Loading...
2019 RFQ 17/18-33 CCNA GLEZ Thursday, December 20, 2018 11� � 111 � ll!! I I I jj�112 To: City Clerk/Mayor ISE: k—k kq - 1,21-21 LI The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order F] Mayor's signature F] Final Plat (original mylars) Fl. Recording F] Letter of Credit Rendering F] Maintenance Bond 2q, Safe keeping (Vault) F] Ordinance F] Deputy City Manager F1 Performance Bond F] Payment Bond F] Resolution E] City Manager Signature El F] City Clerk Attest/Signature F] City Attorney/Signature Once completed, please: n Return originals to Purchasing- Department F] Return copies El Special Instructions: LbAAst,q 13ojazz4w From SharePoint—Finance—Purchasing_Forms - 2018.doc 12- � -L, t � 9 Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND GLE ASSOCIATES, INC. FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of January, 2019, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "CITY"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and GLE ASSOCIATES, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 5405 Cypress Center Drive-, Suite 110; Tampa, Florida 33609. 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. Sanford FL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the 2 1 P CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's response to each such request. (g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN a@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 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 SANF A �NtIJLU IJ 0� L, P< '(0 Traci Houchin, CMC, FCRM, City Clerk jgff Triplett, Approved as to form and Legality: SIGNATURE BLOCK FOLLOWS: *A 41 P i i - Attest: R. Quinn Turner Vice President THE CONSULTANT BY:(iffw Robert B. Greene' President/Director/Treasurer/Secretary Dated -1/2/19 Professional Consulting Services CCNA M E!,"Sk k 4 '7 14 0 aw Professional Consulting Services CCNA M E!,"Sk k 4 '7 14 0 i fli 001 iq 4 FIRM QUALIFICATIONS & EXPERIENCE SIMILAR PROJECTS PROJECT APPROACH ADDITIONAL INFORMATION LZ- 3--j- F CONTENTS FIRM QUALIFICATIONS & EXPERIENCE I July 30, 2018 Ms. Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Department 300 N. Park Avenue, Suite 236 Sanford, FL 32771 RE: Professional Consulting Services CCNA RFQ No. 17118-33 Dear Ms. Ordonez and Selection Committee: As a full service Florida -based architecture, engineering and environmental consulting firm, GLE Associates, Inc., (GLE) is pleased to submit our proposal to provide Continuing Professional Services for the following disciplines: • Architecture and Engineering Design • Project Administration • Inspection Services • Environmental Supported by our track record and past performance with public entities, we are uniquely qualified to fulfill your needs. Having successfully worked with over 150 public entities, GLE has vast experience completing Architecture, Engineering, and Environmental projects, both small and complex; we have an in-depth understanding of the projects that may be required under this contract. GLE has worked on numerous county buildings, completing additions, renovations, and new construction, giving us the insight and experience to deal with issues, such as occupied buildings that may need phasing construction documents. GLE also anticipates that since renovation projects may be a part of this contact, our in-house environmental group can provide asbestos and lead-based paint surveys, as well as indoor air quality assessments, all issues that are relevant to older buildings. GLE has completed hundreds of continuing service contract projects. w ,. .\�`,'.t" rt� Y..wr� °_ �"P �' •*•�„�4,^,r � /,l, ",� ,.r �Y if +. .F..*,+i•f ,``=,.ap,, ,'y��+4vCc�.i RFQ 17118-33 Professional Consulting Services CCNA r. 777bM��. Over the last 28 years, GLE has provided consulting services to Seminole, Volusia, Orange, Brevard, Hillsborough, Pinellas, Manatee, Seminole and St. Lucie Counties; City of Altamonte Springs, Casselberry, Coral Springs, and Haines City; the Seminole, Volusia, Orange, Brevard, Broward County, Citrus, DeSoto County, Hillsborough, and Pinellas County School Boards; the University of Florida and South Florida; and the Winter Park, Deland, Avon Park, Brooksville, Crestview, Ft. Pierce, Hernando, Ocala, Pasco County and Union County Housing Authorities. Since 85% of our work is for government projects, we understand your time and budget constraints under which public agencies operate. GLE's project approach enables us to meet your multiple project needs in a cost-effective, timely manner. GLE is committed to providing the City of Sanford (City) with unparalleled quality and professionalism. The following documentation further exhibits our qualifications, experience, and desire to provide professional services. Your projects will be managed by a single point -of -contact, Mr. Alberto Portela, Jr., AIA, NCARB, LEED AP, who has over 40 years of professional related experience in Florida. Mr. Portela, Jr. uses a hands-on approach to lead our team of professionals who have an in-depth understanding of all types of architecture, engineering, specialty disciplines, permitting, forensic and environmental studies, construction administration, facilities management and more. Please also note the additional experience from GLE team members on their resumes included in Section B. GLE is a leading provider in the public sector and looks forward to the prospect of serving the City on this continuing professional services contract. Thank you for considering us for continuing this important contract. Sincerely, GLE Associates, Inc. 14 �ae'4� Robert B. Greene, PE, PG, CIH, LAC, LEED AP President FIRM QUALIFICATIONS & EXPERIENCE 4. Alberto Portela,-J�, AIA,'NCARB, LEED AP Director of Architectural Services QUALIFICATIONS & EXPERIENCE OF STAFF Organizational Tart GLE has become an industry leader in performing professional services for public entities and we recognize that this contract may require all of our in-house technical skills. GLE's project managers can pull from our staff of over 80 qualified individuals to staff this contract. Please find an organizational chart, listing the staff we propose to use on this contract. Licenses and certifications of our key personnel can be found on the following pages. Resumes of key personnel can be found in Section B. PROJECT PRINCIPAL ROBERT B. GREENE PE, PG, CIH, LEED AP FIRM QUALIFICATIONSEXPERIENCE LICENSES & CERTIFICATIONS STATE OF FLORIDA DEPARUIENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURES INTERIOR DESIGN x�.. M4CCIXrR The ARCHITECT CORPORATION Narned be"* IS CERTIFIED U., the pmvaiom ofapter 481 FS Expiration date. FES 28, 2010 GLE ASSOCIATES. INC 5405 CYPRESS CENTER OR SUITE 110 TAMPA FL 33802 GLE Engineering License / State v° arida Boar ,} �a f eers 62n t' �' rraFl P III mthortsed under the Pr x tFA'ry to ania4. to the Public dsrough • PraFeu.ipYr l PlpsJir^^'' i.stpter 471, Florida Signete.. E.P@.tn: w 2/28/2014 s6T f"w,4" , ,i v� CA Xk– N. Au ,Ht No: 22$201481550 R xs„x:....,u• 58.1 (.',LE ASSOCIATES, INC. FIRM QUALIFICATIONS & EXPERIENCE cone,,, ►nsuiting Se"ruices �CCNA ' Corporate State of Florida Department of State 1 co-nify Crx>m the roemds ol'0ns nflice Omt GLC ASSIX;i 1Tfi3, INC'. in u corporation organUcd under the laxvs of the State of Honda, filed on September 12, 1989. The document number of this corporation is L15949. 1 farther cenit"y that said corporation lim paid all fess due this office through Dcccod,cr 31. 1118, that its nx+st recant annual rcpowunifomt business report was filed on January 15, 2018, and that its status is active. I furth. ecnify that said commotion has rno tiled Articles of Dissolution. Gh— xndn xxv h -4-4,h, G—Y Soil nfshr Stem 4 F1.6At nr T.H h. - tar C.Fhal. W. thr 1'ftrrnrh dor f Jnnxxp•. 7018 Secrelmy Of State Trrr Yln4 '+und.x+r tY;912Aasinln T. nMWnYkMr ibN xrnNnMe.NYr rYr 4.owlas+lxr.rnrrr xM+nambrr, and t Wn t+Ilm+ rbr In+mabnn d4xpt.y.d. Alp.:r`.n. xwrneMr..xyl'nY.r.Cnnnr.eNYM1r.m�t'rnl.b Ne.\MMokNwn GLE Business Tax Receipt aw nx±...x.m �us,mw�nW.rm.mbuwaxy naxrm reannnt rn m.am��4;n+iw.+rn�.. owo-x..«. r. wNenmr.or,wnn I M4•nr�una, iMp w.mM kx^Jq trtm October 1 arwpP 5s0Nmm� Yl a �gyow. pYrMUM WnA'IY M aatlatl0¢tnbM t. 2017 EXPIRES 27307201/1 1801-1141870 1601 ARCHITECT Sao 00 1 EMR �o S TOTALTAX 00 OD �I x TPREVKWLOULDUE PAR) s]400 �� + HERR OUIRf10UALIFIER TOYAI 111E 50.00 TUMERRROUNNdWLIFIER 1u'--VAW RPARK,32792 1n !� "Cf)C\ 5.TA 3 CYPRESS9 rERo surrEtm �js GLE Insurance ACOR& CERTIFICATE OF LIABILITY INSURANCE I — Te! cl -1 A-- OR —1— A.— fITF1Al ln1 LtllN TAR 00—c Af— el FIRE MUCIES BEL M. BrS CEAETIFICATE OF Ift— DOES FKF CONSTIOTE A CONTRACT BET— TAE nRRa10 wlilREW 14 'WWRVED REpRp WWAFMQFIPRODUCER, AND TAE URTFFfCATXl—WA AN i ..' I . Or-p—Y.— -Ff . —FieFl A 40—M 9P kpi Of tlwa not —.0m. le Swire l3tl ", 1p�=� — vicTL 33"fe') Vi m ---W� 4,4j 1010 1p�=� "Mommm m STATE OF FLORIDA nmmzm vfflffl2flMIfl� 12000� yyrr, Ni,iI BOARD UNNUM2110 THEGEOLOO ',,�41JNIDERTHE PROVI!q` '64- -"492;'!:L6 R61", 7�TES 5405 C- —1, D -- S—. 110 Tu , 11 ]3601 GLE Asbestos Business dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING' UNR THE ASBESTOS BUSINESS ORGA4RATRD?il FFE".'1�. UNDER THE PROVISIC44S'& OIAPTER 469.,FLORI , DO 4tX:ASS0,QA LICENSIENVIMSER, ZA000DO34 EXPIRATION DATE. NOVEMBER 2019 FIRM QUALI F I CATIONS & EXPERIENCE 24M. GLE Lead Firm hi lo r-erlifil that GLE Assodges, Inc. has 40 CFB Pan T1 f NI EPA Administered Lead-based ParrilActirittes Program States, Tnbesend Teriftnes Mch03,202I LEP-2060-1 M -1j, C -f-- 9 Miclielle Price, ChOl January 25, 2018 Leri He -y WINN, end horger-ircs Branch I—I On ATRIM&C�M01 0 = A GLE As-bestos Training ProvidEl STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS mE.s— —FT Mors ---STOST�.PROVIDER _ _ IS APPROVEDU .11 Tae Provmioni ofCl,i,Vc,469 FS. Eaeirap9n trate'. MA—'2c)'B GLE ASSOCIATES INC !AO5 C'PRESS CENTER DR SUITE TAMPA OEM .... .. . . . .. . dbp'r STATE OF FLORIDA DEPARTMENT OF BUSINESSA P PROFESSIONAL REGULATION yyrr, BOARD THEGEOLOO ',,�41JNIDERTHE PROVI!q` '64- -"492;'!:L6 R61", 7�TES D(PIRATIOtt Ul"L2020 UI This lsylur ll-- I I i, u n m.l f. ---ether thanfie l(—' -to d.c—'A' Will GLE As-bestos Training ProvidEl STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS mE.s— —FT Mors ---STOST�.PROVIDER _ _ IS APPROVEDU .11 Tae Provmioni ofCl,i,Vc,469 FS. Eaeirap9n trate'. MA—'2c)'B GLE ASSOCIATES INC !AO5 C'PRESS CENTER DR SUITE TAMPA OEM .... .. . . . .. . Z4�- LOCATION GLE will service this contract from our Orlando office, located at: GLE Associates, Inc. 11155 S. Semoran Boulevard, Suite 3-11111 Winter Park, FL 32792 If additional resources are needed GLE will pull from our other five Florida offices. TAMPA (CORPORATE HEADQUARTERS) 5405 Cypress Center Drive, Suite 110 Tampa, FL 33609 P: 813-241-8350 F: 813-241-8737 GAINESVILLE 2228 NW 40th Terrace, Suite C Gainesville, FL 32605 P: 352-335-6648 F: 852-335-6187 JACKSONVILLE 8659 Baypine Road, Suite 306 Jacksonville, FL 32256 P: 904-296-1880 F: 904-296-1860 FT. LAUDERDALE 1000 NW 65th Street, Suite 300-D Ft. Lauderdale, FL 33309 P: 754-223-2697 F: 754-223-2937 MIAMI 1221 Brickell Avenue, Suite 900 Miami, FL 33131 P: 305-290-4533 F: 305-374-6146 R� k xyx 1w" LITIGATION GLE has not been involved in any litigation in the past five years related to ourA/E and environmental consulting services. FINANCIAL INFORMATION 111 N "14 U-0 "we , July 30, 2018 City of Sanford Purchasing Division 300 N. Park Avenue, Suite 236 Sanford, FL 32771 RE: GLE Associates, Inc. To whom it may concern; Please be advised that the above business has been a deposit and loan customer with Florida Bank since July, 2013 and has handled all its transaction in a professional and satisfactory manner. They are also a vendor for the Bank with environmental and other construction related reporting. We consider them valued customers as well as a valued vendor. Regards, Jim Marsh SVP/Commercial Lending IBERIABANK 612 S Dale Mabry Highway Tampa, FL33609 727-201-5546 201 North Franklin Street, Suite 100 • Tampa, FL 33602 • (13 1 3 ) 603-4180 _I 0 FIRM QUALIFICA'rimis & EXPERIENCE A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Professional Consulting Services Consultants Competitive Negotiation Act (CCNA) Sanford, Florida 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 06/29/18 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Alberto Portela, Jr., AIA, NCARB, LEED AP 5. NAME OF FIRM GLE Associates, Inc. 6. TELEPHONE NUMBER 7. FAX NUMBER B. E-MAIL ADDRESS 407.658.4151 407.658.4410 aportela@gleassociates.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM — ® (Attached) (Check) K �- $ 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT GLE Associates, Inc. 1155 S. Semoran Boulevard Architectural, Engineering and Suite 3-1111 Environmental Services Services a. x Winter Park, FL 32792 CHECK IF BRANCH OFFICE b. E] CHECK IF BRANCH OFFICE C. CHECK IF BRANCH OFFICE d. CHECK IF BRANCH OFFICE e. CHECK IF BRANCH OFFICE f. CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM — ® (Attached) PROJECT PRINCIPAL ROBERT B. GREENE PE, PG, CIH, LEED AP 12. NAME 13. ROLE IN THIS CONTRACT Robert B. Greene, PE, PG, CIH, LEED AP Project Principal 15. FIRM NAME AND LOCATION (City and State) GLE Associates, inc.—Tampa, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) Bachelor of Science in Civil Engineering, 1983—Georgia Institute of Technology Master of Science in Engineering, 1979—Georgia Institute of Technology - Bachelor of Science in Geology, 1977—University of Florida 14. YEARS EXPERIENCE TOTAL WITH CURRENT FIRM 39 29 CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) essional Engineer (FL) ified Industrial Hygienist, AIHA )AP )s Contractor/Supervisor, Designer and Consultant ased Paint Abatement Risk Assessor, Designer, Inspector & Supervisor (FL) Measurement and Mitigation Specialist 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Greene has served as Principal -in -Charge on projects for over 50 school districts, including Alachua, Brevard, Broward, Citrus, DeSoto, Duval, Gulf, Hamilton, Hernando, Hillsborough, Jackson, Jefferson, Lee, Levy, Madison, Manatee, Orange, Pinellas, Seminole, Suwannee, Volusia and Washington Counties. He has also managed large architectural and environmental remediation projects for Florida Atlantic University, St. Petersburg College, the University of Florida, and the University of South Florida. Projects have included the design and implementation of four prototype schools, as well as the design of three modular classrooms, Indoor Air Quality, mold, asbestos, lead, hazardous waste, soil and groundwater contamination and emergency response. Mr. Greene's success in this arena has led to an impressive rate of renewals among term contracts. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) ! (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Hillsborough County'Schools A{E Term Contract Ongoing N/A Hillsborough County, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a. Principal -in -Charge: GLE serves as one of Hillsborough County School District's term contract architects. GLE was initially chosen to design, administer and serve as the construction management firm for a district -wide interior finishes project. This project involved interior finish replacement, millwork and asbestos abatement replacement in more than 53 schools. As construction manager for the project, GLE obtained pricing and mandated scheduling for all of the required trades. In addition, GLE coordinated all of the construction activities with the affected occupants and administration. For the three years that GLE was involved in this project, all work was completed on time and within budget. (I). TITLE AND LOCATION (City and state) ' (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Broward county, School Soard 2011 N/A Broward County, FL b (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Principal -in -Charge: GLE has managed an A/E contract with Broward County School Board since 1998. The coordination of these projects can be an overwhelming task due to the location and the size of the school district, but runs seamlessly through our dedicated staff and consistent communication with the District. GLE has completed numerous projects under this contract, including major renovations (up to $2.5M) and master specifications for use district -wide. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) �IaCielCa Beach fundamental Elementary School Ongoing N/A Madeira Beach; FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm C. Principal -in -Charge: The project encompasses eight buildings within the campus and a portion of the on-site sanitary sewer infrastructure. All eight of the buildings will have the drinking fountains renovated. Four of the buildings will have the restrooms completely renovated. All of the renovations involved requiring the internal sanitary sewer and potable water service lines (within the buildings) to be re -lined, replaced, and/or rerouted. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE _ Alberto Portela, Jr., AIA, NCARB, LEED AP Contract Manager a.TOTAL b. WITH CURRENT FIRM 45 4 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Architecture, 1974—University of Miami Professional Architect FL—AR0007729 Professional Interior Design FL—ID0003666 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Portela, Jr., offers over 40 years of architectural experience, including 24 years as acting president of Portela & Associates Architects. His success has been in procurement of projects, client development and maintenance, in-house team approach to design, construction documents and contract administration. He is recognized as a leader in religious -based projects with the ability to lead a project team in all aspects of architectural services from client contact to project completion and beyond. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (Gtyand$tate) ; (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) MiramaC Master Cars Ongoing N/A Miramar, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a• Project Architect. The City of Miramar has funds to beautify various buildings and Auto Dealerships within the City. Master Cars owned by NG Realty, LLC is an existing car dealership that has been selected to receive assistance from the City of Miramar to enhance the exterior building fagade. Essentially, the purpose of the renovation is to bring the existing structure up to city standards aesthetically, within a Mediterranean Style of architecture. The scope includes constructing a new fagade in front of the existing structure (existing structure to remain), providing building and site lighting, new concrete sidewalks, dumpster enclosure, monument sign, flag poles, new perimeter fence and new landscape. (1) TITLE AND LOCATION (City and State) ; (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Duke Energy Eustis Renova#!ori and Canopy Ongoing N/A ELtstls,;FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm b. Project Architect. GLE designed the renovation of the Administration Building at the Duke Energy facility in Eustis, FL by configuring the office, break room, bathroom and conference room. Renovation of the Fleet Building included the addition of a server room, replacement of fixtures in the first floor bathrooms, and replacement of the casework in the first floor office. GLE also provided Civil Engineering Services for this project location. The scope of work included a Limited Topographical Survey, Geotechnical Services, Civil Design per City and County Standards, Construction Administration Services, and Record Drawings. (1) TITLES=AND LOCATION (Cityamstate), (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Duke Energy Transmission Operations Center Building' Ongoing N/A WildwOod, F1 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm C. Project Architect. Responsible for the design and permitting for the site improvements to support Duke Energy's new 30,000 square foot Transmission Operations Center building. Services provided included permitting (including representing at public hearings), master grading, master stormwater, and master utilities. Project challenges were accounting for extremely heavy vehicles, major stormwater management system expansion, and multiple tightly interfacing stakeholders within the facilities operations. Project schedule required very fast track coordination between all of the permitting agencies in order to deliver the project on time. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Craig Gardei, AIA, LEED AP QA/QC: A/E Services a.TOTAL b. WITH CURRENT FIRM 34 23 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) Bachelor of Design, 1981—University of Florida 7. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) 'rofessional Architect AZ -20120 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Gardei has been involved in all aspects of the operation of architectural/construction consulting firms since 1982. His experience includes the design, inspection, and management of projects exceeding $85M for both public and private sector clients throughout the Southeastern United States. He has experience with inspection and evaluation of existing real estate portfolios, extensive experience in providing forensic architectural services, roof consulting services, construction oversight and management services for large-scale projects, and multi -building construction programs. As the Director of Facilities & Construction Management Services for GLE, Mr. Gardei is responsible for the successful completion of $50M individual projects annually, overseeing each project manager's budget, scheduling and project compliance. In addition to his overall operational responsibilities, he serves as the client manager for several of GLE's multi -facility clients, including several national lending institutions, national insurance companies, numerous developers, and public and private sector entities. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (/f applicable) City of Coconut Creek Residential Construction Consultant Ongoing N/A Coconut Creek, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for project that was under their Sustainable Minor Home Repair Program. The purpose of the Program is to provide weatherization, energy efficiency, and water efficiency upgrades to the City's affordable housing stock. For each project, GLE initially a conducts an assessment of the home to identify components within the home which could be upgraded to improve energy and water efficiency. Following the inspection, GLE prepares a Scope of Work/Technical Specification document detailing the specific components and systems to receive the upgrades. Once the Scope of Work/Technical Specification document has been approved by the City, GLE conducts a Pre -Bid Conference on site to familiarize bidders with the Project. Finally, once the selected Contractor has completed the Work, GLE conducts a final inspection to insure that all work was completed in accordance with the construction documents, applicable building codes, and construction industry standards. To date, GLE has served as the Construction Consultant for nine projects under this Program. (1) TITLE AND1CICATION (Oty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lf applicable) City of Coral Springs; Residential Home inspector & Cost Estimator Ongoing N/A Coral Springs, FL b (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager for this project that GLE was selected to serve as one of the City of Coral Springs Residential Home Inspector and Cost Estimator due to our wide array of services and multi -disciplinary professionals. To date GLE has provided Preliminary Mold Assessments (PMAs) and Post -Mold Remediation Confirmation Testing (PMRCT) for 14 homes, lead-based paint (LBP) testing for four homes and two home inspections. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) School BIoard Of BroWard County 2011 N/A Broward, FL C. (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Client Manager for an Architectural/Engineering term contract involving more than 40 projects with construction costs ranging from $50,000 to more than $2M for SBBC. In addition, he serves as project manager for more than 20 building envelope evaluations and remediation design projects. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE John K. Hansen, PG /QC Services: Outdoor a.TOTAL WITH CURRENT FIRM Environmental 33 3 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATEAND DISCIPLINE) Bachelor of Science in Geology and Meteorology, 1985—Northern Professional Geologist (FL) Illinois University Master of Science in Geology, 1988—University of Florida 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Hansen is a Professional Geologist with more than 31 years of experience in environmental and geological consulting. He has extensive experience in environmental assessments of petroleum, chlorinated solvent, and pesticide impacted sites throughout Florida. Mr. Hansen is also experienced in remedial plans such as design, construction, and operation and maintenance for both petroleum and dry cleaning sites. He is well versed in compliance sampling and reporting for both petroleum and chlorinated solvent sites. Mr. Hansen also has technical expertise in geotechnical forensic explorations for residential and commercial sinkhole claims. 19. RELEVANT PROJECTS (1) TITLEAND LOCATION (Cityand'State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Florida Department Of Transportation EnVironmentat Consulting 10/2012-07/2016 N/A Various Locations,, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm a. Project Manager: Mr. Hansen was responsible for multiple Level 1 assessments identifying potential environmental impacts that may affect future road and/or pond construction activities. Duties included reviewing and analyzing Florida Department of Environmental Protection (FDEP) map direct web site and data base, FDOT's EBIT web site and data base, historical aerial photos, USGS topographic surveys, city directories, and fire insurance maps (1) TITLEAND LOCATION (City and state) ;, (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Florida Department of Environmental Protection -Petroleum 1987—Ongoing N/A Cleanup Program Sites b. Various Locations, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Manager: Mr. Hansen was responsible for supplemental and TSAR assessments involving direct push technology, soil and groundwater source removals primarily during UST upgrades, remedial design and installation, construction plans, permitting and operation and maintenance of groundwater and soil remediation systems. (1)' TITLE AND LOCATION (City and State) ; (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (If applicable) DLA/MacDill Air Force Basi 08/2011-07/2016 N/A Tampa, FL c. (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE Check if project performed with current firm Project Manager: Mr. Hansen was responsible for an Above Ground Storage Tank (AST) assessment, NPDES Permit renewal, NPDES monthly sampling and DMR reporting. Additionally he was responsible for completion of a GPR survey of all taxi ways and tarmacs at the base. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Michael Collins, CIH, CSP, CIEC QA/QC Services: a.TOTAL b. WITH CURRENT FIRM Indoor Environmental 22 14 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Nashville, TN 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATEAND DISCIPLINE) Master of Science in Occupational Health and Safety, 2014—Middle Asbestos Inspector (TN) ,Asbestos Management Planner (KY/TN), Tennessee State University Asbestos Project Designer (AL/TN), Mold Assessor (FL), Certified Bachelor of Science in Industrial Hygiene General Chemistry, 1995— Industrial Hygienist, Certified Indoor Environmental Consultant University of North Alabama 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Collins has 22 years of experience in planning and managing complex industrial hygiene and environmental projects and investigations. As a Certified Industrial Hygienist, Mr. Collins has conducted and directed chemical exposure assessments and air sampling for a wide range of contaminants. Additionally, Mr. Collins has conducted a variety of OSHA -related activities, including noise surveys, hearing threshold shift counseling, respiratory fit testing, and general and local ventilation assessments. Most recently, Mr. Collins developed GLE's EPA -approved Lead Renovation, Repair, and Painting (RRP) training program. Mr. Collins is also an approved Lead RRP training instructor. Specially trained in mold assessment and remediation in buildings, Mr. Collins provides recommendations and remediation designs for the cleanup and removal of contaminants, including post remediation sampling. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Shands Healthcare -Environmental Facilities Consulting Ongoing N/A Gainesville, FL a• (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Certified Industrial Hygienist: This contract includes numerous environmental consulting projects for Shands in Jacksonville, Gainesville and Lake City, Florida, involving services related to asbestos, lead-based paint, indoor air quality and industrial hygiene. The total estimated cost of this ongoing term contract is $SM. (1) TITLE AND LOCATION fGtyandState) ' (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Jackson Memorial Hospital iAQ Hazardous & Asbestos Services Ongoing N/A Miami, FL b. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Certified Industrial Hygienist: Since 2003, Mr. Collins has served on this term contract with JMH, GLE has performed over 200 projects related to IAO, asbestos consulting, preparation of contamination assessment plans, performance of contamination assessments and risk assessments. (1) TITLE AND LOCATION (City and State) " (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) VA Medical, Center Ongoing N/A Memphis, TN (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Senior Technical Support: Mr. Collins completed a "Review and Assessment of Industrial Hygiene/Safety Program" related to a c• competitively awarded contract, GS10F0326X. Mr. Collins performed a review and assessment of the VA Memphis Medical Center current Industrial Hygiene Program and its application to fifty-two distinct department work areas within the Medical Center. In support of this review and assessment, Mr. Collins and support staff conducted a site interview, walk-through visual evaluation, review of chemical inventory list, and collected photographic documentation of each of the Client -identified work areas. Detailed reports for each department work area with conclusions and recommendations were provided at the completion of the project. These services were performed within schedule and below the initial budget. In addition, GLE provided numerous industrial hygiene support services, including respirator fit tests and employee exposure monitoring, during the transition of our in-house industrial hygiene staff. 12. NAME Crystal Davis 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL ROLE IN THIS CONTRACT :hitectural Designer TOTAL 14. YEARS WITH CURRENT FIRM 13 r <1 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Architecture, 2008—Texas Tech University Master of Architecture,2010—Texas Tech University 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) With 13 years of experience in the design and building industry, Ms. Davis has the skills and knowledge to tackle various projects both large and small in residential and commercial sectors. Ms. Davis is experienced in management responsibilities including, client liaison, project programming, project budgets, and scheduling. She has an in-depth knowledge of all phases of the design process and general construction practices for both architectural and civil commercial projects. 19. RELEVANT PROJECTS (1) TITLE ANOLOCATION(Clty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) $Ilver Shares Elementary School Ongoing N/A Broward, FL a, (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Architect. Project Architect and Project Manager for a 68,000 sf re -roof project for the existing elementary school. Ms. Davis is responsible for field verification of existing conditions, and coordinating with sub consultants for project deliverables. (1) 'I TLEAND'LOCATION (Cityond State) (2) YEAR COMPLETED Sterllrig Elementary School PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing N/A Broward, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm b. Architect. Project Architect and Project Manager for a 71,000 sf re -roof project for the existing elementary school. Project also includes upgrades to the exterior building envelope for replacing existing windows and doors to bring them up to current code standards for impact resistance. Ms. Davis is responsible for field verification of existing conditions, and coordinating with sub consultants for project deliverables to the school district. (11 TfTLEtAND.LOCAtiON (City dnd3tate) _ (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Chapel roll@iiieCl�siC1#1t Ongoing N/A Tampa; FL C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Architect. Project Architect and Project Manager for a 89,300 sf re -roof project for the existing elementary school. Project also includes upgrades to existing mechanical equipment, in addition to minor renovations on the interior of the building. Ms. Davis is responsible for field verification of existing conditions, and coordinating with sub consultants for project deliverables to the school district. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) New Tampa Library Renovations Ongoing N/A Tampa, FL d (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Architect. Ms. Davis is lead manager for the construction administration phase to the renovations for the New Tampa Library. Renovations include re -roofing work, and interior storefront additions, and ceiling renovations to create a separate space for the Children's area of the library. 12. NAME Angel Ruiz, AAIA 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE hltectural Designer a.TOTAL b. WITH CURRENT FIRM 16 4 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Technology in Architectural Technology, 2009—NYC College American Institute of Architects (AIA) of Technology 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) With 16 years' experience in architectural design and project management, working for firms in New York and Florida, Mr. Ruiz has gained the skills and knowledge to tackle various projects both large and small in residential and commercial sectors. Mr. Ruiz is experienced in the overall execution and management of projects from conception through construction 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(Gty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) City of West Melbourne Public Works Building Ongoing N/A West Melbourne, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a. Architect. GLE is providing design services for a re -roofing project for the Tampa Housing Authority. The project will consist of a TPO (Thermoplastic Olefin) roofing membrane with a 20 year warranty over new tapered insulation. The existing roof membrane will remain with the gravel topping removed. The tapered insulation will provide positive drainage for storm water. The existing roof sheathing will be replaced where damaged. The new roofing will be applied to 5 buildings. (1) TITLEANDLOCATION (CIty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES ONSTRUCTION (If applicable) Cape Canaveral city'WaH Budding Ongoing N/A Ic Cape Canaveral, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm b Project Architect. GLE has been selected to provide A/E Services to develop the design, prepare construction documents, and provide bidding and construction administration services for an approximate 18,000 SF City Hall office building for the City of Cape Canaveral. The conceptual design implements the City's future space needs and their current overlay district requirements, which include a surface parking located at rear of building with pedestrian access, building orientation towards AlA to encourage pedestrian activity, articulation and human scale, entry treatments for dominant front and rear entries, and building elements and colors inspired from adjacent city facilities to create a campus atmosphere. Mr. Ruiz was part of the design team and assisted in the overall presentation of the project including building renderings. {i) TITLE AND LOCATION (City and state) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Duke Energy WildWood Transmission Center, Ongoing N/A Wildwood, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm C. Architect. Responsible for the design and permitting for the site improvements to support Duke Energy's new 30,000 square foot Transmission Operations Center building. Services provided included permitting (including representing at public hearings), master grading, master stormwater, and master utilities. Project challenges were accounting for extremely heavy vehicles, major stormwater management system expansion, and multiple tightly interfacing stakeholders within the facilities operations. Project schedule required very fast track coordination between all of the permitting agencies in order to deliver the project on time. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Miramar Master Cars Ongoing N/A Miramar, FL (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm d. Project Architect. The City of Miramar has funds to beautify various buildings and Auto Dealerships within the City. Master Cars owned by NG Realty, LLC is an existing car dealership that has been selected to receive assistance from the City of Miramar to enhance the exterior building fagade. Essentially, the purpose of the renovation is to bring the existing structure up to city standards aesthetically, within a Mediterranean Style of architecture. The scope includes constructing a new fagade in front of the existing structure (existing structure to remain), providing building and site lighting, new concrete sidewalks, dumpster enclosure, monument sign, flag poles, new perimeter fence and new landscape. Mr. Ruiz assisted in the overall presentation of the project including building and site plan renderings. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Anthony Ebanks, AA1A Architectural Designer a. TOTAL b. WITH CURRENT FIRM 10 1 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Master of Architecture, 2015—Savannah College Art of Design Associate American Institute of Architects (AIA) Bachelor of Science, Building Technology Engineering and Science, 2015—New England Institute of Technology 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) With 10 years of experience in architectural design and project management, working for firms throughout the Southeast, Mr. Ebanks has gained the skills and knowledge to complete construction documents, delegating tasks, site visits, and creating 3D architectural renderings. He is very detail oriented and is proficient in AutoCAD, Revit, Adobe Photoshop, Illustrator, & InDesign. 19. RELEVANT PROJECTS C (1)"MEAND LOCATIO (OtyandState) (2) YEAR COMPLETED PROFESSIONAL SERVICES _ CONSTRUCTION (If applicable) University of Tampa Falk Theater Restoration 2017—Ongoing N/A Tampa, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a. Intern Architect. GLE's work thus far has consisted of an in-depth structural analysis of the building as well as a historical architectural survey for the restoration of the front fagade. Additionally, Mr. Ebanks visited the site during an interval of time looking at historical documents, measuring of existing historical elements, such as cupolas, finial, and other elements to maintain the historical fabric during the design and subsequent completion of the project. (1) TiTLEAND LOCATION (City and State)' (2) YEAR COMPLETED PROFESSIONAL SERVICESIc ONSTRUCTION (If applicable) City of New Smyrna!Seach Building 2017—Ongoing N/A New Smyrna, FL b. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Intern Architect. Intern Architect for documenting, designing and production of construction documents for multiple spaces to comply with ADA guidelines. Mr.Ebanks was also responsible in coordination of field measurements to create backgrounds, code research, consultant coordination and completion of construction documents. (1) -nnL At4D LOCATION (Ct yiind State) ', (2) YEAR COMPLETED PROFESSIONAL SERVICES ONSTRUCTION (If applicable) Leering fleri eliiar School l'te- iiO3 2017—Ongoing N/A Broward, FL C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Intern Architect. Intern Architect for a 71,000 sf re -roof project for the existing elementary school. Project also includes upgrades to the exterior building envelope for replacing existing windows and doors to bring them up to current code standards for impact resistance. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable)2017—Ongoing Chapel Trail Elementary Re -Roof &Mechanical Upgrades N/A Bromiard, FL d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Intern Architect. Intern Architect for a 89,300 sf re -roof project for the existing elementary school. Project also includes upgrades to existing mechanical equipment, in addition to minor renovations on the interior of the building. C 12. NAME Catherin Meilak 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Tampa, FL ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE lironmental Inspector a.TOTAL b. WITH CURRENT FIRM 20 17 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science in Environmental Studies -1997, Northland College AHERA Asbestos Abatement Contractor Supervisor, Inspector, Management Planner, and Project Designer NIOSH 582 Sampling & Evaluating Airborne Asbestos EPA Model Lead Risk Assessor (FL/SC/MS) RMD's LPA -1 Lead Paint Inspection System 10 -Hour 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Ms. Meilak has 20 years of diversified consulting and management experience as an environmental professional. She has developed and provided services for environmental due diligence; Indoor Air Quality (IAQ) assessments and remediation, including mold remediation, asbestos -containing materials, and lead-based paint assessment and abatement; industrial hygiene; clandestine drug labs; LEED sampling; and hazardous materials emergency response. Ms. Meilak is a manager with an in-depth background in collaboration, problem solving, technical writing and strong communication skills. She has managed various projects throughout 15 states, Puerto Rico, and Panama for GLE clients including attorneys, banks/lenders, commercial and residential contractors, developers, health care providers, housing authorities, insurance companies, major department stores, military installations, school boards, universities, and other private and public sector governmental clients. 19. RELEVANT PROJECTS OEM (1) TITLE+AND LOCATION (C)tyand State) (2) YEAR COMPLETED Tampa Housing Authorlty Asbestos & Lead Management Terni PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Contract Ongoing N/A Tarnpa FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a. Project Manager: Ms. Meilak is GLE's Project Manager responsible for executing Phase I ESAs, indoor air quality assessments, asbestos abatement project administration, lead-based paint surveys, Elevated Blood Lead (EBL) investigations, and lead-based paint abatement project management at various properties owned by the Tampa Housing Authority. Ms. Meilak has been responsible for the project management and execution of HUD lead-based paint surveys for five public housing communities in Tampa. The project required random and inspection of 190 housing units and associated common areas. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED 1sampling Sears Holding Corporation Environmental Term tontraGt PROFESSIONAL SERVICESCONSTRUCTION (If applicable) Various L©catioa Ongoing N/A b. (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager: Ms. Meilak serves as Project Manager under a contract GLE currently holds with Sears. Her responsibilities include asbestos surveys, IAQ assessments, abatement project administration, Phase II Environmental Site Assessment (ESA) administration, mold remediation project design and management. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Confidential National retailer Environmental Term Contract Various Locations (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager: Ms. Meilak is the Project Manager responsible for the Corporate Asbestos Operations and Maintenance Program administration for a Confidential National Retail Client. Her duties include asbestos surveys and abatement project monitoring and IAQ C. and moisture/mold assessments and remediation for department store facilities throughout the Southeast United States. The average annual billings for this client exceed $250,000. In 2008, Ms. Meilak conducted and oversaw emergency response efforts for on-site asbestos and mold assessments within 48 hours of Hurricane Ike, which damaged 11 retail locations throughout Houston, Texas. She managed the mold/moisture remediation and asbestos abatement of the effected stores, as required, utilizing accelerated timelines to expedite construction and return to normal business operations. The total budget for Hurricane Ike -related assessment and remediation/ abatement projects was over $400,000. OEM 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE William Andaloro Environmental Inspector a.TOTAL b. WITH CURRENT FIRM 3 3 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Orlando, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science in Environmental Science—University of Phoenix Asbestos Contractor Supervisor Asbestos Inspector NIOSH 582 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Andaloro is an industrial hygienist technician who currently serves as a key component to GLE's diverse environmental project portfolio by providing hazardous material and hazardous waste classification, mold prevention, spill response and clean up, asbestos project supervision and air monitoring services for GLE's clients. Mr. Andaloro has experience in asbestos abatement as well as full demolition and interior demolition projects. He has experience working on many government, public, and private jobsites. Some clients Mr. Andaloro has previously worked for include the FDOT (Florida Department of Transportation), Florida Hospital, and OCRM (Orange County Risk Management) as well as a confidential petrochemical manufacturing company. 19. RELEVANT PROJECTS (1) Tm.EANDLOCA71oN(C1tyandStbtej (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(Ifopplicable) FDOT (Florida Department of Transportation} Ongoing N/A Various Locations (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm a• Inspector: Mr. Andaloro provided asbestos surveys and third party asbestos abatement monitoring and oversight for numerous projects for the FDOT District V. As the owner's on-site representative during asbestos abatement projects, he performs inspections of the engineering controls to minimize the potential for air contamination of non -work areas and to ensure the safety of the workers and building occupants. He also provides area air -monitoring as well as personnel air monitoring and employs Phase Contrast Microscopy (PCM analysis during asbestos abatement document conditions as the work is progressing and provides the final visual and clearance via air sampling. (1) TME AND LOCAMON(0tyand StoW (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(Ifapplicabie) Orange County Rlsit Management {OCRM) Ongoing N/A b. Orange County, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Andaloro provides routine pre -renovation and pre -demolition asbestos surveys for projects throughout Orange County, Florida. (1) TiiLEANDLOGAl70i!(GtydndState} (2) YEAR COMPLETED PROFESSIONAL SERVICES _ CONSTRUCTION (if applicable) Florlda Hos1#taI Ongoing N/A Orlando, FL C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Andaloro routinely serves as a third party asbestos project monitor as the owner's on-site representative to ensure all engineering controls were used to ensure the safety of the buildings occupants to give a full documented report on conditions in and outside the work area. He provided air monitoring during the project as well as final visual and clearance via air sampling. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifappicable) Confidential Petro -Che l Manufacturer Ongoing N/A Various Locations, FIL (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm d. Inspector: Mr. Andaloro provided asbestos and lead paint surveys and third party asbestos abatement monitoring and oversight for numerous projects for a confidential Petroleum Manufacturer. As the owner's on-site representative during asbestos abatement projects, he performs inspections of the engineering controls to minimize the potential for air contamination of non -work areas and to ensure the safety of the workers and building occupants. He also provides area air -monitoring as well as personnel air monitoring and employs Phase Contrast Microscopy (PCM analysis during asbestos abatement document conditions as the work is progressing and provides the final visual and clearance via air sampling. 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Samuel Rock Environmental Inspector a.TOTAL b. WITH CURRENT FIRM 1 1 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Orlando, FL 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science in Environmental Science—Florida State University Asbestos Contractor/Supervisor Asbestos Inspector NIOSH 582 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Mr. Rock is a Junior Project Manager, with experience in asbestos lead, and mold consulting. At GLE, Mr. Rock's primary duties include asbestos, lead and mold surveys, air monitoring and remediation oversight. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) FD©i (Florida Department of Transportation) Ongoing N/A Various Locations ; a. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Rock is a Junior Project Manager, with experience in asbestos lead, and mold consulting. At GLE, Mr. Rock's primary duties include asbestos, lead and mold surveys, air monitoring and remediation oversight. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Winter Park Housing Authority (WPHA) PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Ongoing N/A Winter Park, FL b. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Rock performed all the testing incorporated with running a preliminary mold assessment (PMA) in a residential setting limited to the areas of concern explained by tenant. (Humidity, Moisture Assessments, and Visuals) He also set up the air pumps in proper locations and filled in the subsequent field work for a PMRCT in a residential setting and performed a full PMRCT walkthrough (1) TITLE AND LOcooN (Cityand'state) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION(Ifopplicable) Orange County Ongoing N/A Orlando, FL C. (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Rock performed a pre -demolition asbestos survey for a residential two-story 8 -unit condominium (4,025 sf). (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED The GlenviewPeICIn Bay PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2017 N/A d. Naples, FL (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ®Check if project performed with current firm Inspector: Mr. Rock performed various mold assessment and abatement activities with ReGen Environmental Services. His duties consisted of running aerosols, moisture mapping, cotton swab testing, and checking the rooms after damaged areas were abated. 12. NAME Paul Zak, CIH 15. FIRM NAME AND LOCATION (City and State) GLE Associates, Inc.—Gainesville, FL 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Environmental Inspector :a. TOTAL ;b.WITH CURRENT FIRM 15 11 16. EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATEANDDISCIPLINE) BS Environmental & Forest Biology -1999, State University of New York Lead Risk Assessor (FL) College of Environmental Science and Forestry at Syrocruse Mold Assessor (FL) Certified Industrial Hygienist (CIH) Asbestos Contractor Asbestos Inspector Hazwoper NIOSH 582 XRF—RMD's LPA—Lead Paint Inspection System Mr. Zak has been involved in the environmental consulting field since 1999. He has a working knowledge of regulations and projects involving industrial hygiene, safety, asbestos, lead, Indoor Air Quality (IAQ), mold, Environmental Site Assessments (ESAs), and OSHA compliance. As the Environmental Services Manager, his duties include business development, project bidding and proposals, project execution, report writing and senior review for the Gainesville, Jacksonville, and Orlando offices. Mr. Zak currently manages eight term contracts related to industrial hygiene, environmental assessment, health and safety, asbestos, IAQ and lead-based paint consulting. 19. RELEVANT PROJECTS 1)TITLEANDIOCATION latyandstote) (2) YEAR COMPLETED General Growth Properties, Inc. (GGP) PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Various, FL Ongoing N/A a_ -` - - _ ...w --- -- ---- - -- . — (3) BRIEF DESCRIPTION (Brief scope, size, cost etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager: Provided asbestos inspection and monitoring services for over 100 individual surveys for GGP's retail mall facilities located throughout Florida. GLE has conducted approximately 600 projects and provided over $2M in services to GGP since 2000. 1) nTLE AND LOCATION l0tyand State) (2) YEAR COMPLETED Department of Veteran Affairs Medical Center (VAMC) i PROFESSIONAL SERVICES Gainesville, FL N/A Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm Project Manager: Mr. Zak routinely manages and performs a wide range of building science services, including IAQ asbestos b. " inspections, air monitoring and project management of various facility renovation projects for the VAMC. Mr. Zak was recently the Senior Project Manager over the asbestos abatement coinciding with the Correct Patient Deficiencies project, which includes the addition of a 241,000 GSF bed tower and renovations of over 66,000 GSF at the Malcolm Randall VAMC in Gainesville. The construction cost for this project is between $80,000,000 and $120,000,000. GLE has conducted over 225 projects and provided over $520,000 in services to the Malcolm Randall VAMC and Lake City VAMC since 2001. GLE has also provided over $200,000 in services to various Service -Disabled Veteran -Owned Small Businesses (SDVOSB) architectural firms, engineering firms, and general contractors over the past five years in conjunction with various VAMC renovations. 