Form






          Completed and signed bid (ITB cover page)






          Completed and Signed Agreement Form






          List of Proposed Subcontractors






          Completed and Signed Trench Safety Affidavit






          Drug Free Work Place Certificate






          Required bid security with Power of Attorney for Surety

          South

          Florida Building Inc. dba BDI Marine Contractors, LLC.


          03/20/2024

          13:30:08

          Eastern


          11718 SE

          Federal 1, Hobe Sound, FL, 33455


          $2075000.000

          0


          0.0000

          List of proposed Suppliers List of Project References

          Required Bidder Qualification Statement with supporting data

          Certificate of Compliance with Trench Safety Form






          Copies of Valid Licenses






          Completed and Signed Bid Bond






          Payment Bond






          Performance Bond






          Contractor's Affidavit For Final Payment






          Completed and Signed Bid Form






          Completed and signed bid (ITB cover page)






          Completed and Signed Agreement Form


          Structural Preservation Systems LLC


          03/20/2024

          13:15:13

          Eastern

          9735

          International CT N,

          Saint Petersburg, FL, 33716


          $2237000.000

          0


          0.0000

          List of Proposed Subcontractors

          Completed and Signed Trench Safety Affidavit Drug Free Work Place Certificate

          Required bid security with Power of Attorney for Surety






          List of proposed Suppliers






          List of Project References









          Required Bidder Qualification Statement with supporting data Certificate of Compliance with Trench Safety Form

          Copies of Valid Licenses Completed and Signed Bid Bond Payment Bond

          Performance Bond

          Contractor's Affidavit For Final Payment Completed and Signed Bid Form


          SEAPORT MANATEE BERTH 6 CONCRETE REPAIR


          SECTION 00 52 13 AGREEMENT FORM

          AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)


          This Agreement is dated as of 1-8 23 day of-MarehApril in the year 2024 by and between Manatee Count Port Authority {"Owner") and BDI Marine Contractors, ,LtiltiP is registered and

          licensed to do business in the State of Florida {"Contractor"). Owner and Contractor hereby agree as follows:


          ARTICLE 1- WORK


            1. Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as the furnishing, delivering, and installing all materials, equipment, incidentals and services, including labor, for the Work which general includes, but is not necessarily limited to the Project described below in Article 2.


          ARTICLE 2 -THE PROJECT


            1. The Project, of which the Work under the Contract Documents is a part, is generally described as follows and as indicated on the Drawings and as specified herein:

              1. Repair of the concrete deck of Berth 6, including but not limited to the following:

                • Removal and replacement of existing 4" reinforced concrete slab on Area A {refer to plans for Area designations).

                • Reinforced concrete repairs to existing concrete slab in areas B & C.

                • Galvanic cathodic protection system for repair areas.

                • Abrasion resistant topping over full berth area.

                • Reinforced concrete repairs of existing curbs.

                • Concrete curb painting.

                • Cleaning and painting of existing mooring cleats and posts.

                • Removal and replacement of existing expansion joints.

                • Utility hatch steel plate covers and associated framing.

            2. All Work for the Project shall be constructed in accordance with the Drawings and Specification prepared by RS&H, Inc..


          ARTICLE 3 - ENGINEER


          1. The Owner has retained RS&H {"Engineer") to act as Owner's representative, assume all duties and responsibilities of the Engineer of Record, and have the rights and authority assigned to Engineer in the Contract.

            01103266-4

            This Section is a MODIFIED version of EJCDC" C-520, Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright © 2018 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies. Those portions of the text that originated in published EJCDC documents remain subject to the copyright.


            2/21/2024 ISSUED FOR BIDDING AGREEMENT FORM

            SEAPORT MAN _J'EE                                                                                              BERTH 6 CONCRETE REPAIR


          2. The part of the Project that pertains to the Work has been designed by RS&H, Inc..


      ARTICLE 4- CONTRACT TIMES


        1. Time is of the Essence

          1. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract.

        1. Contract Times: Days

          1. The Work will be substantially completed within 180 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 30 calendar days after substantial completion.

        2. Liquidated Damages

          1. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer direct financial and other losses if the Work is not completed within the Contract Times and Milestones are not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding, the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay {but not as a penalty):

            1. Substantial Completion: Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after the time {as duly adjusted pursuant to the Contract) specified in Paragraph 4.01.A. above for Substantial Completion until the Work is substantially complete.

            2. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner ONE THOUSAND DOLLARS ($1,000.00) for each day that expires after such time until the Work is completed and ready for final payment.

            3. Liquidated damages for failing to timely attain Milestones, if any, Substantial Completion and final completion are not additive and will not be imposed concurrently.

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

          3. These amounts represent a reasonable estimate of Owner's expenses for extended delays and for inspection, engineering services and administrative costs associated with such delay.

