Loading...
2031 RFQ 17/18-33 Newkirk Engineering Inc.FS1:138��' Thursday, December 20, 2018 "em"mW1j, TO: City Clerk/Mayor RE: ��� vk — v� The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ . Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies EJ Special Instructions: Li,cti� 13ojaAz.ijev- From SharePoint Finance Purchasing Forms - 2018.doc Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND NEWKIRK ENGINEERING, 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 NEWKIRK ENGINEERING, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 1230 North United States Highway 1; Suite 3; Ormond Beach, Florida 32174. The CITY and the CONSULTANT may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the services as set forth in RFQ 17/18-33 which include the procurement solicitation documents, the responses thereto from the CONSULTANT (all of which are incorporated herein as if fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform services as otherwise directed by the CITY all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the CITY within the amount of compensation to be paid to the CONSULTANT. In general, services shall be provided as needed by the City to support of various projects of the CITY, essential services needed by the CITY and to enhance the facilities of the CITY. Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days prior to the annual renewal date that it desires to terminate this Agreement; provided, however, that this Agreement shall terminate after 5 years and shall not be renewed beyond that date and the parties shall be subject to any additional procurement activities of the CITY. However, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the CITY shall continue in effect subsequent to such I I P services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the _ _ _ 2IP o 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@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. 31Pagc 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 CONSULTANve executed this instrument for the purpose herein expressed. TV Attest: THE CITY OF SAFNFO 6j t1lac lun, 0- mol FCC,- Pyj= Traci Houchin CMC FORM, City Clerk 6 1� Approved as to form and Legality: William L. Colbert, Esquire City Attorney SIGNATURE BLOCK FOLLOWS: Attest: Tyler Y. Malmbar Secretary THE CONSULTANT 51 Page COPY CITY OF SANFORD NEGOTIATION ACT (CCNA) PROFESSIONAL CONSULTING SERVICES RFQ 17/18-33 NEWKIRK Civil Engineering—Transportation—CEI 1230 North US Highway 1, Suite 3 Ormond Beach, FL 32174 (386) 872-7794 www.Newkirk-Engineering.com STATEMENT OF QUALIFICATIONS a CITY OF SANFORD CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) NEWKIRK PROFESSIONAL CONSULTING SERVICES ENGINEERING INC. RFQ 17/18-33 B - Similar Projects C - Project Approach E -Additional Information City of Sanford Professional Consulting Services RFQ 17118-33 A. Letter of Transmittal B. Individuals and Qualifications C. Subcontractors D. GSA SF -330 Form - Part I E. Litigation F. Financial Information FN]O�M NE KIRK ENGINEERING, INC. CIVIL ENGINEERING - TRANSPORTATION - CEI - LANDSCAPE ARCHITECTURE July 31, 2018 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 243 2nd Floor Sanford Florida 32771 Attention: Marisol Ordonez — Purchasing Manager Statement of Qualifications: Consultants Competitive Negotiation Act (CCNA) Term Contract Professional Consulting Services RFQ 17/18.33 Dear Ms. Ordonez: Please find attached our Statement of Qualifications for Professional Consulting Services RFQ 17/18-33. Newkirk Engineering, Inc. (NEI) has been providing professional services for private and local agencies since we were established in 2013. We are a team of engineers that have been serving Eastern and Central Florida