Loading...
2023 RFQ 17/18-33 CCNA NADICCITY OF SWORD FINANCE DEPARTMENT Thursday, December 20, 2018 PURCHASING DEPARTMENT TRAmsm#TTAL MEMORANDUM To: City Clerk/Mayor RE: The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order F1 Mayor's signature ❑ Final Plat (original mylars) Fl. Recording ❑ Letter of Credit Rendering ❑ Maintenance Bond PK Safekeeping (Vault) F] Ordinance El Deputy City Manager F] Performance Bond n Payment Bond F] Resolution E] City Manager Signature ❑ n City Clerk Attest/Signature E] City Attorney/Signature Once completed, please: F] Return originals to Purchasing- Department F] Return copies n Special Instructions: Lih�.o(s.e y 13oja4zqeAr From SharePoint—Finance —Purchasing Forms - 2018.doc Zi �q Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND NADIC ENGINEERING SERVICES INCORPORATED FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 4th 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 NADIC ENGINEERING SERVICES INCORPORATED, a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 601 North Hart Boulevard; Orlando, Florida 32818. 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 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 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, GMC, FCRM, 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. 3 1 P a Y-, e 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. 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 Agreement 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 SANFORD Attest: Fidelia N. Nnadi Director THE CONSULTANT B v: ( I Godwin N. Nnadi Director Dated: January 4, 2019 TABLE OF CONTENTS Section A: Firm Qualification and Experience * Letter of Transmittal * Experience of Key Personnel * Organizational Chart * Litigation 00 Financial Information Section B: Similar Projects Section C: Project Approach Section D: Required Forms Section E: Additional Information 17% C r A 7- 7, 17"b 1 7% 1- h I n -F C r) OMN), 1'D„ � ,��r� �f%rrrntrrrrr� � ����rrk� �i � �/ � 11 '�� �,� err,; ��iaaair�rr4�`` � �°i�r,�,r�rrrr July 30th, 2018 City of Sanford Purchasing Division Attention: Marisol Ordonez, Purchasing Division 300 N. Park Avenue Suite 243 2nd Floor Sanford, Florida 32271 Subject: Request for Qualifications: RFQ17118-33 Professional Consulting Services-CCNA Dear Ms. Ordonez and Selection Committee Members: ��,i e�%uf.n E n,� "', 4n (N'`[,,)iG) is pleased to respond to the City of Sanford RFQ 17/18.33 for Professional Consulting Services for Geotechnical, Soils and Materials Testing Inspection Services. Thank you for the opportunity to submit our qualifications package. We have reviewed the RFQ and are confident that we can provide the services outlined in the submittal in a timely and cost-effective manner. Please accept this letter of response of our interest to provide exceptional qualifications and experience to your service. NADIC is one of Central Florida's most respected, dependable and trusted engineering firms and is dedicated to providing services on time, within budget, and in a professional manner. We propose to use Dr. Godwin Nnadi, PE, as our single -point -of -contact. Dr. Nnadi is highly qualified and is a nationally known expert in Geotechnical, and Environmental engineering consulting. Dr. Nnadi will be available to the City to address engineering issues and coordinate staffing for all task authorizations. He is supported by a dedicated group of engineers, geologist, scientists, qualified CTAP technicians, and administrative personnel within our Orlando office. Our unsurpassed client devotion ensures City of Sanford that our team will deliver quality and cost-effective services. As outlined in the RFQ, the City is seeking engineering firms to provide Geotechnical, Soils and Materials Testing Inspection Services for various projects that will include field, office and laboratory work throughout the City of Sanford. We are well qualified and committed to provide the City with services to achieve your project goals in the areas of Geotechnical, Soils and Materials Testing Inspection Services. Our goal for each is to understand your needs and provide full support to the City to achieve your vision. We are equipped to help you meet your challenges by committing our resources and local experience. Our team will provide you the following benefit: ro,-Dedicated: Being just 30 miles from the City Hall, we want to be an extension of your office. We will mobilize our drill rigs and staff in a moment's notice to meet your needs. Our employees are always available to you and committed to accommodate you for both routine and emergency requests. IIII���G %�Oi I r Ill Do,, Devoted: With a "client first" motto, we take pride in being proactive in solving project challenges. We are devoted to providing the highest quality and most responsive professional services. o,. Dependable: With vast local working experience we will be a reliable and dependable partner to the City of Sanford. We have provided similar services on multiple projects within the area. Our approach is to place the City's needs and objectives first. Our objective is to provide bespoke solutions to your Geotechnical, Soils and Materials Testing Inspection needs in an i,�tit .� V, 4. trnr,�fly (,r.e s'i:offf e(, We offer you an extensive team of resources which will expedite this contract. The following individual will assist Dr. Nnadi as point personnel for the consulting and field work to be provided for this contract: Mr. Ikenna Uju, P. Eng. — Senior Geotechnical Engineer (14 years of experience) Mr. Christopher Graham — Soils/Material Testing Inspection (15 years of experience) Mr. Alfonso O'Neill — Quality Control & Technical Assistance (40 years of experience) Dr. Fidelia N. Nnadi, PE, FASCE — Environmental (36 years of Experience) All work for the City of Sanford will be performed from our corporate headquarters, located at 601 North Hart Boulevard, Orlando, FL. 32818. Our office is conveniently situated with 30 minutes away from the City. NADIC is confident that with our demonstrated abilities, advantages, and competitive pricing, we are the best choice to provide professional Geotechnical Engineering and Soil/Materials Testing Inspection services to the City of Sanford. We appreciate the consideration, and we look forward to providing the City "Dedicated, Devoted and Dependable" Services. Sincerely, NADIC ENGINEERING SERVICES INC. Godwin N. Nnadi, Ph.D., P.E. Principal Engineer/Contract Manager r �, , �, ,i. i ii e /, , �,/ v� Y ,, a ., � i ,,,,, .�. ,loll/., �a ✓/, /i 601 N. Hart Blvd Orlando, FL 32828 1 407.521A771 � wwwMadicinc.coni 1. TITLE AND PART I - CONTRACT -SPECIFIC QUALIFICATIONS CITY OF SANFORD: PROFESSIONAL CONSULTING SERVICES SOLICITATION OR PROJECT NUMBER JUNE 29, 2018 RQS17/18-33 Godwin N. Nnadi, Ph.D., P.E. Principal Engineer/CEO 5. NAME OF FIRM Nadic Engineering Services, Inc. 6. TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS 407 521 4771 407 521 4772 nnadi@nadicinc.com 1 "l lglnee"�l nq 601 N. Hart Blvd., Geotechnical , Orlando, FL. 328181 Environmental and a. X Construction Material Testing, including drilling ❑ CHECK IF BRANCH OFFICE services, and laboratory testing b. ❑ CHECK IF BRANCH OFFICE C. F] CHECK IF BRANCH OFFICE d. ❑ CHECK IF BRANCH OFFICE e. E] CHECK IF BRANCH OFFICE f. ❑ CHECK IF BRANCH OFFICE AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE I OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) POINT-OF-COII iiN NTAC Godwin Nnadi Phl), P.E. Cit\ ol Sanlord kFQ 1 7 QUALITY CONTROL & TECHNICAL ASSISTANCE Alfonso O'Neill, E.I. MATERIALS TESTING SUPPORT MATERIALS TESTING7 2 Staff Engineers Christopher Graham 12 Technicians Dardy Seal, CWl 2 Lab Supervisors OMMMENVIRONMENTAL SUPPORT ENVIRONMENTAL 2 Staff Scientist 1 Geologist Fidelia Nnadl PhD, P.E. 2 Technicians GEOTECHNICAL SUPPORT GEOTECHNICAL 5 Staff Engineers Godwin Nnadl PhD, P.E. 3 Drill Rigs Ikenna Uju P.Eng 2 Technicians Mustafa Syed E.I. 2 Administrative Staff MATERIALS TESTING SUPPORT MATERIALS TESTING7 2 Staff Engineers Christopher Graham 12 Technicians Dardy Seal, CWl 2 Lab Supervisors OMMMENVIRONMENTAL SUPPORT ENVIRONMENTAL 2 Staff Scientist 1 Geologist Fidelia Nnadl PhD, P.E. 2 Technicians � nOTALWITHo�nEN1 Godwin N. Nnadi, Ph.D., P.E. Contract Manager 38 1' 17 NudicEngineering Services, Inc. Orlando, FL. Prnfm�|ona|Eng�on F�ddo#5OG37 PhD Civil Engineering | Drilled Shaft Inspector, CTQP LBR Tech., CTQP Concrete Lab. Tech. Over 14Publications inGeotechnical Engineering: ASCE, Gno'|nudtute FES, a. b. d. ^ AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33O(REV.O/2O1G)PAGE 2OFINSTRUCTIONS b. C. 7.� Alfonso O'Neill, E.I. B.S Civil Engineering TOTAL WITH QA/QC & Technical Assistance 44 Nadic Engineering Services, Inc. Orlando, FL. EIT # 10537 Emergency ManagerlESF#3 ATL New 5 MGD Complete Mix Activated sludge STP, Jacksonville, Florida 1978 1983 I) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Engineer responsible for Bidability/Constructability review of upgrading existing Wastewater Treatment Plants (WWTP) and construction of new WWPTs. Conducted regular inspection of all assigned projects to ensure that the projects were being constructed in accordance to contract documents. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Relocation of Borinquen Portable Water Transmission Pipeline, San Juan, Puerto 2016 Rico 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Manager overseeing all field testing such as compaction tests, concrete tests as well as pressure testing of main water lines and unit's water lines. Reviewed, approved and conducted final inspection of completed units. Charlotte Amalie Harbor, St. Thomas, USVI PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2017 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Engineer oversaw the inspection all phases of the construction of a flood control channel, consisting of 27 individual monoliths, from waterfront to 300 feet inland. The purpose of the project was to widen and revitalize Veterans Drive to provide a tree -lined four -lane divided road with a waterfront pedestrian promenade that simultaneously addresses Charlotte Amalie's congestion problems and create a signature pedestrian friend/ environment. 11151 • / ® ®11 Iii I! m 1 PROFESSIONAL SERVICES EM CONSTRUCTION (d applicable) The Lime Tree Bay Terminal Facility, St. Croix, UVI 2017 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Engineer oversaw the inspection of all phases of the construction of a 11/4 mile flood control channel 90 feet wide with a 1:1 side slope and gabions protection. The purpose of the project was to provide Lime Tree Bay Terminals the ability to receive shipments from very large bulk fuel carriers with drafts up to -76 feet below mean sea level at the Lime Tree Bay Terminal Facility without having to transfer fuel to smaller vessels. PROFESSIONAL SERVICES CONSTRUCTION (dapplicable) De Diego Bridge Flood Control Project, San Juan , Puerto Rico 2017 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Constructability Project Engineer for design and construction of a 150 4 -feet in diameter drilled shaft for bridge construction reinforcement, Rio Piedras channel widening and construction of debris walls. The purpose was to minimize rapid upstream runoff and severe flooding to 7,500 residents and 700 commercial and public structures valued at over $3 billion. This includes the most important transportation facilities in the city, as well as major public works complexes and strategic water, sewer, electrical power, and telephone services. The improvement protects against the 100 -year flood by the construction in Puerto Nuevo River and its tributes of 1.7 miles of earth lined channel, 9.5 miles of concrete lined channels of which five (5) miles are high velocity and two (2) debris basins. The plan will also require the construction of five (5) new bridges, the reDlacement of seventeen (17) bridges, and the modification of eight (8) existing bridges. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 8 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) AL Fidelia (Ola) Nnadi, Ph.D., P.E. D.WRE, FASCE. Environmental Task Manager Nadic Engineering Services, Inc., Orlando, FL. WITH CURRENT FIRM 36 17 Ph.D. Civil Engineering I Professional Engineer, Florida #52045 Over 34 Publications in Environmental Engineering and Water Resources: ASCE, FES, IF a d. e. PROFESSIONAL SERVICES CONSTRUCTION ( appica e East Palm Drive Culverting and Roadway Improvements, City of Florida City, FL. 2016 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager responsible for contamination screening study along the East Palm Drive from US -1 to SW 172nd Avenue in order to make assessments and recommendations to guide the proposed roadway widening and culverting improvements. MHOMEEM INo Installation of 4.5 Miles of New 54 -Inch Diameter Force main and the PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable) Rehabilitation of 2.5 Miles of Existing 54 -Inch Diameter Force main, Florida City, 2016 Miami -Dade, FL. 