          4. Any liquidated damages not deducted or set-off from any unpaid amounts due to Contractor shall be payable to the Owner, at the demand of the Owner, together with interest from the date of the demand and at the maximum allowed interest rate.

      Special Damages

      1. Contractor shall reimburse Owner {1) for any fines or penalties imposed on Owner as a direct result of the Contractor's failure to attain Substantial Completion according to the Contract Times, and {2) for the actual costs reasonably incurred by Owner for engineering, construction


        01103266-4 AGREEMENT FORM 2/21/2024 ISSUED FOR BIDDING

        SEAPOllT MANATEE BERTH 6 CONCRETE REPAIR


        observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Substantial Completion (as duly adjusted pursuant to the Contract), until the Work is substantially complete.

      2. After Contractor achieves Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times, Contractor shall reimburse Owner for the actual costs reasonably incurred by Owner for engineering, construction observation, inspection, and administrative services needed after the time specified in Paragraph 4.02 for Work to be completed and ready for final payment (as duly adjusted pursuant to the Contract), until the Work is completed and ready for final payment.

      3. The special damages imposed in this paragraph are in addition to any liquidated damages for delayed completion established in this Agreement and may be deducted or set off from any unpaid amounts due to Contractor.


      ARTICLE 5 - CONTRACT PRICE


        1. Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract:

          1. ForallBaseBidWork,alumpsumof: $ 2,075,0_00.00

            All specific cash allowances are included in the above price in accordance with Paragraph 13.02 of the General Conditions.

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


      ARTICLE 6 - PAYMENT PROCEDURES


        1. Submittal and Processing of Payments

          1. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions.

        2. Progress Payments; Retainage

          1. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the first day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions. All retainage shall comply with section 255.078, Florida Statutes. All payments shall comply with sections 218.735, Fla. Stat. ("Florida's Local Government Prompt Payment Act").

            1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract

              1. Ninety-five (95) percent of Work completed (with the balance being retainage), and

              2. Ninety-five (95) percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage).

                01103266-4 2/21/_2024 ISSUED FOR BIDDING AGREEMENT FORM

                SEAPORT MANATEE                                                                                              BERTH 6 CONCRETE REPAIR


          2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to one-hundred (100) percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less one hundred (100) percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list of items to be completed or corrected prior to final payment.

          3. Within 5 calendar days following Substantial Completion, the Contractor shall supply a list of items and the estimated costs to complete each item on the list required to render complete, satisfactory, and acceptable final completion to the Owner in accordance with section 255.077, Florida Statutes. Within 15 calendar days following receipt of the list from the Contractor, Owner must review and revise the list as necessary to reach final completion. The Owner's review may be extended by 10 calendar days, upon the Owner's discretion, if the Contract Price is equal to or more than ten million dollars. Within 20 business days after the Owner and Contractor finalize the list and after receipt of a proper invoice or payment request, the Owner must pay Contractor the remaining balance of the Contract Price, including any remaining retainage withheld by Owner pursuant to section 255.078, Florida Statutes, less an amount equal to 150 percent of the estimated costs to complete the items on the list. Upon completion of all items on the list, the Contractor may submit a payment request for all remaining retainage withheld by the Owner. However, if a good faith dispute exists as to whether one or more items identified on the list have been completed pursuant to the Agreement, upon Owner's written notice thereof to the Contractor, Owner may continue to withhold an amount not to exceed 150 percent of the estimated total costs to complete such items. Warranty items may not affect the final payment retainage as provided herein. The Owner is not required to pay or process any payment request for retainage if the Contractor has failed to cooperate with the Owner in the development of the list or failed to perform its contractual responsibilities with regard to the development of a list or if s. 255.078(3), Florida Statutes, applies.

        3. Final Payment

          1. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06. Contractor's acceptance of final payment from Owner shall constitute a full waiver and release.


      ARTICLE 7 - CONTRACT DOCUMENTS


        1. Contents

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

            1. This Agreement (Section 00 52 13 - pages 1 to 12, inclusive).

            2. • Bonds:

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

              2. Payment bond (together with power of attorney) (Section 00 6113.16 pages 1 to 4, inclusive).

            3. General Conditions (EJCDC C-700 2018, Pages 1-65).

            4. Supplementary Conditions (Section SC 1.01- SC 18.17 D. Pages 1 to 55, inclusive).

              01103266-4 AGREEMENT FORM 2/21/2024 ISSUED J?Qll_BIDDING


              SEAPORT iVIANAT.EE

              BERTH6 CONCRETE REPAIR


              S. Specifications, Permits and Reports as iisted in the table of contents of theproject manual (copy of list attached).

              1. Dra\/1/ings (not attached but incorporated by reference) consisting of 8 sheets \/1/•th each sheet bearing the follo\/1/ing general title: Port Manatee Berth 6 Concrete Repairs, listed on the follo\/1/ing sheet index.

