HomeMy WebLinkAboutCSA 01 PO #11194ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL
32958
Mail Invoices In Duplicate To
Above Address
Coastalwide LLC
1443 20th Street
Suite F
Vero Beach, FL
32960
Tel 7725324536
Purchase
order 00011194-00 FY 2025
The Above Purchase order Number Must Appear
On All correspondence - Packing Sheets And
Bills of Lading
Requisition
00008564
smp To
CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL
32958
_Date Ivendor IDate IShip I I _
ordered (Number (Required (viavia (Terms (Department
cer
BY ACCEPTING THIS ORDER. SELLER AGREES TO THE FOLLOWING TERMS AND CONDITIONS
1. ACCEPTANCE OF PURCHASE ORDER. A Purchase Order is given for Immediate acceptance by the Seller. Unless promptly notified to the
contrary, the Oty will assume the Seller accepts the order as written and will make delivery as specified on the document.
2. ENTIRE AGREEMENT. All specifications, drawings and data submitted to the Seller with this order or the solicitation of this order are
hereby Incorporated herein and made part hereof. This contract contains the entire agreement of the parties. No change In quantities,
prices, specifications, terms, or shipping Instructions will he allowed except on written authority of the City Purchasing Department.
Any additional or different terms and conditions proposed by the Seller are objected to and hereby rejected unless specifically agreed
to by the Oty.
3. IDEMNIFICATION. The Seller hereby agrees to Indemnify, save and held harmless the City from all claims, demands, liabilities and suits
of any nature whatsoever arising out of, because of, or due to the breach of the Agreement by the Seller, Its agents or employees, or
due to any act of occurrence of omission or commission of the Seller, Its agents or employees. It is specifically understood and agreed
that this Indemnification agreement does not cover or Indemnify the City for its own negligence or breach of contract
4. MODIFICATION. The City may by written Order make changes in the specifications, If such changes cause an Increase or decrease in the
Seller's cost or in the time required for performance of Contract: (a) the Seller shall promptly notify the City and assert its claim for
adjustment within fifteen (15) calendar days and (b) an equitable adjustment shall be made by the City and the Contract modified
accordingly. Nothing In this clause shall excuse the Seller from performing.
5. DEFAULT. Time is of the essence of this contract and R delivery of acceptable Items or rendering of services is not completed by the
time promised, the City reserves the right without liability, In addition to its other rights and remedies to terminate this contract by
notice effective when received by the Seller, as to stated items not yet shipped or services not yet rendered, and to purchase substitute
items or services elsewhere and charge the Seller with any and all losses Incurred.
6. TRANSPORTATION CHARGES. Transportation expenses for all shipments shall be prepaid to destination. Shipments sent C.O.D. or
freight collect without the Cltys written consent will not be accepted and will at Seller's risk and expense be returned to Seller. No
charges will be allowed by the City for transportation, packing, cartage or container's unless otherwise authorized in the Purchase
Order.
7. UNAVOIDABLE DELAY. If the Seller is delayed in the delivery of goods purchased under the Purchase Order by a cause beyond its
control, Seller must immediately upon receiving knowledge of such delay, give written notice to the City and request a reasonable
extension of time. The City shall examine the request and determine if the Seller Is entitled to an extension.
8. QUANTITY. Quantities furnished in excess of those specified In the Purchase Order will not be accepted and will be held at Seller's risk
and expense.
9. INSPECTION. Materials or equipment purchased are subject to inspection and approval at the City's destination. The City reserves the
right to reject and refuse acceptance of items which are not in accordance with instructions, specifications, drawings, or data of Seller's
warranty, (express or implied). Rejected materials or equipment shall be removed by, or at the expense, of the Seller promptly after
rejection.
10. WARRANTY. The Seller warrants that all goods and services furnished hereunder will conform in all respects to the terms and this
order, Induding any drawings, specifications, or standards incorporated herein, and that they will be free from latent and patent
defects in materials, workmanship and title and will be free from such defects In design. In addition, Seller warrants that said goods and
services are suitable for, and will perform in accordance with, the purpose for which they are purchased, fabricated, manufactured and
designed for such other purposes as expressly specified in this order. The City may return any nonconforming or defective Items to the
Seller or require correction or replacement of the Item all the time the defect is discovered, all at the Seller's risk and expense.
Acceptance shall not relieve the Seller of its responsibility.
11. REGULATORY COMPLIANCE. Seller represents and warrants that the goods or services furnished hereunder (including all labels,
packages, and container for said goods) comply with all applicable standards, rules and regulations in effect under the requirements of
all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended with
respect to design, construction, manufacture or use for their Intended purpose of said goods or services. Seller shall furnish 'Material
Safety Data Sheets' incompliance with the Florida Right To Know Law, Florida Statute Chapter 442.