for over twenty years. As NEI, we have extensive resources that will enable us to respond to almost any professional need that you may have. Our services include land development, roadway, drainage, utilities, landscape architecture and construction engineering inspection. NEI is qualified to provide State and Federal engineering services. We are pre -qualified with the Florida Department of Transportation (FDOT) for 3.1 - Minor Highway Design, 7.1 - Signing, Pavement Marking and Channelization, 10.1 - Roadway Construction Engineering Inspection, and 15.0 - Landscape Architect. Finally, we have our staff who are well known to the local agencies and to FDOT. We gained valuable resources and capabilities with the addition of Tyler Malmborg, PE in 2016 and Bradley Bauknecht, PE in 2017. Both former FDOT Project Managers/Engineers bring nearly one billion dollars of management, design and construction experience to our team. We look forward to building an excellent relationship with the City of Sanford. We pledge to provide the level of service and professionalism required to support your programs. SincereI , t'2" Tyler Malmborg, PE Vice President -� CQ\'}RIOT PL4lY �� PRE -DEVELOPMENT SERVICES ➢ Due Diligence ➢ Impact Free Estimates ➢ Entitlement Research ➢ Benefit/Cost Comparisons ➢ Feasibility Studies ➢ Conceptual Design ➢ Driveway Access/Evaluation ➢ Verification of Utility Service Availability CIVIL ENGINEERING SERVICES ➢ Site Planning & Design ➢ Earthwork Analysis ➢ Roadway & Sidewalk ➢ Master Utility Planning Design ➢ Mass Grading ➢ Redevelopment ➢ Earthwork Analysis ➢ Streetscapes Master ➢ Master Utility Planning Planned Communities ➢ Utility Infrastructure Design ➢ Residential Subdivision ➢ Utility Service Connections Design ➢ Sustainable Design ➢ Lot Yield Analysis ➢ LEED Credit Evaluation ➢ Construction Phasing ➢ Easement Coordination ➢ Mass Grading ➢ Construction Cost Estimates STORMWATER MANAGEMENT ➢ Drainage Calculations ➢ Infrastructure Master Planning ➢ Hydrology/Hydraulics Modeling ➢ Watershed/Basin Studies ➢ Flood Plan Analysis ➢ Compensating Storage Analysis ➢ Water Quality Analysis ➢ Recovery Analysis ➢ Pre -Post Pollutant Loading Analysis ➢ Erosion Control Plans/SWPPP CONSTRUCTION PHASE SERVICES ➢ Construction Contract Preparation ➢ Shop Drawing Review ➢ Construction Management ➢ Construction Engineering Inspection ➢ Progress Reporting ➢ Engineering Certifications of Construction Completion NEWKI-2 OP ID: JB ACOR®& CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07/25/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Mullin & Co Insurance Services 761 West Granada Blvd. Ormond Beach, FL 32174-5107 Mark S. Mullin NAME: Mark Mullin PHONE FAX A/c No Ext :386-673-3633 A/c No): 386-677-7401 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: LLOYDS OF LONDON INSURED Newkirk Engineering, Inc INSURER B: Covington Specialty Ins Co. 13027 Harry PO Box 730597 INSURER C : FirstComp Underwriters B Ormond Beach, FL 32174 INSURER D: VBA554941-00 INSURER E: INSURER F : DAMAGE RENTED PREMISES Ea occurrence) $ 100,00 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !NSR I LTR TYPE OF INSURANCE ADDL U POLICY NUMBER MM/DDfYYYY CY EFF MMfDD� LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 B X COMMERCIAL GENERAL LIABILITY VBA554941-00 08/12/2017 08/12/2018 DAMAGE RENTED PREMISES Ea occurrence) $ 100,00 CLAIMS -MADE F7;Z;� OCCUR MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 $ _X1 POLICY PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS PROPERTY DAMAGE $ PER ACCIDENT NON -OWNED HIRED AUTOS AUTOS UMBRELLA UAB OCCUR EACH OCCURRENCE $ _ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN MWC0103819-02 11/30/2017 11/30/2018 WC STATU- OTH- 1 R TER E.L. EACH