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Contract Manager responsible for the geotechnical and environmental evaluation for the new 54 -inch diameter force main. Project Manager For Phase I Site Contamination Assessment for a total of 7 miles of 54 -inch diameter Force main corridor. International Drive (from South Westwood Boulevard to North Westwood PROFESSIONAL SERVICES CONSTRUCTION(Aapplicable) 3oulevard) Orange County, FL. 2011 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager responsible for the contamination screening evaluation and preliminary contamination assessment. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) International Drive Pedestrian Bridge, Orlando, FL. 2014 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager responsible for the geotechnical evaluation of a pedestrian bridge crossing kDrive from Peabody Hotel to Orange County Convention Center. Project will eliminate traffic holdups, especially during large convention events. NADIC evaluation includes bridge pier and canopX evaluation, and oroundwater analysis a om a o PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Grand National Drive 1.4 Overpass, Orlando. FL. 2013 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ID Check if project performed with current firm Project Manager responsible for environmental evaluation of Grand National Drive 1-4 Overpass that included reconstruction and widening of Grand National Drive and extending it from approximately 100 feet south of Oak Ridge Road, over 1-4 along Caravan Court to Major Boulevard. Project also included Contamination Screening Evaluation along the project corridor. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 4 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) Construction Materials Task and Laboratory TOTAL WITH CURREN Christopher Graham Manager 15 3 Nadic Engineering Services, Inc. Orlando, FL. 18r EdUCATION (D R AND Sp Q1ALlZAT/OAI) 17�,: CIIRRENT,PROFESSIQNAL REGISTRATION (ST,ATEAll isCI�?L1N F;'::.. ":: a: CTAP — Earthwork I & II, CTQP QC Manager, CTQP LBR Tech., CTQP Associates Degree ADJU Concrete Lab. Tech., CTQP Asphalt Paving I & II, CTQP Asphalt Plant I & II, Drilled Shaft Inspector, Nuclear Gauge Safety & Hazmat a. b. C. d. e. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 7 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) TOTAL WITH CURREN Ikenna Uju, M.S., P. Eng. Sr. Project Engineer 14 9 Nadic Engineering Services, Inc. Orlando, FL M.S. Civil Engineering Professional Engineer, Alberta, Canada, CTQP Earthwork Level 1 I , OT11ER"F IRPFEySSIONAL, QUALIFICATIONS(PublfcatlonsrOtgantzetlons;;pratplrrg,`Awartls; etc), ASCE 1:1111 1:11 111H ME:, �,,. ,.. ,,.r� r;1r�F,,,l„ , .r, Waffam, o D GOAA BP -408 Cell Lot, Taxi Hold & Return to Terminal A Road, Orlando PROFESSIONAL SERVICES CONSTRUCTION(fapp/icable) International Airport, Orlando, Florida. 2015 2016 a• 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Z Check if project performed with current firm Project Manager responsible for the geotechnical studies for roadway, ponds, lift stations, walls, and sign and signal structures. The design effort requires significant field exploration, soil classification, and characterization, engineering evaluation, and analysis. 1[1101• D ® ® 0 0 SR528/Airport Toll Plaza Improvements, Orange County, FL. PROFESSIONAL SERVICES CONSTRUCTION (if applicable) 2014 2016 b' 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager responsible for the geotechnical evaluation for the proposed SR5281 Airport Tall Plaza Improvements, including two (2) new mainline bridges, two (2) ramp bridges, two (2) mainline toll plaza, walls, three (3) new ramps, two (2) box culverts and sign structures. • D o o o D International Drive (from Universal Boulevard to Oak Ridge Road) Orlando, FL. PROFESSIONAL SERVICES CONSTRUCTION (d applicable) 2012 2016 C. 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer responsible for the geotechnical evaluation for roadway soil survey, pavement evaluation, stormwater management, contamination screening evaluation and preliminary contamination assessment. • D oo > - o D PROFESSIONAL SERVICES CONSTRUCTION (d applicable) Grand National Drive 1-4 Overpass, Orlando, FL. 2014 On-going d• 3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager responsible for the geotechnical evaluation of Grand National Drive 1-4 Overpass that included reconstruction and widening of Grand National Drive and extending it from approximately 100 feet south of Oak Ridge Road, over 1-4 along Caravan Court to Major Boulevard. Pro'ect also included Contamination Screenino Evaluation along the project corridor. • D D 0 D. D PROFESSIONAL SERVICES CONSTRUCTION (d applicable) North Ramp Modification, Orlando Executive Airport, Orlando, FL. 2012 2014 e. 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer responsible for geotechnical studies including subsurface evaluation of North Ramp Modification at the Orlando Executive Airport. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 5 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) Senior Specialty Inspector and Field Services TOTALWITH CURRENT Darryl Seal, CWI Supervisor 30 8 Nadic Engineering Services, Inc. Orlando, FL. Radiographic Technician Dr. Phillips Performing Center, Orlando, FL. Certified Welding Inspector (00080111) ;TION (if applicable) 2014 a. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Supervised Threshold Inspection Services and Welding Inspection Services .The Performing Arts Center located at 445 S Magnolia Avenue in downtown Orlando, Florida. The $429 million arts center broke ground on its first phase in 2011, which included 2,700 -seat Disney Theater, a 300 seat community theater and a banquet room. Faith Assembly of God Church, 9307 Curry Ford Road, Orlando, FL. 2011 b. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Supervised Threshold Inspection Services and Welding Inspection Services (Special Inspector) for the project close-out. Ability Housing — Mercy Drive Project, Orlando, FL. On-going C. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Supervised the Engineering Technician for construction materials testing services that included in-place density, slab post -tension, concrete testing for construction of a 3- three story apartment complex on a 12.83 acre parcel located at 1740, 1742 and 1770 Mercy Drive. City Church of Orlando Expansion, Sanford, FL. RUCTION (if applicable) On-going d. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Supervised the Engineering Technician for construction materials testing services including quality control testing for utility pipe, stormwater pipe, parking areas, stabilized subgrade and base, and concrete. GOAA BP -479: Motor Pool Fuel Tank Replacement, Orlando, FL PROFESSIONAL SERVICES CONSTRUCTION (if applicable) On-going e. �(3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Senior Technician for performing construction materials testing, both laboratory and field, on soils samples. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 6 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) Mustafa Syed, E.I. Nadic Engineering Services, Inc. Orlando, FL. Engineer -In -Training, E.1 B.S. Civil Engineering ACI I, CTQP Concrete Field Technician Level I, Drilled Shaft Inspector, Earthwork I & II Confederate Soldier Statue Relocation from Lake Eola Park to Greenwood PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Cemetery, Orlando, FL. 2017 a• 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Engineer responsible for geotechnical investigation at the proposed location of Confederate Monument in Greenwood Cemetery in Orlando, Florida. The new location of the Confederate Monument is at Greenwood Cemetery, which is the host to four (4) different separate militarx sections. These sections are Confederate, Union, Spanish-American War and American Le ion. IDERVE® 0 • ar PROFESSIONAL SERVICES CONSTRUCTION (if applicable) West Livingston Street Extension, Orlando, FL. 2014 b. 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Engineer responsible for subsurface exploration of West Livingston Street extension consisting of pavement coring, soil boring exploration and evaluation, and contamination screening evaluation of the roadway corridor. a o m ® mENEEMM PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Lift Station 45 Replacement Project, Orlando FL. 2017 C. 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Engineer responsible for geotechnical evaluation for replacement of the existing Lift Statlon No. 45 with a new lift station. Soil borings performed showed the existing of a buried lift station building. Ground penetration radar survey was performed to determine the extent of the buried structure. Com action 2routino s ecification was prepared for remediation of the site for the proposed Electrical Buildin . PROFESSIONAL SERVICES CONSTRUCTION (if applicable) West Central Blvd Streetscape and Utility Upgrade Phase 1, 2 & 3, Orlando, FL. 2015 2017 d• 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE N Check if project performed with current firm Project Engineer responsible for geotechnical evaluation, including pavement survey, roadway soil survey and signal sign structures. Project Engineer - quality control testing for sewer line, roadway reconstruction, OUC utility lines and streetscape. Also performed pavement evaluation and condition surve . PROFESSIONAL SERVICES CONSTRUCTION (d applicable) International Drive Pedestrian Bridge Orlando, Orlando, FL. 2015 2017 e, 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Engineer responsible for geotechnical evaluation for construction of I -Drive pedestrian bridge from the Peabody Hotel to the Orange County Convention Center (OCCC). The bridge eliminated traffic holdups at this location during large convention events. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 3 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) �'it � ('f`,wfordI" IS -)i LITIGATION Nadic Engineering Services, Inc. (NADIC) has established strong policies on quality, employee workmanship and error prevention for each project. We are proud to state that in our 17 year history, we have failed to complete any of our awarded projects. Within the last 5 years we have not been subject of an investigation conducted by a regulatory agency or professional licensing board, nor to any professional liability claims, and any lawsuits. NADIC maintains professional liability insurance should such a case arise. DEDICATED � DEVOTED I DEPENDABLE ..�.� MAniFN(;_n1 KCOLLINS A<7"MLX CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 07/25/2018 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). iPRODUCER 8300 Greensboro Drive +Suite 980 McLean, VA 22102 NQNTACT j (A//C, No Ext): (703) 827-2277 j MAC Z0240-010 6306 West Colonial Dr Orlando, FL 32818 Tel: xno49 5607 Fax: 407 649 5006 Supervisory Office 600California Street, Suite 1600 San Francisco, oxm4mV July 24, 2018 ToWhom kMay Concern, Greetings my name isJack Grace and this letter bin reference to NAD|C Engineering Services. N8D|C Engineering Services has been a valued Wells Fargo Bank customer for over the past 20 years, and they have a solid financial relationship with the bank, If you have any questions, comments, or concerns please feel free tncontact medirectly atthe information provided above. Sincerely, Jack Grace jr Bran/Manager III/ Asst. Vice President NK4C5RID: 973219 Pine Hills Branch Together we'll gofar OEM A 1 North Cell Lot, Taxi Hold & Return to Terminal "A" Road Orlando ( PROFESSIONAL SERVICES CONSTRUCTION (if applicable) International AIrDOrt 2015 2016 GOAA c/o WBQ Troy Vargas, P. E. 201 N. Magnolia Ave., Ste. 200 Orlando, FL 32801 407-839-4300 The Greater Orlando Aviation Authority (GOAA) improved the Orlando International Airport (OIA) facilities with the addition of a new North Cell Lot, Taxi Hold Lot and Return to Terminal "A" Roadway. The new North Cell Lot was constructed at the location of the former MT -North Pond. The new North Cell lot consisted of a new parking lot to the north of the terminal/existing Taxiway "J" and to the south of Cargo Road, between Jeff Fuqua Boulevard northbound and southbound. The North Cell Lot includes a new restroom facility, a Canopy area, a Lift Station and a sloped bank of the expanded MT -North pond. The Return to Terminal "A" Roadway looping from Jeff Fuqua Boulevard to the south of Cargo Road bounds the North Cell Lot to the south. Nadic Engineering Services, Inc. (NADIC) provided the geotechnical services for design of the new facility. Estimated cost for work which firm was responsible: $ 104,571.00 / / moi / ,,, AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 9 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) W. N �, RR, �/r r � i,�/r�/%l �i,��i��� ,f r rr ( + ,,, r� 1 / �Ir%�///✓fi��I�Gf���/���,ir/>J/ , 1,/ 1/i�.,,.,��,�/.,�< /,,,./J�,,,�,��,,1,F,,.. ,�.:IL%,i�,� a. WBQ Orlando, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineer nServices, Inc. Orlando, FL. Sub consultant (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 (CityandState) (3) ROLE f AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 9 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) 2 Ability Housing Mercy Drive Project, Orlando, FL I2018 -ongoing Ability Housing, Inc. c/o Sauer, Inc. Mr. Matt Higgins 