12. ROYALTIES AND PATENTS. Seller shall pay all royalties and license fees. Seller shall defend all suits and claims for Infringement of any
patent copyright or trademark rights and shall hold the City harmless from loss on account thereof.
13. INSURANCE. The Seller shall maintain insurance as specified or as otherwise required by the city.
14. PAYMENT. Payments will be made within 30 days of the terms of the face of this order, or the Seller's Invoice, whichever are more
favorable to the City and payment date therefore shall be calculated from the receipt of invoke or final acceptance of the goods,
whichever is later.
15. IDENTIFICATION. Invoices in duplicate with prices set out and giving the correct Purchase Order Number must be sent to the address
shown on the face of this order otherwise payment of Seller's account may be delayed. The Purchase Order Number shall appear on all
Invoices, boxes, packages, shipping documents and correspondence, and the list of contents shall be enclosed In each box or package.
16. TERMINATION. Buyer may, at any time, terminate this order In whole or In part by written or telegraphic notice or verbal notice
confirmed in writing. Upon termination for convenlence of the Buyer: the Buyer will assume responsibility for specific contractual or
scheduled financial commitments made prior to notice of termination. Any and all services, property, publications, or materials
provided during or resulting from the Contract shall become the property of the Buyer. If, however, termination Is occasioned by the
Seller's breach or any condition hereof, Including breach of warranty, or by Seller's delay, except due to circumstances beyond the
Sellers control and without Seller's fault or negligence. Seller shall not be entitled to any claim or costs or to any profit and Buyer shall
have against Seller all remedies provided by law and equity.
17. TAXES. The City Is exempt from state and local taxes. Exemptions number is printed on the reverse side hereof. This Order shall serve as
the exemption certificate.
18. LAW GOVERNING. This contract shall be governed by and construed according to the laws of the State of Florida.
Bill To Requisition 00008564-00 FY 2025
CITY OF SEBASTIAN
ATTN: FINANCE IAcct No:
1225 MAIN STREET 1320151-533400-A2426
SEBASTIAN, FL (Review:
32958 (Buyer:
Istatus: Released Page 1
--- _—_------- ________________=______________________
vendor 45-2011935 ship To
Coastalwide LLC CITY OF SEBASTIAN
1443 20th Street ATTN: FINANCE
Suite F 1225 MAIN STREET
vero Beach, FL 32960 SEBASTIAN, FL 32958
Tel#7725324536
---------------------------------------------------------
Date Ivendor (Date Iship I I
ordered (Number (Required Ivia ITerms (Department
-------- -------------------------------
11/22/24 1002095 I I IGROwTH MANAGEMENT
----------------------------------------------------------------------
LN Description / Account Qty Unit Price
001 Expansion of the submerged land
lease at twin piers.
1 320151-533400-A2426
Ship To
CITY OF SEBASTIAN
ATTN: FINANCE
1225 MAIN STREET
SEBASTIAN, FL 32958
Requisition Link
Net Price
1.00 29320.00000 29320.00
EACH
29320.00
Requisition Total 29320.00
***** General Ledger Summary Section *****
Account Amount Remaining Budget
320151-533400-A2426 29320.00 .00
CAPITAL IMPROVEMENTS FUND OTHER CONTRACTUAL SERVICES
***** Approval/conversion Info *****
Activity Date
Clerk Comment
CcancelLd12/04/24
Jennifer Smith GL Allocation changed
CCancelled12/05/24
Jennifer Smith GL Allocation changed
Approved 11/25/24
Margarita Macias
Queued 12/05/24
Margarita Macias
Pending
Jennifer Smith
Bill To i Requisition 00008564-00 FY 2025
CITY OF SEBASTIAN
ATTN: FINANCE ACct No:
1225 MAIN STREET 320151-533400-A2426
SEBASTIAN, FL IRevieW:
32958 (Buyer:
Status: Released Page 2
vendor 45-2011935 ship To
CoastalWide LLC CITY OF SEBASTIAN
1443 20th street ATTN: FINANCE
Suite F 1225 MAIN STREET
Vero Beach, FL 32960 SEBASTIAN, FL 32958
Tel#7725324536
-------------------------------------------------------------------------------
Date Ivendor JDate Iship
ordered INumber lRequired Ivia (Terms IDepartment
-------------------------------------------------------------------------------
11/22/24 1002095 1 1 1GROWTH MANAGEMENT
-------------------------------------------------------------------------------
LN Description / Account /r 2 Oity Unit Price Net Price
Authorized By: f 1".-4 f�2�QA Date: _1 n
signature
12/ 512o2L'
��` 121512-02-
Docusign Envelope ID: 1336513600-CDOE-4A47-891 F-AD2E42463952
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
CoastalWide LLC
1443 201h Street
Vero Beach, Florida 32960
Work Authorization No: ADDENDUM No.1 of GSA — 01 (RFQ #23-06)
Proiecl Title: North County Marine Law Enforcement Dock Facility — Vessel Security and Protection — Permitting and SSSL Expansion
IT IS AGREED to undertake the foliowing work in accordance with the provisions of the CoastalWide LLC, Master Agreement entitled
"Non -Exclusive Agreement for RFQ 23-06, Continuing Professional Planning and Landscape Architect Consulting Services" Dated July
13, 2023.