1)Tn'LEAND LOCATION (Crtyond5tote) (2) YEAR COMPLETED Lead & Asbestos Consulting Contract for NAVFAC PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Florida, Texas, Tennessee, South Carolina, Illinois and Mississippi 2010 N/A (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ® Check if project performed with current firm c. Project Manager: GLE completed work on a contract for the NAVFAC SE (Naval Facilities Engineering Command Southeast) involving Lead - Based Paint (LBP) inspections and Risk Assessments at 13 Naval Facilities throughout the Southeast. Work was conducted in accordance with EPA and HUD guidelines as part of the due diligence process for privatization of base housing. Approximately 1,500 housing units were inspected and assessed, with reports documenting the results. Sampling of LBP was performed primarily utilizing GLE's in-house X-ray Fluorescence Spectrometers (XRF), with confirmatory paint -chip samples collected and delivered to an independent laboratory. GLE collected dust samples from floors and window sills, and soil samples from play areas and drip lines. B SIMILAR PROJECTS Please see the following page for SF 330 Section F, G, & H and Attachment I: References. 23. PROJECT OWNER's INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME I C. POINT OF CONTACT TELEPHONE NUMBER City of Cape Canaveral I Mr. Todd Morley 321-868-1222 GLE was commissioned to provide full architectural and engineering services including civil engineering and landscape architecture to develop the design, prepare construction documents and provide bidding and construction administration services for an approximate 18,000 square foot (SF) City Hall office building for the City of Cape Canaveral. The proposed conceptual design implements the City's future space needs and their current Overlay District requirements, which includes surface parking located at rear of building with pedestrian access, building orientation towards A1A to encourage pedestrian activity, articulation and human scale, entry treatments for dominant front and rear entries and building elements and colors inspired from adjacent city facilities to create a campus atmosphere. The design also reflects the City's motto of Sun, Space and Sea by incorporating unique site elements such as a sundial surrounded by an abstract representation of the solar system and a water feature. The mechanical systems consist of two, 30 -ton packaged rooftop air conditioning units one for each floor. Air distribution is done through variable air volume terminal boxes with electric heating with direct digital control (DDC) energy management system for temperature and humidity control. The building has a fully monitored fire suppression system (fire sprinklers), the City Council Chambers has specialized theater type lighting, and a covered porte-cochere which allows for drop-off/pick-up of visitors protected during inclement weather. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a' GLE Associates, Inc. I Tampa, FL I Architect and Engineering Services «„ i Williams Community Center Ft_ Piprrp_ FI 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME I C. POINT OF CONTACT TELEPHONE NUMBER Ft. Pierce Housing Authority I Mr. David Nisivoccia 772-429-6427 GLE was selected to provide architectural and engineering services for the design of a new $1.1 million Management/Community Center for the Ft. Pierce Housing Authority. The new facility consolidates several allied agencies currently housed on FPHA properties into a single building. Additionally, the 12,400 square foot structure includes FPHA management offices for the Garden Terrace Apartment Community. In addition to FPHA, agencies which will occupy space in the new facility include: • Boys and Girls Club of Ft. Pierce • Ft. Pierce Police Department • Young Ladies First • Mad Dads GLE's design involved centering the various user groups around a central community space, which will be available to each of the agencies, as well as other neighboring community groups, thus promoting community interaction and enhancement. Other design considerations include secured ingress and egress by all of the agencies that operate on varying schedules, providing visual access to the neighboring residential areas and the building itself for the police department, and developing separate, but interactive, computer capabilities to building occupants. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. GLE Associates, Inc. I Tampa, FL I Architecture and Engineering Services Public Works Building Wact MPIhniirnP FI 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of West Melbourne I Mr. Keith Mills 1 321-837-7777 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) This project consisted of the design of a new facility for the City of West Melbourne to house the following departments: • Administration • 4 service bays including 1 lubrication pit • Storage areas • Parking for visitors and employees • Separate storage building for lawn maintenance equipment, etc. The existing Public Works/Water Building was constructed in the mid -seventies and was demolished for this project. The purpose of this project was to design and construct a new building that provided for typical public work areas. Those areas included: • Two offices (one of which will be a larger one for both occupancy and files) • Conference room • Locker/shower area • Break room • Separate restrooms for men and women • Kitchen lite concept with space for microwave oven, refrigerator, sink, cabinets, ice bin, and coffee maker The new building includes storage for janitorial supplies, office supplies, supplies such as bagged concrete mix, and water system supplies; including meters, meter boxes, hydrants, and the like. The vehicle maintenance area in the building consists of 2 open, drive-through bays and 2 lift bays, one of which includes a pit and each with sufficient depth to hold 2 trucks. This project consisted of the construction of a new vehicle maintenance and storage building, while the existing maintenance building was kept functional until the new building was completed. Once the new building was occupied, the existing maintenance building was demolished entirely and a new office building was be erected at the same location. The new vehicle maintenance building has maintenance bays and a maintenance pit for the City's vehicle fleet. It has storage rooms for the treatment plant and other departments of the Public Works function. The building is heated and ventilated. A single office is conditioned in this building. The new maintenance building has compressed air service drops to the bays as well as water service. An oil interceptor was provided for the drainage from the bays to contain the flow and separate the oils from the drain water to discharge into the sanitary sewer system. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a GLE Associates, Inc. Tampa, FL I Architectural and Engineering Services i �� 23. PROJECT OWNER'S INFORMATION a. PROJECTOWNER b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBER Manatee County I Mr. Paul Panik 941-742-5380 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and Manatee County Water Treatment Plant, Closure Assessment/Site Assessment/NAM Project: GLE performed sub -surface investigations at the property in support of the closure of several UST's and ASTs, which identified petroleum -related impacts at the site. Based upon the results of the Closure Assessment, GLE performed additional site assessment activities. A Site Assessment Report (SAR) was completed and submitted to FDEP and a Natural Attenuation Monitoring (NAM) recommendation accepted by FDEP. A Site rehabilitation Completion Order (SRCO) was issued by the FDEP on March 6, 2008. The monitoring wells were properly abandoned on May 5, 2008. Manatee County -Port of Manatee Water Line Installation Project: In January 2009, GLE was contracted to conduct preliminary soil boring investigations including the collection of soil and groundwater samples for laboratory analysis along the Transmontaigne, Inc., (TMI), which is a petroleum fuel terminal and facility located on the Port of Manatee in Palmetto, Florida. The preliminary investigations were requested by Manatee County to be conducted along an approximate 1,000 -linear foot length, for the installation of the new water line, in order to document onsite conditions associated with prior petroleum releases reported at the TMI facility and prior to the installation of a new 14 -inch diameter water line. This facility was previously documented with free -product conditions at various locations along the proposed water line with a significant layer of free -product specifically at the intersection of North Dock Street and Eastern Avenue where numerous petroleum fuel transfer lines access the TMI facility originating from the Port Manatee ship dock/receiving and loading area. Upon completion of the preliminary investigations, GLE was contracted to provide staff to conduct post excavation soil field screening activities for the disposal of petroleum impacted soil via thermal treatment. In addition, GLE was contracted to conduct ambient air monitoring for worker related exposure to potential elevated petroleum vapors during the removal of the former water lines, including the excavation of petroleum impacted soil and the installation of the new water line. Furthermore, GLE was also contracted to provide groundwater remediation services and equipment during the proposed dewatering activities for the installation of the water line via Jack and Bore techniques through the intersection of North Dock Street and Eastern Avenue specifically at the fuel transfer line location. Jones Potato Farm, Duette, Florida: GLE was initially contracted by Manatee County in July 2006 in order to complete soil and groundwater assessment activities for a former petroleum release including a source removal (excavation event) that was previously completed by another consultant as contracted by the property owner at that time. GLE was contracted by Manatee County to conduct additional site assessment activities since that time through April 2011, as required by the Florid Department of Environmental Protection (FDEP) including the collection of soil samples and groundwater samples for wells installed in the vicinity of the former petroleum release. In April 2011, GLE requested a no further assessment of the soil or groundwater at this facility. However, GLE is currently waiting for a response from the FDEP. Geraldson Farm Project: GLE completed a Phase I Environmental Site Assessment (ESA) and a Phase II ESA on this property in June 2005 and July 2005, respectively. Arsenic was reported above the residential soil cleanup target level and additional assessment activities were conducted in March 2006 in order to delineate the arsenic that was previously identified in the vicinity of a former chemical storage shed. The Phase II ESA report and subsequent arsenic investigation report were submitted to the Florida Department of Environmental Protection (FDEP) for review and comment. Additional soil assessment and investigations activities were determined required by the FDEP in 2008. Additional meetings were held between the FDEP and the representatives of Manatee County in order to determine what investigations/activities would be required in order to address the outstanding concerns identified by the FDEP at that time. Upon clarification from the FDEP and Manatee County, GLE was conducted to complete source removal activities and post excavation soil sampling investigations at the Geraldson Farm site location. A Source Removal report was prepared by GLE, which summarized the source removal and investigation activities. The Source Removal report was submitted to the FDEP in May 2011 for review and comment. GLE is currently waiting for response from the FDEP. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. GLE Associates, Inc. Tampa, FL I Environmental Consulting Services AXIIX la. ,r. 22. YEAR COMPLETED Orange County Risk Management Industrial Hygiene & Indoor Air PROFESSIONAL SERVICES CONSTRUCTION (If app1h Quality Consulting Services Term Contract 2014 -Ongoing N/A Orlando, FL 23. PROJECT OWNER'S INFORMATION a. PROJECTOWNER 1b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBER Orange County Risk Management I Ms. Tisha Pence 407-836-9679 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) GLE was awarded a term contract with Orange County Risk Management for Industrial Hygiene Consulting Services in 2014. The term contract was for the performance of asbestos, lead, radon, industrial hygiene and indoor air quality consulting services for the Board of County Commissioners of Orange County, Florida. To date, GLE has completed over fifty (50) projects including pre -demolition and pre -renovation asbestos surveys, indoor air quality assessments, preliminary mold assessments, and industrial hygiene consulting services. Industrial hygiene investigations have included assessments for total and respirable dust, multi -gas meter monitoring for sewer gas, mercury, and particulates. GLE performed a forensic evaluation of the 14 air handler units servicing the Orange County Courthouse. The assessment was performed to determine the conditions within the mechanical rooms that were contributing to condensation development and corrosion of AHU casings. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. GLE Associates, Inc. I Orlando, FL I Environmental Consulting Services Multiple Award Construction Contract (MACC) 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBER Danner Construction Mr. Dick Danner 813-969-2343 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and Hangar Bathrooms Repair - Design -Build Renovation: GLE provided design services for the renovation of existing restrooms. This included: Renovations for 16 men and women's restrooms Conversion of an office into a unisex restroom GLE provided the following: Construction documents for the renovation of restrooms in four (4) hangar buildings and Pipe bursting for the replacement of the sewer lines into the buildings. 65%, 95%, 100% drawings were prepared and approved by MacDill AFB. The design and construction duration was 482 days, 222 of which were design. Renovated approximately 1,900 linear feet of existing sanitary sewer truck line infrastructure servicing the Hangers at the Base. Due to the condition of the infrastructure, "pipe bursting" (an alternative method of sewer replacement) was utilized in order to avoid costly pavement restoration and interruption of operations. Challenges included a high attention to as -built data collected and continuous design re-evaluation to ensure the final design would meet required flows as the pipe bursting activities progressed. Marina Bay Drive Running Track, MacDill AFB, Tampa, FL NVZR 10-0048: Renovation and expansion of the AFB's running track. Project consisted of approximately 4,900 feet of running track. Fitness workout stations were added to the project as the track was nearing completion and were seamlessly incorporated into the design. Challenges included ensuring safety standards were met, cross slope standards were adhered to, and addressing intersections designs at crossings. During construction activities, the existing track was made accessible to runners due to proactively addressing and modifying detour routes with proper signage. Repair Floating Docks, MacDill AFB, Tampa, FL NVZR 12-0176: Renovation of an existing marina located in the southeast portion of the AFB included the complete removal of the existing boat docks and replacing them with 19 new floating docks. Renovations also included a new floating dock at the fueling station, and the re-establishment of an existing static dock. Permitting challenges included the response and project team coordination to address environmental agencies concerns during construction to address dredge and fill activities, Manatees and turbidity (water quality). Wounded Warrior Building 654 and Marina Upgrades: GLE provided design services for accessibility upgrades. The scope included ADA concrete floating dock, accessibility ramps for Building 654, push button automatic door openers, existing rest room ADA compliance renovations, and civil design services for parking lot. Building 53: GLE provided design services for the renovation of Building 53 and demolition of Buildings 2020 and 258. Demolition required that all utilities be capped. It also required new exterior grading and sod to finish the site. Interior renovations were to new offices, auditorium with fixed seating and raised speaker area, classrooms, instructors offices, computer labs, Heritage Room, lounge and required support spaces. Exterior renovations involved new windows, doors and stucco finish, and a new pitched roof truss system installed over an existing flat roof. The new roof design received a new standing seam metal roof panel finish. Building 238: GLE provided services for the renovation to a dormitory. Scope of services included construction documents that provided new finishes throughout, repairs to the existing stairs and handrails to comply with the Life Safety Code. New "roof over system" that created a pitched roof over the existing flat roof. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. GLE Associates, Inc. Tampa, FL I Architecture, MEP and Civil Services Winter Haven Housing Authority A/E Services 23. PROJECT OWNER'S INFORMATION a. PROJECTOWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Winter Haven Housing Authority I Ms. Lisa Landers 863-294-7369 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) GLE was selected by the Winter Haven Housing Authority to complete their Community Center Rehabilitation (Building Renovation). GLE's proposed design for the Community Center transitions a vacant vandalized building into an aesthetically pleasing and functional community center and office space. The renovation involved creating a reception area to control entry into the facility, open office spaces and two executive office suites. The other existing spaces, such as the community center, storage rooms, kitchen and restrooms, were upgraded to meet accessibility requirements, as well as the building occupant's needs. The interior remodel included the installation of new lighting fixtures with controls as a sustainable feature to allow the user to control the amount of artificial light required. The HVAC system was also be upgraded to allow for better Indoor Air Quality. The restrooms required new plumbing fixtures and were redesigned to meet ADA requirements. The kitchen was also upgraded to meet ADA requirements and features Energy Star appliances as a sustainable feature. The exterior renovation consisted of rehabilitating the existing skylights to allow for natural light to flow into the space. This will give the user better lighting and create a more airy sense of space. The existing rotted T1-11 was removed and replaced with new exterior sheathing and stucco to give the building an up to date appearance. The design also features a brick wainscot around the perimeter of the building to aesthetically tie the structure together. Upon inspection of the building it was clear that the existing exterior storage needed to be demolished and rebuilt. GLE's design reconstructed the exterior storage to match the aesthetic of the existing building by installing a pitched roof and finishes to match the rest of the building. There were also exterior doors that are not required as a means of egress, so GLE removed them as a security measure and installed windows in their place. A key feature of the design was creating a main entry to the building; this is done by installing a modern entry and walkway canopy to the existing and new columns. Besides giving visitors a clear visible entry, these canopies now provide shaded seating areas and protection from the weather upon entering the facility. A new monumental sign also designates this building as being occupied by the Winter Haven Housing Authority. Construction cost was $269,000 and this project was completed on time and on budget. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. GLE Associates, Inc. I Tampa, FL I Architectural and Engineering Services Department of Military Affairs St. Aueustine. FL 23. PROJECT OWNER'S INFORMATION a. PROJECTOWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER Department of Military Affairs Mr. John Brady 954-823-0365 Snake Creek Camp Site: GLE provided Architectural and MEP Engineering Construction Documents, Bidding and Construction Administration services for two pre -manufactured metal buildings for the Department of Military Affairs' Snake Creek Camp in Miramar, FL. The project included two pre -manufactured metal buildings, one 30' x 80', the other 50' x 80'. The foundation was a monolithic slab foundation designed to support forklift loads and storage racks. Both structures received HVAC and lighting and electrical design as required for the program. The Construction cost was $400,000 and was completed January 2012. West Palm Beach Vehicle Maintenance Building: Phase 11 - GLE designed a 5,000 square feet (SF) addition for two vehicle bays containing motor operated roll -up doors on both sides, to allow for easy circulation of large military vehicles. The addition itself was constructed of a pre -manufactured metal building system. Design concerns and challenges consist of locating multiple vehicle maintenance equipment items, such as vehicle exhaust systems, a vehicle wash, overhead lubrication oil system and electrical vehicle analysis computers. GLE also had to provide building ventilation for mechanical equipment, while not interfering with the path of the 7.5 ton overhead bridge crane. Other design elements consist of site redesign to allow for a better flow of vehicles through the site, drainage concerns and relocating existing utilities to allow for the addition to be constructed. Phase 11 — The current vehicle maintenance building was renovated to include a latrine, break room, offices and administrative areas. One existing vehicle maintenance bay was removed and included the design of the spaces previously listed. This Renovation was designated as an Alternate Bid Item. Haines City Vehicle Maintenance Building: GLE was selected in February of 2008, by the Department of Military Affairs to provide A/E services for an addition to the existing Florida National Guard Armory vehicle maintenance building in Haines City, Florida. The six bay facilities are used to maintain and repair National Guard vehicles. The 6,400 SF addition was designed with three vehicle bays containing motor operated roll -up doors on both sides, to allow for easy circulation of large military vehicles. The addition itself consists of brick veneer to match the adjacent building, stucco accents between the vehicle bays and a pitched standing seam metal roof. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION a. GLE Associates, Inc. Tampa, FL ROLE Architectural and Engineering Services 23. PROJECT OWNER'S INFORMATION a. PROJECTOwNER b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBER Duke Energy I Ms. Lisa Echols 727-820-5380 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Wildwood/Eustis Operation Center: GLE designed the renovation of the Administration Building at the Duke Energy facility in Eustis, FL by configuring the office, break room, bathroom and conference room. Renovation of the Fleet Building included the addition of a server room, replacement of fixtures in the first floor bathrooms, and replacement of the casework in the first floor office. GLE also provided Civil Engineering Services for this project location. The scope of work included a Limited Topographical Survey, Geotechnical Services, Civil Design per City and County Standards, Construction Administration Services, and Record Drawings. Transmission Operations Center Building: Responsible for the design and permitting for the site improvements to support Duke Energy's new 30,000 square foot Transmission Operations Center building. Services provided included permitting (including representing at public hearings), master grading, master stormwater, and master utilities. Project challenges were accounting for extremely heavy vehicles, major stormwater management system expansion, and multiple tightly interfacing stakeholders within the facilities operations. Project schedule required very fast track coordination between all of the permitting agencies in order to deliver the project on time. The overall project included Master Planning for the entire 68 acre main facility to provide recommendations for reallocation of operation resources. This entailed interviewing several stakeholders to fully understand their operations and functionality in order to re-evaluate the facility to minimize the expansion impacts of the new facility, and to make recommendations for future improvements. As a result of the Master Plan Study, additional master infrastructure recommendations were provided. Clearwater Complex Administration Building: This included a 100 -ton air cooled chilled water plant for a 28,800 sq ft. administratior facility providing chilled water to a central station air handling unit through pre -insulated underground piping and chilled water pumps The air distribution is done through variable air volume terminal boxes with electric heating with direct digital control (DDC) energy management system for temperature and humidity control. The design included all the sanitary plumbing fixtures, lavatories and domestic water systems with low consumption flush valves and faucets for hot and cold water. Water heating is provided with point of use instantaneous heaters for drinking fountains and electric water coolers The building is to have an automatic wet fire sprinkler system. The building will be provided with an emergency power generator. Building C: The uplift of this building consisted in the demolition of an existing 6,200 sf second floor office and training area and converting it to a facility that has Assembly areas for training sessions and special meetings, with newer state of the art equipment meeting the Duke Design and Energy Standards. Air Conditioning system for the second floor 6,200 sf Assembly area consists of (2) 10 -ton split direct expansion (DX) air conditioning units and air handlers with electric heat. Air distribution is through a constant volume ductwork with microprocessor based temperaturE controls. The design included all the sanitary plumbing fixtures, lavatories and domestic water systems for hot and cold water an( electric water coolers. Building F: The uplift of this building is similar to that of Building C consisting in the demolition of an existing 4,200 sf floor office and training area and converting it to a facility that has Assembly areas for training sessions and special meetings, with newer state of the art equipment meeting the Duke Design and Energy Standards. At another area of Building F, the uplift of the existing 1,500 sf Assembly area to a newer facility is projected. Air Conditioning system for the single story 4,200 sf Assembly building consist of (1) 30 -ton split DX air conditioning units and air handler with electric heat. Air distribution is through a constant volume ductwork with microprocessor based temperature controls. For the 1,500 sf Assembly area a 10 -ton split DX air conditioning units and air handler with electric heat will be added. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (city and state) (3) ROLE a. GLE Associates, Inc. Tampa, FL I Architectural and Engineering Services Florida Department of Transportation (FDOT) Asbestos Term Contracts Various Locations, FL 23. PROJECT OWNER'S INFORMATION 22. YEAR COMPLETED IONAL SERVICES CONSTRUCTION (if applicable) Ongoing I N/A a. PROJECTOWNER b. POINT OF CONTACT NAME 1c. POINT OF CONTACT TELEPHONE NUMBER FDOT I Ms. Florence Fowler 386-943-5088 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Districts 1, 2, 5, 6 and 7, and the Turnpike Division: GLE has served as the asbestos consultant for Right -of -Way and Turnpike contracts within various districts throughout the State of Florida, with approximate engineering fees of $1.5 million. Services provided include facility surveys, asbestos abatement and demolition project designs, contract administration and air monitoring. Well in excess of 1,000 individual projects have been performed in conjunction with demolition and roadway construction. Additionally, we have successfully provided consulting services for emergency response actions within buildings occupied by FDOT personnel. All work performed under these contracts have been performed in accordance with established state regulations, submitted for approval within pre -established time frames without resulting in any delay to FDOT projects. During our contract with the FDOT, GLE has always managed to not disrupt the flow of traffic, keeping bridges accessible and roads open. FDOT District 7: GLE serves as the asbestos consultant for the FDOT's District Seven. GLE served as an asbestos consultant for District Seven from 1993 until 1997, during which time we performed over 300 separate projects including facility surveys, development for O&M Plans, asbestos abatement and demolition project design, contract administration and air monitoring. In 1999, GLE was requested to provide both asbestos and lead consulting services under our State of Florida SNAPS contract. In 2001, we were awarded a three-year term contract to provide asbestos consulting services for the District. In total, we have performed 142 asbestos and lead consulting projects for the District. FDOT District 5: GLE has served as the asbestos consultant for FDOT, District V, for the past three years. Services provided include facility surveys, asbestos abatement and demolition project designs, contract administration and project supervision/air monitoring. Approximately 50 individual projects have been performed in conjunction with demolition and roadway construction. All work performed under these contracts has been performed in accordance with established state regulations, submitted for approval within pre -established timeframes without resulting in an y delay to FDOT projects. The total estimated cost of this environmental term contract is $750,000/ FDOT District 1: GLE served as an asbestos consultant for District I from 1993-1996 encompassing over 110 separate projects. GLE performed facility surveys, developed O&M Plans, designed asbestos & Demolition projects and performed air -monitoring services. Subconsultant on FDOT projects: GLE Associates, Inc. is presently serving as a subcontractor to Handex Consulting & Remediation, LLC and Metcalf & Eddy, Inc., for contracts held with the Federal Department of Transportation (FDOT) that involve over 75 bridges in Southern Florida, including Broward and Palm Counties. GLE is completing asbestos surveys for the two Prime contractors and is responsible for over $200,000 worth of work. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (city and State) (3) ROLE a GLE Associates, Inc. I Tampa, FL I Environmental Consultant ( NOs X361 0VV _ .r� City of Cape Canaveral Robert B. Greene, PE, PG, Principal -in -Charge x 2 Ft. Pierce Housing Authority X Winter Haven Housing Authority 3 City of West Melbourne 8 Department of Military Affairs 4 Manatee County 9 X� X Orange County X X X X X X.._ CIH LEED AP Alberto Portela, AIA, NCARB, Contract Manager LEED AP Architectural Manager X X X X X X Craig Gardei, AIA, LEED AP QA/QC Director A/E Services X X X X X X X Construction Administration John Hansen, PG QA/QC Director Outdoor Environmental X X X Michael Collins, CIH, CIEC, QA/QC Director Indoor CSP Environmental X X X Crystal Davis Project Architect X X X X Angel Ruiz, AAIA Project Designer X X X X Anthony Ebanks, ARIA Project Designer X X Jorge Gonzalez Project Designer X X Gregory LaPierre, PE Electrical Engineer X X X X X X X Joel Howard, CIE Manager of Environmental Services X X X Catherin Meilak Environmental Inspector X X Adam Springer, PG Environmental Inspector X William Andaloro Environmental Inspector X Samuel Rock Environmental Inspector X Pail Zak, CIH Environmental Inspector X 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT (FROM SECTION F) 1 City of Cape Canaveral 6 MacDill Air Force Base 2 Ft. Pierce Housing Authority 7 Winter Haven Housing Authority 3 City of West Melbourne 8 Department of Military Affairs 4 Manatee County 9 Duke Energy 5 Orange County 10 FDOT GLE's extensive experience gives us a unique understanding of the services required to fulfill this contract for City of Sanford. Having provided multi -disciplinary services for numerous governmental facilities throughout Florida, GLE provides the most cost-effective solutions that take into account occupant safety, budgetary, time constraint and public relations issues that are unique to the public sector. Through high-quality service and professionalism, we consistently complete projects on time, within budget and without surprises, and our success is proven through our high rate of repeat clients. So what does the GLE team have to offer to the City of Sanford? ✓ Over 29 years providing architectural, engineering and environmental consulting services to local government facilities. ✓ Highly experienced, multi -disciplined team members, including project engineers, architects, LEED Accredited Professionals, environmental professionals and construction specialists. ✓ Over 80 multi -disciplined dedicated professionals, including registered architects and engineers. ✓ Flexible organizational structure, enabling us to meet the multiple project demands of this contract. ✓ Local Orlando office and Tampa headquarters, ensuring quick response. ✓ Highly experienced single point-of-contact—Alberto Portela, Jr. AIA, NCARB, LEED AP ✓ Vast experience working on renovations and additions for clients. ✓ A proven track record for delivering projects on time and within budget. ✓ High client renewal rate based on corporate philosophy of clearly understanding our client's goals, doing what's best for each client, promoting open communication and exceeding client expectations. ✓ The financial stability and strength needed to provide you with continuous and consistent services. ✓ FOCUSED ON OUR CLIENTS SUCCESS. It would be GLE's pleasure to work with City of Sanford on this contract. Thank you for your consideration. I. AUTHORIZED REPRESENTATIVE 10 The forecoino is a statement of facts. July 30, 2018 NAMFL AND TITLE Robert B. Greene, PE, PG, CIH, LEED AP Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: City of Cape Canaveral New City Hall Type of Project/Service: New city Hall Address: 7510 North Atlantic Avenue, Cape Canaveral, FL 32920 Contracting Agency/Cl ient: City of Cape Canaveral Contact Name and Phone #: Mr. Todd Morley, 321-868-1222 Contact Email Address and Fax #:t.morley@cityofcapecanaveral.org Contract Amount: $4,800,000 Date Work Performed: 2013-2018 Project #2: Project Name: Public Works Building Type of Prcject/Service: New construction Address: 2240 Minton Road, West Melbourne, FL 32904 Contracting Agency/Client: City of West Melbourne Contact Name and Phone #: Mr. Keith Mills, 321-837-7777 Contact Email Address and Fax #: kmills@westmelbourne.org Contract Amount: $700,000 Date Work Performed: 2014-2017 Project #3: Project Name: Community Center Renovation Type of Project/Service: Renovation Address: 2653 Avenue C SW, Winter Haven, FL 33880 Contracting Agency/Client: Winter Haven Housing Authority Contact Name and Phone #: Ms. Lisa Landers, 863-294-7369 Contact Email Address and Fax #: Ilanders1@tampabay.rr.com Contract Amount: $612,000 Date Work Performed: 2013-2016 Project #4: Project Name: Asbestos Term Contract Type of Project/Service: Asbestos Address: 11201 North McKinley Drive, Tampa, FL 33612 Contracting Agency/Client: Florida Department of Transportation Contact Name and Phone #: Ms. Florence Fowler, 386-943-5088 Contact Email Address and Fax #: florence.fowler@dot.state.fl.us Contract Amount: $1,015,000 Date Work Performed: ongoing Project #5: Project Name: Environmental Term Contract Type Of Project/Service: Environmental Services Address: 1112 Manatee Avenue West, Bradenton, FL 34205 Contracting Agency/Client: Manatee County Contact Name and Phone #: Mr. Paul Panik, 941-748-4051 Contact Email Address and Fax #:941-742-5880 Contract Amount: $11oxo I Date Work Performed: 2000-2016 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "V -Failure to submit this form may be grounds for disqualification of your submittal' 47 City of Sanford Finance Department Purchasing Division / OF � SAN ORD 300 N. Park Avenue Suite 243 2°' Floor, Sanford Florida 32771CITY Phone: 407-688-502$, or 5030 1 Fax: 407-688-5021 �%„/, o' FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) �/���� ��� Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: City of Cape Canaveral New City Hall Type of Project/Service: New city Hall Address: 7510 North Atlantic Avenue, Cape Canaveral, FL 32920 Contracting Agency/Cl ient: City of Cape Canaveral Contact Name and Phone #: Mr. Todd Morley, 321-868-1222 Contact Email Address and Fax #:t.morley@cityofcapecanaveral.org Contract Amount: $4,800,000 Date Work Performed: 2013-2018 Project #2: Project Name: Public Works Building Type of Prcject/Service: New construction Address: 2240 Minton Road, West Melbourne, FL 32904 Contracting Agency/Client: City of West Melbourne Contact Name and Phone #: Mr. Keith Mills, 321-837-7777 Contact Email Address and Fax #: kmills@westmelbourne.org Contract Amount: $700,000 Date Work Performed: 2014-2017 Project #3: Project Name: Community Center Renovation Type of Project/Service: Renovation Address: 2653 Avenue C SW, Winter Haven, FL 33880 Contracting Agency/Client: Winter Haven Housing Authority Contact Name and Phone #: Ms. Lisa Landers, 863-294-7369 Contact Email Address and Fax #: Ilanders1@tampabay.rr.com Contract Amount: $612,000 Date Work Performed: 2013-2016 Project #4: Project Name: Asbestos Term Contract Type of Project/Service: Asbestos Address: 11201 North McKinley Drive, Tampa, FL 33612 Contracting Agency/Client: Florida Department of Transportation Contact Name and Phone #: Ms. Florence Fowler, 386-943-5088 Contact Email Address and Fax #: florence.fowler@dot.state.fl.us Contract Amount: $1,015,000 Date Work Performed: ongoing Project #5: Project Name: Environmental Term Contract Type Of Project/Service: Environmental Services Address: 1112 Manatee Avenue West, Bradenton, FL 34205 Contracting Agency/Client: Manatee County Contact Name and Phone #: Mr. Paul Panik, 941-748-4051 Contact Email Address and Fax #:941-742-5880 Contract Amount: $11oxo I Date Work Performed: 2000-2016 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE "V -Failure to submit this form may be grounds for disqualification of your submittal' 47 24ns: PROJECT APPROACH Areas of Specialization & Capabilities Since 1989, thousands of clients have trusted GLE Associates, Inc., to guide them in the evaluation, design and construction of buildings and properties. With our extensive line of in-house services, we can be a vital member of your project team. GLE's full line of services can be quite essential in this industry. If you are looking for a one- stop shop for all of your environmental needs, GLE is your single source provider. GLE's complete list of services includes the following: ARCHITECTURE SITE DESIGN SERVICES • Architecture • Master Planning • Land Planning • Space Planning • LEED Consulting • Adaptive Reuse MEP ENGINEERING SERVICES • Mechanical Engineering • Electrical Engineering Plumbing Engineering Fire Protection BUILDING ASSESSMENT SERVICES • Property Condition Assessments • Physical Needs Assessments • ADA Surveys • Roof Consulting • Forensic A&E CONSTRUCTION MANAGEMENT SERVICES • Owner's Representative Services • Plan And Cost Reviews • Construction Inspections • Construction Funds Control • Program Management • Construction Management INDOOR ENVIRONMENTAL SERVICES • Asbestos • Indoor Air Quality • Lead • Radon • Mold • Turnkey Abatement Services OUTDOOR ENVIRONMENTAL SERVICES • Environmental Site Assessments • Contamination Assessments • Remediation Design • Turnkey Remediation and Construction • Operations and Maintenance A Successful Track Record GLE's vast experience, combined with our ability to provide successful project management and administration, means each one of your projects will receive quick response, accurate and thorough analysis, consistent communication, superior client service, and practical cost effective solutions. This proven approach has led to GLE's 29 -year track record for delivering successful projects, resulting in an impressively high rate of renewals with existing and new clients. PROJECT APPROACH GLE has extensive experience developing project scopes and preparing detailed phasing plans. We take pride in working with each client's administrative staff to complete construction activities on time and on budget. Unlike traditional A/E firms, GLE can claim regulatory expertise that includes both building and environmental code compliance. Many firms responding to this request are capable of completing the routine tasks associated with each project; however, few possess the certified, experienced staff to address all of the issues that need to be considered in each project. GLE's management approach is designed to provide the City with the following key benefits: • Single Point of Contact —Alberto Portela, Jr., AIA, ACLS, NCARB, LEED AP • Microsoft Project Management Software • Deltek Vision Project Tracking • Experience in overseeing multi -discipline projects Tasks are thoroughly thought out and carefully assigned to our personnel based on need and workload. GLE aggressively manages the schedule of projects for completion on or ahead of schedule. The following describes our project work plan and schedule of activities for processing tasks requiring architectural services. Site Investigation • GLE's staff of professionals will conduct a site investigation of as -built conditions for scope development • GLE will work closely with the owner and suggest necessary repairs that are within the owner's budget • GLE's staff draws on decades of experience Design Development • Participation in an initial design team meeting to clarify scope and begin design • Site visits as necessary to assess existing as -built conditions for design development • Work closely with Owner and User to ensure design is achieving desired objectives • Preliminary cost estimate • Valued engineered solutions Construction Documents • 50% CD Production (or incremental as required by Owner) • Owner Review • User Review • Design review meeting — the design team assembles to discuss design review comments PROJECT APPROACH Construction Administration (Bidding and Construction) ° Pre-bid meeting followed by bidding � AnevverF7F\'s = Evaluating bids and bidder recommendation — proposals are checked for inclusion of all scoped items. " References are checked asrequired ° NTP " Pre -construction meeting followed byconstruction � Construction review and inapections—periodio inspections performed to ensure the project is oonstru[ted per the plans. ° Substantial completion and inspection performed and a punch -list is developed = Final completion and inspection — at the completion of the punch list, a final inspection is performed Schedule Control Realizing that project de|ayaefhacteonhf8ci|itiaaoperadionandoreateoddhiono|ouat.GLE'nopprnaohiabeoedon defining project oohadu|ingpenarneterainvarydoorandoonoisetemno.Thioinu|udeenneeUngvvithaUatohoho|deno at the beginning of the project to develop a rnoehar schedule for completing all of the condition assessments. This master schedule will be available tothe city via a secured share file site and updated regularly to refect completed activities. When buildings nannoin occupied during site assessment aotiviUao, project schedules are only nneL by explaining the process and developing detailed site specific sub -schedules in conjunction with the Owner and User prior tomobilization. Specific issues that will be considered in developing project schedules will include, but may not be limited to: ° Building accessibility with minimal occupant disruption (may require after hours site assessments) ° Review periods ofrecord drawings ^ Review periods ufD& Mdooumentation • Meetinge/000rdination with regulatory officials , Availability of on-site building maintenance personnel " Execution time for pre -site visit questionnaires Response Time While GLE'a hours of operation are Monday through Friday from 8:00 a.m. to 5:00 p.nn., we provide 24-hour, / seven days -per -week emergency response to meet all of your needs. In addition, all of GLE's key team members are equipped with mobile phones and all key team members have remote computer access. In the event of a catastrophe, GLE maintains a self-contained emergency response RV which can be immediately mobilized toany site inthe County. The RVhas satellite phone and data toallow uatoprovide restoration and Going Green GLE is aware of the need to create designs that conserve energy. `Going Green` is a growing matter of importance in the A/E industry. According to the U.S. Environmental Protection Agency, green buildings not only help the environment, but also improve the health of building occupants and save building owners money. When GLE recently relocated our corporate headquarters, our in-house architects designed our build -out using sustainable elements, such as allowing for maximum natural light, as well as an exposed conference room and glazing, which has conserved lighting and reduced energy costs. We also used materials with recycled content and re -used existing built-in furniture and casework into the new office. We also have begun an in-house recycling program, which all employees take part in to reduce our environmental footprint and are moving towards electronic (paperless) shop A/E drawings and company submittals. Other business practices adopted include purchasing environmentally friendly promotional items to give away to clients at trade shows. Not only does GLE promote sustainability within the office, but we strive to promote practices beyond our office through A/E design. GLE works with many of our clients to find ways to conserve energy and utilize green and LEED aspects in design without having to pay the LEED price, such as using different materials that are cost-effective while energy efficient. GLE is a sustainable consultant and we are building green by: • Using Green Technologies • Specifying Energy Star Rated Equipment • Using Practical Building Materials & Devices • Reducing Energy Demand • Reducing Water Consumption • Lowering Operation Costs • Improving Resident Quality of Life • Reducing the Overall Impact on the Environment GLE also has four LEED AP's to dedicate to your projects! Our LEED APs have incorporated concepts such as lightning, appliances, heat pipes and Thermal energy storage into projects saving our clients thousands in energy costs. QA/QC Control Quality Assurance/Quality Control (QA/QC) is fundamental to the success of every project. GLE's QA/QC Director, Craig Gardei, AIA, LEED AP, along with senior construction specialists, review all designs to look for constructibility, operability, maintainability, and sustainability before submission. Each discipline of a project is assigned appropriate senior technical professionals. These individuals are responsible for reviewing all drawings, specifications and calculations for constructibility, accuracy and completeness. Once the design has been reviewed by all sets of eyes, a list is created to determine what needs to be corrected. Because each project is different, GLE does not have a standard checklist to use during QA/QC. GLE then divides the list tasks to the appropriate departments. Once deficiencies have been corrected, the QA/QC review begins again. REQUIRED FORMS • Insurance Certificates • Conflict of Interest • Non-Collusion/Lobbying Certification • Drug -Free Workplace Certification • Acceptance of RFQ Terms and Conditions • Addenda Acknowlegdment • Corporate Standing and Authorized Signatories (See GLE corporate charter in Section A) • Local Business Tax Receipt (See in Section A) • Proof of Licenses/Certifications (See in Section A) • W-9 Form • SF 330 Part II • Disputes Disclosure Form • Public Entity Crimes • Certificate of Non -Segregated Facilities • Compliance with Public Records Law • Respondent Business Information Affidavit City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2"d FIoor, Sanford Florida 32771 SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE OEFAHIMFNI CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Requirements 38 Contract Exceeds Contract does not Exceed Contract does not Exce 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 ofworkers $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 Aggregate 38 a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure ➢ Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on M liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 City of Sanford I Finance Department I Purchasing Division " CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 o/ S ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 l , FINANCE. DEPARTMENT CONSULTANTS COMPETITIVE ' NEGOTIATION ACT (CCNA)� ' Term Contract 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 39 CITY OF cS'Ai4FORD FI"A"CF DEPARTMENT City of Sanford I Finance Department I Purchasing Division 3� an00 N. Park Avenue Suite 243 2nd Floor Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 /% P ' CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) 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. /" MR'� ai Robert B. Greene Typed Name of AFFIANT President Title STATE OF HILLSBOROUGH COUNTY OF FLORIDA The foregoing instrument was executed before me this 30 day of July 2018 , by Robert B. Greene as -President of GLE Associates Inc. who ers�onallyswore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known tme OR has produced as identification. A Notary Public State of Florida(,r -' Amber Ward Ls NOTARY PUBLIC State of Florida qv My Commission FF 160831 (stamp) o f t,p+ Expires 00113/2018 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 IFB RESPONSE "O'Failure to submit this form may be grounds for disqualification of your submittal Il,' 40 Attachment "C" Conflict of Interest Statement A. I am the President of GLE Associates, Inc. with a local office in [Insert Title] [Insert Company Name] Winter Park and principal office in Tampa 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/Departm ent/Offi ce. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signat s) below, I/we, th ndersigned, as authorized signatory to commit the firm, certify that the information as provided in At#ach nt " o i I erest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Robert B. Greene Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 3a day of July , 20_18, by Robert B. Greene as_ President of GLE Associates Inc. , who ersonall re or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known OK has produced as identification. Notary PuWie State of Florida AmberWard Llem, LA, )4—,Oj My Commission FF 1soa31 ora Expires 0811312018 NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal 10 41 City of Sanford I Finance Department I Purchasing Division Crrr OF 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771f SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCE DEPARTMENT NEGOTIATION ACT (CCNA) 1 'f Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the President of GLE Associates, Inc. with a local office in [Insert Title] [Insert Company Name] Winter Park and principal office in Tampa 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/Departm ent/Offi ce. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signat s) below, I/we, th ndersigned, as authorized signatory to commit the firm, certify that the information as provided in At#ach nt " o i I erest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Robert B. Greene Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 3a day of July , 20_18, by Robert B. Greene as_ President of GLE Associates Inc. , who ersonall re or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known OK has produced as identification. Notary PuWie State of Florida AmberWard Llem, LA, )4—,Oj My Commission FF 1soa31 ora Expires 0811312018 NOTARY PUBLIC, State of Florida (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal 10 41 CITY of S►ANFORD City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue Suite 243 2"11 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-68&-5021 CONSULTANTS COMPETITIVE FINANCE DEPARTMENT � NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting Services- CCNA. B. This sworn statement is submitted by GLE Associates, Inc. whose business address is [Name of entity submitting sworn statement] 1155 S. Semoran Boulevard Suite 3-1111 Winter Park FL 32792 and (if applicable) it's Federal Employer Identification Number (FEIN) is 59-2975164 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Robert B. Greene and my relationship to the above is President [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: 1. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a member of City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signature(s) below, Uwe, t undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attach=" -C s' /Lobbying Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Robert B. Greene Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUCaH The foregoing instrument was executed before me this 30 day of MY 241$, by Robert B. Greene as President of G - Associates, Inc. , who ers�swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally Known to me 0K has roduceed identification. rt� Notary Public State of Florida Amber Ward ugca My Commission 1.150831 NOTARY PUBLIC, State of (stamp) arf+ Expires08l13f2018 SUBMIT WITH YOUR RFQ RESPONSE ®"Failure to submit this form may be grounds for disqualification of your submittal'W 42 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "E" Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. !09EE signed, as authorized signatory to commit the firm, certify that the information as provided in Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Robert B. Greene Typed Name of AFFIANT President Title STATEOF FLORIDA The foregoing instrument was executed before me this 30 day of MY 2018, by Robert B. Greene as_ President of GLE Associates, Inc. who ers�onally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally no mph r u e1004. entification. p� 6 Notary Amar ber Warublicd ublic tate of Florida �P.r n I ( /� � My Commission FF 150831 NO ARY PUBLIC, State of _Florida (stamp) Torr°` Expires081IW2018 PL D BMIT WITH YOUR RFQ RESPONSE — (if applicable) 43 City of Sanford I Finance Department I Purchasing Division CITY or 304 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 �Phone: 407-688-5028, or 5030 Fax: 407-688-5021 SAl`+IFORD FINANCE OfVARTIAEN1 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Ili. 1 6 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Price Proposal and Acceptance of Proposal Terms and Conditions I/we, 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 undersigned, having familiarized him/herself with the terms of the RFQ documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Price Proposal and Acceptance of Proposal Terms and Conditions. The signature(s) below 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: GLE Associates, Inc. Mailing Address: 1155 S. Semoran Boulevard, Suite 3-1111, Winter Park, FL 32792 Telephone Nu ber: 407-658-4151 Fax Number: 407-658-4410 Robert B. Greene Authorized Signatory Printed Name President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH -1.130/18 Efate E-mail Address: bgreene@gleassociates.com FEIN: 59-2975164 The foregoing instrument was executed before me this 30 day of My 201$, by Robert B. Greene as President of GLE Associates. Inc. who ers�wore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is ersonally now�n to _me UK has roduced identification. + Notary Punic State of Florida Amber Ward L��L ( k ) +a my commission FF 180831 NOTARY PUBLIC, State of Florida (stamp) ' o, titin" Expires 08/1312018 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 12'°'Failure to submit this form may be grounds for disqualification of your submittal's 44 I TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions I/we, 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 "F" 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: GLE Associates Inc. Mailing Address: 1155 S. Semoran Boulevard, Suite 3-1111, Winter Park, FL 32792 Telber: 407-658-4151 Fax Number: ephon 407-658-4410 Robert B. Greene Authorized Signatory President Title 0-00=1 ,7S• : 9 , AMORE ;ITR c•;•Tt Printed Name �t /Bolls ate E-mail Address: bgreene@gleassociates. FEIN: 59-2975164 The foregoing instrument was executed before me this 30 day of JUIY , 2018, by _._Robert B. Greene as—President of__GLE Associates. Inc. who ersonally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally EggffrLtammee R has produced as identification. tExP!493001I3r2018 Notary Public State of Florida LA,�,- Amber Ward My Commission FF 150831 NOTARY PUBLIC, State of Florida (stamp PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 4'Failure to submit this form may be grounds for disqualification of your submittal" O Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Ci of Sanford Finance Department Purchasing City I p I g, Division l % 1 `�y���'`'�' !%'N r� f CITY OF 300 N. Park Avenue Suite 243 2"a Floor, Sanford Florida 32771 SANFORD Phone: 4407-688-5028, or 5030 1 Fax: 407-688-550221 Dated: CONSULTANTS COMPETITIVE NEGOTIATION ACT FINANCE DEPARTMENT Addendum No. (CCNA) Dated: 7/20/18 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. 1 Dated: 6/5/18 Addendum No. 2 Dated: 6/11/18 Addendum No. 3 Dated: 7/20/18 Addendum No. 4 Dated: 7/26/18 Addendum No. Dated: By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: GLE Associates Inc. Mailing Address: 1155 S. Semoran Boulevard, Suite 3-1111, Winter Park, FL 32792 Telephone N her: 407-658-4151 Fax Number: 407-658-4410 E-mail Address: bgreene@gleassociates Robert B. Greene FEIN: 59-2975164 Authorized Signatory Printed Name President '1/300 /► Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE `'®Failure to submit this form may be grounds for disqualification of your submittal"I' 45 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. TYPE OF ORGANIZATION Please place a check mark (✓) next to applicabletype) V Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business Headquarters (Enter Address) 5405 Cypress Center Drive, Suite 110 Tampa, FL 33609 Federal I.D. or Social Security Number 59-2975164 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: GLE Associates Inc. Mailing Address: 1155 S. Semoran Boulevard, Suite 3-1111, Winter Park, FL 32792 Telepho er: 407-658- 51 Fax Number: 407-658-4410 Robert B. Greene A thorizid Signatory Printed Name President Title -1/30/18 Date E-mail Address: bgreene@gleassociates.com FEIN: 59-2975164 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal"10 46 wvr��rrarM o �Nll• l•I""M FINANCE DEPARTMENT City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407.688-5028 or 5030 1 Fax: 407-688-5021 Email: RF+Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNj Attachment "K" Proposed Schedule of Subcontractor Participation ADDENDUM #3 ® No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value W Woman H His anic SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minor' Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H His anic 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, I/we, 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: GLE Associates, Inc. Mailing Address: 1155 S. Semoran Boulevard, Suite 3-1111, Winter Park, FL 32792 Telepho uber: 407-658 51 Fax Number: 407-658-4410 E-mail Address: bgreene@gleassociates.com Robert B. Greene FEIN; 59-2975164 Authorized Si natory Printed Name President -79/30118 Title ate PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittals 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 GLE Associates, Inc. whose business address is [Name of entity submitting swom statement] 1155 S Semoran Boulevard, Suite 3-1111, Winter Park, EL 32792 and (if applicable) it's Federal Employer Identification Number (FEIN) is 59-2975164 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Robert B. Greene and my relationship to the above is President [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(I)(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: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Rev 03/2018 TITLE: PROFESSIONAL CONSULTING SERVICES %/ 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 E ' Crimes Stateme Section 00453-3, is truthful and correct at the time of submission. AFFIANT SIGNATURE Robert B. Greene Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 30 day of My , 20j_a, by _Robert B. Greene as President of GLE Associates. Inc. who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is airy Known to me OR has produced as identification. ya^ ° Notary Public State of Florida Amber Ward NO ARO PUBLIC, State of Florida M Coirrrrissian FF 150831 (stamp) Qor Expires 0 011 312 01 9 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal'W 2 Rev 03/2018 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 ContractorNendor which are exempt from public disclosure, the ContractorNendor 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. If. 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 GLE Associates, Inc. ature of Authbrized Representative (Affiant) Date Robert B. Greene, President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF HILLSBOROUGH STATE OF FLORIDA J I , 2018 On this 90 day of, 2, before me, the undersigned Notary Public of the State of Florida, personally appeared Robert B. Greene, President of GLE Associates, Inc. — whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 3 1 -Z 0 1 C! Notary P Public State ofFloddsber =� My Commission FF 150831 oVprlP Expires 08/1310 8/1 312 01 8 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '2*Fallure to submit this form may be grounds for disqualification of your submittal'' A FINANCE DEPARTMENT SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidders control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. GLE Associates. Inc. Signature of Authorized Robert B. Greene, President Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17/18-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM 00450-1 -I CERTIFICATION OF NON -SEGREGATED FACILITIES FORM CITY • PIN* FINANCE DEPARTMENT SECTION 00462 DISPUTES DISCLOSURE FORM 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. 1 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 (YIN) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No (Y/N) 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. GLE Associates, Inc. Firm Signature of Authorized Representative Robert B. Greene, President Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17118-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:0013M 00452-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236 Sanford Florida 32771 S CITY Phone: 407-688-5028 or 5030 Fax: 407-688-5021 ,. FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) 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, Vcorporation, trade or fictitious name under which you do business and the address of the principal place of business: GLE Associates, Inc. 5405 Cypress Center Drive, Suite 110 Tampa, FL 33609 The correct name of the Company is: GLE Associates, Inc. a. FEI/EIN Number 59-2975164 b. Trade Mark Name GLE Associates, Inc. 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation September 12, 1989 b. State of Incorporation Florida c. Chief Executive Officer — Name and Title Robert B. Greene President d. vice President game R. Quinn Turner, Vice President e. Secretary's Name Robert B. Greene f. Treasurers Name_ Robert B. Green g. Name and address of Florida Resident Agent Robert B. Greene 5405 Cypress Center Drive, Suite 110, Tampa, FL 33609 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? 26 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. $. Complete Attachment `°J" Reference form and submit with the Proposal as reference. I 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 TI -I D OR PROPOSAL, A IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. AFFIANT S GNATURE Robert B. Greene Typed Name of AFFIANT President Title STATE OF FLORIDA COUNTY OF HILLSBOROUGH The foregoing instrument was executed before me this 30 day of July 2018, by Robert B. Greene as President of GLE Associates Inc. who personaliv swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. FIV=AmberWard ts of Florida (stamp)F 150831 18 0 L ILA.A. Lk ) c.,.J N ARY PUBLIC, State of Florida PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 107ailure to submit this form may be grounds for disqualification of your submittal" 0 Form W-9 — 9 (PAY. Aaoust 2013) of the Treasury Inge i Rcvanua sonrica Name (as Shown on your incorr GLE Associates, Inc. N flusksess narr+s/dbmgaroad ani Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. a Check appropriate box for federal tax ciassykallon: , ,( 11IndMdueVsob Exemptionsa{sac hnsinrctla): ' An individual who is a U.S. ctlrzon or US. resident again. proprietor ❑ C Corporation LVj S Corporation CI partnership ❑ TrusUostale • A pornershfp, corporation, company, or association created orogantted In the o CL a United States or under Ilio latus of the United Status. Exempt payee code (if any) cluo ❑ Unified flabfyeampany. Enter the tax dassgkation (CXcarporatiors S=S corporation, P=partnerzh(p)P exemption from MICAreponing Uso Farm W-9 o ly If you are a U.S. person (Including a raddent aNan), to Spacial rules for pannorGNps. partnerships that conduct a hada or business In code Of any) a ` U ❑ otharlseakadnxgons)r 1446 an any foreign partnms' share of of fectivety connected taxable income Goa u Address (umber. streaL and opl. oreulto aa.) Requmsicv a name and address{optioruQ c 5405 C press Center Drive, Suite 110 V.S. person that is o pannar In a pannetship conducting a trade or business In gta Z United States, provide Form W-9 to the partnership to establish your U.S, slates and avoid section 1446 withholding an your share of partnership income. C'dy, stota. and ZIP cote W Tampa, FL 33609 Cat. No, i023IX Form W-9(llev. 8.2013) List occo nt namber(s) two (optional) Taxpayer Identification dumber Einer your TIN In the appropriate box. The TIN provided must match Che name given on the "Mame" line Social seeadty manlier to avoid Mockup For for a duat%arde this is see security curries le pr prialo. isre hePsocial resident alien, sale prop,jelar, or disregarded orsGty, sea the Part i insuvctiorts an page 3. Far other PZ9 3.or,0 � � erltRies, It is your employer Identification number (eff4. tf you do not have a muter, see How to get a . TIN on page 3. Note, if the account Is In more than one name, see the chart on page 4 for guidelines an whose E ycr Weruiffco0on number (—ii—t number to enter. Underponalties of perjury, ( certify thai: 1. The number shown on itis form Is my correct taxpayer identification number (or I am walling for a number to be issued to me), and 2. t am not sweet to backup withholding because: (a) f am exempt from backup withholding, or (b) I stave not been notified by the Internal Revenue Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividesids, or (e) 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 (dented below), and 4. The FATCA cadets) entered on this form (f 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 ilia IRS that you are currently subject to backup vrithholrkag because you have faked 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 ORA), grid gencrat(y, payments other than interest and dividends, you are ked to sign the certitk ation, but you must provide your correct TIN. See the instructions on page 3. Zz Sign Signature of , Here U.S.person>` oata.5/29/18 General Instructions vAthhofding fax on foreign partners' sham or effectivaty connected Imarrta, and 4. Certify that FATCA cadets) entered on this (orrn (Ir any) Indkating that you we Section references art to the Interna! Revenue Code unless otherwise noted. axampt from Ilio FATCA ropo li ng, Is correct. Future developments. The IRS has created a page on iRS gov for Information Note. it you are a U.S. person and a requester gives you a tans alherlhan Farm about Form W-9, at nvnnxk=9ovAv9. lafommakon about any future developments W-9 to request your TIN. you must use the requester's form If it is substantially affecting Form W9 (such as tcgisbilotionacted alter we release k) will be posted similar to this Fora W-9. on trim page. Definition of a U.S. person. For federal lax purposes, you are considered a U.S. Purpose of Form person It you aro: A parson who is required to Me an Information taken with the IRS must obtain yaw ' An individual who is a U.S. ctlrzon or US. resident again. correct taxpayer kfrnfilicalfon number MM to report. for exam*. income pts to • A pornershfp, corporation, company, or association created orogantted In the YM payments made to you in settlement of payment card read third party network United States or under Ilio latus of the United Status. transactions, real estate ttansactiona. mongaga fnlemst you paid, acgiisiibn or . An estate {other than a foreign estate), or abandonment of secs rad fuapatty, cancodathm of debt, or contdbudons you made to an IM • A domestic trust {as dafinod In Ragulattors section 391.7701-7j, Uso Farm W-9 o ly If you are a U.S. person (Including a raddent aNan), to Spacial rules for pannorGNps. partnerships that conduct a hada or business In provide yaw correct TiN to the person requesting it {the requestei) and, wlten Oto United Stales are generally requited to pay a willthoiding tax trader section applicable. to: 1446 an any foreign partnms' share of of fectivety connected taxable income Goa 1. Cori Ilial One TIN sty you aro giving is torrect (or you are waiting for a number such business. Further, In certain costs where a Form W9 has not batik mcaivrd. 