                GENERAL


                1. G-001

                2. G-101 STRUCTURAL

                3. 5-001

                4. 5-101

                5. S-102

                6. S-301

                7. S-302

                8. S-701

                  COVER SHEET

                  OVERALL WHARF PLANS - BERTH NO. 6


                  STRUCTURAL ABBREVIATIONS AND GENERAL NOTES PLAN - 13ERTH NO. 6 -AREA A CONCRETE REPAIRS

                  PLAN - BERTH NO. 6 -AREAS BAND CCONCRETE REPAIRS SECTIONS AND DETAILS

                  SECTIONS AND DETAILS

                  BERTH6 REPAIR SCHEDULE

              2. Addenda (numbers_:) to_-:t ,inclusive).

              3. Exhibits to this Agreement (enumerated as follo\/1/s):

                SEAPORT MANATEE                                                                                              BERTH 6 CONCRETE REPAIR


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

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

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

          5. The Contract represents the entire and integrated agreement between the Contractor and Owner and supersedes prior negotiations, representations or agreements, either written or oral.


      ARTICLE 8 - REPRESENTATIONS


          1. Contractor's Representations

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

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

              2. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

              3. Contractor is familiar with and is satisfied as to state, federal and local Laws and Regulations that may affect cost, progress, and performance of the Work.

              4. Contractor has carefully studied all: {1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the General and Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the General and Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.

              5. Contractor has considered that it has carefully examined, satisfied itself as to the conditions and limitations under which the Work is to be performed, including without limitation 1) the location, layout, and nature of the Site and surrounding areas, 2) generally occurring climate and weather conditions, and 3) anticipated labor, supply and costs; and 4) availability of materials, tools, and equipment and other similar issues.

              6. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs.

              7. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests,


                01101266-4 AGREEMENT FORM 2/21/2024 ISSUED FOR BIDDING

                SEAPORT MANATEE BERTH 6 CONCRETE REPAIR


                studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract.

              8. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents.

              9. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, discrepancies between the site conditions and Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor.

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

              11. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Contract are premised upon performing and furnishing the Work required by the Contract Documents.

              12. Contractor accepts assignment of responsibilities for Owner direct procurement items as described in the Tax Savings Provision in Section 22.01 of the Instructions to Bidders.


                ARTICLE 9 - PROJECT FUNDING


                  1. The Project is funded in part from the proceeds of a grant(s) from the Florida Department of 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 Owner deems appropriate.

                    2. Contractor understands that the grant funding is dependent on completion of Work within the Contract Times and the Milestones and the Contractor agrees to complete the Work within the Contract Times and Milestones. Should the Contractor fail to complete the Work within the Contact Times and Milestones, the Contractor agrees the provisions of Article 4 above shall apply.

                    3. No member, officer or employee of Contractor during this Contract or 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Moreover, this provision must be inserted in any subcontracts for the Work.

                    4. Contractor shall not employ unauthorized aliens in violation of section 274(e) of the Immigration and Naturalization Act. If Contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Contract.

                    5. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or

                      QJJ_Q3266-4 2/21/2024 ISSUED FOR IUDl)IN{; AGREEMENT FORM

                      SEAPORT MANATEE                                                                                              BERTH 6 CONCRETE REPAIR


                      intentional wrongful misconduct of the Contract and person employed or utilized by the Contractor in the performance of this Agreement. This indemnification provision shall survive termination of this Agreement. Nothing contained in this this paragraphs is intended to nor shall it constitute a waiver of the State of Florida and the Owner's sovereign immunity.

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

                  2. In addition to any requirements listed above in section 9.01, Contractor acknowledges its review of FDOT Grant #G1946 & G2710 and agrees to strictly comply with all of the terms and conditions of FDOT Grant #G1946 & G2710.


                ARTICLE 10-TERMINATION OR SUSPENSION


                  1. Termination

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

                  2. Suspension by Owner

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


                ARTICLE 11- MISCELLANEOUS


                  1. Terms

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

                  2. Assignment of Contract

                    1. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this Contract to the State of Florida for any political subdivision, municipality, special district, or authority thereof without Contractors consent and without recourse.

                  3. Successors and Assigns

                    1. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its s_uccessors, assigns, and legal representatives in respect to. all covenants, agreements, and obligations contained in the Contract Documents.

                    2. This Contract is solely for the benefit of the parties and no right or privilege or cause of action shall by reason hereof accrue upon to, or for the benefit of any third party. Nothing in this Contract is intended or will be construed to confer upon or give any person, corporation, partnership, trust, private entity, or agency any right, remedy, or claim under or by reason of this Contract or any provisions or conditions of this Contract.