Description of Assignment:
Under this Addendum No. 1, CoastalWide LLC and their authorized subconsuitant, Coastal Waterways Design & Engineering LLC, and
our Environmental and Permitting Subconsultant Cox Pinson Environmental LLC, shall submit for DEP and USACE Permits and
expansion of the existing sovereign submerged land lease (SSLL).
The work/project will include
Task 4a: DEP Permit Pre -Application Meeting — The Vendor shall conduct a pre -application meeting with the Department of
Environmental Protection (DEP) staff to discuss the conceptual plan for installation of a proposed dock/marina extension
improvements and identify any preliminary comments expected from state commenting agencies, including Florida Fish and
Wildlife Conservation Commission FFWCC.
The Vendor shall present conceptual design drawings of over -water improvements prepared under a separate task as
described above, to use during the discussions of the project with FDEP staff. The Vendor shall prepare minutes of the pre -
application conference. All Vendor expenses to prepare and conduct this meeting including for travel and associated
accommodation shall be Included in the fee for this task.
Task 4b: USACE Individual Permit Pre -Application Meeting — The Vendor shall conduct a pre -application meeting with the United
States Army Corps of Engineers (USACE) staff to discuss the conceptual plan for installation of a proposed dock/marina
extension improvements. The Vendor shall verify the requisite permit process and delineate the federal commenting agencies
(USFWS, NMFS, etc.) that will be consulted by the USACE staff for this proposed project.
The Vendor shall present conceptual design drawings of over -water improvements prepared under a separate task as
described above, to use during the discussions of the project with USACE staff. The Vendor shall prepare minutes of the pre -
application conference. All Vendor expenses to prepare and conduct this meeting including for travel and associated
accommodation shall be included in the fee for this task.
Task 4c: DEP/DACS Submerged Land Lease Modification Pre -Application Meeting — The Vendor shall conduct a pre -application
meeting with the Florida Department of Environmental Protection (DEP) / Florida Department of Agriculture & Consumer
Services (DACS) Submerged Land Lease staff to discuss the conceptual plan for expansion of the existing Sovereign
Submerged Land Lease (SSLL). The Vendor shall verify the requisite permit process and delineate the procedures and
necessity for potential scheduling of the Board of Trustees (BOT) / Governor and Cabinet approval.
The Vendor shall present a draft land lease limit survey (by Vendors survey subconsullant) that depicts the new expansion of
the submerged land lease area, to use during the discussions of the project with DEP/DACS SSLL staff. The Vendor shall
prepare minutes of the pre -application conference. All Vendor expenses to prepare and conduct this meeting including for
travel and associated accommodation shall be included in the fee for this task.
Task 5a: DEP Permit Applicatlon — The Vendor shall prepare and submit a request to DEP for an Individual ERP (Environmental
Resource Permit) to perform the work described below for a new dock, in accordance with Florida Administrative Code
(F.A.C.) 62-330 and the Applicant's Handbook and in conjunction with US Army Corps of Engineers (USACE) permit
application (See Task 5b, below). The Vendor shall provide the required data as requested by the DEP permit application to
facilitate the issuance of the DEP permit, Including resource data (Seagrass survey) to be provided by the City to address the
construction within the Indian River -Malabar to Vero Beach Aquatic Preserve, The Vendor shall prepare Form 62-330.060(1) -
Application for Individual and Conceptual Approval Environmental Resource Permit with accompanying required supporting
documentation, including an Aquatic Resource Survey for wetland and surface waters with exception of the following:
1. A Facility Management Plan (FMP) (unless an FPM exists that the Vendor can update, otherwise Vendor can provide
a new plan under separate authorization).
2. A balhymetric survey (Already prepared by City).
Docusign Envelope ID: B365B600-CDOE4A47-891F-AD2E42463952
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
3. Water and sediment testing data, tidal conditions, tidal current measurements, and simulations of hydrodynamic
conditions and water quality that may or may not be requested by the agency (Vendor can provide these services if
required by the DEP under separate authorization).'
4. Mitigation bank permit (Vendor can provide these services if required by the DEP under separate authorization).
'Regarding hydrographic data, it is expected that the Vendor shall select from the permit application options, the submittal
of a "certification from a Florida -registered professional clearly stating that, due to the design, nature, and/or location of
the proposed structures, works, or other activities, that the project does not have the potential to add pollutants to, or
result in an adverse change to, the patterns of flow, circulation, erosion, deposition, or littoral transport of a waterbody;
AND (has) not been previously informed by the reviewing agency that hydrographic information will be required. A copy
of the Florida -registered professional's certification must be included with this application.'
The City of Sebastian shall provide all application fees associated with the DEP Permit Application.
Task 5b: USACE Individual Permit Application — The Vendor shall prepare an Individual Permit Application to submit to U.S. Army
Corps of Engineers (USACE) in conjunction with Florida Department of Environmental Protection (DEP) permit application
(See Task 5a, above). The Vendor shall prepare a Section 7 NMFS Checklist and Manatee questionnaire; an aerial of the
Project site; descriptions of sedimentation and turbidity control measures; and construction methodology for submittal with the
application.
The City of Sebastian shall provide all application fees associated with the USACE Permit Application. The consulting fees for
the Vendor work associated with the USACE permit application (Task 5b) is due to the Vendor whether a joint DEP/USAGE
permit application or separate DEP and USCAE permit applications are to be submitted.
Task So: DEP/DACS Submerged Land Lease Modification — The Vendor shall prepare the Florida Department of Environmental
Protection (DEP) / Florida Department of Agriculture & Consumer Services (DACS) Submerged Land Lease Boundary
application for a modification to the existing Sovereign Submerged Land Lease (SSLL) and provide the required SSLL
boundary survey in accordance with DEP requirements SLER-0950, per Florida Administrative Code (F.A.C.) 62-330.060(1)
Sec. F.
The City of Sebastian shall provide all application fees associated with the DEP/DACS Submerged Land Lease Modification
Application and any subsequent lease fees.
Task 6a: DEP Permit Processing — The Vendor shall process the DEP application by responding to a request for additional
information from DEP if necessary. The Vendor shall contact DEP to address staff questions and concerns and to expedite
their review and processing of the permit application. The Vendor shall confer with the OWNER as to (a) interpretation of DEP
rules and regulations, and (b) responses to DEP requests for additional information. The Vendor shall provide written
responses to DEP to address staff requests for additional information. The Vendor shall represent the project before DEP staff
toward securing approval of permits for the project.
The Vendor shall assist the DEP staff with coordination with state commenting agencies; this will include, but is not limited to
telephone discussions, meetings and/or submittal of additional required information requested by the Florida Fish and Wildlife
Conservation Commission (FFWCC).
Task 6b: USACE Individual Permit Processing — The Vendor shall process the USACE application by responding to a request for
additional Information from USACE if necessary. The Vendor shall contact USACE staff to address staff questions and
concerns and to expedite their review and processing of the permit application. The Vendor shall confer with the OWNER as to
(a) interpretation of USACE rules and regulations, and (b) responses to USACE requests for additional information. The
Vendor shall provide written responses to USACE to address staff requests for additional information. The Vendor shall
represent the project before USACE staff toward securing approval of permits for the project.
The Vendor shall assist the USACE staff with issuance of a Public Notice and coordination with federal commenting agencies;
this will include, but is not limited to telephone discussions, meetings and/or submittal of additional required information
requested by the U.S. Fish & Wildlife Service (USFWS), and National Marine Fisheries Service (NMFS).
Task 6c: DEP/DACS Submerged Land Lease Modification Processing — The Vendor shall process the DEP/DACS Submerged
Land Lease Modification application by responding to a request for additional information from DEP/DACS if necessary. The
Vendor shall contact DEP/DACS SSLL staff to address staff questions and concerns and to expedite their review and
processing of the SSLL modification application. The Vendor shall confer with the OWNER as to (a) interpretation of
DEP/DACS SSLL modification rules and regulations, and (b) responses to DEP/DACS SSLL staff requests for additional
information. The Vendor shall review the draft submerged land lease limit changes requested by DEP/DACS staff and make
Docusign Envelope ID: B365B600-CDOE4A47-691F-AD2E42463952
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
recommendations to City staff regarding these requested changes. The Vendor shall negotiate the final accepted submerged
land lease limit and the Vendor shall present a final land lease limit survey (by Vendor's survey subconsultant) and submit this
to DEP/DACS staff for final processing.