904-237-5779 9728-1 Florida Mining Blvd., West Jacksonville. FL. 32818 The Project consisted of the demolition of existing vacant, boarded buildings, and design and construction of a 166 unit, garden style, multi -family apartments comprising of 1, 2 and 3 bedroom units. In addition, an office building and two retention ponds are planned for the development. NADIC conducted geotechnical engineering investigations and construction materials testing for the project. Geotechnical investigation included soil survey, existing pavement condition and evaluation survey, mast -arm signal and monument structures. NADIC also provided Construction Materials Testing and Laboratory Services for the project. Estimated cost for work which firm was responsible: $ 23,000.00 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 10 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) IAJV,OLUD,wITN �Hts,PR(7J1 CT,",, a' Sauer, Inc. Jacksonville, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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 (Cityand State) (3) ROLE f AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 10 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) BP -452 Sanitary Sewer Improvement Phase 2, Orlando, FL. 1 2017 1 2018 GOAA c/o Kimley-Horn Brian Ashby 407-427-1669 189 S. Orange Avenue, Suite 1000 Orlando. FL 32801 The Greater Orlando Aviation Authority (GOAA) installed Manhole SS -04 and an 8 -inch ductile iron (DI) sanitary sewer pile along Hanger Boulevard in Orlando. The manhole SS -04 settled several inches and the associated 8 -inch DI experienced deflection approximately 10 feet north of manhole SS -04. The 8 -inch DI and the bottom of the manhole SS -04 were buried 20.5 feet below the existing grade. Both the DI pipe and manhole were set on a 4 -foot rock bedding material. To mitigate against the high settlement values, NADIC recommended that both the pipe and manhole be removed and be founded on Helical Pile system. The manhole was founded on a 16 -inch thick pile cap constructed on four (4) 2-7/8' diameter helical piles to a depth of 30 feet. The DI pipe was founded a helical piles spaced at 10 feet apart. Estimated cost for work which firm was responsible: $17,500.00 //i,�lmvalnt,,�rG„GIie�U/�ii�ceiioi�l�L//,/����<,,.� i,,,,,�,,.e� ,,,,,ii,�ll�, � �ro✓ii,; i,i,�, co�,.l,�,,,,,,,,,,,,,r,,,,,,,,,ii,�� AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 11 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) /c,,,,. ��//////i/�/��%��/�/�„����r,i,/�„i,.,�,./i00%ir��,�i✓ii,���/,,,,ir/,.,��o„�///l.i,iii/r/iil////„���/i�ilr„r�//%/,�i/Gli/ i,/.,i, iia ,��,i�i,/i,, /�„�vi! G a. Kimley-Horn and Associates Orlando, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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 (Cityand State) (3) ROLE r AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 11 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) Northwest Water Reclamation Facility, Apopka, FL. 1 2016 Orange County Utility Department c/o CPH Mr. David E. Mahler, RE 407-452-0452 1117 E. Robinson St. Orlando, FL 32801 Orange County Utility Department planned to replace the existing liners in 15 Rapid Infiltration Basins (RIBs) at the Northwest Water Reclamation Facility (NWRF) in Apopka, Orange County, Florida. The 15 RIB are located off of West McCormick Road near Lake Marden and Lake Cora Lee in Orange County, Florida. Ten (10) of the fifteen (15) RIBs are located around Lake Marden at the west side of the NWRF, and five (5) RIBs are located on the east side of Lake Cora Lee. The existing 60 mil HDPE smooth liner are to be replaced with 60mil HDPE textured liners. NADIC evaluated the soil and groundwater conditions as well as stability of the existing berms. Estimated cost for work which firm was responsible: $11,500.00 RIM de /I OffiN / MY a. CPH Orlando, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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 r AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 12 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) South Terminal C Phase 1 GMP2S Early Works Testing and V11UPLJJIVIVHLJCIVH.CJ VVIVJIttU41WIV(lldPPIIGdUId) Inspection. Orlando. FL. 2017 On-going Greater Orlando Aviation Authority c/o Hensel Phelps Construction John Baumeister 407-825-1556 6280 Hazeltine National Drive Orlando, FL 32822 Nadic Engineering Services, Inc. is providing Civil Works Construction quality control services for the new Orlando International Airport South Terminal Complex, Phase 1. The Complex will add 16 gates capable of accommodating up to 21 aircraft depending on the combination of narrow body, jumbo and super -jumbo aircraft. Expected to open in fall 2020, the three -floor facility will be adjacent to the South Airport APM Complex and Intermodal Terminal Facility. Construction Materials Testing and Inspection performed by NADIC includes in-place density, earthwork sampling and testing, and proof rolling inspection. NADIC provided Inspection Services as part of the Hensel Phelps Inspection Team. NADIC inspectors were heavily involved in both the testing and inspection phases of the project to help insure the quality of the final product while maintaining the accelerated construction schedule. Estimated cost for work which firm was responsible: $ 228,000.00 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 13 OF INSTRUCTIONS Prescribed by GSA - FAR (48 CFR) 53.236-2(b) ON /, aolapgp f / fct �P/i.r ����/i�,�,.. //, / ✓ �i a' r,e,7 Gr,r�,.�1//���//.,/�f�/r ,,/%��,,,,,,_�//,„ Hensel Phelps Construction ,1„ ,r„iia.,,z:✓ r” ,,, .,.,,nr,.,,.,��,.r������. Orlando, FL. .. r it ,, ,,. ,,,,,,,, i,- i�,,,,,. ,.. , Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 13 OF INSTRUCTIONS Prescribed by GSA - FAR (48 CFR) 53.236-2(b) West Central Blvd. Gravity Sewer, Roadway, Utility and PROFESSIONAL SERVICES CONSTRUCTION(dapplicable) Streetscape (From Glenn Lane to Garland Avenue), Orlando, FL. 2015 2018 City of Orlando c/o Garney Construction/CPH Inc. Mr. Dan Smolik 321-221-2826 370 East Crown Point Road Winter Garden. Florida 34787 City of Orlando awarded the design, installation and construction of Gravity Sewer Pipeline, Roadway Resurfacing and Streetscape along West Central Boulevard between Glenn Lane and North Garland Avenue to Garvey Companies, Inc. Nadic Engineering Services, Inc. conducted geotechnical engineering investigations and construction materials testing for the project. Geotechnical investigation included roadway soil survey, existing pavement condition and evaluation survey, mast -arm signal and monument structures. The pavement evaluation also explored the extent of buried asphalt and brick pavement along the project limits. NADIC also provided Construction Materials Testing and Laboratory Services for the project on all three phases of construction. CMT services include the following: in-place density testing for sanitary pipes, associated structures and roadway stabilized subgrade and base materials. Evaluation of backfill materials, asphalt thickness and gradation and concrete testing. This $4.125 million project was divided in three phases as follows: Phase 1: Upgrading and installation of sanitary sewer lines. Phase 2: Installation of new powerline below the ground surface by Orlando Utility Commission (OUC). Phase 3: Reconstruction of Roadway, Signal Structures and Streetscape. Estimated cost for work which firm was responsible: $ 87,652.00 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 14 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) a. Garvey Construction/CPH Inc. Winter Garden, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (CityandState) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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 L AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 14 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) International Drive Pedestrian Bridge - (From Peabody Hotel to Orange County Convention Center), Orlando, FL. Orange County c/o RS&H 300 E. Pine Street Orlando, FL 32801 Mr. Jesse Forst, P.E. 7 (if applicable) 2014 1 2016 407-893-5834 The International -Drive pedestrian bridge crossing from the Peabody Hotel to the Orange County Convention Center (OCCC) was constructed eliminate traffic holdups at this location during large convention events. This four -lane pedestrian bridge spans over 300 feet from the ground level of the Peabody Hotel to the West Building of the Orange County Convention Center (OCCC). The vertical clear height of the pedestrian bridge varies from 17 to 23.5 feet. An exterior plaza and entry was constructed on the colonnade rooftop entering the OCCC at the third level area. Access to the pedestrian bridge was provided by escalators, stairs and elevators along three (3) locations of the bridge length. NADIC performed the geotechnical engineering investigation and contamination screening evaluation for the design of the bridge. Estimated cost for work which firm was responsible: $ 42,000.00 ........ , AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 15 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) �, ... 1;,,/ 000 r, P/.. s r�� a. RS&H Orlando, FL. Consultant (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b Nadic Engineering Services, Inc. Orlando, FL. Sub consultant. (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. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 15 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) City of Kissimmee Continuing Geotechnical, Environmental, Material PROFESSIONAL SERVICES CONSTRUCTION (it applicable) and Consulting Testing Services Contract, 2018 Kissimmee, FL. Public Works & Engineering City of Kissimmee, FL 32801 Troy Vargas, P.E. 407-839-4300 This contract includes geotechnical engineering, environmental, material testing and consulting services. The services required include, but are not limited to: determining if the bearing capacity and other soil characteristics are suitable to construct the propose roadway and associated structures, exploring the soil stratigraphy in the retention areas, provide the results of the soil, permeability test and estimating the normal seasonal high groundwater table at the boring locations. Nadic Engineering Services, Inc. completed Emory Canal Trail project for the City of Kissimmee as a task authorization under our continuing geotechnical and materials testing contract. The City of Kissimmee Public Works & Engineering Department is planning to construct a multi -use trail from Vine Street to Ernest Street in Kissimmee, an approximate length of 1.3 miles. NADIC conducted geotechnical engineering and environmental contamination screening for the proposed Emory Canal trail alignment. Estimated cost for work which firm was responsible: $16,927.16 NADIC is providing Geotechnical Engineering services for Hudson Street improvement from Ernest Street South to Sunny Street in Kissimmee. The project includes roadway widening, stormwater management ponds, four signal structure locations. In addition, the project includes a new drainage system along the corridor. � 25 F R u� R (� SEO�`J O N. NMOLIt l iYit6PR JECT 1 /,/ ,ii % ,to//i AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 16 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) - �, ,/ Prime GeotechnicaWaterials a. Nadic Engineering Services, Inc. Orlando, FL. Consultant (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 e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 16 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) Of 11 Aftw", UNDERSTANDING SCOPE OF WORK As a boutique firm, NADIC specializes in providing bespoke solutions to our clients. We will help the City succeed in their project's needs by effectively executing projects, controlling costs, and managing risk. Our clients appreciate this approach, and they rely on us as an extension of their office. We understand the needs, concerns, challenges and expectation of the City. We know that the contract will consist of a variety of tasks which may involve geotechnical and hydrogeological engineering, environmental, construction materials testing and inspection on the City's projects and facilities. The projects under this contract will include but are not limited to: oo, Geotechnical engineering services for a variety of civil engineering projects which may include subsurface exploration, foundation design, construction support, settlement estimating, structures, roadways and drainage systems. P,,M Construction materials testing and inspection — earthwork, foundations, building construction, concrete, pavement, roofing, steel. Provide professional geotechnical services and opinions as needed in support of the City for disputes concerning technical issues pertaining to soils and materials testing. Vo. Geotechnical and environmental services as requested and needed for each project. The NADIC team brings extensive local geotechnical material testing and threshold inspection services to meet the City's needs. NADIC has completed over 5,000 projects in Central Florida in the past 17 years. These projects range from simple geotechnical projects such as roadway widening (West Livingston Road Extension) to complex