                      01103266•4_ AGREEMENT FORM 2/21L2024 ISSUED FOR BIDDING

                      SEAPORT MANATEE BERTH 6 CONCRETE REPAIR


                  4. Severability

                    1. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

                    2. Neither the validity of this Contract nor the validity of any portion of it may be challenged by any party to this Contract, and each party waives any right to initiate such challenge. Furthermore, if this Contract or any portion is challenged by a third party in a judicial, administrative, or appellate proceeding (each party covenanting with the other party not to initiate, encourage, foster, promote, cooperate with or acquiesce to such challenge), the parties collectively and individually agree, at their individual sole cost and expense, to defend in good faith its validity through a final judicial determination or other resolution, unless all parties mutually agree in writing not to defend such challenge or not to appeal any decisions invalidating this Contract or portion thereof.

                  5. Contractor's Certifications

                    1. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05:

                      1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution;

                      2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

                      3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and

                      4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

                    2. Contract shall pay promptly and before final payment, any claims or liens incurred in and about this work, and to execute a Contractor's affidavit for final payment.

                  6. Other Provisions

                    1. E-Verify - Contractor shall comply with all applicable provisions of sections 448.09 and 448.095, Florida Statutes, as may be amended. The definitions in section 448.095(1), Florida Statutes, as may be amended, apply to this section ofthe Contract. Contractor shall register with and use the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a

                01103266-4 2/21/2024 ISSUEILFOR BIDDING AGREEMENT FORM


                SEAPOl T MANATEE BERTH6 CONCR'ETE REPAIR


                properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor rnust maintain copies of all such affidavits for the duration of this Agreement. Owner may terminate this Agreement for cause if Owner determines that Contractor or Contractor's subcontractor has not complied \Nith any applicable provisioh of sectiohs 448.09 -or 448.095, Florida Statutes, as may be amended. Owner will terminate this Agreement: for cause if O\Nner has a good faith belief that Contractor has kno\Ningly violated subsection 448.09(1), Florida Statutes, as may be amended. If ·the Owner has a good faith belief that a subcontractor knowingly violated section 448.09(1), Florida Statutes, as maybe amended, but: O\Nner determines that Contractor otherwise complied with section 448.09(1), FloridaStatutes, asmay be amendedJ Owner will notify Contractor as such, ahd Contractor must immediately terminate Contractor's contract with said subcontractor. If thls Agreement is terrnlnated under section 448.09S(c), F.S.: (a) such termination is not a breach of this Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Contractor is liable for any additional costs incurred by the Ovvner as a result of the termination of the Agreement.

            2. The O\Nner and Contractor agree that this Contract shall be governed by applicable Florida Law. Venue for any legal action 1nconnection with this Contract shall be in the Circuit Court of the Twelfth Judicial Circuit in and for Manatee County. In any claim dispute procedure or litigation arising from this Contract, each party shall be solely responsible for paying i.ts attorney's fees and costs.

      SEAPORT MANATEE BERTH 6 CONCRETE REPAIR


    8. 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.

    9. This Agreement may be executed in one or more counterparts, any one of which need not contain the signatures of more than one party, but all such counterparts taken together will constitute one and the same instrument. 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.

    10. Owner stipulates that if the Section 00 72 00, General Conditions that are made a part of this Contract are based on EJCDC® C-700, Standard General Conditions for the Construction Contract, published by the Engineers Joint Contract Documents Committee®, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording of such published document to the Contractor, through a process such as highlighting or "track changes" (redline/strikeout), or in the Supplementary Conditions.


01103266-4 2/21/2024 ISSUED FOR BIDDING AGREEMENT FORM


00 52 13 - 11 of 12


SEAPOU..T MANATEE

BERTH6 CONCRETE REPAIR


IN WITNESS WHEREOF, O\Nner and Contractor have signed this Agreement.


This Agreement \Nill be effective on 2024 (\Nhich is the Effective Date of the Contract}.


OWNER:


Manatee County Port Authority

CONTRACTOR:

13DL m ,/  Caa/,-,,e ,,.--.-r CLc;:;

By:                                    By: 5:-J--e.J?he/?  ,,

I

Title:  Chairman                         Title: £2,o,,.£, c/e

--==

2..

::>

{If Contractor is a corporation, a partnership, or aJoint vent,,ure, attach evidence of aL.1thoJ'fY to J sign.} i\tfcc..ols o-I' -r c:;;...rf'• ..••lo,. /-oL,.


Attest:                                       Attest:


Title:                      

Title: {?rc.>'1 /JC


Address for giving notices: Address for giving notices: