Loading...
2030 RFQ 17/18-33 CCNA DEA Inc.-to Thursday, December 20, 2018 .73175.117,11 -.::A TO: City Clerk/Mayor RF-: The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ . Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies EJ Special Instructions: LLoAz& 13oja4z.i4eAr From SharePoint—Finance —Purchasing_Forms - 2018.doc 21 nhq Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND DEATRICK ENGINEERING ASSOCIATES, INC. FOR SOLICITATION NUMBER: RFQ 17118-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of January, 2019, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and DEATRICK ENGINEERING ASSOCIATES, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 9425 Tradeport Drive; Orlando, Florida 32827. The CITY and the CONSULTANT may be collectively referenced herein as the "parties". WITNESSETH. - IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the services as set forth in RFQ 17/18-33 which include the procurement solicitation documents, the responses thereto from the CONSULTANT (all of which are incorporated herein as if fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform services as otherwise directed by the CITY all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the CITY within the amount of compensation to be paid to the CONSULTANT. In general, services shall be provided as needed by the City to support of various projects of the CITY, essential services needed by the CITY and to enhance the facilities of the CITY. Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days prior to the annual renewal date that it desires to terminate this Agreement; provided, however, that this Agreement shall terminate after 5 years and shall not be renewed beyond that date and the parties shall be subject to any additional procurement activities of the CITY. However, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the CITY shall continue in effect subsequent to such I Page services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the 2 1 P a g e CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's response to each such request. (g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC, FORM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or .any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 3Page Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agredment is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONSULTANT, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this instrument for the purpose herein expressed. Attest. THE CITY OF SAN V- .'� A C SIGNATURE BLOCK FOLLOWS: 4 1 P a g e Attest: .T -c Warren J. Deatrick Secretary THE CONSULTANT By: Al) Warren J. Natrick President/Treasurer Dated: 72 - 5 1 P a g e Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA low Tab Title A Letter of Transmittal Experience of Key Personnel (SF330, Section 1, Parts A-E) Ability to Provide Services & Subconsultants Litigation Financial Information (Bank Letter) B Similar Projects (SF 330 Part I, Sections F -H) References (Attachment I Form) Significant or Unique Awards or Accomplishments C Project Approach Interpretation of Scope of Services / Technical Approach Adequacy of Resources Specific Services / Tasks To Be Performed irr. ���o r: Response Time and/or Project Implementation Schedule for Proposed Services Including Management & Planning Strategies Innovative Concepts Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab Title D RFQ Solicitation Response Required Forms Attachment B - Insurance Requirements Sample Certificate of Insurance Attachment C - Conflict of Interest Statement Attachment D - Non -Collusion / Lobbying Certification Attachment E - Drug Free Workplace Certification Attachment F - Acceptance of Proposal Terms and Conditions Attachment G - Addendum Receipt Acknowledgement Certification Addendum I Addendum 2 Addendum 3 Addendum 4 Attachment H - Organizational Information List of Officers State Certificate of Good Standing Letter re: Authorized Signatories Attachment K - Proposed Schedule of Subcontractor Participation Attachment - DBPR License & Local Business Tax Receipt Attachment - Licenses / Certifications Attachment - W-9 Form SF 330 Part 11 - General Qualifications E Additional Information Required Forms Disputes Disclosure Form Florida Public Entity Crimes Statement Certification of Non -Segregated Facilities Form Compliance with the Public Records Law Affidavit Respondent Business Information Affidavit Promotional Material Firm Profile Services / Employee Certifications Projects Project Photos July 30, 2018 Marisol Ordohez, Purchasing Manager City of Sanford Finance Department Purchasing Division 300 N. Park Avenue, Suite 243, 2nd Floor Sanford, Florida 32771 RE: LETTER OF TRANSMITTAL RESPONSE TO SOLICITATION NUMBER RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES-CCNA Dear Ms. Ordonez: Thank you very much for this opportunity to offer our Qualifications for Professional Consulting Services. Deatrick Engineering Associates, Inc. (DEA) is especially interested in providing Threshold Inspection Services and Construction Materials Testing Services for the City of Sanford. In addition, with our subconsultant Andreyev Engineering, Inc., we can also offer Geotechnical, Environmental, and Hydrogeological Services. Warren Deatrick & DEA have more successful Geotechnical, Materials Testing Services and Threshold Inspection services experience than any other local firm. Over 7,000 projects, 200 of which are Threshold projects, have been completed covering most of the State of Florida. Successful projects have been completed for over 11 school boards and the State University System, all with excellent results. Included in this Public Agencies group are: City of Orlando (Current Approved Subconsultant) Orange County Board of Commissioners Orange County Public Schools City of Kissimmee (Current Approved Subconsultant) Osceola County Board of Commissioners (Current Contract Awarded) The School District of Osceola County (Current Contract Awarded) Seminole County School Board Lake County School Board plus 6 Additional School Boards DEATRICK ENGINEERING 9425 Tradeport Drive • Orlando, FL 32827 OC�IAESq INC. Ph: 407-851-9776 - Fax: 407-851-6115 Marisol Ordofiez, Purchasing Manager City of Sanford Finance Department July 30, 2018 Page 2 of 2 This very large number of public agencies and projects have all resulted in successfully completed projects with excellent relationships developed with all involved agencies. Of primary concern to DEA is maintaining a professional relationship with all public agencies. We accomplish this by assuring that our Professional Engineer and Project Managers visit job sites regularly and keep the public agency well informed of all pertinent occurrences. We honestly believe that the many relationships we have developed with public agency personnel are truly professional and enduring and second to none in our industry. We look forward to an opportunity to work with the City of Sanford. Our team, staff and technicians are variously certified in all appropriate service areas. A few of these certifications are: • Special Inspector (Threshold) • Professional Engineer • Certified Welding Inspector • Third -Party Steel and Structural Inspection DEA has qualified engineers, inspectors and technicians on staff, and in conjunction with our subconsultant, we are prepared to properly, professionally and timely staff the City of Sanford projects. We have also expanded our staff to include two Graduate Civil Engineers, Mr. Juan Bandera Lucas, BSCE and Mr. Matt Anderson, BSCE. For over 20 years, our office and laboratory have been located off State Road 528 at the Orlando International Airport and will provide quick and easy access to all of the City of Sanford projects. Again, thank you very much for the opportunity to submit our Qualification Statement for Continuing Geotechnical and Materials Testing Services. We appreciate the consideration given to this response. Sincerely, DEATRICK ENGINEERING ASSOCIATES, INC. Warren J. Deatrick, P.E. President My ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Professional Consulting Services - CCNA, Sanford, FL 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 06/29/2018 IRFQ 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Warren J. Deatrick, P.E. 5. NAME OF FIRM Deatrick Engineering Associates, Inc. R TPI PPH(1NP NI IMRFR 17 FAX NHRARFR IR F-MAII ADDRFRR 407-851-9776 1407-851-6115 ideal@bellsouth.net C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM n (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) (Check) Tu'.11 9. FIRM NAME 10.ADDRESS 11. ROLE IN THIS CONTRACT Deatrick Engineering Associates, 9425 Tradeport Drive Point of Contact; Project Inc. Orlando, FL 32827 Technical Management; a Threshold Inspections; Construction Materials Testing ❑ CHECK IF BRANCH OFFICE & Inspection (Soils & Concrete) Andreyev Engineering, Inc. 4055 St. John Parkway Environmental, Geotechnical & Sanford, FL 32771 Hydrogeological Engineering b. Services ❑ CHECK IF BRANCH OFFICE C. ❑ CHECK IF BRANCH OFFICE d. ❑ CHECK IF BRANCH OFFICE e. ❑ CHECK IF BRANCH OFFICE f. ❑ CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM n (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS ,11CM1 ]If a Deatrick Engineering Associates, Inc.'s Proposed Team Note:Ke 1 Ilerwonnel ai-e in bold, red italics DEA Matt Anderson B.S. Civil Engineering Threshold Agent Sr. Field Inspector / Technician The City of Sanford Deatrick Engineering Associates, Inc. (DEA) Point of Contact Warren J. Deatfick, P.,E. #13165 Project Technical Manager Special (Threshold) Inspector #0745 DEA Office Staff Sean Moro -Business Development Manager Rhonda York—Office Manager Kara Rathke—Accounting / HR Manager Jessica Paul - Executive Assistant / Bid Coordinator Melissa Knecht - TH/CMT Assistant Jessica Kough-Dispatch DEA Juan Bandetw Lucas B.S. Civil Engineering Threshold Agent Sr. Field Inspector / Technician DEA Rtissell F. Rodfick Operations Manager Threshold Agent Certified Weld Inspector (CWI) Sr. Field Inspector / Technician DEA Field Inspectors / Technicians Angel Ramos-Monserrate Antoine Clark Jake Eschelweck Ken Bechtel Robert Lake Steve Crosbie Kris Cochran Louis Garcia Andreyev Engineering, Inc. (AEI) Subconsultant for Environmental, Geotechnical & Hydrogeological Engineering Services Nicholas Andreyev, RE #35459 Raymond Jones, P.E. #58079 Shawkat Ali, RE152568 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 812016) 12. NAME Warren Deatrick, P.E. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 13. ROLE IN THIS 14. YEARS EXPERIENCE a TOTAL b. WITH CURRENT FIRM POC; Tech. Mgr.; Threshold Inspector 1 50+ 1 20+ 16. FIRM NAME AND LOCATION (City and State) Deatrick Enciineerinq Associates, Inc. in Orlando, Floridida 16. EDUCATION (Degree and Specialization) B.S. Civil Engineering, University of Kentucky, 1957 Master of Science, Management at Rollins Collage 1975 OTHER PROFESSIONAL QUALIFICA 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Florida: Professional Engineer #13165 Florida: Certified Special Inspector (Threshold) #0745 Georgia: Professional Engineer #11638 Training, Awards, etc.) National Society of Professional Engineers, Florida Engineering Society, American Society of Civil Engineering, American Welding Society, American Concrete Institute (Past President), Florida Structural Engineers Association, ASTM International, American Institute of Steel Contractors, Inc. 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Wilson AFRC (Taft Army Reserve Center), Orlando, Florida 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm a. Investigation of an existing 3 -story brick -faced building. Sinking caused by debris under foundation. DEA's Scope: Geo- physical Investigations using GPR; Geotechnical investigations; interior concrete cores; test pits / Project Fee: $74,540 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES rONSTRUCTION (lfapplicable) Project Fin 2016 (Mako), Orlando, Florida 2016 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost etc.) AND SPECIFIC ROLE Q Check if project performed with current firm b. New Construction of Sea World Adventure Park's Mako Roller Coaster that stands 200' tall and 4,760' long. DEA's Scope: Pile Inspections, Load Tests, Construction Material Testing, Threshold and misc. steel inspections / Project Fee: $328,672 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Florida Advanced Manufacturing Research Center (FAMRC), Kissimmee, FL PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2016 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm C. FAMRC, a $71M project, consisted of a 2 -story building that included a 100,000 SF "clean building", not just a clean room. DEA's Scope: Review of geotechnical reporting; stone column installations & footing excavations; Threshold Inspections, Construction Materials Testing & Third Party Steel Inspections / Project Fee: $135,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Project Sunshine at Celebration -Phase I, Celebration, Florida PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Phase 1 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm d. Existing, occupied multi -family apt. complex consisting of six 4 -story wood frame buildings on post -tension slabs w/TPO roof systems & stucco exteriors. DEA's Scope: Threshold Inspections to determine possible cause of balcony failures. DEA inspections indicated the buildings were unsafe for occupancy; the Osceola County Bid. Dept. inspected the buildings, agreed w/DEA's findings & posted all 6 bldgs. as unsafe for occupancy / Project Fee -Ph I: $102,000 (all 6 bids) (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Orlando Eye (ICON Orlando), Orlando, Florida 2015 1 2015 (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE Q Check if project performed with current firm e. New Construction of a 400 ft tall observation wheel. DEA's scope included Geotechnical Review, Auger Cast Pile Inspections, Construction Materials Testing, Threshold and Misc. Steel Inspections / Project Fee: $64,250 STANDARD FORM 330 (REV. 8/2016) PAGE 2 12. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 13. ROLE IN THIS CONTRACT 14. a. TOTAL / Technician 5.5 Juan Bandera Lucas, B.S.C.E. TH Agent: Sr. Field b. WITH CURRENT FIRM 2 15. FIRM NAME AND LOCATION (City and State) Deatrick Engineering Associates, Inc., Orlando, Florida 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) H.S. Colegio Rev. Andres Amengual Fe y Alegria, La Vega, None Dominican Republic, 2005 B.S., Civil Engineering, UCATECI, La Vega, Dominican Republic, 2010 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Privately published Water System Plant Treatment of Residential Water System, February 2010; Member, American Welding Society (AWS); ACI Field Testing Technician; Portable Nuclear Gauge & Hazmat Training Certification 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Project Sunshine at Celebration -Phase I, Celebration, FL PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Phase 1 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE n Check if project performed with current firm a. Existing, occupied multi -family apt. complex consisting of six 4 -story wood frame buildings on post -tension slabs w/TPO roof systems & stucco exteriors. DEA's Scope: Provided Threshold Inspection services to determine possible cause of balcony failures. Conducted soils & concrete testing for footings associated with balcony repairs & inspected temporary shoring & repairs / Project Fee -Ph I: $102,000 (all 6 buildings) (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED 69 E Pine St (Shots, Joysticks, Mathers's Social Gathering), Orlando, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2016 I 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE n Check if project performed with current firm b. Renovation of an existing 3 -story historical building to accommodate three uniquely themed Game and Retro lounges/ bars in Downtown Orlando. DEA's Scope: Inspection of existing interior structural conditions and renovations. Construction Materials Testing, Threshold Inspection Services / Project Fee: $23,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED 2nd Avenue Mini Storage, St. Petersburg, FL PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2016 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm C. The self storage building is a 92,000 SF, 4 -story climate controlled facility housing nearly 600 units . Project includes an award winning 230' covered drive-thru bay. DEA's Scope: Threshold Inspections; Construction Materials Testing, Third Party Steel Inspections / Project Fee: $88,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Maitland West Luxury Apartment Complex, Maitland, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2016 2018 d. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm $52M apartment complex includes a 4 -story wood framed building w/315 apartments; a 120 -room hotel, retail space & office space. DEA's Scope: Threshold & Third Party Steel Inspections, Private Provider Firestop Inspections & Construction Materials Testing / Project Fee $113,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Marden Ridge Apartments, Apopka, FL PROFESSIONAL SERVICES CONSTRUCTION(lfapplicable) 2016 I 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm e. A 2.17 acre property, 4 -story wood -framed apartment complex. This 272 unit residential complex includes five multi -family buildings, a clubhouse, swimming pool & active recreation areas, dry stormwater treatment ponds & a commercial outparcel. DEA's Scope: Threshold & Third Party Steel Inspections & Construction Materials Testing / Project Fee: $54,000 STANDARD FORM 330 (REV. 8/2016) PAGE 2 12. NAME Matt Anderson, B.S.C.E. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 13. ROLE IN THIS CONTRACT 15. FIRM NAME AND LOCATION (City and State) Deatrick Engineering Associates, Inc. Orlando, Florida 16. EDUCATION (Degree and Specialization) Diploma, Cypress Woods High School Cypress Texas 2010 B.S. Civil Engineering, Texas Tech University Lubbock, Texas 2015 Sr. Field Inspector /Technician 1 4+ 14. YEARS EXPERIENCE b. WITH CURRENT 7 mos 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) None 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) ACI Concrete Strength Testing Technician, Portable Nuclear Gauge & Hazmat Training Certification 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 812016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (11'applicable) Shooter's World, Orlando, Florida 2018 1 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm a. Conversion of a former Bally's Fitness Club into a 2 -story 79,000 sq. ft. indoor shooting range with classrooms, snack bar/lounge and retail store. DEA's Scope: Geotechnical Testing, Construction Materials Testing, Threshold Inspections, Misc. Steel / Project Fee: $41,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Orlando Police Department Crime Scene Facility, Orlando, Florida PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2017 2018 b. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Renovation / re -purposing of an existing 40 -year old building to a 80,000 sq. ft state of the art Crime Scene Facility. The facility includes secure property and evidence unit storage, processing labs, training areas and storage spaces DEA's Scope: Construction Materials Testing, Misc. Steel / Project Fee: $14,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Drake Midtown Apartments, Lake Mary, Florida PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Ongoing I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm C. New Construction of a 5 -story multi -building apartment complex with 4 -story parking garage, retail shops and fitness center. DEA's Scope: Construction Materials Testing, Threshold Inspections, Misc. Steel. Ongoing Parking Lot CMT. Estimated completion 8/2018. Project Fee: $86,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Lucerne Parking Garage, Orlando, Florida PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Ongoing I d. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm New Construction of a 305 -space parking deck and other related improvements to replace the existing parking deck. DEA's Scope: Construction Materials Testing, Misc. Steel. CMT ongoing. Estimated completion 10/2018. Project Fee: $28,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED LA Fitness Kissimmee, Kissimmee, Florida PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Ongoing (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE OJ Check if project performed with current firm e. New construction of a 38,000 sq. ft fitness facility with indoor pool. DEA's Scope: Geotechnical Testing, Construction Material Testing, Threshold Inspections, Misc. Steel. Pool deck CMT ongoing. Estimated completion 8/2018. Project Fee: $44,000 STANDARD FORM 330 (REV. 812016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME Russell Rodrick, Certified Weld Inspector 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Opns Mgr;TH Agent;Sr. Fld Insp.; CWI a. TOTAL b. WITH CURRENT FIRM 11+ 1 11+ 15. FIRM NAME AND LOCATION (City and State) Deatrick Engineering Associates, Inc., Orlando, Florida 16. EDUCATION (Degree and Specialization) A.S. Electonics Engineering Technology, ITT Tec. Institute, Jacksonville, Florida 1996 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) None 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) AWS Certified Welding Inspector, ACI Concrete Field Testing Technician, ACI Concrete Transportation Construction Inspector, ACI Concrete Strength Testing Technician, FDOT CTQP Concrete Lab Technician -Level 1, Portable Nuclear Gauge & Hazmat Certification, Radiation Safety Officer Certification 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Allegro Senior Living, Casselberry, FL PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2016 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm a. A memory care/assisted living community on a 17.3 acre site. Project consists of 158 units within a 175,000 SF building. The facility contains a stadium -style theater, outdoor dining, salon & spa. DEA's Scope: Threshold Inspections, Construction Materials Testing, Third Party Steel Inspections & Private Provider Firestop Inspections / Project Fee: $58,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION(ifapplicable) Mango's Tropical Restaurant, Orlando, Florida 2015 2016 (3) BRIEF DESCRIPTION (Bdefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm b Renovation of a former T.G.I. Fridays to an expanded 55,000 sq. ft Tropical Themed Restaurant, Nightclub with Retail shops. DEA's Scope: Construction Materials Testing (CMT), Threshold and Misc. Steel Inspections. Project Fee: $72,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Pioneers - The Fletcher Center, Orlando, Florida PROFESSIONAL SERVICESCONSTRUCTION (If applicable) 2015 2016 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm C. The International Headquarters for the Pioneers Missionaries consisting of a new two-story, 50,000 sq. ft building. DEA's scope: Construction Materials Testing, Threshold and Misc. Steel Inspections. Project Fee: $46,300 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (/fapplicable) West Orange High School, Windermere, Florida 2016 2017 d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm A $71AM, 385,000 SF high school on a 68 -acre site that accommodates approximately 2,800 students. The multi -story, multi -building school includes classroom buildings, an EHPA gymnasium, a media center & an 853 -seat auditorium. DEA's Scope: Threshold Inspections & Third Party Steel Inspections / Project Fee: $52,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(lfapplicable) South Campus Health Pavilion, Clermont, FL 2017 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm e. A 2 -story, 40,000 SF free-standing emergency department & medical pavilion which includes an onsite laboratory, outpatient imaging & rehabilitation services & is part of a master -planned development with physician offices, restaurants & residential apartments. DEA's Scope: Threshold & Third Party Steel Inspections & Verification of Construction Materials Testing Results / Project Fee: $22,000 STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14. YEARS EXPERIENCE a TOTAL b. WITH CURRENT FIRM Nicolas Andreyev, PE Principal Engineer 37 25 15. FIRM NAME AND LOCATION (City and State) Andreyev Engineering, Inc, Sanford, FL 16. EDUCATION (DEGREEAND SPECIALIZATION) Bachelor of Science -Civil Engineer Master of Science -Environmental 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Florida Professional Engineer #35459 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Publications: MODRET Model, 08/1991; Filter Drain Model, 0911992; Field & Laboratory Methods Online Course, 2009; Stormwater Retention & Recovery Analysis Online Course, 2009. 19. RELEVANT PROJECTS STANDARD FORM 330 (612004) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Villages of Fenney, The Villges 2016 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ✓❑ Check if project performed with current firm a. Ongoing Geotechnical and stormwater capture studies for large development, includes residential, roads, ponds, golf course. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Bigham North, The Villges 2016 b (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm Ongoing Geotechnical studies for residential and commercial development, including clayey expansive soils, stormwater reuse, wetland hydration and permitting assistance. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) ACMS, Sumter County 201C. 8 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑✓ Check if project performed with current firm Geotechnical and Hydrogeologic studies for landfill expansion. Sinkhole investigation and detailed GPR survey. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) City of Deltona CUP, Deltona 2018 d' (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ❑✓ Check if project performed with current firm Hydrogeologic Studies, Modeling & Permitting Services. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) BV -4B DMMA Final Design Project, Mims, FL 2014 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm e. Groundwater Modeling, Engineering & Modeling Services and Conduct final MODFLOW & MT3D Modeling STANDARD FORM 330 (612004) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 14. YEARS EXPERIENCE a TOTAL b. WITH CURRENT FIRM Raymond Jones, PE Senior Project Engineer 21 20 15. FIRM NAME AND LOCATION (City and State) Andreyev Engineering, Inc, Sanford, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science -Civil Engineering Geotechnical Florida Professional Engineer #58079 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) ASCE Member State of Florida - Department of Financial Services, Certified Neutral Evaluator 19. RELEVANT PROJECTS STANDARD FORM 330 (6/2004) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED South Lake Hospital -North Campus Stand Alone Emergency Medical Ctr, PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Leesburg 2017 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE F✓ Check if project performed with current firm a. Project included geotechnical investigations to provide design recommendations for building foundations, heliport, paved parking areas, retaining walls, and stormwater retention systems. During construction of the project AEI provided additional construction materials testing, supplemental geotechnical investigations and foundation stabilization assistance related to repair of a surface collapse in the building area. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Silver Eagle Reclaimed Ground Storage Tank Project, Groveland 2016 2017 b (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project involved geotechnical investigations of a proposed 1.5 Million Gallon Ground storage tank for site preparation and foundation design recommendations. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) South Lake Regional Park, Clermont 2016 I 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Project included geotechnical investigation for mass grading, soil suitability evaluations and stormwater retention system design of a proposed 40 acre regional park project that included a baseball and softball complex, soccer fields, and many other amenities. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicable) e) Senior Living Facility, Williams Road, Longwood 2016 2018 d' (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project involved geotechnical investigations to the proposed assisted living facility, including buildings roadways, and paved parking areas, as well as environmental site assessments. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Amtrak Auto Train Storage Facility, Sanford 2017 I 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e. Project involved geotechnical investigations to provide building foundation design and site preparation recommendations STANDARD FORM 330 (6/2004) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM Shawkat Ali, Ph.D., PE Senior Geotechnical Engineering 1 35 1 12 15. FIRM NAME AND LOCATION (City and State) Andreyev Engineering, Inc, Sanford, FL 16. EDUCATION (DEGREEAND SPECIALIZA PH.D., Geotechnical Engineering 18. OTHER PROFESSIONAL QUALIFICA ASCE Member ASTM Member 17. CURRENT PROFESSIONAL REGISTRATION (STATEAND Florida Professional Engineer #52568 Awards, etc.) 19. RELEVANT PROJECTS STANDARD FORM 330 (6/2004) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicable) Solar Energy Plant, Leesburg 2015 2015 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a. Geotechnical Investigation and Foundation Design (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) LRMC Cancer Center & Sand Lake Hospital, Lake County 2016 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑✓ Check if project performed with current firm b Geotechnical Investigation and Pile Foundation Design (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONALSERVICES CONSTRUCTION (Ifapplicable) Storey Lake Apartment Complex, Kissimmee 2017 2017 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm C. Geotechnical Investigation and Foundation Design (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) AFRC Building, Orlando 2017 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm d' Geotechnical Investigation and Pile Foundation Desing (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONALSERVICES CONSTRUCTION (Ifapplicable) Summer Lake - Grace Groves, Sorrento 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e' Geotechnical Investigation foor Site Development, Sand Mining and Foundation Design for 300 Acre Development STANDARD FORM 330 (6/2004) PAGE 2 %/nmmhl .mro�ur�rrrOrr�o�uinrr�rdmr m r. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab A. Firm Qualifications & Experience Ability to Provide Services to the City With 11 inspectors / technicians currently on staff, Deatrick Engineering Associates, Inc. can provide appropriate and timely inspections and/or testing for the City of Sanford. Scheduling and coordination of project inspections and testing will be managed by DEA's dispatcher, Jessica Kough. She will work closely with Mr. Rodrick, DEA's Operations Manager, to ensure the proper inspector / technician is available to perform the necessary inspection and / or testing service for the City of Sanford. Should schedule changes be required, the City's projects will, of course, receive priority. Our office location along the 528 Beachline gives us quick access to all major highways making our response time minimal and our in-house laboratory is CMEC and FDOT certified. DEA also pays close attention to budgets and strives to always meet budgets. Budgets are provided and approved for all projects prior to the start of work. Unless unknown conditions occur, we will meet the project budget goals. Monthly budget updates are conducted with the City's Project Manager. Once budgets have been established with City of Sanford personnel, the approved budgets will be reviewed with all team members. DEA's efficient budgeting and invoicing system which will ensure that all invoicing will accurately track with the City's purchase order system. Our Accounting Manager, Kara Rathke, can adapt our system to flow smoothly and accurately as necessary. DEA will work closely with the City and general contractor to maintain budget control. Our relationship with the General Contractor is a key ingredient to cost control. DEA developed and will provide "Precon Notes" prior to the start of construction. These notes have been developed over the years and provide a great path for achieving low cost and budget control. Throughout our history of providing professional services, DEA has always worked effectively and professionally with Public Agencies. It will always be our goal to maintain excellent client relationships. We have successfully provided professional services for hundreds of projects with /or for Public Agencies. Based on DEA's experience, location & staff, we feel confident of our ability to provide professional engineering services & successfully complete all of the City of Sanford's assigned projects. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA n 4P Tab A. Firm Qualifications & Experience (continued) Subconsultant If additional services are required for this RFQ, Deatrick Engineering Associates, Inc. (DEA) has the following subconsultant available for assistance: Andreyev Engineering, Inc. (AEI) 4055 St. John's Parkway Sanford, FL 32771 AEI's Responsibilities: Environmental: Phase I & Phase 11 ESAs Geotechnical: Subsurface exploration, foundation design, construction support, settlement estimating, structures, roadways and drainage systems, etc. Hydrogeological Engineering: Storm -water, groundwater, water supply, wastewater, drain wells, etc. Litigation During the last five (5) years, Deatrick Engineering Associates, Inc. has had no past and/or pending litigation or disputes relating to the work described herein. Financial Information Bank of America letter regarding DEA's financial information follows. Bank nfmerica®040'" PO BOX 25718 C3_15754_092716 TAMPA, FL 33622-57 7 8 Re: CITY OF SANFORD To: DEATRICK ENGINEERING ASSOCIATES, INC. As requested the below information is verification regarding the status of your deposit account(s) with us: Type of Case Number 45033824 DEATRICK ENGINEERING ASSOCIATES. INC. Date 624 BERWICK DR July 19, 2018 WINTER PARK FL 32792-4768 Customer service $13,564.97 $13,266.83 800.432.1000 9349 Account information bankofamerica.com Re: CITY OF SANFORD To: DEATRICK ENGINEERING ASSOCIATES, INC. As requested the below information is verification regarding the status of your deposit account(s) with us: Type of Account Current balance Average account ending balance Checking 6023 $13,564.97 $13,266.83 Checking 9349 $258,481.73 $207,252.67 Pabio Morachimo Relationship Manager Bank of America FLO-416-01-01, 2701 S Conway Rd. Orlando, FL 32812 pablo.morachimo-samaniegoCa)bankofamerica.com Cust Svc 800.432.1000 T 407.249.0605 F 407.207.2456 Bankof America Date opened 3/11/08 10/24/02 The average balance information for accounts, if available, is based on the previous 12 months. For time deposit accounts, such as CDs the average balance information is not available. We appreciate the opportunity to serve your financial needs. If you have questions, please call us at 800.432.1000, Monday through Friday, 8 a.m. to 11 p.m. and Saturday and Sunday, 8 a.m. to 8 p.m. Eastern. The information provided is strictly confidential and intended for use solely by the requesting party and In reliance on your statement of intended purpose or use. The information is furnished as a matter of courtesy without a duty to do so and without responsibility, liability or warranty, express or implied, on the part of Bank of America to you or any third party. Information is obtained from electronic data sources, which may not represent all information in Bank of Americas possession. information is not guaranteed to be accurate and may be a matter of opinion. We do not accept any responsibility for errors, omissions or alterations after delivery. The information is constantly changing and therefore subject to change without notice. Bank of America will not update this response unless another written inquiry is received. This Information applies to the name of the subject of the Inquiry as styied in your request and does not Include any indirect or related accounts or obligations, unless expressly specified in our response. Bank of America encourages you to contact more than one credit reference prior to making any credit decision. if you received this response by fax, and you are not the intended recipient or an agent responsible for delivering it to the Intended recipient, you are hereby notified that you have received this document in error. and that any review, dissemination, distribution or copying of the information contained in this message is strictly prohibited. If you have received this communication In error, please notify us immediately and return the message to us by mail. Bank of America and the Bank of America logo are registered trademarks of the Bank of America Corporation. CRLN12 Bank of America. N.A. Member FDIC. V 2016 Bank of America Corporation 1 V ■.1 $Av I --V 1 1\ "W- I MM, 1 G rlwrvd7cv 1 cM1Y1 a 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 1 Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Wilson AFRO Taft Army Reserve Center), Orlando, Florida 2017 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME ic. POINT OF CONTACT TELEPHONE NUMBER Owner's Rep: RSP Architects Jim Fitzhugh 612-677-7176 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Project Description: Deatrick Engineering (DEA) and Andreyev Engineering provided engineering studies to evaluate and assess the southern portion of the existing 3 -story AFRO building which had experienced a substantial amount of settlement damage and distress. .. Scope of Work: Structural, Geotechnical Engineering & Geophysical investigations. The investigations were performed to recommend options for remedial measures to rehabilitate the southern portion of the building and provide Geotechnical recommendation for the design of the type, depth and spacing of mini -piles required for the underpinning of the southern portion of the building. These investigations included Surveys; a GPR study of the interior and exterior of the building; high density floor elevation survey; concrete coring for thickness and evaluation of existing concrete; test pits to assess the type, depth and dimensions of existing foundation footing; hand auger borings, Standard Penetration Tests (SPT) and Cone Penetration Tests. Note: Next Phase of project expected to begin 8/2018; estimated completion date 2019. Cost: DEA's Project Fee: $74,540 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Coordination, Construction Materials Deatrick Engineering Associates, Inc. Orlando, Florida Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. Andreyev Engineering, Inc. Sanford, Florida Geotechnical Investigations & Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 1 2 22. YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicable) Project Fin 2016 Mako Roller Coaster), Orlando, Florida 2016 2017 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Sea World Adventure Parks of Florida Greg Bales 407-363-2121 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Project Description: Deatrick Engineering (DEA) was contracted with Sea World Adventure Park for the Mako Roller Coaster attraction. The new roller coaster stands 200' tall, is 4,760' long and reaches speeds of 70+ miles per hour. Scope of Work:;; Geotechnical Engineers, Andreyev Engineering, Inc., provided the extensive Dewatering Groundwater Modeling for the project. The modeling included installation of the cofferdams at two lakes and pumping out the water from ponds within the construction areas. DEA provided Construction Materials Testing for the coaster and loading areas. Testing included the required compaction testing, concrete testing, Third Party (Threshold) Inspections and steel inspections. Cost: DENS Project Fee: $328,672 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME {2) FIRM LOCATION (City and State) (3) ROLE a' Construction Materials Testing, Threshold and Deatrick Engineering Associates, Inc. Orlando, Florida Miscellaneous Steel Inspections (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. Andreyev Engineering, Inc. Sanford, Florida Dewatering Services (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 .. ....a...n .-.- F 1 a ■Wn1%'r1 GGJ I ILLUO 1 KA 1 t rKUrUbtU 1 tAM➢'S20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 3 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Shooters World, Orlando, Florida On oin Ongoing 23. PROJECT OWNER'S INFORMATION a. I't<UJtGr OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Shooter's World Orlando, LLC I Frank Valente _ 813-966-8149 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cast) Project Description: Demolition of a former fitness club for construction of a 2 -story, 79,000 sq. ft. indoor shooting range with classrooms, snack bar/lounge and retail store. Panel Rebar Installation Panel Pour Scope of Work: Deatrick Engineering (DEA) teamed up with Andreyev Engineering, Inc., to provide a Preliminary Geotechnical Investigation. The purpose of the study was to explore the subsurface soil & groundwater conditions for general site development and provide preliminary recommendations for site preparation and support of the proposed building on shallow foundations. DEA has continued to provide the Threshold Inspections, Third -Party Structural Steel Inspections and Construction Materials Testing for the building and site work. Testing includes the required compaction testing, concrete testing and miscellaneous soils testing. Cost: DEA's Project Fee: $34,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a" Threshold Inspections, Third -Party Structural Deatrick Engineering Associates, Inc. Orlando, Florida Steel Inspections & Construction Mtls Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. Andreyev Engineering, Inc. Sanford, Florida Geotechnical Services (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 •—•-•-•••• •-.- .... ...wW a I FNM I V_ rrwrv.acLJ 1 GP Ivl a 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (' (Present as many projects as requested by the agency, or 10 projects, if not specified. 4 Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Itapplicable) LA Fitness -Kissimmee, Kissimmee, Florida Ongoing Ongoing 23, PROJECT OWNER'S INFORMATION a. PROJECT OWNER b, POINT OF CONTACT NAME lc. POINT OF CONTACT TELEPHONE NUMBER Fitness International Robert Stephens 706-416-3244 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Project Description: The project consists of an existing retail building remodeled to accommodate the 38,000 sq. ft. LA Fitness facility. As part of the interior site improvements, several roof support columns were removed/relocated and one in -ground pool and an indoor basketball court were constructed. Scope of Work: Deatrick Engineering teamed up with Andreyev Engineering to complete the Preliminary Geotechnical Investigation. Purpose of the Geotechnical study was to explore subsurface soil and groundwater conditions at this site for foundation support of the proposed building improvements on shallow foundation systems and provide general recommendations for site preparation and shallow foundation design. Standard Penetration Test (SPT) borings were drilled within the interior of the existing building to measure the depth of the groundwater table and estimate normal seasonal high groundwater table levels. DEA has continued to provide Threshold Inspections; Third Party Steel Inspections and Construction Materials Testing. The testing includes the required compaction testing, concrete testing and miscellaneous soils inspections. Cost: DEA's Project Fee: $41,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a• Project Coordination, Construction Materials Deatrick Engineering Associates, Inc. Orlando, Florida Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. Andreyev Engineering, Inc. Sanford, Florida Geotechnical Investigations & Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 20. EXAMPLE PROJECT KEY NUMBER QUALIFI 10 (Present as many projects as requested by the agency, or 10 projects, if not specified, 21. TITLE AND LOCATION (City and State) omplete one Section F for each project) 22. YEAR COMPLETED 5 Drake Midtown Apartments, Lake Mar -FROFESSIONAL SERVICES I CONSTRUCTION (if applicable) — _y, Florida 2017 23. PROJECT OWNER'S INFORMATION b. POINT OF CONTACT NAME a. PROJECT OWNEROwner's Rep: RBK3, "' "' : CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, andcost) Project Description: The newly constructed Drake Midtown Apartments project |ocatedinLaheK4oryimvo|uedinexoaaaof$65rniUion. The upscale, five -story, 263 -unit apartment complex features a 4 -story parking garage, retail shops, a fitness center and two clubhouses. Scope of Work: Daehick Engineering (OEA)continues 0uprovide the Third -Party Structural Steel Inspections and Construction Materials Testing for the building, site work 0^off-site roadway. Testingincludes the required compaction testing, concrete testing & miscellaneous soils testing. Estimated Completion Date: September, 2018 Cost: DE/\'s Project Fee: $82.000 25. FIRMS FROM SECTION CINVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2�FIRM LOCATION (City and State) (3) ROLE Construction Materials Testing & Third -Party Deatrick Engineering Associates, Inc. —NAME Orlando, Florida Steel Inspections (7) FIRM (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and Stale) (3) ROLE STANDARD FORM 330 (REV. 8/2016) PAGE 3 --- . ---- - -- r- r .wr 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specked. Complete one Section F for each nroiect) 1 $ 22. YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (lrappffcabte) 23. PROJECT OWNER'S INFORMATION a. vt(uitc 1 QVVNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Client: H.J. High Construction Co I Jay Wahl 407-422-8171 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost)- Project Description: New construction of a 305 -space parking deck and other related improvements to replace the existing parking deck. Scope of Work: Deatrick Engineering (DEA) continues to provide Construction Materials Testing and Miscellaneous Steel Inspection for the project. Estimated Completion Date: October, 2018 Cost: DEA's Project Fee: $21,400 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Construction Materials Testing & Deatrick Engineering Associates, Inc. Orlando, Florida Miscellaneous Steel Inspections (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE. f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 — —'-- -----'--'----~' =°�w. 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER /-' p9noon 21. TITLE AND —LOCATION (City and State) Complete one Section F for each project) 1 7` 22. YEAR COMPLETED Florida Advanced Manufacturing Research Center (FAMRC) PROFESSIONAL SERVICES NSTRUCTION (If applicable) Kissimmee, Florida 2016 1CO 2016 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Owner's Rep: ZHA, International Rick Mellin 407-422-7487 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Incfude scope, size, and cost) Project Description: The Florida Advanced Manufacturing Research Center, orFAyNRC. is e $71 million project aOd has been considered one ofthe mos�anlbitiVuGconstruction p 'a�<� einr���ntenba|F|ohdahistory. FAyWRC is a two-story building that facilitates research in the fields of aenJspace, biomedical, agricV|tVre, energy, environmental, cornnlunicatimns, transportation, consumer products, banking and health care. The Center included construction of 100'000 sq. ft. "dean building", not a clean noo0, but an entire building. Clean suits are required in all building locations. Scope of Work: Deathck Engineering /[)EA\ personnel provided o review of Geotechnical reporting; Inspections for the extensive Stone Column Installations and Footing Excavations; Threshold Inspections; Third PartyStee| � Inspections; and p�orrnedthe (�onetructioDW1mterio|oTosbng.The testing included the required conn'ootion testing, concrete testing. miscellaneous soils inspections and monitoring the stone column load test. Cost: DEA's Project Fee: $135,000 25. FIRMS FROM SECTION OINVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Coordination, Construction Materials Deatrick Engin ering Associates, Inc. —NAME Orlando, Florida Testing (1) FIRM (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE— C. (1) FIRM NAME (2) FIRM LOCATION (City and �State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City ana §tate) (3) ROLE STANDARD FORM 330 (REV. 8/2016) PAGE 3 —. - ..... __ .. _e_ __ .. ........... ......�.r.....,.... I.— ---w I ce%rrl o 2D. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER - (Present as many projects .as requested by the agency, or 10 projects, if not specified. $ Complete one Section F for each pro•ect. 21. TITLE AND LOCATION (Cityand State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lrapplicable) Pioneers - The Fletcher Center, Orlando, Florida 2015 2016 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Pioneers International Michael Constantino, Director of Opr 407-382-6000 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, andcost) Project Description: The Fletcher Center is a new $9.4 million project for Pioneers International Missionaries. The 50,000 SF building consists of a large interactive / educational lobby entrance, an office wing and a training/conference center wing. The 2 -story office wing on the NE end of the building features a large glass staircase leading to an open office configuration with more traditional office spaces along the perimeter. This office building is the international headquarters that supports Pioneers' missionaries worldwide. The SE wing of the building is for missionary training and includes a conference center with a full size industrial kitchen & dining and meeting spaces. The second story is accessible by elevator & provides storage and utility space for the organization. Scope of Work: Deatrick Engineering (DEA) provided Threshold Inspections, Construction Materials Testing and Miscellaneous Steel Inspections for this project. and estimate normal seasonal high groundwater table levels. Cost: DEA's Project Fee: $46,300 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 812016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and Stale) (3) ROLE a" Project Coordination, Construction Materials Deatrick Enaineering Associates Inc. Orlando Florida Testin (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and Slate) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (Cityand State) (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f, STANDARD FORM 330 (REV. 812016) PAGE 3 ®. ..... __ . --------- 11� I c V r Wvw acd 1 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specirled. Complete one Section F for each project. 9 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED 69 E. Pine St. (Shots, Joysticks, Mathers' Social Gathering,PROFESSIONAL SERVICES CONSTRUCTION (Itapplicable) Orlando Florida 2016 2017 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c, POINT OF CONTACT TELEPHONE NUMBER Team Market Group I Edgar Silva _ 407-748-5084 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Project Description: The historic Phoenix Building, also known as the Kuhl -Delaney Building, is in the middle of Downtown Orlando's Historic District. Multiple renovations have been made since the original construction in 1882. Renovations have included the addition of a 1,500 sq. ft. mezzanine and the removal & modification of the ground floor facade. Today, each of the building's three floors hosts a uniquely themed game and retro lounge/bar. Scope of work: Deatrick Engineering (DEA) was hired prior to the start of structural repairs and alterations. Each of the three floors was designed by a different Engineer of Record. Monitoring & coordinating changes was extremely complicated, but successfully accomplished. DEA also monitored the demolition and repairs to the interior structure. DEA provided the Threshold Inspections, Third -Party Structural Steel Inspections and the Construction Materials Testing, which included compaction testing and concrete testing. Cost: DEA's Project Fee: $23,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e• Threshold Inspections, Construction Materials Deatrick Engineering Associates, Inc. Orlando, Florida Testing & Third -Party Structural Steel Inspection, (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 _ ­_�. ---' '',-'-___'I-" IT, ia 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 21. TITLE AN­DLOCATION CCity-a—nd State) Complete one Section F for each project) 22. YEAR COMPLETED 10 South Campus Health Pavilion, Clermont, FIL PROFESSIONAL SERVICES ONSTRUCTION (Itapplicable) — 2017 Ic 2018 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNERSo-uthLake ospital b. POINT OF CONTACT NAME CPOINT OF CONTACT TELEPHONE NUMBER in affiliation w/Orlando Health Kimberly McMurphy 352-394-4071, ext. 4415 24BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Project Description: A 3-atory, 40.000 SF free-standing emergency department & nnodioa| pavilion which includes an onsite laboratory, outpatient imaging and rehabilitation services. This project iepartofemostmr-p|anneddeve|opmant with physician offices, restaurants and residential apartments being developed by Exploria Resorts. , of Work: `- Deathok Engineering (DEA) provided Threshold Inspections for the CMU vvaUu, oeet in place concrete Obobnge. Structural elevated deck), �ructuna| 8tee| inspections (joists, decking), light gauge framing and verification ` (footings, of construction rnuteha| testing naou|to. Andneyav Engineering, Inc. provided geotechnical and construction materials testing services. Cost DEA's Project Fee: $22,000 25. FIRMS FROM SECTION CINVOLVED VNTMTHIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Threshold Inspections, Structural Steel Deatrick Engineering Associates, Inc. Orlando, Florida Inspections & CMT Results Verification (1) FIRM NATE_ (2) FIRM LOCATION (City and State) (3) ROLE b. Andreyev Engineering, Inc. Clermont/Sanford, Florida Geotechnical, Construction Materials Testing (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY PERSONNEL (From Section E, Block 12) 27. ROLE IN THIS CONTRACT (From Section E, Block 13) 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in "Example Projects Key" section below before completing table. Place 'X" under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Warren J. Deatrick, P.E. Point of Contact; P6 Technical Manager; Threshold Inspector X X X X X X X X X X Juan Bandera Lucas Threshold Agent; Sr. Field Inspector /Technician X X X X X X X X X X Matt Anderson Threshold Agent; Sr. Field Inspector / Technician X X X X Russell Rodrick Opns Mgr; Threshold Agent; CWI; Sr. Field Inspector/Tech. X X X X X X X X X X Nicolas E. Andreyev, P.E. Environmental, Geotechnical & Hydrogeological X X X X X Raymond Jones, P.E. Environmental, Geotechnical & Hydrogeological X X X X X Shawkat Ali, P.E. Environmental, Geotechnical & Hydrogeological X X X X X 29. EXAMPLE PROJECTS KEY 4UMBER TITLE OF EXAMPLE PROJECT From Section F NUMBER TITLE OF EXAMPLE PROJECT From Section F 1 Wilson AFRC (Taft Army Reserve Center) 6 Lucerne Parking 2 Project Fin 2016 (Mako Roller Coaster) 7 Florida Advanced Mfg. Research Center (FAMRC) 3 Shooter's World 8 Pioneer: The Fletcher Center 4 L.A. Fitness - Kissimmee 9 69 E. Pine Street (Shots, Joysticks, Mathers' Social) 5 Drake Midtown Apartments 10 South Campus Health Pavilion STANDARD FORM 330 (REV. 8/2016) PAGE 4 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. 1. AUTHORIZED REPRESENTATIVE The 31. a statement of facts. 33L NAME AND TITLE Warren J. Deatrick, P.E., President STANDARD FORM 330 (REV. 812016) PAGE 5 CITY or SAN FORD City of Sanford I Finance Department ( Purchasing Division 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 407-688-5028 or 5030 Fax: 407-688-5021 Si 44bl�t , �dl�tbbelr.; I"1� CONSULTANTS COMPETITIVE" NEGOTIATION ACT (CCNA) Term Contract uI+" July 1, d1S FINANCE DEPAnTMENT TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'W'Failure to submit this form may be grounds for disqualification of your submittal`s 47 Project #1: Project Name: Project Fin 2016 Mako Roller Coaster Type of Project/Service: Roller Coaster/ Threshold Inspections; Third Party Steel Inspections & Construction Materials Testing Address: 7007 Sea Harbor Drive, Orlando, FL 32821 Contracting Agency/Client: Sea World Adventure Parks of Florida Contact Name and Phone #: Greg Bales 407-363-2121 Contact Email Address and Fax gre .bales seaworid.com 407-363-2129 Contract Amount: $328,672 Date Work Performed: From 7/2015 to 5/2016 Project #2: Project Name: Florida Advanced Manufacturin Research Center FAMRC Type of Project/Service: Address: New 2 -story building Review eo ec nice repo mg, nspe on or. one o umn ns a a ons, 'triq Threshold, Stan!, storis 200 Farm Road, Kissimmee, FL 34744 Contracting Agency/Client: ZHA International Contact Name and Phone #: Rick Mellin 407-422-7487 Contact Email Address and Fax #: rick.mellin@zhainti.com Contract Amount: $135,000 Date Work Performed: From 11/2015 to 12/2016 Project #3: Project Name: Drake Midtown Apartments Type of Project/Service: New 5 Story Multi Bldg. Apt Complex / TH & Misc. Steel Inspections & Construction Materials Testing Address: 114 Longwood -Lake Mary Rd Lake Mary, FL 32746 Contracting Agency/Client: Ro er B. Kennedy Construction Contact Name and Phone #: Clint Curb 407-478-4500 x 107 Contact Email Address and Fax #: ccurb rbkenned .com 407-478-4501 Contract Amount: $82,000 Date Work Performed: From 3/2017 to Ongoing Project #4• Project Name: Wilson AFRQ (Taft Army Ragarve Center) Type of Project/Service: Building sinking / Geophysical & Geotechnical Investigations, Concrete Cores, Test Pits Address: 9500 Armed Forces Reserve Drive Orlando FL 32827 Contracting Agency/Client: RSP Architects Contact Name and Phone #: Jim Fitzhugh 612-677-7176 Contact Email Address and Fax #: 'im.fitzhu h rs arch.com 612-677-7499 Contract Amount: $75,540 Date Work Performed: From 5/2017 to 12/2017 Project #5: Project Name: Man o's Tro ical Restaurant Type of Pro'ect/Service: enovation / hres old, 3rd Party Steel & Fireproof Thickness Inspections & Construction Address: 8126 International Drive Orlando, FL 32819 Contractin Agency/Client: CNL Commercial Real Estate Contact Name and Phone #: Contact Email Address and Fax #: bobOusconstructioncorp.com 305-443-5939 Contract Amount: $72,000 1 Date Work Performed: From 4/2014 to 12/2015 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'W'Failure to submit this form may be grounds for disqualification of your submittal`s 47 Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab B. Similar Projects Significant or Unique Awards or Accomplishments YEARS Deatrick Engineering Associates, Inc. (DEA) is a Florida Corporation and has been in business since August 1997. For 21 years, we have been providing Professional Inspections Services including Threshold Inspections, Construction Materials Testing, Geotechnical, Third Party Steel and Private Provider inspections accounting for over 7,000 projects including 200 Thresholds projects. DEA's accomplishments include having been ranked #1 to provide Professional Engineering services for Orange County Public Schools and the School District of Osceola County. Services included: Geotechnical Investigations, Construction Materials Testing, Threshold Inspections, Bleacher and Canopy Inspections. DEA has been awarded projects for 70 School District of Osceola County Schools and 75 Orange County Public schools. DEA has accomplished establishing and maintaining excellent relationships providing continuing services for numerous repeat clients, two of which are the Board of Commissioners for both Orange and Osceola Counties. Working with these agencies, DEA has participated in the following projects: the Osceola County Courthouse and Parking Garage, City of Orlando Courthouse Parking Garage, the Citrus Bowl Expansion and the Orange County -Orlando Expressway Authority Administration and Operations Building. DEA's consummate reputation has resulted in being awarded as the inspection and testing firm for most of SeaWorld Adventure Parks of Orlando and Aquatica's most noteworthy projects. DEA has successfully completed 40+ projects at the two parks and has been directly involved in the construction of all roller coasters. Our 21 -year history also includes establishing excellent relationships with LA Fitness, which has resulted in awarding us 38 locations statewide. 7 -Eleven has declared DEA the inspection firm of choice, culminating in 135 canopy inspections in Florida. Warren Deatrick's 50 years of experience has qualified him as a Forensic Expert. He has offered his professional opinion for a wide range of 35+ legal cases. He has been utilized for emergency rapid response assessments for structural failures, fire and hurricane damage. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Significant or Unique Awards or Accomplishments (continued) Warren Deatrick's extensive knowledge and understanding of the industry was awarded by the American Concrete Institute, naming him President of the Central Florida Chapter. As an accomplished Engineer and speaker Mr. Deatrick led a Seminar on The Florida Threshold Law hosted by The Florida Engineering Society. As a graduate of the University of Kentucky, the University invited him to be a special guest speaker for the Civil Engineering Department to discuss structural failures, and inspections. Mr. Deatrick has created an "Inspections Book" highlighting construction failures and clearly demonstrates the need for inspections. Working with the University, his work is currently in discussions to be expanded and published. We believe DEA's reporting process is second to none. DEA's certified inspectors are all equipped with cameras, laser pointers and flashlights for accurate and instant identification of deficiencies. This allows the Contractors immediate notification. Our detailed reports include photos, are professionally prepared and are instantly available onsite, via electronic transmission and are archived for future requests. DEA prides itself on maintaining a fully equipped certified CMEC and FDOT accredited lab. DEA also prides itself on our policy to provide for and promote equal employment opportunity in employment compensation and other terms and conditions of employment without discrimination based on age, race, creed, color, national origin, gender, sexual orientation, disability, marital status, Vietnam Era Veteran status, genetic predisposition, or carrier status. DEA is committed to assuring equal employment opportunity and equal access to services, programs and activities for individuals with disabilities. It is the policy of Deatrick Engineering Associates, Inc. to provide reasonable accommodation to a qualified individual with a disability to enable such individual to perform the essential functions of the position for which he/she is applying or in which he/she is employed. Further, it is the policy of DEA to provide reasonable accommodation for religious observers. The policy applies to all employment practices and actions. It includes, but is not limited to, recruitment, job application process, examination and testing, hiring, training, disciplinary actions, rate of pay or other compensation, advancement, classification, transfer, reassignment and promotions. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Interpretation of Scope of Services / Technical Approach Interpretation of Scope of Services l�,d 01f l �� Deatrick Engineering Associates, Inc. (DEA) understands that this RFQ is for a variety of professional consulting services and that the services we offer may or may not be required. That being said, we offer the following major types of work for the City of Sanford: 1) Threshold Inspection Services 2) Construction Materials Testing Services / Inspections 3) Environmental Services 4) Geotechnical Services and / or 5) Hydrogeological Services Mr. Deatrick has extensive experience in all of these categories. His experience includes 19 years geotechnical experience with DEA & Universal Engineering Sciences (UES); 34 years construction materials testing with DEA, UES, Lehigh Portland Cement Co. & the Kentucky Department of Highways; 24 years in Threshold Inspections with DEA & UES and 22 years in roadway and bridgework design and inspections with the Kentucky Department of Highways and DEA. With this background, Mr. Deatrick will provide overall management of assigned projects and will provide specific engineering duties for Threshold Inspections and Construction Materials Testing. DEA's subconsultant also has expertise in the fields of environmental assessments, geotechnical engineering and hydrology studies. Should it be required, structural failure and expert witnessing are two additional fields in which DEA is well versed. We are especially proud of our 24/7 rapid response emergency inspections. Emergencies have included hurricanes, tornados, sinking foundations, leaking roofs and auto/building damages. Our structural investigations have proven quite valuable for our Clients. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Technical Approach wair�e�IMI ,.Maim iaorunr({,Ill ama� M As specific projects are assigned, DEA will develop a specific project organization chart showing personnel assigned & hours required for each to properly fulfill his duties. Chart assignment & times allotted are subject, of course, to review & adjustment as requested by the City of Sanford. Informal phone or site communication will be maintained with the City's Project Manager. DEA can also prepare and provide mini seminars (1 hour +) to provide information on project scheduling, inspections, threshold summaries, etc. Mr. Deatrick will review all reports and forward to appropriate City and project personnel. Adequacy of Resources DEA plans to use current personnel to staff the City of Sanford's work. The DEA team can properly perform any work that may be assigned to us by the City of Sanford. Mr. Deatrick will also assist in assuring that all key personnel are available when needed, and technicians are properly certified and properly equipped. Specific Services / Tasks To Be Performed DEA offers the following services / tasks: 1) Threshold Inspection Services 2) Construction Materials Testing Services / Inspections 3) Environmental Services 4) Geotechnical Services and / or 5) Hydrogeological Services Specific project reporting for these tasks will generally follow one of the following procedures. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA III Specific Services / Tasks To Be Performed (continued) Environmental ilii iurm ��i Uii W rpt �rainn% f/min+Yvni�l�irriioerz�aro.�irrarrrrrr//� ',I , An Environmental Phase I report will be offered following completion of reviews of historical sources, regulatory databases, necessary interviews with current / past owners, tenants, governmental officials and a site visit to look for visual evident of past or current hazardous materials. The report will usually include a) Documentation of the investigation methods and results b) A determination concerning the presence of A Recognized Environmental Condition, pursuant to ASTM E 1527-13. c) A determination concerning if additional Phase I ESA activities are applicable to detect the presence of A Recognized Environmental Condition for the subject site and d) Applicable recommendations for conducting ASTM E 1527-13 non -scope items, such as conducting soil and/or groundwater sampling and testing. Geotechnical Engineering A Geotechnical Report will be offered following completion of field work and lab tests. The results will usually address the following: existing site condition; exploration, testing and sampling methods; subsurface soil conditions encountered, soil classification, depth to groundwater at the time of the exploration and the estimated seasonal high groundwater table. Recommendations for foundation design, bearing capacity & settlement and recommendations for site preparation are also included in the report. During this time contact will be maintained with the City's Representative, the Project Architect and the Project Engineer. Hydrogeological A hydrogeological Report will be offered following completion of necessary research, field work, and testing. The report will include the data and findings dependent upon the type of study required. 1 �; A�inaour"t ��'�riuun ii iu� nmt �.�1 rrri ri,xi �trronr�) s Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab C. Project Approach (continued) Specific Services / Tasks To Be Performed (continued) Construction Materials Testing Field and lab reports are generated by our technicians on a test -by -test basis. Field test reports are completed on site and a copy left with the Project Superintendent. Lab reports will be typed the day following completion of the test. All reports are reviewed and signed by a Registered P. E. DEA's lab is CMEC and FDOT certified and tests are conducted per appropriate ASTM designations. Equipment calibrations/verifications are performed per our approved Quality Control Manual System. Technicians have appropriate certifications for tests performed. Equipment is constantly being recalibrated and recertified. Mr. Deatrick and Mr. Rodrick provide almost daily checks of lab procedures and equipment. ASTM procedures are located in our Library for ready reference as needed. Equipment is updated whenever necessary. Test reports are typed and then reviewed and signed by Mr. Deatrick. Threshold Inspections DEA's project approach starts with a review of the plans, specifications & Special Inspection Plan (SIP) issued by the Project's Structural Engineer of Record. Upon proposal approval, a "first letter" is issued to the permitting agency informing all parties of DEA's selection as Threshold Inspector for the project. A pre -con meeting is held to discuss all inspection requirements and available cost efficiencies. Key project personnel are also introduced. The General Contractor is informed as to required inspections so that unnecessary ones are eliminated and necessary ones may be combined which assists in keeping our work on schedule and within budget. Inspections are called in to DEA by appropriate project personnel. Normally, one person is assigned to phone in the requests (usually the Construction Project Superintendent). Our Threshold Agent will provide a written inspection report for each day he is on the project. A copy will be provided on-site each day to the project superintendent. The official, signed and sealed Threshold Summary Reports will be compiled and provided; usually on a weekly basis. All threshold reports will be reviewed, signed and sealed by the Threshold Inspector. The Threshold Inspector will visit each job site as necessary. �arr.�nu;�o NN(�lll a i�a�r 1.1) y • Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab C. project Approach (continued) Technical Approach (continued) The Threshold Summary Reports will include: a) Typed, reviewed, signed and sealed daily Threshold Inspection reports b) Special Inspectors Log (SIL) - deficiencies, omissions, plan changes, etc.) c) Special Weekly Summary The Special Inspectors Log will note any failed tests and observed variations from project plans, specifications or applicable building code sections. Each item will be numbered for control purposes. The log will be used to request specific items such as missing submittals or plan details. The Log is not intended as a final punch list, but rather as a suspense file noting items that require further action. Details for all Log items can be found on the referenced daily report. All reports will be reviewed and adjusted, if necessary, by the Threshold Engineer. All test results (failing and passing tests) and any work deficiencies, will be communicated quickly through verbal means to the project superintendent and appropriate interested parties as designated by the Engineer of Record. These verbal reports will be referenced in the written daily reports and Special Inspector's Log. If required, the Special Inspector shall determine that a Professional Engineer who specializes in shoring design has inspected the shoring and re -shoring for conformance with the shoring and re -shoring plans submitted to the enforcing agency. Also he will check for Contractor's inspections. After resolution of all Special Inspector Log items, a final Threshold Letter attesting to substantial completion in accordance with project plans and specifications is issued to all parties. Response Time and/or Project Implementation Schedule for Proposed Services Including Management Planning Strategies DEA anticipates minimal response time for inspections and / or testing services for the City of Sanford. While 24 -hours' notice is requested for scheduling purposes, the City will always receive priority scheduling status when our services are required. DEA's Pre -Con notes, mini -seminars, and availability of personnel to discuss a project are all tools that are available to ensure requested and / or required testing and inspection services can be performed in a timely, professional manner. Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Innovative Concepts �NdIAIUU"/fj ➢WhIU l//NVM iW4us/Ia��wri 1 /1!tlll@ I I�mA41, Pre -Con Notes As previously discussed, DEA has written Pre -Con notes that are used as informational handouts during pre -con meetings for Threshold projects. These "notes" inform the General Contractor as to required inspections so that unnecessary ones are eliminated and necessary ones may be combined. This assists in keeping work on schedule and within budget. Invoicing DEA's invoicing process includes the following steps to ensure maximum accuracy and efficiency: 1) Each project will be assigned a distinct project number 2) Plans will be reviewed for each project and a separate budget submitted 3) Budgets will be matched with project numbers, purchase order numbers, and budgets adjusted, if necessary 4) Each invoice will be submitted referencing one purchase order number 5) EACH INVOICE WILL SHOW PROJECT TIME % COMPLETED AND PROJECT COST % COMPLETED 6) All invoices will be reviewed by our Accounting Manager. She is authorized to make changes if necessary. Mini Seminars DEA provides these seminars to provide helpful information regarding types of testing and inspections, procedures, scheduling, and reporting. Book of Deficiencies This book shows just a few of the many deficiencies DEA has found during its inspections. The photos included in the book not only reinforce the critical nature of the deficiencies but also are of immense value in getting the deficiencies correct. City of Sanford I Finance Department I Purchasing Division CITY Of 300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771 "' ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 rl FINANCE DEPAIUMEW CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Attachment "B" Insurancp Rannirpmantc I 38 Contract Exceeds Contract does not Exceed Contract does not Excee COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000, 30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability shall include- Bodily Injured Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following. $ 1,000,000 General $ 500,000 General owned, leased, hired, non -owned $ 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate A e ate 38 City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 SORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 01" CONSULTANTS COMPE'TI'TIVE FINANCE DEPP,RTMIEINT NEGOTIATION ACT (CCNA) Term Contract a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on M liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A®VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 City of Sanford I Finance Department I Purchasing Division CITY of 3001. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 0�1 Phone: 407-688-5028 or 5030 Fax: 407-6SS-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGO'T'IATION ACT (CCNA) Term Contract Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. in. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. AFFIANT SIGNATURE/ �— Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of July , 2018, by Warren J. Deatrick as Presidedent of Deatrick Engineering Associates Inc , who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. KARA RATHKE := Commission # FF 215970 s - Expires July 31, 2019 P) Stam Bonded Ttw Ty Fain 1. 600.385-7010 NOTARY PUBLIC, State of C, pili Dq-- The City reserves the unilateral right to modify the insurance requirements set forth at any tune during the process of solicitation or subsequent thereto. Failure to submit this form may be grounds for disqualification of your submittal 40 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 07/25/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Caton -Nosey Insurance 3731 Nova Rd. NAME CONIAL;1 Kelly Whitaker PHONE Ertl, (386)767-3161 FAX IC Nol: (386)760-1770 No.AIC. E-MAIL OORF.SS: keily@catonhosey.com INSURE S AFFORDING COVERAGE NAIC 0 Port Orange FL 32129 INSURERA: Westfield Insurance Company 24112 INSURED Deatrick Engineering Associates, Inc 9425 Tradeport Dr INSURER B: Travelers Indemnity Company 25658 INSURER C : Everest Indemnity Insurance Co 10851 INSURER D: INSURER E: Orlando FL 32827 CAVFRAACS INSURER F: ------ --------- ._.. _._ KCVI*IVPI NIUtYltitbt: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. N- LTR TYPE OF INSURANCE INSD WOK VW4VD POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMID LIMITS COMMERCIAL GENERAL LIABILITY CLAWS -MADE ® OCCUR EACH OCCURRENCE $ 1,000,000 A A MV 500,000 PREMISES Ea occurrence) $ MED EXP An one person)$ 5,000 A CMM4761729 08/01/2017 08/01/2018 PERSONAL&ADV INJURY $ 1,000,000 EGATE LIMITAPPLIES PER: ®JE ® GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMPIOPAGG $ 2,000,000 - LOC $ E LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident VRELLAUAB BODILY INJURY (Per person) s SCHEDULED ONLY AUTOS CMM4761729 08/01/2017 08/01/2018 BODILY INJURY (Per accident) $ NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE Par accident LLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS -MADE CMM4761729 08/01/2017 08!01/2018 AGGREGATE $ 2,000,000 DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PEROTH- STATUTE ER B ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERMIEMBEREXCLUC fN NIA XAUB-3267T67-7-17 08/01/2017 08/01/2018 _ E.L. EACH ACCIDENT $ 1,000,000 EL. DISEASE- EA EMPLOYEE $ 1,000,000 (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY OMIT $ 1,000,000 Professional Liability Limite $1,000,000 C PL5E000158-171 08/01/2017 08/01/2018 Deductible $20,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space is required) CCDTICINArc unr nen Deatrick Engineering Associates, Inc. 9425 Tradeport Drive Orlando ACORD 26 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE FL 32827 tJ 7988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 2°1 Floor, Sanford Florida 32771 S,kNFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 x ' FINANCE DEPARTMEW CONSULTANTS COMPETITIVE NEGOTIATI®N ACT (CCNA) Term Contract Attachment 1101 Conflict of Interest Statement A. I am the President of _ Deatrick Engineering Associates, Inc. with adoodbotbxim [Insert Tide] [Insert Company Name] an office/lab in Orlando. Florida B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of July , 2p 18, by Warren J. Deatrick as President of Deatrick Engineering Associates Inc , who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. KARA issTHKE on # FF 215970, Expires July 31, 2019 57010 aoo3e NOTARY PUBLIC, State of (stamp) ,R. PLEAS LETE AND SUBMIT WITH YOUR RFQ RESPONSE `v'Failure to submit this form may be grounds for disqualification of your submittal 41 City of Sanford Finance Department Purchasiin Division _ CITY of 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771��%�/�/�i/ ORD Phone: 407-688-5028 or 5030 Fax: 407-688-5021 FINANCE DEPARTIVIEW CONSULTANTS COMPETITIVE /ir%%/ SEG®T'IAT'If) ACT' (CCl°VA) /� Term Contract i%/%/,///%/,; Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting Services- CCNA. B. This sworn statement is submitted by Deatrick Engineering Associates, Inc. whose business address is [Name of entity submitting sworn statement] 9425 Tradeport Drive, Orlando FL 32827 and (if applicable) it's Federal Employer Identification Number (FEIN) is 59-3463397 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Warren J. Deatrick and my relationship to the above is President [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: 1. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a member of City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "D", Non-Collusion/Lobbying Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of July ___'2018, by Warren J. Deatrick as President of Deatrick Engineering Associates Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced =rPATHKE n. KARAComExpirNOTARY PUBLIC State of(stamp)E°"a�'esams PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE lv'Failure to submit this form may be grounds for disqualification of your submittal 42 City of Sanford ( Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 MMORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATI®N ACT (CCNA) Term Contract Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment L6E", Drug -Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATUIZE Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of July 2018 by Warren J. Deatrick as President of Deatrick Engineering Associates. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bin the Corporation, and who is personally known to me OR has produced as identific tion. KARA RATHKE---- ;a=_ Commission # FF 295970 Expires July 31, 2099 NOTARY PUBLIC, State of I IoI2,l (stamp) P;;; ���' Bond9d Tin Toy Fein Ineuranca BC0•888•r®I9 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE — (if applicable) 43 Attachment Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment 6IF" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Deatrick Engineering Associates, Inc. Mailing Address: 9425 Tradeport Drive, Orlando, FL, 32827 Telephone Number: 407-851-9776 Authorized Signatory President Title STATE OF Florida COUNTY OF Orange Fax Number: 407-851-6115 Warren J. Deatrick Printed Name 7/27/18 Date E-mail Address: deal@bellsouth.net FEIN: 59-3463397 The foregoing instrument was executed before me this 27th day of July 2018, by Warren J. Deatrick as President of Deatrick Engineering Associates. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. 72- WM1IT ATHKE NOTARY PUBLIC, State fo %/Or2; !�sion # FF 215970(stamp) July 31, 2019Troy rain Insurance 804385-7o19PLEASE COETE IT WITH YOUR RFQ RESPONSE lv'Failure to submit this form may be grounds for disqualification of your submittal E. City of Sanford I Finance Department I Purchasing Invision CITY Tv of 300 N. Pari Avenue Suite 243 2 Floor, Sanford Florida 32771O Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOT'IAT'ION ACT (CCti1A) r<, FINANCE DEPARTMENT Term Contract T'IT'LE: PROFESSIONAL CONSULTING SERVICES Attachment Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment 6IF" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Deatrick Engineering Associates, Inc. Mailing Address: 9425 Tradeport Drive, Orlando, FL, 32827 Telephone Number: 407-851-9776 Authorized Signatory President Title STATE OF Florida COUNTY OF Orange Fax Number: 407-851-6115 Warren J. Deatrick Printed Name 7/27/18 Date E-mail Address: deal@bellsouth.net FEIN: 59-3463397 The foregoing instrument was executed before me this 27th day of July 2018, by Warren J. Deatrick as President of Deatrick Engineering Associates. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. 72- WM1IT ATHKE NOTARY PUBLIC, State fo %/Or2; !�sion # FF 215970(stamp) July 31, 2019Troy rain Insurance 804385-7o19PLEASE COETE IT WITH YOUR RFQ RESPONSE lv'Failure to submit this form may be grounds for disqualification of your submittal E. City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 fSXNFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Attachment "G11 .Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No. Dated: June 5, 2018 Dated: June 11, 2018 Dated: July 20, 2018 Dated: July 26, 2018 Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: Deatrick Engineering Associates, Inc. Mailing Address: 9425 Tradeport Drive, Orlando, FL, 32827 Telephone Number: 407-851-9776 Fax Number: 407-851-6115 E-mail Address: deal@bellsouth.net �4 -.�" 2 C/ , �f�' > Warren J. Deatrick FEIN: 59-3453397 Authorized Signatory Printed Name President Title 7/27/18 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 45 DATE: June 5.201$ TO: All Bidders/Proposers City of Sanford ( Finance Department Purchasing Division 300 R. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: t, ` •TMOT0717, Ml FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: IFB 17/1$-33 Professional Consulting Services- (CCNA) I ADDENDUM #1 am This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Would you be hiring architect as a prime consultant to manage all disciplines or is the City going to hire each discipline separately? Al. The City reserves the right to hire approved CCNA vendors for different task associated with the same project. Q2. Is there a pre -proposal meeting associated with the above referenced RFQ? A2. No. Q3. Section 1.04 Minimum Requirements States that the City is seeking to establish and or update Master Contracts for the acquisition of Professional Consulting Services. If a consultant currently has an existing continuing contract with the City of Sanford will that consultant be required to submit a proposal to have the Master Contract updated? A3. No. Q4. On page 7 of RFQ 17/1$-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors. Q5. For the RFQ 17/1$-33 Professional Consulting Services, should proposers' responses follow the order as outlined on page 9 (Section 2, D. Submission Deliverables, 1) or as outlined beginning on page 16 (Section 5, 5.02 through 5.07)? A5. Please follow page 16 Section 5. Page 9 Section 2, D. Submission Deliverables Sub Section 1, s � 1= FINANCE DEPARTMENT r City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 i Fax: 407-688-50211 Email: VA O, Lai ' A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "F" Additional Information. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IFB 17/15-33 Professional Consulting Services- (CCNA) Deatrick Engineering Associates, Inc deal@bellsouth.net Name of Firnl/Company Contact Email 9425 Tradeport Drive Orlando, FL, 32827 Street Address City, State, Zip Code 407-851-9776 Telephone Number Warren J. Deatrick Authorized Person Printed Name Authorized Person Signature �l 407-851-6115 Fax Number President Authorized Person Title 7/27118 Date of Signature t �s e,FINANCE DEPARTMENT DATE: June 11, 2018 TO: All Bidders/P=osers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each discipline or may we combine into one? Al. Combine into one. Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you confirm how many pages each section is to contain/how many pages the overall proposal is to be? A2. Overall 50 pages. Q3. Are we to sign and submit Attachment F? A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the proposal. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors, also based on the committee's evaluation of proposals. Q5. Can you define soil for me? And if we qualify more than service do we have to submit a proposal for each services? A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field please include in the proposal where it's required on Section 5 of the proposal. Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master Contract for architectural, engineering and surveying and mapping services? A6. A list of contractors will be provided separately. CITY OF!i • City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 i Fax: 407-688-50211 Email: I 1� Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. U. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Information. d. GSA Form SF -330 has been broken down in sections, please follow Section 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Deatrick Engineering Associates, Inc. deal@bellsouth.net Name of Firm/Company Contact Email 9425 Tradeport Drive Orlando, FL, 32827 Street Address City, State, Zip Code 407-851-9776 Telephone Number Warren J. Deatrick Authorized Person Printed Name --4- ,,, go Authorized Person Signature 407-851-6115 Fax Number President Authorized Person Title 7/27/18 Date of Signature / DEPARTMENTFINANCE . DATE: July 20, 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN. FROM: MarisolOrdoiiez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #3 W -M This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Request for Clarification- is the letter of interest limited to 2 pages (5.02A) or 3 pages (2.01 D. La)? Al. 2 pages per section 5.02A only. Q2. Request for Clarification- Are the total number of pages limited to 50 pages (3.07) or 30 pages (5.02A)? A2. This answer was posted on Addendum #2, 50 page count is not including the attachments or the letter of interest. Q3. Request for Clarification- is the standard form 330 to be included as attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count. A3. SF 330 is part of the 50 page count read Section 5 for instructions. Q4. Can you please share who is on the selection committee? A4. No, the City has not selected the committee members. Q5. Are the SF330 forms included in the 50 page count limit? A5. Yes. Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel? A6. Yes. Included in Tab "A" (read addendum 91 question #5). Q7. Are the required forms- Tab D included in the 50 page count limit? AT No. The attachments are not part of the 50 page count. �, raCITY OF City of Sanford I Finance Department Purchasing Division 300 N*Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA i� Q8. Could you please share who are the incumbents with current contract with the City for these services? A8. See addendum #2 a master contract list has been provided. Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the submittals, or would those services be provided under separate City contracts on a project specific basis? A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process will the proposal. Q10. Section 2.01A states that "It is noted there are a number of disciplines listed in which related services will not be needed or used by the City at a level which predicates the need for establishment of a Master Contract. Therefore, since preparing a response requires time and effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at 407.688.5028 for guidance or information regarding applicability of their firm's specialty(s) to the needs of the City. " Can the City please confirm whether a Master Contract will be needed or used for the following listed disciplines: storm -water, environmental, and solid waste? A10. Yes, please process your proposal if you are interested in providing the above services. Q 11. If applicable in consideration of the answer to the previous question, can the City provide budget information and/or capital project plans for projects expected for the Storm -water, Environmental and Solid Waste categories? A.l 1 Please click on the link to review the proposed budget for FY 2019 litt //www.sanfordfi.,6,ov/department:s/filial ce/bud s t lni%rmation/20J 9-bed,ge1 Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A (3.08A) or Tab D (5.05 A and H)? A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go under Tab A- The City Attachment "B" Insurance Requirement form should be place in Tab D per Section 5.05. Q14 Request for Clarification - Is the Standard Form 330 to be included as an attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count? A14. Yes, included in the page count. Read Section 5 for instructions. Q15. I read addendum Q3 & A3; however, I'd like to verify if our contract does or does not require us to resubmit for this RFQ? A15. If you have an existing contract with the City you do not have to resubmit. However, if the contract has an expiration date and has not been renewed recommendations are to resubmit a proposal. Q16. If we will be proposing for more than one service and the City wishes that we combine those disciplines into one proposal, could the City outline how that proposal should be organized? kCITY OF DEPARTMENTFINANCE City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue Suite 235, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 and nowhere else in the proposal? A 17. Yes, however, insert in Tab "A" per Section 5. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section 5 for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Deatrick Engineering Associates, Inc. deal @bellsouth.net Name of Finn/Company Contact Email 9425 Tradeport Drive Street Address 407-851-9776 Telephone Number Warren J. Deatrick Authorized Person Printed Name Authorized Person Signature Orlando, FL, 32827 City, State, Zip Code 407-851-6115 Fax Number President Authorized Person Title 7/27/18 Date of Signature �+�t t5r tx DATE: Ju1v 26.2018 TO: All Bidders/Pronosers City of Sanford I Finance Department Purchasing Invision 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: 1 e" FROM: MarisolOrdofiez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting .Services- (CCNA) I ADDENDUM #4 NON This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS QO&A) The City has received the following question(s) concerning the solicitation: QI. Disputes Disclosure Form- Section 00452, Florida Statutes on Public Entity Crimes Section 00435-3, Certificate of Non -Segregated Facilities Section 00450, Compliance with the Public Record Law Section 00438, Al. Please include the additional documents in Tab "D" with the attachments. Q2. Tab `D" F Addendum Receipt Form acknowledges receipt of all addenda. Should we also include copies of each Addenda signed. A2. Yes, each addendum must be included and executed as acknowledging addendums, include in Tab «D" Q3. Please provide Clarification: Per Section 5.02 D "Financial Information", an official letter from the proposer's financial institution detailing the financial status of the proposer is required. Is this letter to be obtained from the proposer's Bank? If so, what sort of information would qualify as "detailing the financial status"? A3. SF 330 is part of the 50 page count read Section 5 for instructions. A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order and/or no delinquent accounts etc., (see sample page three (3) below); ik�CITY OF h r City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 i Fax: 407-688-50211 Email: Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Deairick Engineering Associates, Inc deal@bellsouth.net Name of Firm/Company Contact Email 9425 Tradeport Drive Orlando, FL, 32827 Street Address City, State, Zip Code 407-851-9776 Telephone Number Warren J. Deatrick Authorized Person Printed Name Authorized Perso Signature 407-851-6115 Fax Number President Authorized Person Title 7/27/18 Date of Signature City of Sanford I Finance Department I -Purchasing Division ' + CITY OF 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 S ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE OEMATMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Attachment "H" Organizational Information The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION lease lace a check mark ✓next to a licable e 1/ Corporation (S-type) Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 9425 Tradeport Drive, Orlando, FL, 32827 Federal I.D. or Social Security Number 5g_3463397 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Deatrick Engineering Associates, Inc. Mailing Address: 9425 Tradeport Drive, Orlando, FL, 32827 Telephone Number: 407-851-9776 Authorized Signatory President title Fax Number: 407-851-6115 Warren J. Deatrick Printed Name 7/27/18 Date E-mail Address: deal @bellsouth.net FEIN: 59-3463397 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal M Previous On List Next On LIS RP-Wrn Qa Llst No Events No Name History Detail by Entity Name Florida Prorit Corporation DEATRICK ENGINEERING ASSOCIATES, INC. F111niLinformation Document Number P97000068142 FEIIEIN Number 59-3463397 Date Filed 0810611997 State FL Status ACTIVE Principal Address 9425 TRADEPORT DR ORLANDO, FL 32827 Changed: 04/1112012 Mailing Address 9425 TRADEPORT DR ORLANDO, FL 32527 Changec: 0,4,,?1, 1120-v2 Reolatered Allem, Wan,,va & Address DEATRICK, WARREN z, 9425 7RADEPOR7 DIS 0,RLANDO., FL 328,27 Actress Cftanged, 01127a2afia QfftcerlDlireatoretaft, Name & Address 76,tf,,e P7 DEA 7RtCK,%NA.RRF-N, j 9425 TRADEPOR7 DRIVE. ORLANDOFL 3,2827, Title S DEATRICK, WARREN j 9425 TRADEP'OR7 DRIVE ORLANDO, FL 32827 Tlle V *YORK, RHONDA 5794 PARKMEW LAKE DR ORLANDO, FL 32821 TWe V DEATRICK, CAROLYN L 624 BERWICK DRIVE WMTER PARK, FL 32792 [Entity N�an Search ISearch I certify from the records of this office that DEATRICK ENGINEERING ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida, filed on August 6, 1997. The document number of this corporation is P97000068142. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on February 5, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twentieth day of July, 2018 Tracking Number: C 86647751291 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.su n biz.org/Filings/Cerff,cateOfstatusICertiricateAuthentication July 30, 2018 City of Sanford Finance Department Purchasing Division 300 N. Park Avenue, Suite 243, 2nd Floor Sanford, Florida 32771 Attn: Marisol Ordofiez, Purchasing Manager RE: SOLICITATION NUMBER RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES-CCNA The following staff members are authorized signatories on behalf of Deatrick Engineering Associates, Inc.: Warren J. Deatrick, P.E., President Rhonda J. York, Office Manager, VP Russell F. Rodrick, Operations Manager Kara Rathke, Executive Administrator Sincerely, DEATRICK ENGINEERING ASSOCIATES, INC. Warren J. Deatrick, P.E. President /rjy *1425 Tradeport Drive - Orlando, FL 3282-7 Ph: 407-851-9776 - Fax: 407-851-6115 Dlid AT",ICK ENGINEER1114G "SSS GCIA'I-ES� INC. fCITY . FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: Attachment "K" Proposed Schedule of Subcontractor Participation am ® No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: S TBD Subcontractor Minority Code if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value 59-3162465 Andreyev Engineering, Inc. 4055 St John Parkway. Sanford, FL 32771 Phone: 407-330-7763; Fax: 407-3307765 Emal: www.andryevenghmefing.com Environmental, Geotechnical & Hydrogeological Services TBD TSD PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION TSD PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION N/A When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Deatrick Engineering Associates, Inc. Mailing Address: 9425 Tradeport Drive, Orlando, FL, 32827 Telephone Number: 407-851-9776 Fax Number: 407-851-6115 y� E-mail Address: deal@bellsouth.net (�(� y i 1 �� Warren J. Deatrick FEIN: 59-3463397 Authorized Signato y Printed Name President 7/27/18 Title Date PLEASE COMPLETE i SUBMIT WITH YOURRFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab D. RFQ Solicitation Response Required Forms DBPR Licenses & Local Business Tax Receipt rrr✓nu0l))I A -U r [1; Q,;)�, ida v ion ngweers Boar Paq "Sts that " pw e a IEUC nC1, InCA I FBPE 40P 01 11(411 IRI Is authorized under the proviSi 0,"o" Ott 4"P s, to offer engineering services to the public through a Professi'n� i Chapter 471, Florida Statutes. Expiration: 2/28/2019 CA Uc. No: Audit No: 228201900228 R 7802 1 ---- I *da State of,,Flori Board of Professional Engineers Attests that Waire",f"I",'j, D&atrick. P.E. Oak Is licensed as a Professional En] r 1, Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. / SI Lic. No: Audit No: 228201901792 S1 SPECIAL INSPECTOR 13165 0745 Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA DBPR Licenses & Local Business Tax Receipt (continued) Tax Collector Scott Randolph Local Business Tax Receipt Orange County, Florida This he.l BUsa+ess Tm. Re A Pt n�n nddcoe 10 and nee In Iwu bf Ony oewr tta mqubed b) law p -X CPal 0tdmarrA. B—Sras are 8' ed to e9.4 hr r of 20rh9, heath nM "her 1-10 aUVZI415 Th,, ar-pt is va§d I— Ccl05er I th—ge Seplem0ar 30 of ry Vt year Dellnet—Il penalty N added October 1 2018 EXPIRES 9/3012019 3004-0565460 3004 ENGINEER $3000 ;5000 BUSINESS O'FICE 530.00 6EMPLOYEES� GaI1A TOTALTAX $60.00 �) PREVIOUSEY PAID $6000i a~tie l DEATRICK WARRE NJ TOTAL DUE DEATRICK ENGINEERING ASSOC INC 9425 7RAOEPORT OR ,��Y�". DEATRICK WARREN J 1 9425 TRADEPORT OR A - ORLANDO 37827 1/i N C' -� ORLANDO FL 32629-5361 PAID SG000 0099-00637103 7/18/2018 This rrcetpt he OfFdul wnan Yrd eated by 010 Tea ColeVat 2018-2019 • PERHDTINGSeRVICES Local Business Tax Receipt (For dyknownss`S`stneas Llcsnsa' changed per state law H01269-2006) Business Name DEATRICK ENGINEERING ASSOCIATES DEATRICK ENGINEERING ASSOCIATE 9425 TRADEPORT DR ORLANDO, FL. 32827 Business Owner WARREN DEATRICK DEATRICK ENGINEERING ASSOCS IN Business Location 9425 TRAMPORT DR N ORLANDO, FL. d -mom ,i, " M , PERMITTING SEWCES Local Business Tax Receipt (FormenY knpyrn as "Bustnpss Llccnse " changed per id to law H81269.2006) Business Name DEATRICK, WARREN J PEOFATRICK 9425 TRADEPORT DR ORLANDO, FL 32827 5361 Business Owner WARREN DEATRICK DEATRICK ENGINEERING`ASSOCS IN Business Location 9425 TRADEPORT DR N ORLANDO, FL NOTICE -THIS TAX RECEIPT ONLY EVIDENCES PAYMENT OF THE LOCAL BUSINESS TAX PURSUANT TO CH.205, FLORIDA STATUTES. 17 DOES NOT PERMIT THE HOLDER TO OPERATE IN VIOLATION Of ANY CITY, STATE, OR FEDERAL LAW. CITY PERMITTING MUST BE NOTIFIED OF ANY MATERIAL CHANGE TO THE INFORMATION FOUND HEREIN BELOW. THIS RECMPT DOES NOT CONSTITUTE AN ENDORSEMENT OR APPROVAL OF THE HOLDER'S SKILL OR COMPETENTCY. Casa Number: BUS0024044-001 Issued Date: 07t22/2016 Expiration Date: 0917(112019 Business type(s): Description, Year PROFES 001 t PROFE9 FIRWOFFICE 21119 NOT'ICL411* TAX RECEIPT ONLY EVIDENCES PAYMENT OF THE LOCAL BUSINESS TAX PURSUANT TO CH.205, FLORIDA STATUTES. IT DOES NOT PERMIT THE HOLDER TO OPERATE IN VIOLATION OF ANY CITY, STATE. OR FEDERAL LAW, CITY PERMITTING MUST BE NOTIFIED OF ANY MATERIAL CHANGE TO THE: INFORMATION FOUND HEREIN BELOW. THIS RECEIPT DOES NOT CONSTITUTE AN ENDORSEMENT OR APPROVAL OF THE HDL. DER'S SKILL OR COMPETENTCY. Case Number: BUS0024044.002 Issued Date: 07122/2618 Expiration Date: OH M2019 Business. typo(s); Description Year PROFFS8005ENGINEER 2019 mmaUYlD�� trrry lnrra II" m.� 41 Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab D. RFQ Solicitation Response Required Forms Licenses / Certifications Deatrick Engineering Associates, Inc. �lrlda * ate o,.,1f' Board of Proi ssional Engineers 'Attests that D e a t r c k, P.E. Pw, Is licensed as a Professional Engin' er Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. / 51 LIc. No: Audit No: 228201901792 S1 SPECM INSPECTOR 13165 0745 ACI Concrete Field Testing Technician Grade I JUAN M BANDERA Certification ID #01395194 Expires on: 09/20/2022 Verify at CheckACI.org ra C, I ' <Cerffication ACI Concrete Field Testing Technician - Grade I JOHN M ANDERSON Certification ID #01533358 Expires on: 03/03/2023 Verify at CheckACI.org (acri " Certification Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab D. RFQ Solicitation Response Required Forms (continued) Licenses / Certifications (continued) Deatrick Engineering Associates, Inc. (continued) ACI Concrete Field Testing Technician - Grade I RUSSELL F RODRICK Certification ID #01114223 Expires on: 04/29/2022 Verify at CheckACI.org 6(17"'4 ('11 1 ACI Concrete Transportation Construction Inspector RUSSELL F RODRICK Certification ID #01114223 Expires on: 12/27/2022 ci Verify at CheckAC1 Ametican weld nig Society. Russell F Rodrick Has complied )%idt the requirementsr)f, I H'S 0I T ofu-riding Inspe,;mw /16070881 Exp. 1 Jul 2019 AWS Mcsident With Eye Correction AWS Cenificw1o; Chair Response to City of Sanford Request for Qualifications (RFQ 17/18-33) Professional Consulting Services-CCNA Tab D. RFQ Solicitation Response Required Forms (continued) Licenses / Certifications (continued) Andreyev Engineering, Inc. State of Florida Board of Professional Engineers Attests that Nicolas E. Andreyev, P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. lAc. No: Audit No: 228201909220 R 35459 • of Florida Board of Professional Engineers Attests that Raymond William Jones , P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201911538 R 58079 State of Florida Board of Professional Engineers Attests that Shawkat Ali, P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. lic. No: Audit No; 228201909584 12 52568 Form Request for 'taxpayer (Rev. November 2017) identification Number and Certification Give Form to the Department of the Treasury Internal Revenue Service ► Go to www.irs.govlFormW9 for instructions and