interchange modifications (SR 4081SR417 Interchange Ultimate). Geotechnical Engineering Understanding the subsurface soils, rock and groundwater conditions is fundamental to the design and construction of a functional and cost-effective structure. A wide variety of field explorations are anticipated to be required within the scope of this contract. All geotechnical activities including field, laboratory testing and engineering evaluation will be conducted in accordance with the project requirements and current City of Sanford Public Works and FDOT policies, procedures, and specifications. The geotechnical design services will be performed in accordance with the FDOT Soils and Foundation Handbook, Design Standards, Standard Specifications for Road and Bridge Construction and the Structures Design Guidelines. NADIC will communicate effectively with the appropriate City Project Manager to ensure a clear understanding of the project's goals and issues. We will review all available project information, including published resources such as the Seminole County Soil Survey published by the United States Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS), Florida Geological Surveys and Bulletins, Orange County Agricultural maps, etc. Field reconnaissance will be performed to assess site conditions with respect to the anticipated DEDICATED P, DEVOTED 1, DEPENDABLE geotechnical exploration, including maintenance of traffic (MOT), utility clearance and property access concerns. Depending on project requirements, field exploration would µ ,� consist of Standard Penetration Test (SPT) and auger borings within the proposed project area. SPT borings would be performed in building and structure areas while auger borings would be performed within proposed stormwater I retention area and underro osed paved areas. The P p P / borings would be located in the field by measuring from t existing features and with the aid of hand-held Global,, y Positioning System (GPS) equipment. The boring depths would be planned to provide the necessary subsurface conditions for the project. The recovered samples would be examined, logged and visually classified in the field, and securely packed for shipment to the laboratory for further classification by an engineer and laboratory testing. Upon completion and after groundwater measurement, all borings would be backfilled. During and immediately following completion of field exploration, the recovered soil samples would be visually classified and stratified based on the Unified Soil Classification System (USCS). A laboratory tests program appropriate for the project would be performed. Typical laboratory tests would evaluate soil type, organic content, strength, compressibility and permeability. The engineer assigned to the project would use the results of the field exploration and laboratory test results to perform engineering analysis and formulate engineering recommendations with respect to the project design and construction. Field logs, boring location plans and site maps would be prepared to document and illustrate the encountered conditions in a clear and legible manner. Typically, immediately following completion of field exploration, a geotechnical report is generated concurrently with laboratory test and engineering analysis. This method allows for prom t turinarm,a°�d time, and project 0ffkJE,) (.',y. The final report would be based on the field and laboratory tests results, assessments of the existing conditions and their influence on the project (whether beneficial or detrimental), and detailed recommendations for design as well as construction considerations, as appropriate. Laboratory Services Our laboratories are accredited by the Construction Materials Engineering Council (CMEC). The laboratories are staffed with experienced and well-trained technicians capable of performing tests to standards set by FDOT, ASSHTO, ASTM and other recognized and accepted testing agencies. Our laboratories fully staff at least five (5) days per week and partially staffed weekends, this allows for quick turnaround time on laboratory results. Laboratory testing is conducted in accordance with our in-house Laboratory Quality Management System (QMS) Manual and in general accordance with industry recognized laboratory standards and practices. We calibrate our equipment continually and have our laboratory inspected by independent testing agencies. We also continuously update our laboratory equipment and testing procedures. This keeps us up to date with the latest industry trends. i I R.E Ei i 118, Construction Materials Testing Every project starts with a thorough review of the project plans and specifications, and a meeting with the City staff to set up the testing approach. It is vital to establish fluid communication with the contractor and the City's staff by holding a "kick-off' meeting. This allows us to establish a work schedule for testing and inspection, and help to identify and reduce risks at the beginning of the project. We assign and maintain the same personnel through the duration of the projects to allow for continuity and efficiency. Our technicians are cross -trained and equipped to perform all of the necessary testing required for city projects. Our field technicians and inspectors attend regular training sessions and keep current with technology through continuing education in their areas of expertise. We routinely conduct weekly meetings to verify that the project is progressing in accordance to the project schedule and requirements. If additional support is required, dedicated senior level Project Engineering Technicians are available. With our office less within thirty (30) minutes' drive from City Hall, NADIC is poised and ready to offer our services in the event there is Lff) aGh(-1(J1A (.A rec," niests, and have the ability to staff projects twenty-four (24) hours a day. Our field technicians are trained to properly document project issues such as gaps, inconsistencies, or conflicts in their daily field logs when they happen. The information in the daily log including any retesting, standby time or re -inspection time will be verbally communicated and made available to the Construction Supervisor daily and also presented in the project weekly summary. This makes sure that issues are indeed raised, and investigated and resolved quickly and effectively. Proper field documentation and reporting, as well as timely submittal of test results will help eliminate unnecessary project �qpi lit,,V orlfi,��; � We are using state-of-the-art and calibrated equipment with written procedure for testing and inspections. Both our field and laboratory testing services are operated in accordance to NADIC's Quality Management System (QMS). This internal quality management manual was developed to meet the requirements of AASHTO and CMEC for testing laboratories providing soils, aggregate, asphalt and concrete testing. We verify and establish internal quality control procedures as stated in our QMS. NADIC also participates in annual reference sample and proficiency tests which are compared statistically by the accrediting agencies to assess accuracy in testing methods. NADIC's laboratories are inspected annually by the accrediting agencies, including CMEC and AASHTO. DEMCATD I DEVOTED $ DEPG=NoD%1BG_E ���% Geotechnical Engineering Services NADIC will serve as an extension of the City of Sanford staff by providing services that complements the City staff. Geotechnical engineering services may include but are not limited to subsurface exploration, soil property testing, foundation analysis and design, pavement evaluation groundwater control, etc. Our goal is to provide the City of Stanford with cost-effective design and functional construction structures based on a thorough understanding of in-situ soil, rock and groundwater conditions. Our Team provides the following wide range of services to support all phases of a project, from preliminary design through completion of the construction process. Preliminary/Pre-development fo- Muck survey and delineation P� Site feasibility analysis �. Preliminary soil/foundation evaluation �. Sinkhole evaluation Ur- Landfill site selection ID> Site preparation specifications P,,. Design of pond and pond liners 0 Vibration studies Op Borrow/fill evaluations Ov, Geophysical testing including ground penetrating radar (GPR), electromagnetic surveys (EM), seismic refraction surveys Groundwater/Effluent Disposal - Groundwater & soil suitability studies PsGroundwater monitoring plans tem. Installation of monitoring wells rv, Flow modeling L,,. Septic tank design and permitting Lb, Drawdown effects on wetlands t, Exfiltration/Percolation pond design Pk. Rapid Infiltration Basins (RIBs) Foundation/Specialty Analysis 0- Risk Assessment Foundation analyses and recommendations shallow and deep foundations 0- Subsoil modification lim, Pond recovery analysis 0A Settlement analysis TO,- Retaining wall design o, Interpret cone penetration test data ?? Earth dam analysis tri. Pile driving analyzer (PDA) P" Sinkhole evaluation/remediation t+o- Permitting and landfill studies 0W Dynamic analysis/evaluation Do, Earth Instrumentation Laboratory Services L- Soil classification 0,d Soil property index tests ijio Consolidation test fir, Proctor and Modified compaction tests Vo. Permeability u. Soil cement L. Triaxial shear test L� Relative density Roadway/Transportation Studies 0,. Corridor study/roadway design Bridge foundations gin. Pavement design 0u. Scour analyses ,,. Foundation studies Ppp- Slope stability and design 0,. Site preparation specifications 0, Design of pond and pond liners Op Embankment settlement for Retaining wall design Vfo Pile load test Ground improvement P� Box culvert design PrP Pavement design and subgrade evaluation r . Groundwater control Field and Drilling Services �m Standard Penetration Test borings 1. Cone Penetration Test soundings Dilatometer soundings L, Auger borings 0- Rock & pavement coring P�- Vane testing 0� Undisturbed thin-walled tubes/permeability Or GPS locating 0,. Double ring infiltration (DRI) Our geotechnical engineers are more than capable of providing services in subsurface exploration, foundation design and construction support for structures, roadways and drainage systems. Our engineers coordinate field work and design interpretation, and have the flexibility to change procedures as new information and conditions warrant. Our main goal is to strive to bring innovative and cost-saving solutions to the project. Our capabillties include from preliminary or pre -development geotechnical evaluation to post -design services. The development of a new site requires evaluations to ensure the compatibility of the site to the intended use. Understanding subsurface conditions is the most critical element of geotechnical evaluations and investigations. Pre -development geotechnical evaluations include soil characterization, groundwater evaluation, sinkhole evaluation and DEiDiC.A—I-Ff I D,EV0.1J_Et:) muck location, and delineation. Both pre -development services and final geotechnical design services utilize a three (3) phase approach of Site Exploration, Laboratory Testing and Engineering Analysis. Site Exploration: Depending on the project type, NADIC uses the appropriate cost-effective tool to evaluate the site. These tools include in-house geophysical survey equipment such as GPR, drilling equipment, pavement coring equipment, cone penetrometer, etc. By having the equipment in-house, we can ensure quality control and quick turnaround in collection site and subsurface samples on projects. We continually study and evaluate the latest in geotechnical technology and adopt methods and procedures that provide clear benefits to our clients. NADIC has a fleet of three (3) drill rigs that can be mobilized for the City of Sanford's project at a moment's notice. Our drilling supervisor and drill crew members are trained in drill rig operating procedures and OSHA 29 CFR 1910.120 40 -hour safety training course and annual refresher course. Drill rigs mounted on trucks and all -terrain vehicles are available to perform subsurface exploration borings and sampling. In addition, our drilling service has the capacity of many methods of subsurface sampling and data acquisition to meet client needs. We also provide a full range of environmental drilling, such as sampling of contaminated soils and installation of monitoring wells. Our drilling team will drill for the City on as needed basis, even with short notice. Laboratory Testing: Our geotechnical laboratories are equipped to perform a wide rang materials. Equipment in the laboratory include triaxial shear, permeability, hydrometer, 500,000 pound compression machine as well as routine and special testing equipment for soils and construction materials. The laboratories are staffed with experienced and well-trained technicians capable of performing tests to standards set by FDOT, ASSHTO, ASTM and other recognized and accepted testing agencies. Laboratory testing is conducted in accordance with our in-house Laboratory Quality Management System (QMS) Manual and in general accordance with industry recognized laboratory standards and practices. We calibrate our equipment continually and the laboratories are inspected annually by independent testing agencies such as Concrete Materials Engineering Council (CMEC) and Florida Department of transportation (FDOT). of tests on soil and construction resilient modulus, consolidation, Engineering Analysis: Based on results of our field exploration and laboratory tests, NADIC engineers use the latest geotechnical technology and adopted methods and procedure to provide the client cost saving recommendations and effective solutions to the project. Optimum foundation types may include shallow foundation such as spread footings and/or mats foundation, and deep foundation system such as driven DEMCATED DEVOTED I DEPENDABLE ABLE ��',, or drilled piles. Obtaining the optimum foundation system involves integrating the structure and loading information with the results of field and laboratory tests. Construction Material Testinq Services NADIC's team is highly experienced in providing a wide variety of construction materials testing and inspection services including earthwork, foundation, building construction, concrete, and pavement inspection. These test and inspection services are required for construction projects, including roadways, mid -rise and high-rise vertical constructions. We believe that proper construction materials testing and inspection is the most cost effective way to ensure that construction projects are completed within specifications, on-time, and within budget without incurring time consuming, expensive rework or failures. Quality, workmanship, and performance of construction materials play a vital role in ensuring that buildings and infrastructure perform adequately over long time periods. We will work with the City to minimize material replacements, reduce the likelihood of deterioration, avoid potential failures, investigate and evaluate construction materials related problems and failures when they occur. Our local knowledge and resources, combined with the technical support available, allows us to respond quickly to ever-changing construction needs and schedules. In addition, we feel that testing and inspection services are a cost-effective and valuable time saving tool which significantly benefits the City. Our construction material services include: Soils & Foundation 0, On-site observation and monitoring NOS"' In-place moisture and density test 10, Field testing and laboratory bearing tests 10- Grout stabilization inspection Deep foundations testing and inspection Reinforced earth construction Our field technicians and inspectors attend regular training sessions and keep current with technology through continuing education in their areas of expertise. We routinely conduct weekly meetings to verify that the project is progressing in accordance to the project schedule and requirements. If additional support is required, dedicated senior level Project Engineering Technicians are available. With our office less than a 30 minutes' drive from City Hall, NADIC is poised and ready to offer our services in the event there are f",nmC gebn y in,,,, �uests for testing and inspection services. Concrete O, Cement physical and chemical testing Ps,. Mix design Oa, Flexural testing of beams b, Concrete testing (slump, air content, temperature and compression) Nx, Concrete curing Pr Pre-stressed/precast testing and inspection Concrete plant inspection and calibration 'o Aggregate unit weight, gradation, etc Pavements 10, Preconstruction services PPS Soil density testing On Soil stabilization testing 0- Soil -cement base mix design Nr Asphaltic concrete mix design 0- Batch plant inspection ��. Pavement distress evaluation No,, Asphalt laboratory testing Do,,. Field testing and inspection Subgrade testing and evaluation F« Pavement evaluation and failure investigation 0 Underdrains DEDiCATED D F 0`t-t'D i DPPFG?DANBt..F Masonry f Concrete masonry unit testing O� Mortar/stucco mix design testing & inspection Brick testing 0- Construction testing and inspection Failure investigation t)^. Prisms construction control o- Concrete masonry testing and certification % M, w Structural Specialty Threshold inspections o, Structural steel fabrication inspection Pry, Post tensioning calibration and Structural steel field erection inspection inspection Fireproofing thickness, weight, Weld certification &procedure adhesion/cohesion qualification rf,,, Reinforcing steel km,,. Construction inspection & testing Roofing Nondestructive examination Vibration monitoring D Load tests Ow Curtainwall mock-up & fabrication inspection The essence of our weekly project meeting is for each technician to be abreast with the project activities in the firm. This helps us to utilize the technicians and engineers to assist in case of an unscheduled emergency. As your quality control and quality assurance firm, we try to identify and reduce risks at the beginning of a project so that they would not become issues later on. We accomplish this by thoroughly reviewing the project objectives, plans, specifications and schedule. In addition, ensuring constant communication with the City's Project Manager, Construction Supervisor and NADIC Project Team is key to avoiding construction issues. Furthermore, proper field documentation and reporting, as well as timely submittal of test results will help eliminate unnecessary project q(,,,iaflt controf coricerns. Our field technicians are trained to properly document project issues such as gaps, inconsistencies, or conflicts in their daily field logs when they happen. The information in the daily log, including any retesting, standby time or re -inspection time is made available to the Construction Supervisor daily and also presented in the project weekly summary makes sure that issues are indeed raised, and investigated and resolved quickly and effectively. This We are using state of the art and calibrated equipment with written procedure for testing and inspections, Both our field and laboratory testing services are operated in accordance to NADIC's Quality Management System (QMS). This internal quality management manual was developed to meet the requirements of AASHTO and CMEC for testing laboratories providing soils, aggregate, asphalt and concrete testing. NADIC documents the training of staff, equipment and calibrations. We verify and establish internal quality control procedures as stated in our QMS. NADIC also participates in annual reference sample and proficiency tests which are compared statistically by the accrediting agencies to assess accuracy in testing methods. NADIC's laboratories are inspected annually by the accrediting agencies, including CMEC and AASHTO. We calibrate our equipment continually and have our laboratory inspected by independent testing agencies. We also continuously update our laboratory equipment and testing procedures. This keeps us up to date with the latest industry trends. r �-w� F. � , I e i s /l D � ��' I �,.e � � � to ,� ��� �' i- � �� t� i� � 4 y u � ��b I� t.. tw "1Fvnf'`Snn I'm ",I ",1'r 15->3 PROJECT IMPLEMENATION Cost Control and Scheduling: When provided any task by the City, our Contract Manager, Dr. Nnadi with other key staff will develop a project scope that addresses the specific need. An appropriate experienced project manager will be assigned to the task. The key to cost control and a successful project execution is the quality of communication between the City and the project team, and good planning. The project manager will provide direct line of communication between the City and Nadic Team. Staffing will be based on the needs of the City and the project manager ensures that the assigned staff is the right staff for the task. The staff assigned to the task will be committed to the project until the task is completed. Our Project Manager will track project cost closely and will be in constant communication with the City to ensure the scope of services align with the initial proposal. The task project manager will meet regularly with the appropriate City Task Manager for updates and performance review. We internally audit the project costs data to verify all invoices and time sheets are accurate. This allows us to eliminate project inefficiency and in turn, increase budget savings. Adhering to Schedule: Upon approval of the proposal by the City, Dr. Nnadi, our Contract Manager will activate our Project team within 12 hours. During the next two (2) days after approval, our task project manager will contact the City's Task Manager to define the project scope, timeline, and obtain all necessary documents. Geotechnical Engineering services for most projects are typically completed within two (2) to three (3) weeks, while construction materials testing and inspection services are performed on a project -by -project basis, as the requirements are contingent on the scope. Our testing and inspection personnel are available at a moment's notice and can service The City of Sanford on projects seven (7) days a week. NADIC technicians and engineers are cross trained and this allows us to exceed the normal response time for typical tasks expected in this contract. NADIC will meet any response and test turnaround time set forth by the City of Sanford. Quick response to the City's needs results in cost saving to the City. Our estimated turn -around time for services that may be required under this contract is shown below: Preparation of Proposal next day Soil Testing next day Concrete Testing next day Asphalt Testing next day Inspection Services next day LBR Test Results 3 days Proctor Test Results next day Water Table Measurements next day Soil Classification Test next day Laboratory Classification 1 day Permeability Test 1 day Infiltration Test 2 days Drill Rig Mobilization 1 day Soil Survey (hand auger) 2 days Pumping Test and Evaluation 1 week Geotechnical Engineer Consultation 1 day Professional Enaineer Consultation 1 day As a dynamic firm, NADIC is built on providing cost saving solutions to our clients. We understand the City of Sanford has a limited budget, so we deploy experienced, multi -certified, and cross -trained staff to each project. By utilizing this method it allows us to provide greater turn -around time, and fluid communication. We are one of the few local firms to deploy unmanned aerial vehicle (UAV/Drone) technology on our projects. We have tested the use of UAV's on a few clients and have increased efficiency, project visibility, and budget savings. The use of UAV technology will allow the City to: r"otr�,F`�is�l�c�r4iC�I�ri x'''18-33 • Minimize the obvious dangers and health risks • Collection of in-depth and higher detail data • Inspect difficult to reach and hazardous areas • Save time and money • Increase project visibility NADIC is to providing innovative solutions,evote a�;i to a "client first" philosophy, and dep(� nck,,fl:ale seven (7) days weeks at a moment's notice; to complete any testing and inspection service required by the City. Attachment "B" Insurance Requirements II City of Sanford Finance Department Purchasing Serltat+u Contract does not Exceed Division Number. �CITY OF 300 N. Park43 2 d Floor, nford85021 orida 32771 RF,I %J „ , A O 407-688-5028, or 5030 Faxa407-6 unusual hazards exist FINANCE DEPARTMENT CONSULTANTS COMPETITIVE Employers Liability Employers Liability $1,000,000.00 $500,000.00 NEGOTIATION ACT (CCNA) 'Jul A'1 Each Accident Term Contract Each Accident TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Requirements II Contract Exceeds Contract does not Exceed Contract does not Exceed 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 re ate 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 Im City of Sanford I Finance Department I Purchasing ;Solicirtaitoi` CITY OF S ORD Division 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 gum, or, ';/ ,� [7/1&333A,, CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract�� , , FINANCE DEPARTMENT TITLE: PROFESSIONAL CONSULTING SERVICES 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 Im 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 Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. Notary Public State of Florida Alyse R Ryan ,` �e My Commission GG 299310 (Ste '"roc � Expires 0412512022 4 f� NOTARY]PUBLIC, State of Florida Alyse R. Ryan The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IIFB RESPONSE '�-7'Faiilure to subunit this form may be grounds for disqualification of your submittal' M1 City of Sanford I Finance Department I Purchasing ofieffia ion Division % tttnber: i 300 N. Park Avenue Suite 243 2°a Floor, Sanford Florida 32771 RFQ 17/11 8-33 Phone: 407-688-5028, or 5030 Fax: 407-688-5021 CONSULTANTS COMPETITIVE " � Date - tic Date- NEGOTIATION AC's' (CCNA). July3 � � Ali l8 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES 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 Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. Notary Public State of Florida Alyse R Ryan ,` �e My Commission GG 299310 (Ste '"roc � Expires 0412512022 4 f� NOTARY]PUBLIC, State of Florida Alyse R. Ryan The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IIFB RESPONSE '�-7'Faiilure to subunit this form may be grounds for disqualification of your submittal' M1 Attachment "C" Conflict of Interest Statement A. I am the Principal Engineer/ CEO of NADIC Engineering Services, Inc. with a local office in [insert Title] [Insert Company Name] 601 N. Hart Blvd., Orlando FL 32818 and principal office in 601 N. Hart Blvd, Orlando FL 32818 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. 