The Vendor shall provide written responses to DEP/DACS SSLL staff to address staff requests for additional information. The
Vendor shall represent the project before DEP/DACS SSLL staff toward securing approval of permits for the project. The
Vendor shall also contact DEP Submerged Land Lease Bureau to expedite this review by the DEP.
1. Vendor's Responsibility (include estirpated hours, If applicable)
I Description Estimated Hours
I Task 4a: DEP Permit Pre- eplication Meeting -um Sum - not applicable
I Task 4b: USACE Individual Permit Pre -Application Meeting -um um - not applicable
I Task 5a: DEP Permit )WAication rymp Sum - not aloo4cable
I Task 5b: USACE Individual Permit Application -ump Sum - not applicable
I Task 5c: DEP/DACS Submerged Land Lease Modification Application -ump Sum - not applicable
I Task 6a: DEP Permit Processing 18 hours
I Task 6b: USACE Individual Permit Processing 14 hours
I Task 6c: DEP/DACS Submerged Land Lease Modification Processing 44 hours
2. Pricing
Description Quantity Contracted Unit Price I TOTALS I
Task 4a: DEP Permit Pre -Replication Meeting 1 Lump Sum $1.920.00 1
1 Task 4b: USACE Individual permit Pre -Application Meeting 1 Lump Sum I $960.00 1
1 Task 5a: DEP Pernitgplication 1 Lump Sum $2.560.00 1
1 Task 5b: USACE Individual Permit Application 1 Lump Sum 1 $2.560.00 1
Task 5c: DEP/DACS Submerged Land Lease Modification 1 Lump Sum I $11,040.00
Tication
l ask 6a: DEP Permit Processing 1 Hourly, Not-to-Fxceed 1 $2.160.00 1
1 Task 6b: USACE Individual Permit Processing, 1 Hourly, Not -to -Exceed 1 $1,600.00 1
Task 6c: DEP/DACS Submerged Land Lease Modification 1 Hourly, Not -to -Exceed $6,520.00
Processing
3. Deliverables Provided to the City (surveys gqlans, etc.)
I Descrlpllon Quantify
I a. Meeting p �,,((��das and minutes Electronic format (pdf)
I b. Permits etchas and drawings Eleclronic (mat ( rd
c. Permit Applications submitted to permit agencies w/attachments for City signature) Mac c format (pdfl
d. Engineers estimated apRroximate protable cQnstrycUon cost each phase Electronic formal (pdJ)
I s. Slyped and Sealed Final Construction estp Drawing with Technical Specifications Electronic format (pdfl
I f. Final permits as issued by regulatory agencies Electronic format (pdf)
Basic of Compensation/Period of Services:
The above referenced description for ADDENDUM No. 1 of CSA — 01 (RFQ #23-06) will be performed for a fee in the amount of
$29,320.00.
Period of Services:
I Description I Task Completion Time
I Task 4a: DEP Permit / SSSL Pre -Replication Meeting weeks after authorization
I Task 4b: USACE Individual Permit Pre -Application Meeting weeks after authorization
I Task 5a: DEP Permitpplication 12 weeks after pre-app
I Task 5b: USACE Individual Permit ADRlication 12 weeks after pre-app
I Task 5c: DEP/DACS Submergpd Land Lease Modification Application 12 weeks after ere-apo
I Task 6a: DEP Permit Processing 3 to 6 months A dependent
Task 6b: USACE Individual Permit Processingo 3 to 6 months DEP dependent
Task 6d: DEP/DACS Submerged Land Lease Modification Processing 3 to 6 months DEP dependent
Docusign Envelope ID: B365B600-CDOEAA47-891F-AD2E42463952
CITY OF SEBASTIAN, FLORIDA
WORK AUTHORIZATION FORM
CONSULTANT SERVICE AGREEMENT (CSA)
AGREED
VENDOR: CITY OF SEBASTIAN:
roxuea»aM
\' Dale: 10/28/24 limn I°J�h%u Date 1/21/2024 1:07:05 PM
Denise M. Boehning / President 'BrIfff'"mi lPF-
CoastalWide LLC City Manager
t"ati,-b,. Approved as to Form and Content for Reliance
9,^,,W.,. W;A.,,,,,, by the City of Sebastian only:
Foowiife_ak�.n by;,Teaneite"1'�PlYams, MMC, City Clerk �Ilt�uf
Je—d6r'C6ckcroft, City Attorney