the latest information. requester. Do not Send to the IRS. 1 Name (as shown on your income tax return). Name is required on this Line; do not leave this line blank Deatrick En ineenn Associates Inc. 2 Business name/disregarded entity name, if different from above t° m IM 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check on one of the following seven boxes, only 4 Exemptions (codes apply on to p ❑ IrtdividuaUsole o proprietor or ❑ C Corporation Q S Corporation ❑ Partnership P ❑ Trust/estate certain entities, not individuals: see instructions on 3)' e single -member LLC � ❑ Umited liability company. Enter the tax classification Exempt payee code (if any) L o a (C=C corporation, S=S corporation, P=Partnership) 01, Note: Check the appropriate box in the Lina above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from Exemption from FATCA reporting v the owner unless the owner of the LLC another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise a single -member LLC that is disregarded from the owner should check code (d any) the appropriate box for the tax classification of its owner. ❑ Other (see instructions) ► y 5 Address (number, street, and apt. or suite no.) See instructions. AWW m &=Gw s MO%Wned wWda the usl Requester's and address (optlon.Q 9425 Deatrick En ineerin Associates Inc. 6 City, state, and ZIP code Orlando FI 121127 7 List account number(s) here (optionafi Fater your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: if the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or ©oo©oo©©e© Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been noted by the internal Revenue Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has noted me that 1 am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11. later. Sign signage of Here u.s. person ► C General instruc#ions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) Date ► 7/2-7// • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 11-2017) ARCHITECT -ENGINEER QUALIFICATIONS PART 11- GENERAL QUALIFICA (If a firm has branch offices, complete for each specffic 2a. FIRM (or Branch Office) NAME Deatrick Engineering Associates, Inc. 2b. STREET 9425 Tradeport Drive 2c. CITY Orlando 2d.STATE 12e. ZIP CODE FL 3282 6a. POINT OF CONTACT NAME AND TITLE 1 Warren J. Deatrick, P.E., President 6b. TELEPHONE NUMBER 6C. E-MAIL ADDRESS 407-851-9776 ideal (ftellsnuth nizt 13a. 1. SOLICITATION NUMBER (Ifwyj RFQ 17/18-33 branch office si 3. YEAR ESTAI 1997 .D 4. UNIQUE ENTITY (DENT I DUNS 02-756-4298 5. OWNERSHIP a. TYPE S -Corporation ID. WALL BUSINESS STATUS N/A 17. NAME OF FIRM (ffftck 2a is a Branch Office) - YEAR ESTABLISHED 8c. UNIQUE 58 ITechnician 8 MPAINUML AvtKAUI: PROFESSIONAL SERVICES REVENUES OF FIRM 9. EMPLOYEES BY DISCIPLINE FOR LAST 3 YEARS (Insert revenue index number shown at right) 10. PROFILE OF FIRM'S EXPERIENCE 6. 7. $2 million to less than $5 million $5 million to less than $10 million a. FederalWork- 0 AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function Code c b. Discipline Number of Employees a. profile c. evenue C. Total Work 5 (1) FIRM— (2) BRANCH Code b. Experience Number 02 Administrative — 5 — F05 Forensic Engineering The foregoing is a statement of facts 15 A;.'A Construction Inspector 3 Cf-inGA.d­ S05 ' Soils & Geotechnical Studies 2 58 ITechnician 8 MPAINUML AvtKAUI: PROFESSIONAL SERVICES REVENUES OF FIRM PROFESSIONAL SERVICES REVENUE INDEX NUMBER FOR LAST 3 YEARS (Insert revenue index number shown at right) 1. Less than $100,000 2. $100,000 to less than $250,000 6. 7. $2 million to less than $5 million $5 million to less than $10 million a. FederalWork- 0 3. $250,000 to less than $500,000 8. $10 million to less than $25 million T Nan-FederalWork 5 4. $500,000 to less than $1 million 9. $25 million to less than $50 million C. Total Work 5 5. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts a. SIGNATOR 9v__ f C. NAME ANC Warren J. P.E., President /30/2018 'ANDARD FORM 330 (REV. 8/2016) PAGE 6 CITY OF 7& Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? Na _ (YIN) Note: If yes, the explanation must state the nature of the requestforequitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Deatrick Engineering Associates, Inc. Firm A-(, 1. Signature of Authorized Representative Warren J. Deatrick, President ill ltvu ur I ypeo isiame ana I itle of Authorized Representative RFQ 17118-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:OOPM 7/27/18 Date FACILITIES FORM City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S ORD clry of Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 0,P FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Terme Contract Section 00435-3 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act (CCNA) Professional Consulting Services. B. This sworn statement is submitted by Deatrick Engineering Associates, Inc. whose business address is 27 a of entity submitting swom statement] 9425 Tradeporf Drive, Orlando, FL, 32 and (if applicable) its Federal Employer Identification Number (FEIN) is 59-3463397 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Warren J. Deatrick and my relationship to the above is President [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: I. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Rev 03/2018 City of Sanford I Finance (Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 CITY OF ®RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPAP.TMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES V Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Public Entity Crimes Statement Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNATM Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of July 20 by Warren Deatrick as President of Deatrick Engineering Associates Inc personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. KARA RATHKE ; ' a Commission # FF 295970 a4— Expires July 39, 2099 Th u Troy Fe NOT BonY PUBLIC, State of (stamp) ded n lne sante 8"5.7019 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal 2 Rev 03/2018 SECTION 00450 The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidders control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Deatrick Engineering Associates, Inc. Name of Bidder MI WIM Signature of Authorized Representative Warren J. Deatrick, President Printed or Typed Name and Title of Authorized Representative F4 -IT 6=0 �01 I RFQ 17/18-33 CCNA. Professional Consulting Services Due July 31, 2018 at 2:OOPM 7/27/18 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PRA SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT 1. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Deatrick Engineering Associates, Inc. Proposer/Bidder Signature of r-Pq Representative (Affiant) 7/27/18 Date Warren J. Deatrick, President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF _ Orange STATE OF FLORIDA July, 2018 On this 27th day of, 28, before me, the undersigned Notary Public of the State of Florida, personally appeared Warren J. Deatrick whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. 7 (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: _ C�`� ( St ( 20t 9 ;;:tis••, KARARATNK s rF = Commission # FF 215970 31, 2019 Expires Juty Toys •.�;.,c BMdTiwTra/FVnnvae80P38`'- 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '�P'Failure to submit this form may be grounds for disqualification of your submittal"O City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S ORD C9TY OF Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE pEPARTMEPdT CONSULTANTS COMPETITIVE ' NEGOTIATION ACT (CCNA) TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit State the true, exact, correct and complete name of the company, S-type _trade or fictitious name under which you do business and the address of the principal place of usinessp� LLC, _corporation, Deatrick Engineering Associates Inc. 9425 Trade ort Drive Orlando, FL, 32827 The correct name of the Company is: Deatrick Engineering Associates, Inc. a. FEYEIN Number 59-3463397 b. Trade Mark Name N/A 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation August 6, 1997 b. State of Incorporation Florida c. Chief Executive Officer —Name and Title Warren J. Deatrick, President d. Vice President Name Rhonda York, Carolyn Deatrick e. Secretary's Name Warren J. Deatrick f. Treasurers Name Warren J. Deatrick g. Name and address of Florida Resident Agent Warren J. Deatrick 9425 Tradeport Drive, Orlando, FL, 32827 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization b. Name, Address and Ownership Units of all Partners c. State whether general or limited partnership 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. 5. If Offeror or company is an operation under a fictitious name, submit evidence of compliance with Florida Name Statute. 6. How many years has your organization been in business under is present business name? August 6th will be 21'years 7. Indicate registration, license number or certificate numbers for the businesses or professions which are subject of the Proposal/Bid. Please attach certificate of competency and state registration. Certificate of Authority 7602; Professional Engineer 13165; Special (Threshold) Inspector 0745 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. Addendum 2 changed Attachment J Reference form to Attachment I & it is included in flab B City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 S ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERM CONTRACT 0�- THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY To REJECT THE BID OR PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. . ����c el"�sAFFIANT SIGNAT Warren J. Deatrick Typed Name of AFFIANT President Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 27th day of - July 2018, b Warren J. Deatrick as President of Deatrick Engineering Associates Incy . , who personally swore or affirmedthathe/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. (stamp) NOTARY PUBLIC, State of r -101Z 1 Din. PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal N EMMEAH DEATRICK ENGINEERING ASSOCIATES, INC. Firm Profile Deatrick Engineering Associates, Inc, (DEA) is a Florida Corporation and has been in business since August, 1997. Mr. Warren Deatrick, P.E., as the President and sole owner organized DEA to specifically provide the highest quality Engineering services possible in the most professional and efficient manner. Warren Deatrick & DEA have more successful Threshold Inspection experience than any other local firm. Over 200 projects have been completed covering most of the State of Florida. Projects have been completed for over 11 school boards and the State University System, all with excellent results. We pride ourselves on having not only a team of well qualified, experienced personnel, but also for encouraging and assisting with continuing education for all and especially working with and mentoring minority companies. DEA is a full-service inspection, Testing, and Geotechnical Engineering firm. We also provide Structural Inspections for buildings damaged by hurricanes, tornados, fire, autos, etc. Specialized equipment is available for providing balcony railing load tests and concrete pull-out tests. In addition, we provide a wide variety of other testing and inspection services; e.g., nondestructive examination & testing of welds; roofing inspections; condition assessments; pavement testing/analysis, forensic engineering and plant inspections. DEA can also provide technical support in specialized areas of expertise by selection from our network of sub -consultants. We have been providing and continue to provide services for numerous repeat clients, three of which are the School District of Osceola County, the Osceola County Board of County Commissioners and Sea World of Florida. A few of our accomplishments include being ranked #1 to provide Threshold Inspection services for Orange County Public Schools; being ranked #1 by the School District of Osceola County for providing Geotechnical, Construction Materials Testing, Threshold Inspections, and Bleacher Inspections; and being awarded continuing contracts with the Osceola County Board of Commissioners, The School District of Osceola County and The City of Sanford. DEA has a fully equipped CMEC and FDOT accredited lab. DEA's Experience, Communication, Organization, Efficient Budgeting, Excellent Service, and Convenient Location provide a combination of professional excellence that will ensure a high quality, timely, and professional response for all assignments. E3F=A DEATRICK ENGINEERING ASSOCIATES, INC. Services Construction Materials Testing & Inspection • Concrete • Soils • Rebar • Structural Steel • Bolt Torque Inspections • Fire Stop Inspections -Third Party Inspections • Weld Inspections • Fireproofing • Wood • Paint Thickness • Pile Driving Inspections Specialized Services • Threshold Inspection Services • Structural Masonry Inspections • Post -Tension Cable Stressing • Construction Draw Requests • Forensic Engineering • Plant Inspections • Fire Damage • Wind Storm / Tornado Damage • Structural Damage 1997-2017 • Bleacher Inspections • Balcony Inspections / Load Tests • Pavement Testing & Analysis • Nondestructive Examination & Testing - Welds • Roofing Inspections • Geotechnical Engineering Services • Condition Assessments Employee Certifications • Professional Engineer • ACI Level I & 11 • Special Inspector (Threshold) • Nuclear Moisture Density Gauge Operator • Certified Welding Inspector I �M= DEATRICK E14GINEERING ASSOCIATES, INC. Projects City of Orlando • Citrus Bowl Expansion - Phase I • Citrus Bowl Modifications • Citrus Bowl End Zone • Bob Carr Auditorium • Library Parking Garage Orange County Courthouse Complex * 24 -Story Tower * 4 -Story Parking Garage * 5 -Story Central Energy Plant * 8 Level Parking Garage Orange County 33,d St. Correctional Facility Orlando Science Center 0 7 -Story Exhibit Building Osceola County Courthouse • 8 -story tower • 6 -story admin Osceola County Heritage Park Osceola County Sheriff's Admin Complex Sanford Public Safety Complex Seminole County Sports Complex Soldier's Creek Sports Complete 7 -Eleven a 120+ Statewide locations 1997-2017 Sea World of Florida • Arctic Exhibit • Aquatic Expansion 2009 • Atlantis Exhibit • Catering • Discovery Cove Holding Tanks • Interactive Park • Kraken Roller Coaster • Manta Roller Coaster • Mako Roller Coaster • Aquatica's lhu's Breakaway Falls Universal Studios a Barney Attraction Walt Disney Imagineering • Disney's Animal Kingdom • Wilderness Lodge Annex University of Florida • Physics Building • Student Recreation Center • Harn Museum University of Central Florida • Bleachers and Canopies • Recreation and Wellness Facility LA Fitness International 0 50 Statewide projects Island One Resorts 0 (4) 5 -Story Buildings Summer Bay Resorts E:Ezm DEATRICK ENGINEERING ASSOCIATES, INC. Project Photos 1997-2017 A UCF VAINCIA om e county OSCEO Pubec A COUNTY Schooli The Orlando 1.1w DWELL LUXURY APARTMENTS Drake Midtown Apartments HOME., ' LAIRTNESS HOMEWOOD SUITES BY WOON Osceola County Courthouse Parking Garage Nm Osceola County Courthouse Parking Garage