9u rules under section 1446 require a partnership to presume Ilial a partner is 4 to be Issued), foreign person, and pay the section 1446 withholding tax, Therefore. Iryou are a 2. Certify that you are not subject to backup withholding, or V.S. person that is o pannar In a pannetship conducting a trade or business In gta 3. Claim extaykfon from Crackup withhotdteg U you are a U.S. exempt payea. If United States, provide Form W-9 to the partnership to establish your U.S, slates and avoid section 1446 withholding an your share of partnership income. applicable, you are also certifying pat as a U.S, person, your allocable share of any pannernhip income from a U S. trade or business is not subject to the Cat. No, i023IX Form W-9(llev. 8.2013) 2a. FIRM (OR BRANCH OFFICE) NAME GSE Associates, Inc. 3. YEAR ESTABLISHED 1989 4, DUNS NUMBER 78-3058480 2b. srREEr 2228 NW 40th Terrace, Suite C S. OWNERSHIP a. TYPE Corporation 2tCITY Gainesville 2d.STATE FL 2e. ZIP CODE 32605 b. SMALL BUSINESS STATUS No 6a, POINT OF CONTACr NAME AND TITLE Paul Zak, CIH 7. NAME OF FIRM (IJb1ack la Is a branch office) GLE Associates, Inc. 6b. TELEPHONE NUMBER 352-335-6648 6c. E-MAIL ADDRESS pzak@gleassociates.com 8a. FORMER FIRM NAME(S) (1 an 8b. YR. ESTABLISHED 8c, DUNS NUMBER N/A N/A N/A 9. EMPLOYEES BY DISCIPLINE a. Function 101 Airports; Terminals and Hangars; Freight Code b. Discipline 02 Administrative 06 Architects 08 CADD Technician 12 Civil Engineers 15 Construction Inspectors 21 Electrical Engineer - 23 Environmental Engineer 24 Environmental Scientist 30 Professional Geologist 36 Industrial Hygienists 42 Mechanical Engineers 58 Technician/Analyst 58 Technician/Analyst (Laboratory) 1 101 Airports; Terminals and Hangars; Freight 10. PROFILE OF FIRM'S EXPERIENCE AND Handling 105 Computer Facilities; Computer Service ANNUALAVERAGE REVENUE FOR LASTS YEARS J01 Geographic Information System Services: c. No. of Employees a. Profile c. Revenue Index Code b. Experience Number (see (1) FIRM BRANCH P06 Office Buildings; Industrial Parks below) 25 A06 Surveying; Platting; Mapping; Flood Plain 2 Total 8 1 6 1 T02 Storm Water Handling & Facilities Studies PROFESSIONAL SERVICES REVENUE INDEX NUMBER 2 B01 Hospital & Medical Facilities 3 5 C10 Field Houses; Gyms; Stadiums 5 12. AUTHORIZED REPRESENTATIVE C14 Housing (Residential, Multi -Family; 1 Apartments: Condominiums 8 E02 Hotels; Motels 5 1 E09 Judicial and Courtroom Facilities 5 1 E13 Postal Facilities 4 6 G01 Recreation Facilities (Parks, Marinas, Etc.) 1 5 H06 Highways; Streets; Airfield Paving; Parking 1 Lots 3 1 H09 Traffic & Transportation Engineering 3 H10 Educational Facilities; Classrooms 2 58 Technician/Analyst (Laboratory) 1 101 Airports; Terminals and Hangars; Freight Handling 105 Computer Facilities; Computer Service J01 Geographic Information System Services: Development, Analysis, and Data Collection L01 Environmental Impact Studies, Assessments or Statements 001 Industrial Buildings; Manufacturing Plants P06 Office Buildings; Industrial Parks P08 Petroleum and Fuel (Storage and Distribution) R04 Planning (Site, Installation, and Project) R06 Storm Water Handling & Facilities Total 8 1 6 1 T02 Storm Water Handling & Facilities 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than $100,000 6. $2 million to less than $5 million (Insert revenue index numbershown at right) 2. $100,000 to less than $250,000 7. $5 million to less than $10 million 3. $250,000 to less than $500,000 S. $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 a. Federal Work 2 b. Non -Federal Work 7 C. Total Work 7 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 1 1 1 1 July 30 2018 Robert B. Greene, PE,PG, CIH, LEED AP, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (112004) PAGE 6 2a. FIRM (OR BRANCH OFFICE) NAME GLE Associates, Inc. 3. YEAR ESTABLISHED 1989 4, DUNS NUMBER 78-3058480 2b. STREET 1155 S. Semoran Boulevard, Suite 3-1111 5. OWNERSHIP a. TYPE Corporation 2c.CITY Winter Park 2d.STATE FL 2e. ZIP CODE 32792 b. SMALL BUSINESS STATUS No 6a. POINT OF CONTACT NAME AND TITLE Joel Howard, CIE, Orlando Operations Manager 7. NAME OF FIRM (if block 2a is a branch office) GLE Associates, Inc. 6b. TELEPHONE NUMBER 407-658-4151 6c.E-MAILADDRESS 1 jhoward@gleassociates.com 8a. FORMER FIRM NAME(S) (1 on) 8b. YR. ESTABLISHED 8c. DUNS NUMBER N/A N/A N/A 4 -z DATE July 30, 2018 , eQ — Robert B. Greene, PE,PG, CIH, LEED AP, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (112004) PAGE 6 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. Function Code c. No. of Employees a. Profile c. Revenue Index b. Discipline Code b. Experience Number (see (1) FIRM BRANCH below) 02 Administrative 24 2 A06 Surveying; Platting; Mapping; Flood Plain 2 Studies 06 Architects 2 B01 Hospital & Medical Facilities 3 08 CADD Technician 5 C10 Field Houses; Gyms; Stadiums 5 12 Civil Engineers C14 Housing (Residential, Multi -Family; 1 Apartments; Condominiums 15 Construction Inspectors 9 1 E02 Hotels; Motels 5 21 Electrical Engineer 1 E09 Judicial and Courtroom Facilities 5 23 Environmental Engineer 1 E13 Postal Facilities 4 24 Environmental Scientist 6 G01 Recreation Facilities (Parks, Marinas, Etc.) 1 30 Professional Geologist 5 H06 Highways; Streets; Airfield Paving; Parking 1 Lots 36 Industrial Hygienists 3 H09 Traffic & Transportation Engineering 3 42 Mechanical Engineers H10 Educational Facilities; Classrooms 2 58 Technician/Analyst 24 3 H11 Water Resources; Hydrology; Ground Water 5 58 Technician/Analyst (Laboratory) 1 101 Airports; Terminals and Hangars; Freight 3 Handling 105 Computer Facilities; Computer Service 1 J01 Geographic Information System Services: 1 Development, Analysis, and Data Collection L01 Environmental Impact Studies, Assessments 1 or Statements 001 Industrial Buildings; Manufacturing Plants 2 P06 Office Buildings; Industrial Parks 1 P08 Petroleum and Fuel (Storage and Distribution) 1 R04 Planning (Site, Installation, and Project) 1 R06 Storm Water Handling & Facilities 1 Total 81 6 1 T02 Storm Water Handling & Facilities 1 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS PROFESSIONAL SERVICES REVENUE INDEX NUMBER (Insert revenue index number shown otright) 1. Less than $100,000 6. $2 million to less than $5 million 2, 3. 4. S. $100,000 to less than $250,000 7. $5 million to less than $10 million $250,000 to less than $500,000 8. $10 million to less than $25 million $500,000 to less than $1 million 9. $25 million to less than $50 million $1 million to less than $2 million 10. $50 million or greater a. Federal Work 2 b. Non -Federal Work 7 c. Total Work 7 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 4 -z DATE July 30, 2018 , eQ — Robert B. Greene, PE,PG, CIH, LEED AP, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (112004) PAGE 6 2a. FIRM (OR BRANCH OFFICE) NAME GLE Associates, Inc. 3. YEAR ESTABUSHED 1989 4. DUNS NUMBER 78-3058480 2b. STREET 5405 Cypress Center Drive, Suite 110 5. OWNERSHIP a. TYPE Corporation 2c.CITY Tampa 2d.STATE FL 2e. LP CODE 33609 b. SMALL BUSINESS STATUS No 6a. POINT OF CONTACT NAME AND TITLE Alberto Portela, Jr., AIA, NCARB, LEED AP 7. NAME OF FIRM (1b/ock2uisa branch office) GLE Associates, Inc. 6b. TELEPHONE NUMBER 813-241-8350 6c, E-MAIL ADDRESS aportela@8leassociates.com Ba. FORMER FIRM NAME(S) Ion Bb. YR. ESTABLISHED Bc. DUNS NUMBER 77 N/A I N/A N/A 9. EMPLOYEES BY DISCIPLINE a. Function Code b. Discipline 02 Administrative - 06 Architects 08 CADD Technician 15 Construction Inspectors 21 Electrical Engineer 23 Environmental Engineer 24 Environmental Scientist 30 Professional Geologist 36 Industrial Hygienists 58 Technician/Analyst 58 Technician/Analyst (Laboratory) Total 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insertrevenue index number shown at right) a. Federal Work 12 b. Non -Federal Work 17 c. Total Work 17 P06 Office Buildings; Industrial Parks P08 Petroleum and Fuel (Storage and Distribution) R04 Planning (Site, Installation, and Project) R06 Storm Water Handling & Facilities 39 T02 Storm Water Handling & Facilities PROFESSIONAL SERVICES REVENUE INDEX NUMBER 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 3. $250,000 to less than $500,000 S. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million S. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. -- a. SIGNATURE b. DATE July 30, 2018 Robert B. Greene, PE,PG, CIH, LEED AP, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004) PAGE 6 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST YEARS C. No. of Employees a Profile c. Revenue Index Code b. Experience Number (see (1) FIRM BRANCH below) 25 16 A06 Surveying; Platting; Mapping; Flood Plain 2 Studies 2 1 801 Hospital & Medical Facilities 3 5 5 C10 Field Houses; Gyms; Stadiums 5 8 6 C14 Housing (Residential, Multi -Family; 1 Apartments; Condominiums 1 1 E02 Hotels; Motels 5 1 0 E09 Judicial and Courtroom Facilities 5 6 2 E13 Postal Facilities 4 5 2 G01 Recreation Facilities (Parks, Marinas, Etc.) 1 3 2 H06 Highways; Streets; Airfield Paving; Parking 1 I nt.' 24 3 H09 Traffic & Transportation Engineering 3 1 1 H10 Educational Facilities; Classrooms 2 H11 Water Resources; Hydrology; Ground Water 5 101 Airports; Terminals and Hangars; Freight 3 Handling 105 Computer Facilities; Computer Service 1 J01 Geographic Information System Services: 1 Development, Analysis, and Data Collection L01 Environmental Impact Studies, Assessments 1 or Statements 001 Industrial Buildings; Manufacturing Plants 2 P06 Office Buildings; Industrial Parks P08 Petroleum and Fuel (Storage and Distribution) R04 Planning (Site, Installation, and Project) R06 Storm Water Handling & Facilities 39 T02 Storm Water Handling & Facilities PROFESSIONAL SERVICES REVENUE INDEX NUMBER 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 3. $250,000 to less than $500,000 S. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million S. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. -- a. SIGNATURE b. DATE July 30, 2018 Robert B. Greene, PE,PG, CIH, LEED AP, President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (1/2004) PAGE 6 �► A DATE: June 5 2018 TO: All Bidders/Proposers City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-08-50211 Email: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: IFB 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #1 ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS fO&A3 The City has received the following question(s) concerning the solicitation: Q1. Would you be hiring architect as a prime consultant to manage all disciplines or is the City going to hire each discipline separately? A1. The City reserves the right to hire approved CCNA vendors for different task associated with the same project. Q2. Is there a pre -proposal meeting associated with the above referenced RFQ? A2. No. Q3. Section 1.04 Minimum Requirements States that the City is seeking to establish and or update Master Contracts for the acquisition of Professional Consulting Services. If a consultant currently has an existing continuing contract with the City of Sanford will that consultant be required to submit a proposal to have the Master Contract updated? A3. No. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors. Q5. For the RFQ 17/I8-33 Professional Consulting Services, should proposers' responses follow the order as outlined on page 9 (Section 2, D. Submission Deliverables, 1) or as outlined beginning on page 16 (Section 5, 5.02 through 5.07)? A5. Please follow page 16 Section S. Page 9 Section 2, D. Submission Deliverables Sub Section 1, City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES {CCN. 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 41 to IFB 17/18-33 Professional Consulting Services- (CCNA) GLE Associates, Inc. Name of Firm/Company 1155 S. Semoran Boulevard, Suite 3-1111 Street Address 407-658-4151 Telephone Number Robert B. Greene Authorized Person Printed Na e Authorized Person Signature bgreene@gleassociates.com Contact Email Winter Park, FL 32792 City, State, Zip Code 407-658-4410 Fax Number President Authorized Person Title 7/30/18 Vate of Signature DATE: June 11.2018 TO: Bidders/Proposers City of Sanford' Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) ( ADDENDUM #2 ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each discipline or may we combine into one? Al. Combine into one. Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you confirm how many pages each section is to contain/how many pages the overall proposal is to be? A2. Overall 50 pages. Q3. Are we to sign and submit Attachment F? A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the proposal. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors, also based on the committee's evaluation of proposals. Q5. Can you define soil for me? And if we qualify more than service do we have to submit a proposal for each services? A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field please include in the proposal where it's required on Section S of the proposal. Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master Contract for architectural, engineering and surveying and mapping services? A6. A list of contractors will be provided separately. DEPARTMENTFINANCE City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNi ADDENDUM #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 finding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. H. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an 11713 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Information. d. GSA Form SF -330 has been broken down in sections, please follow Section 5 for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA) GLE Associates, Inc. bgreene@gleassociates.com Name of Firm/Company Contact Email 1155 S. Semoran Boulevard, Suite 3-1111 Street Address 407-658-4151 Telephone Number Robert B. Greene Authorized -Person Printed N e Authorized Person Signature Winter Park, FL 32792 City, State, Zip Code 407-658-4410 Fax Number President Authorized Person Title 1/16©/1a Date of Signature FINANCE DEPARTMENT DATE: July 20, 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) j ADDENDUM #3 ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (4&A) The City has received the following question(s) concerning the solicitation: Q1. Request for Clarification- is the letter of interest 1 imited to 2 pages (5.02A) or 3 pages (2.01 D. La)? Al. 2 pages per section 5.02A only. Q2. Request for Clarification- Are the total number of pages limited to 50 pages (3.07) or 30 pages (5.02A)? A2. This answer was posted on Addendum #2, 50 page count is not including the attachments or the letter of interest. Q3. Request for Clarification- is the standard form 330 to be included as attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count. A3. SF 330 is part of the 50 page count read Section S for instructions. Q4. Can you please share who is on the selection committee? A4. No, the City has not selected the committee members. Q5. Are the SF330 forms included in the 50 page count limit? A5. Yes. Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel? A6. Yes. Included in Tab "A" (read addendum #1 question #5). Q7. Are the required forms- Tab D included in the 50 page count limit? A7. No. The attachments are not part of the 50 page count. City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN1 ADDENDUM #3 Q8. Could you please share who are the incumbents with current contract with the City for these services? A8. See addendum #2 a master contract list has been provided. Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the submittals, or would those services be provided under separate City contracts on a project specific basis? A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process will the proposal. Q10. Section 2.01A states that "It is noted there are a number of disciplines listed in which related services will not be needed or used by the City at a level which predicates the need for establishment of a Master Contract. Therefore, since preparing a response requires time and effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at 407.688.5028 for guidance or information regarding applicability of their firm's specialty(s) to the needs of the City. " Can the City please confirm whether a Master Contract will be needed or used for the following listed disciplines: storm -water, environmental, and solid waste? A10. Yes, please process your proposal if you are interested in providing the above services. Q 11. If applicable in consideration of the answer to the previous question, can the City provide budget information and/or capital project plans for projects expected for the Storm -water, Environmental and Solid Waste categories? A.11 Please click on the link to review the proposed budget for FY 2019 http://www.sanfordfl.gov epartments/finance/budiL;et information/201()budget Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A (3.08A) or Tab D (5.05 A and H)? A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go under Tab A- The City Attachment "B" Insurance Requirement form should be place in Tab D per Section 5.05. Q14 Request for Clarification - Is the Standard Form 330 to be included as an attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count? A 14. Yes, included in the page count. Read Section 5 for instructions. Q15. I read addendum Q3 & A3; however, I'd like to verify if our contract does or does not require us to resubmit for this RFQ? A15. If you have an existing contract with the City you do not have to resubmit. However, if the contract has an expiration date and has not been renewed recommendations are to resubmit a proposal. Qlb. If we will be proposing for more than one service and the City wishes that we combine those disciplines into one proposal, could the City outline how that proposal should be organized? r+Mtrt>„ rµ DEPARTMENTFINANCE City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES CN) ADDENDUM #3 A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 and nowhere else in the proposal? A17. Yes, however, insert in Tab "A" per Section S. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section S for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) GLE Associates, Inc. Name of Firm/Company 1155 S. Semoran Boulevard, Suite 3-1111 Street Address 407-658-4151 Telephone Number Robert B. Greene Authorized Person Printed Name Aut orize Person Signature bgreene@gleassociates.com Contact Email Winter Park, FL 32792 City, State, Zip Code 407-658-4410 Fax Number President Authorized Person Title -1 /30118 Date of gignature PRFQ-17/18-33 y of Sanford Finance Department CITY OF Purchasing Division Ski!4FORD N. Park Avenue suite 236, Sanford, Florida Ema' e: 407-688-3028 or 5030 1 Fax: 407-688-50211 Email: FINANCE DEPARTMENTur h si of r PROFESSIONAL SULTING SERVICES CCNU DATE: July 26, 2018 TO: All Bidders/Proposers FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #4 ADDENDUM #4 WIN 010. This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS t &M The City has received the following question(s) concerning the solicitation: Ql. Disputes Disclosure Form- Section 00452, Florida Statutes on Public Entity Crimes Section 00435-3, Certificate of Non -Segregated Facilities Section 00450, Compliance with the Public Record Law Section 00438, Al. Please include the additional documents in Tab "D" with the attachments. Q2. Tab `D"_ F Addendum Receipt Form acknowledges receipt of all addenda. Should we also include copies of each Addenda signed. A2. Yes, each addendum must be included and executed as acknowledging addendums, include in Tab «D„ Q3. Please provide Clarification: Per Section 5.02 D "Financial Information", an official letter from the proposer's financial institution detailing the financial status of the proposer is required. Is this letter to be obtained from the proposer's Bank? If so, what sort of information would qualify as "detailing the financial status"? A3. SF 330 is part of the 50 page count read Section S for instructions. A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order and/or no delinquent accounts etc., (see sample page three (3) below); City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES CCNA ADDENDUM #4 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) GLE Associates, Inc. bgreene@gleassociates.com Name of Firm/Company Contact Email 1155 S. Semoran Boulevard, Suite 3-1111 Street Address 407-658-4151 Telephone Number Robert B. Greene Authorized Person Printed N e Authorized Person Signature Winter Park, FL 32792 City, State, Zip Code 407-658-4410 Fax Number President Authorized Person Title 7/30/18 Date of Signature 0-: ADDITIONAL INFORMATION 1• Page intentionally left blank.