1 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C7, Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE ..,, Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31 t day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. �"+ Notary Public State of Florida 4, Alyse R Ryan 14 My Commission GG 211318 Expires o4�25�2022 'NOTARY PUBLIC, State of Florida (stamp) Alyse R. Ryan PLEASE COMPLETE AND SUBNUT WITH YOUR RIFQ RESPONSE "O'Failure to submit this form may be grounds for disgmilification of your submittal 41 City of Sanford I Finance Department I Purchasing Solicitation Division'Number: 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 11(x" 17/1& t l Phone: 407-688-5028, or 5030 1 Fax: 401-688-5021 CONSULTANTS COMPETITIVE ... Due NEGOTIATION ION ACC (CCNA) 18 July 1, 20„ Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the Principal Engineer/ CEO of NADIC Engineering Services, Inc. with a local office in [insert Title] [Insert Company Name] 601 N. Hart Blvd., Orlando FL 32818 and principal office in 601 N. Hart Blvd, Orlando FL 32818 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. 1 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C7, Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE ..,, Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31 t day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. �"+ Notary Public State of Florida 4, Alyse R Ryan 14 My Commission GG 211318 Expires o4�25�2022 'NOTARY PUBLIC, State of Florida (stamp) Alyse R. Ryan PLEASE COMPLETE AND SUBNUT WITH YOUR RIFQ RESPONSE "O'Failure to submit this form may be grounds for disgmilification of your submittal 41 Attachment 'T" 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 NADIC Engineering Services, Inc. whose business address is [Name of entity submitting sworn statement] 601 North Hart Boulevard, Orlando, Florida 32818 and (if applicable) it's Federal Employer Identification Number (FEIN) is 30-0052251 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1 C. My name is Dr. Godwin N. Nnadi and my relationship to the above is [Please print name of individual signing] CEO 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, I/we, the undersigned, as authorized signatory to commit the -firm, certify that the information as provided in Attachment "I1", Non-Collusion/Lobbying Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July , 2018, by Dr. Godwin N.Nnadi as CEO of NADIC Engineering Services, Inc , who personally swore or affirmed that he/she is authorized to execute this document and tk ereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. 2% Notary Public State of Florida �, ��a���.�. . �.__ � i LA - .4V2% r; Alyse R Ryan NOTA RV PUBLIC, State of Florida t Q My Commission GG 211316 Alyse R. Ryan Ettplres 04125/2022 ^�1�'� : 1P1[.IE)<']E AND SUBMIT WITH YOUR RFQ RESPONSE 'O'Failure to submit this form may be grounds for disqualification of your su bmitt>tal 42 City of Sanford I Finance Department I Purchasing Solicitation Division Nur nber: 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771R,F i i Phone: 407-688-5028or 5030 Fax: 407-688-5021 CONSULTANTS COMPETITIVE ito �irJ u etc" NEGOTIATION ACT (CCNA) tai � i, � qi i Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment 'T" 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 NADIC Engineering Services, Inc. whose business address is [Name of entity submitting sworn statement] 601 North Hart Boulevard, Orlando, Florida 32818 and (if applicable) it's Federal Employer Identification Number (FEIN) is 30-0052251 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1 C. My name is Dr. Godwin N. Nnadi and my relationship to the above is [Please print name of individual signing] CEO 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, I/we, the undersigned, as authorized signatory to commit the -firm, certify that the information as provided in Attachment "I1", Non-Collusion/Lobbying Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July , 2018, by Dr. Godwin N.Nnadi as CEO of NADIC Engineering Services, Inc , who personally swore or affirmed that he/she is authorized to execute this document and tk ereby bind the Corporation, and who is personally known to me OR has produced personally known as identification. 2% Notary Public State of Florida �, ��a���.�. . �.__ � i LA - .4V2% r; Alyse R Ryan NOTA RV PUBLIC, State of Florida t Q My Commission GG 211316 Alyse R. Ryan Ettplres 04125/2022 ^�1�'� : 1P1[.IE)<']E AND SUBMIT WITH YOUR RFQ RESPONSE 'O'Failure to submit this form may be grounds for disqualification of your su bmitt>tal 42 Attachment "E" Drag -]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 " Drug -Free Workplace p ^ ce Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT CEO Title STATE OF Florida COUNTY OF Oranae The foregoing instrument was executed before me this 31st day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally to me OR has produced personally known as identification. known / ? Notary Public State of Florida Alyse R Ryan My Commission GG 211316 NOTARY UBLIC, State of Florida (sta p � Expires 04/25/2022 Alyse R. Ryan AND SUBMIT WITH YOUR RFQ SPONSE — (if applicable) 43 City of Sanford I Finance Department I Purchasing olicifiltion Division Ntain r: 300 N. Park Avenue Suite 243 2°' Floor Sanford Florida 32771 i i 17118-33 11 I Phone: 407-688-5028, or 5030 )Fax: 407-688-5021 COMPETITIVE A"'CONSULTANTS ioc Date - NEGOTIATION ACC (CCNA) July 31, 2018 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "E" Drag -]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 " Drug -Free Workplace p ^ ce Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT CEO Title STATE OF Florida COUNTY OF Oranae The foregoing instrument was executed before me this 31st day of July 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally to me OR has produced personally known as identification. known / ? Notary Public State of Florida Alyse R Ryan My Commission GG 211316 NOTARY UBLIC, State of Florida (sta p � Expires 04/25/2022 Alyse R. Ryan AND SUBMIT WITH YOUR RFQ SPONSE — (if applicable) 43 Attachment 66F" Acceptance of Proposal ')Perms and Coaditions 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 "Jl+" 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: NADIC Engineering Services, Inc. Mailing Address: 601 N. Hart Boulevard, Orlando, FL 32818 Telephone Number: 407-521-4771 Authorized Signatory PH.D., P.E. / CEO Title STATE OF Florida COUNTY OF Orange Fax Number: 407-702-4609 E-mail Address: nadicCa)nadicinc.com Dr. Godwin N. Nnadi FEIN: 30-0052251 Printed Name July 10, 2018 Date The foregoing instrument was executed before me this 31 st day of July 20 18, by Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personal) known as identification. i� P Y �4VN Notary R Public tate e4 Florida a My Commissc0ion GG 211318 NbTA RI' PUBLIC, State of Florida (sta6$ d`P Expues 04/2512022 Alyse R. Ryan PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 05" Failure to submit this form may be grounds for disqualification of your submittafl� I City of Sanford I Finance ])Department I Purchasing Solicitation Division timber: r r, 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 RFQ l /'l 8-33 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE , " Due Mite: NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment 66F" Acceptance of Proposal ')Perms and Coaditions 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 "Jl+" 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: NADIC Engineering Services, Inc. Mailing Address: 601 N. Hart Boulevard, Orlando, FL 32818 Telephone Number: 407-521-4771 Authorized Signatory PH.D., P.E. / CEO Title STATE OF Florida COUNTY OF Orange Fax Number: 407-702-4609 E-mail Address: nadicCa)nadicinc.com Dr. Godwin N. Nnadi FEIN: 30-0052251 Printed Name July 10, 2018 Date The foregoing instrument was executed before me this 31 st day of July 20 18, by Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 personal) known as identification. i� P Y �4VN Notary R Public tate e4 Florida a My Commissc0ion GG 211318 NbTA RI' PUBLIC, State of Florida (sta6$ d`P Expues 04/2512022 Alyse R. Ryan PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 05" Failure to submit this form may be grounds for disqualification of your submittafl� I Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned aclmowledges receipt of the following addenda to the solicitation documents) (Give number and date of each): Addendum No. City of Sanford I Finance Department I Purchasing sojicittltion 2 Division Nurnber: Addendum No. 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 '11FQ 17/18-33 Y b,' Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE - — ---- -j Mie este: NEGOTIATION ACT (CCNA) July 31,2018 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned aclmowledges receipt of the following addenda to the solicitation documents) (Give number and date of each): Addendum No. 1 Addendum No. 2 Addendum No. 2 Addendum No. 3 Addendum No. 4 Dated: June 5, 2018 Dated: June 11, 2018 Dated: June 11, 2018 Dated: July 20, 2018 Dated: July 26, 2018 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G11, Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: NADIC Engineering Services, Inc. Mailing Address: 601 North Hart Boulevard, Orlando, Florida 32818 Telephone Number: 407-521-4771 Fax Number: 407-702-4609 E-mail Address: nadic@nadicinc.com Dr. Godwin N. Nnadi FEIN: 30-0052251 Authorized Signatory PH.D., P.E./CEO Title Printed Name July 31, 2018 Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 125"Failure to submit this form may be grounds for disqualification of your submittal'9D 45 City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 l Fax: 407-688-50211 Email: 00" i 'I OW 4, I,° ` ; c t ", ti s "' . ° °fit �'+ a & € `"n 4 ?; a 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 17/18-33 Professional Consulting Services- (CCNA) Nadic Engineering Services, Inc. gnnadi@nadicinc.com Name of Finn/Company Contact Email 601 N. Hart Blvd. Street Address (407) 521-4771 Telephone Number Godwin N. Nnadi Authorized Person Printed Name Authorized Person Signature Orlando FL 32818 City, State, Zip Code (401)521-4772 Fax Number Ph.D., P.E./CEO Authorized Person Title July 31, 2018 Date of Signature City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 50301 Fax 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) 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. II. 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 RYQ 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. OSA Foran 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) Nadic Engineering Services, Inc. gnnadi@nadicinc.com Name of Firm/Company Contact Email 601 N. Hart Blvd. Orlando, FL 32818 Street Address City, State, Zip Code (407)521-4771 (407)521-4772 Telephone Number Fax Number Godwin N. Nnadi Ph.D., P.E./CEO Authorized Person Printed Name Authorized Person Title ( t July 31, 2018 Authorized Person Signature Date of Signature City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 50301 Fax 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) 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. II. 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 RYQ 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. OSA Foran 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) Nadic Engineering Services, Inc. gnnadi@nadicinc.com Name of Firm/Company Contact Email 601 N. Hart Blvd. Orlando, FL 32818 Street Address City, State, Zip Code (407)521-4771 (407)521-4772 Telephone Number Fax Number Godwin N. Nnadi Ph.D., P.E./CEO Authorized Person Printed Name Authorized Person Title July 31, 2018 Authorized Person Signature Date of Signature 2 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 fmding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. Ra 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 17/1.8-33 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 Tali ">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) Nadic Engineering Services, Inc. Name of Firm/Company 601 N. Hart Blvd Street Address (407)521-4771 Telephone Number Godwin N. Nnadi Authorized Person Printed Name Authorized Person Signature gnnadi@nadicinc.com Contact Email Orlando, FL 32818 City, State, Zip Code (407)521-4772 Fax Number Ph.D., P.E./CEO Authorized Person Title July 31, 2018 Date of Signature City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM tr ." Phone: 407-685-5028 or 5030 I Fax: 407-688-5021 Email: iXl ,f� j i I• t: 'r '+ i I I ,_ ... J}dV V",G'.�.,fi 1 BH4E, PN'i;0 p➢i?6R"Gp ��.9:°,0."x;. 2 ,i ! Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) 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 fmding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. Ra 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 17/1.8-33 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 Tali ">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) Nadic Engineering Services, Inc. Name of Firm/Company 601 N. Hart Blvd Street Address (407)521-4771 Telephone Number Godwin N. Nnadi Authorized Person Printed Name Authorized Person Signature gnnadi@nadicinc.com Contact Email Orlando, FL 32818 City, State, Zip Code (407)521-4772 Fax Number Ph.D., P.E./CEO Authorized Person Title July 31, 2018 Date of Signature City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: FI j i..,1 � -0 Iq; GIS �, ;040 Yrovosed Schedule of Subcontractor -rarneivation ®❑ No Subcontracting (of any kind) will be utilized on this project Solicitation Number: RFQ 17/18-33 11 Title: Professional Consulting Services (CCNA) I Total Project Amount: $ Subcontractor Minority Company Name Trade, Services or Percent (%) of Code (if applicable) Address Phone, Fax, Email Materials portion to be Scope/Contract Federal ID subcontracted Dollar Value - T-141 Dal KI I1, , 1 I I, I� 1 0 Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran 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: Nadic Engineering Services, Inc. Mailing Address: 601 North Hart Boulevard, Orlando, Florida 32818 Telephone Number: 407-521-4771 T JX Authorized Signatory Fax Number: 407-521-4772 E-mail Address: gnnadi@nadicinc.com Godwin H. Nnadi Printed Name FEIN: 30-0052251 Ph.D., P.E./CEO 07/31/2018 Title Date PLEASE COWITLETE AND SUBMIT WITH YOUR RFP RESPONSE 125�'F'ailure to submit this form may be grounds for disqualification of your submittal' lkprj�Cfy/� 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: M-9 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) Name of • •. ontactTmail 601 N. Hart Blvd. Orlando, FI . 32313 Street Address City, State, Zip Code 407-521-4771 407-521-4772 Telephone Number Fax Number Godwin N. Nnadi Authorized Person Printed Name Authorized Person Signature 2 Ph D. P.E./CEO Authorized Person Title July 31, 2018 Date of Signature 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. Principal Place of Business (Enter Address) �IFederal I.D. or Social Security Number North Hart Boulevard Orlando, FL. 32818 30-0052251 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: NADIC Engineering Services, Inc. Mailing Address: 601 North Hart Boulevard Orlando, Florida 32818 Telephone Number: 407-5214771 Authorized Signatory PH.D., P.E./CEO for l" Fax Number: 407-7024609 Dr. Godwin N. Nnadi Printed Name July, 31, 2018 Date E-mail Address: nadic@nadicinc.com FEIN: 30-0052251 PLEASE COMPLETE AND SUBMIT WITH YOUR R FQ RESPONSE '�_7' lFaiinnre to submit this form may be grounds for disqualification of your submittal'El City of Sanford I Finance Department I Purchasing soficitntio n , Division N uin Int r: ry l 9 300 N. Park Avenue Suite 243 2"d Floor Sanford Florida 32771 R i fi� 11/18-33 J t P,r � � i i y Phone: 407-688-5028, or 5030 Fax: 407-688-5021 ITIVIE CONSULTANTS COMPETITIVE DueJ)atJuly Term NEGOTIATION AC's' (CCNA) 18 1 � e: Contract TITLE: PROFESSIONAL CONSULTING SERVICES 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. Principal Place of Business (Enter Address) �IFederal I.D. or Social Security Number North Hart Boulevard Orlando, FL. 32818 30-0052251 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: NADIC Engineering Services, Inc. Mailing Address: 601 North Hart Boulevard Orlando, Florida 32818 Telephone Number: 407-5214771 Authorized Signatory PH.D., P.E./CEO for l" Fax Number: 407-7024609 Dr. Godwin N. Nnadi Printed Name July, 31, 2018 Date E-mail Address: nadic@nadicinc.com FEIN: 30-0052251 PLEASE COMPLETE AND SUBMIT WITH YOUR R FQ RESPONSE '�_7' lFaiinnre to submit this form may be grounds for disqualification of your submittal'El State of Florida Department ofState I certify front the records of this office that NADIC ENGINEERING SERVICES ES INCORPORATED is a corporation organized under the laws of the State of Florida. filed on August 28, 2001. The document uumber of this cotporation is PO 1000085332. I firt-ther certify that said cotporation has paid all fees date this office through December 31, 2018, that its most recent annual repoWunifonn business report was filed on January 12, 2018, art([ that its starts is active. I ficrther certify that said corporation has not filed Articles of Dissolution. Is authorized under the prov. to the public through a Proft F.apiration. 2/28/2019 Audit No: 228201901609 R rida nc.&FbPE to offer engincezing services Ater 471, Florida Statutes. CA Lic. No: 8214 'r"', 7 FN t'" Y17, F, M`1. C F'H 7" 11 t"', 7 Y_. G "q I ;'-� r,-' n r" 2, 1 F") M' D f C 11 Given ander tu�y hand slid the Greal Seal oftheMate ofRorida at Tallahassee, the Capital, this the Tivelph day ofJaintary, 2018 Own J-% I Secretary of State Trluldug Number- CC61IS980791 To aulbenticale Ibis cellinesleAlsit the follo"1119 life enter this number, And Then foll— (he fillIncttous lHIPLlyod. h(tps:1/wi� icei.suubiz.oigTwn.,CelltficateofslatuslCeltifica(ctuthtatkatiou Is authorized under the prov. to the public through a Proft F.apiration. 2/28/2019 Audit No: 228201901609 R rida nc.&FbPE to offer engincezing services Ater 471, Florida Statutes. CA Lic. No: 8214 'r"', 7 FN t'" Y17, F, M`1. C F'H 7" 11 t"', 7 Y_. G "q I ;'-� r,-' n r" 2, 1 F") M' D f C 11 i,i s i ri e s s Ll , L -sh 0 irppb d . . ri tces,jn.c. Is certified under the provisions of 2,87 -ind 295,187,Mmida, Statutes, for.,i periad from - 05/02/2017 tO 05/02/2019 'Faso n,'Hod1c, Interim Flari,ilia, Depart-m-afalif MlinJ I 011ell"imliv Off' ice-of'Suppher Diversity 4050 E�planabe Way, Sdit'e 380 Tidkaihasn Form ® Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not (Rev. November 2017) Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. NADIC Engine rinServices, Inc. 2 Business name/disregarded entity name, if different from above `') 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to rn following seven boxes. certain entities, not individuals; see ca a instructions on page 3): C ❑ IndividuaVsole proprietor or ❑ C Corporation ❑✓ S Corporation ❑ Partnership ❑ Trust/estate <n single -member LLC Exempt payee code (if any) ti c � E]Limited i'iability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) 1*o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting ern LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code ( rf an y) ..I::5 another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that n. V is disregarded from the owner should check the appropriate box for the tax classification of its owner. .E ❑ Other (see instructions) ► (Appkes to accounts mainWmd a9sde the U S tCL 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 601 N. Hart Blvd. 6 City, state, and ZIP code Orlando, Florida 32818 7 List account number(s) here (optional) Identification Plumber Enter 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 generalty your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now 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 ©M+ MMM"Mm©Ki Under penalties of perjury, t 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. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b)1 have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I 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 a%,not required to sign the certification, but you must provide your correct TIN. See the instructions for Part Il, later. sign I Signature of Here U.S. person 10 Date ► July 2, 2018 General Instructions 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.gov1FormlN9. 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) • 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) PART II — GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) Nadic Engineering Services, Inc. 1 2001 1 175960814 601 N. Hart Blvd. 'St7L#CITA 6 hJUMBER {if �t1Y) % �, " a. TYPE Corporation 2a; CITY„” ;, = „',;, „„ ;� , , ` °;„1�;STATE> ;` 2. ZIP CODE b. SMALL BUSINESS STATUS Certified with SBA & State of Florida Orlando Florida 32818 6a. POINT OF CONTACT NAME AND TITLE Godwin N. Nnadi, P.E. / CEO 7, NAME OF FIRM (If block 2a is a branch office) 6b. TELEPHONE NUMBER 407-521-4771 6c. E-MAIL ADDRESS gnnadi@nadicinc.com 8a. FORMER FIRM NAMES if an 8b. YEAR ESTABLISHED 8c. DUNS NUMBER N/A N/A N/A / ,, i i. i� 3 / / � �1�»3 . ,� „ E10 Environmental Impact Studies, 1 Assessments or Statements 2 Administrative 3 8 CADD Technician 1 Soils & Geotechnical Studies, S05 Foundations 4 12 Civil Engineers 2 T02 Testing & Inspection Services 3 15 Construction Inspectors 6 H07 Highways, Streets, Airfield Paving, 3 Parking Lots 23 Environmental Engineers 1 27 Foundation/Geotechnical Engineers 4 30 Geolo ist 1 55 Soils Engineers 4 Drillers 3 QA Engineering Specialist 1 Total 26 a. Federal Work b 1' Less than $100,000 6. $2 million to less than $5 million 2. $100,000 to less than $250,000 7. $5 million to less than $10 million 1 $250,000 to less than $500,000 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million 5. $1 million to less than $2 million 10. $50 million or greater b. Non -Federal work 4 c. Total Work 4 Godwin N. Nnadi, P.E. CEO AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) PAGE 21 OF INSTRUCTIONS Prescribed by GSA — FAR (48 CFR) 53.236-2(b) M, X114 W1 AW 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 Bidder's 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. NADIC Engineering Services, Inc. Name of Bidder -, � Signature of Authorized Representative Dr. Godwin N. Nnadi, CEO/P.E. Printed or Typed Name and Title of Authorized Representative RFQ 17/18-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM Julv 31, 2018 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 PM SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. 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. II. 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 NADIC Engineering Services, Inc. Proposer/Bidder Signature of Authorized Representative (Affiant) Date Dr. Godwin N. Nnadi, PH.D., P.E./CEO Printed or Typed Name and Title of Authorized Representative (Affiant) July On this 31st day of, 20�8before me, the undersigned Notary Public of the State of Florida, personally appeared Dr. Godwin N. Nnadi 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 identificatioill. ...... ... .. (Notary Public in and fol- the County and State Aforementioned) Alyse R. Ryan Notary Public State of Florida r9&fiJ?ub1iC State of Floriday commission expires: 04/25/2022 R Ryan IySe YinGG2 3 Alyse R Ryan My Commission GG 211316 0 0 Expires =041251202'2 A 010XV61 Z U"i e *1 A 1 0 1 IQ Z U11 X421 ` � I I il� ,I N 1,11-J914,I), 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. K 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) Has your firm, or any member of your firm, been declared it removed from a contract or job related to the servicesour firm course of business within the last five (5) years? C, default, terminated or provides in the regular _ (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? NO (Y/N) Note: If yes, the explanation must state the nature of the request for equitable 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. Inc. July 31, 2018 Signature of Authorized Representative Date Dr. Godwin N. Nnadi, CEO/P.E. Printed or Typed Name and Title of Authorized Representative Aff���7?'' RFQ 17/18-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:OOPM CERTIFICATION OF NON -SEGREGATED FACILITIES FORM 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 NADIC Engineering Services, Inc. whose business address is [Nance of entity submitting sworn statement] 601 North Hart Boulevard, Orlando, Florida 32818 and (if applicable) it's Federal Employer Identification Number (FEIN) is 30-0052251 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1 C My name is Dr. Godwin N. Nnadi [Please print name of individual signing] and my relationship to the above is CEO 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: A predecessor or successor of a person convicted of a public entity crime; or 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]. R Pv 0100 19 City of Sanford I Finance Department ( Purchasing Division Suite 236, Sanford, Florida 32771 /, j%j/, S►„ //��/% CITY OF 300 N. Park Avenue Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES 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 NADIC Engineering Services, Inc. whose business address is [Nance of entity submitting sworn statement] 601 North Hart Boulevard, Orlando, Florida 32818 and (if applicable) it's Federal Employer Identification Number (FEIN) is 30-0052251 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1 C My name is Dr. Godwin N. Nnadi [Please print name of individual signing] and my relationship to the above is CEO 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: A predecessor or successor of a person convicted of a public entity crime; or 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]. R Pv 0100 19 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, Uwe, 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. i �- AFFIANT SIGNATURE Dr. Godwin N.Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July , 2018, by Dr. Godwin N.Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. Notary Public. State of Florida NOTARY PUBLIC, State f @ e Alyse R Ryan Florida Stam a My Commission GG 211316 Alyse R. Ryan ( Expires 04/25/2022 PLEASE COWLETE AND S1 BYRT WrrH YOM IlFB RESPONSE rO'Failure to submit this form may be grounds for disqual<irication of your submittal -El 1) RPV MOM rz City of Sanford I Finance Department I Purchasing Division Siui ciftltilt7n 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Nt i6ci. Phone: 407-688-5028 or 5030 Fax: 407-658-5021 i]� ] " ]� CONSULTANTS COMPETITIVE wo 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, Uwe, 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. i �- AFFIANT SIGNATURE Dr. Godwin N.Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July , 2018, by Dr. Godwin N.Nnadi as CEO of NADIC Engineering Services, 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 personally known as identification. Notary Public. State of Florida NOTARY PUBLIC, State f @ e Alyse R Ryan Florida Stam a My Commission GG 211316 Alyse R. Ryan ( Expires 04/25/2022 PLEASE COWLETE AND S1 BYRT WrrH YOM IlFB RESPONSE rO'Failure to submit this form may be grounds for disqual<irication of your submittal -El 1) RPV MOM rz Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, ,/corporation, _trade or fictitious name under which you do business and the address of the principal place of business: NADIC Engineering Services, Inc. 601 North Hart Boulevard Orlando Florida 32818 The correct name of the Company is: NADIC Engineering Services, Inc. a. FEI/EIN Number 30-0052251 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation August 2$ 2001 b. State of Incorporation Florida c. Chief Executive Officer—Name and Title Dr. Godwin N. Nnadi PH.D. P.E. d. Vice President Name e. Secretary's Name f. Treasurers Name g. Name and address of Florida Resident Agent 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? 17 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. NADIC Engineering Services, Inc. Lic. No: 8214; Dr. Godwin N. Nnadi, P.E. Lic. NO. 50637; Dr. Fidelia O. Nnadi, P.E. Lic, NO. 52405 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Number: CITY OFF QRD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 RFQ 17/18-1 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE Due ;Date' NEGOTIATION ACT (CCNA) July 31, 2018 TERM CONTRACT TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, ,/corporation, _trade or fictitious name under which you do business and the address of the principal place of business: NADIC Engineering Services, Inc. 601 North Hart Boulevard Orlando Florida 32818 The correct name of the Company is: NADIC Engineering Services, Inc. a. FEI/EIN Number 30-0052251 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation August 2$ 2001 b. State of Incorporation Florida c. Chief Executive Officer—Name and Title Dr. Godwin N. Nnadi PH.D. P.E. d. Vice President Name e. Secretary's Name f. Treasurers Name g. Name and address of Florida Resident Agent 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? 17 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. NADIC Engineering Services, Inc. Lic. No: 8214; Dr. Godwin N. Nnadi, P.E. Lic. NO. 50637; Dr. Fidelia O. Nnadi, P.E. Lic, NO. 52405 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. 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. t� Y AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July 1 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 tome OR has produced personally known as identification. z NOTARY PUBLIC, State of Florida (stamp) Alyse R. Ryan PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE `1�' lFaillure to submit this form may be grounds for disqualification of your submittal -El City of Sanford I Finance Department I Purchasing Division S lkit t on 3001st. Park Avenue Suite 236, Sanford, Florida 32771 a Phone: 407-688-5028 or 5030 Fax: 407-688-5021 I' CONSULTANTS COMPETITIVE i;. NEGOTIATION ION AC's' (CCNA) TERM CONTRACT ES TITLE: PROFESSIONAL CONSULTING SERVICES 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. t� Y AFFIANT SIGNATURE Dr. Godwin N. Nnadi Typed Name of AFFIANT PH.D., P.E./CEO Title STATE OF Florida COUNTY OF Orange The foregoing instrument was executed before me this 31st day of July 1 2018, by Dr. Godwin N. Nnadi as CEO of NADIC Engineering Services, 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 tome OR has produced personally known as identification. z NOTARY PUBLIC, State of Florida (stamp) Alyse R. Ryan PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE `1�' lFaillure to submit this form may be grounds for disqualification of your submittal -El RFQ I ADDITIONAL INFORMATION =Design & Engineering A June 22, 2018 Letter of Reference It is with great pleasure for WBQ to provide a Letter of Reference for Nadic Engineering Services, Inc. (NES) WBQ has worked with Nadic Engineering Services for many years on numerous projects. In our opinion, Nadic Engineering Services always provides outstanding geotechnical engineering services. Their knowledge, experience, professionalism, thoroughness, attention to detail and quality of work attributes Nadic Engineering Services premium standard for Geotechnical Engineering. Several of the projects WBQ had the pleasure of working with NES was Little River Elementary School (City of Orlando, Florida) and Rock Springs Elementary School (Apopka, Florida). NES's team of highly qualified engineers and technicians performed in an exemplary manner and they were always responsive to our needs and provided a high level of performance. Sincerely, Jas D rgas, E. rUg<_ As iate 201 N. Magnolia Avenue Suite 200 Orlando, FL 32801 (407) 8394300 Fax: (407) 839-1621 E -Mail: wbq@awbq.cora DEMCAIED DEVOTED DEFIE�NHDJ'03LE imley)))Horn June 18, 2018 Re: Nadic Engineering, Inc. Performance To Whom It May Concern: Nadic Engineering has served as our subconsultant for numerous projects at the Greater Orlando Aviation Authority, specifically the Lake Gillooly Expansion, East Airfield Park, South Travel Plaza, and Roadway Pavement Management projects Nadic Engineering consistently performs in an exemplary manner, constantly looking for ways to meet our needs efficiently and with an approach that balances the operational needs of the airport and our priorities, as well as the goals of all our stakeholders. Nadic Engineering has always worked commendably with our staff, stakeholders, and State/Local Officials. They have been very timely in their submittals and worked within scope and budget on the projects assigned. They have continued to treat our projects' priorities with the highest concern and I would not hesitate to recommend Nadic Engineering as the consultant of choice for any airport or organization. Should you have any further questions or required additional information, please do not hesitate to contact me at 407-898-1511 or ionathan.martin(a7kimley- horn. ccm. Sincerely, / Jonathan A. Martin, P.E. Sr. Vice President IFI i' %li reoWINE i D f:'. -'.D 1 C A'T. E E) � P E fir" e, i E D J D a it k",l D A B LE 1��, June 17, 2018 City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 Re: Nadic Engineering Services, Inc. Reference Letter To Whom It May Concern: Co\ 't ti')11 h6rd RFO I , 1 ,, �' " Dewberry Engineers Inc, 1 407.843.6120 800 N. Magnolia Ave, Suite 1000 407.649.8664 fax Orlando, FL 32803 www.dewbeTry.coni Dewberry is pleased to provide this reference letter for Nadic Engineering Services, hic. Nadic Engineering Services has served as our geotechnical subconsultant on numerous projects for many years and has always provided outstanding geotechnical engineering services. Their expertise and attention to details is a very valuable attribute. They consistently perform in an exemplary manner, constantly looking for ways to efficiently and effectively meet our needs. Nadic Engineering Services has been very timely in their submittals and they work within the scope and budget of the projects, allowing us to provide a cost-effective project to our clients. We have found Nadic Engineering Services to be responsive, ethical and professional on all of the projects we have worked on together throughout the years. We have enjoyed working with the Nadic team and look forward to working with them in the future. Sincerely, Kevin Knudsen, P.E. Vice President Dewberry Engineers Inc. Page 1 of 1 DEMCATED G DEIP-YFED I DEPP'IDABLE �t� of rani"nlGl f 1-'r1 17 1�-�3_> RE: Letter of Reference To Whom It May Concern, Nadic Engineering Services, Inc, is part of our Design -Build team for the W. Central Blvd. Gravity Server, Utility, Roadway and Streetscape project for the City of Orlando. The project began with design services in 2015 and continued through the end of 2017. Their role on this project has been to provide both geotechnical services for design and materials testing services for all three phases of this project. A guaranteed maximum price was developed for each phase of the project. Nadic supported this effort with providing scope and pricing for their services in a timely manner. Based on our experience their pricing was competitive and comprehensive. In all phases their budget for materials testing has undemin, resulting in a savings to the Owner. In addition, Nadic's performance on this project has been exceptional to say the least. The first phase of the project was constructed in 2016 with at fast-track delivery approach, requiring extended working hours on both weekends and nights. Nadic provided the necessary testing services to support the construction during all work times, both nights and weekends to ensure the construction could progress quickly. This reliability has continued through Phases II and III, cohere they continue to provide the same material testing service within the timeframes we require. Work reports were provided timely and accurately, allowing for effective Quality Control of the project. In closing, I would recommend Nadic Engineering Services for your geotechnical and materials testing needs. If you have any questions, please feel free to contact me at (321) 221-2826 or dsmolik t arney.com. Sincerely, GARNEY COMPANIES, INC. At,& Dan Smolik Director 34787 370 E. Crovan Point Roatl, Wintar Girone: Gc�qmnqpy,Fax: 40, 87 Phone:4D7.87Z59D3 407.877.5912 xm.garney.com Dr. Godwin Nnadi June 181,, 2018 Nadic Engineering Services, Inc. 601 N. Hart Blvd. Orlando, FL 32818 RE: Letter of Reference To Whom It May Concern, Nadic Engineering Services, Inc, is part of our Design -Build team for the W. Central Blvd. Gravity Server, Utility, Roadway and Streetscape project for the City of Orlando. The project began with design services in 2015 and continued through the end of 2017. Their role on this project has been to provide both geotechnical services for design and materials testing services for all three phases of this project. A guaranteed maximum price was developed for each phase of the project. Nadic supported this effort with providing scope and pricing for their services in a timely manner. Based on our experience their pricing was competitive and comprehensive. In all phases their budget for materials testing has undemin, resulting in a savings to the Owner. In addition, Nadic's performance on this project has been exceptional to say the least. The first phase of the project was constructed in 2016 with at fast-track delivery approach, requiring extended working hours on both weekends and nights. Nadic provided the necessary testing services to support the construction during all work times, both nights and weekends to ensure the construction could progress quickly. This reliability has continued through Phases II and III, cohere they continue to provide the same material testing service within the timeframes we require. Work reports were provided timely and accurately, allowing for effective Quality Control of the project. In closing, I would recommend Nadic Engineering Services for your geotechnical and materials testing needs. If you have any questions, please feel free to contact me at (321) 221-2826 or dsmolik t arney.com. Sincerely, GARNEY COMPANIES, INC. At,& Dan Smolik Director Ifc of ankifd RFO 1, 15-33 As a dynamic firm, NADIC is built on providing cost saving solutions to our clients. We understand the City of Sanford has a limited budget, so we deploy experienced, multi -certified, - and cross -trained staff to each project. By utilizing this method it allows us to provide greater turn -around time, and fluid communication. We are one of the few local firms to deploy unmanned aerial vehicle (UAV/Drone) technology on our projects. We have tested the use of UAV's on a few clients and have increased efficiency, project visibility, and budget savings. The use of UAV technology will allow the City to: PiP_ Minimize the obvious dangers and health risks 101011 Collection of in-depth and higher detail data 0�,. Inspect difficult to reach and hazardous areas [�,V_ Save time and money 011111 Increase project visibility NADIC is dwflcated to providing innovative solutions, deol.: (�1 to a "client first" philosophy, and d((, pen(:IaUle seven (7) days weeks at a moment's notice; to complete any testing and inspection service required by the City. NADIC has a track record over 17 years providing our clients exceptional services.