ACCIDENT $ 100,00 OFFICER/MEMBER EXCLUDED? F (Mandatory in NH) N / A E.L. DISEASE - EA EMPLOYEE $ 100,00 E.L. DISEASE - POLICY LIMIT $ 500,00 If yesunder EndescribeDRIPTION OF OPERATIONS below A Professional Liab 504586 04/10/2018 04110/2019 Ea Claim 1,000,00 All Claim 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CERTIFICATE CITYSA1 City of Sanford 300 N. Park Ave Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD NEWKI-2 OP ID: JB '4� Rtv CERTIFICATE 4F LIABILITY INSURANCE DATE 07(MM//25/22018018 Y) 07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Mullin & CO Services NAAMME: Mark Mullin PHONE xFAX No Et :3No): 386 -677-7401Insurance A 86-673-3633 AIC E-MAIL ADDRESS: 761 West Granada Blvd. Ormond Beach, FL 32174-5107 Mark S. Mullin INSURERS AFFORDING COVERAGE NAIC # INSURER A: LLOYDS OF LONDON INSURED Newkirk Engineering, Inc INSURER B: Covington Specialty Ins Co. 13027 Harry PO Box 730597 INSURER C: FirstComp Underwriters Ormond Beach, FL 32174 INSURER D INSURER E: DAMAGE TO RENTED PREMISES Ea occurrence $ 100,00 INSURER F: CLAIMS -MADE a OCCUR COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE D POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 B X COMMERCIAL GENERAL LIABILITY BA635306-00 08/12/2018 08/12/2019 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,00 CLAIMS -MADE a OCCUR MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00 $ X POLICY PEC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ PER ACCIDENT NON -OWNED HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $_ AGGREGATE $ EXCESS LU16 CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N YIN ANY PROPRIETOR/PARTNER/EXECUTIVE MWC0103819-02 11/30/2017 11/30/2018 WC STATU- OTH- TDRYM R E.L. EACH ACCIDENT $ 100,00 OFFICERIMEMBER EXCLUDED? r_J (Mandatory in NH) N / A E.L. DISEASE - EA EMPLOYEE $ 100,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 500,00 A Professional Liab 504586 04/10/2018 04/10/2019 Ea Claim 1,000,00 All Claim 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Addhionai Remarks Schedule, If more space Is required) CITYSA1 City of Sanford 300 N. Park Ave Sanford, FL 32771 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD City of Sanford Professional Consulting Services RFQ 17118.33 Professional Licenses - Newkirk Engineering, Inc. State of Florida Department of State I certify from the records of this office that NEWKIRK ENGINEERING, INC. is a corporation organized under the laws of the State of Florida, filed on February 5, 2013, effective February 1, 2011 The document number of this corporation is P13000011572. I father certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual reporthwiform business report was filed on March 30, 2018, and that its status is active. I fiuther certify that said corporation has not filed Articles of Dissohttion. t Atex ander oiy hand and At Grml Seat ofdre S&k oflkrlda at Tallakasme, let CapW this Ike TkHtterk day ofHack 2018 In Secretary of State Tsectuay N-1-: CC"4234M6 To satieaGcau d& c"tMcate obit tht r muz ■ke rbc &h aamha, sad then ro]tew t6 istnttieas ARd"ed. blips:!!ertiL�teO&tetesNCertiSceteAatieaticatiea Department of State Certificate of Good Standing License No. P13000011572 City of Ormond Beach Business Tax Receipt License No. 18-28552 Newkirk Engineering, Inc. St rida BO .EP/Wi M ,l1ND Aft" c 410X GOAM BOA= OFtA1W$CMC • PE dbe..m Ite ".-d be. WdMft Ptmhsbn�NC4c1yfpEyr AY1 ft E9�. NW 30, 36tA "w } WWAl;D bEAtN dAk, r; „fir Engineering License No. 30209 to :r*da Board' Mrs F BPE aUe tea"a . "s, U VW" U. W. AVN.. Bradley Bauknecht, PE License No. 75388 RYP{S or,JJN1YIGlY 21CfCN, EtGYeTY i'kAYCklf iLARbA , .EP/Wi M ,l1ND Aft" c 410X GOAM BOA= OFtA1W$CMC TlidtiAYE' ARUMTGvG7 dbe..m Ite ".-d be. WdMft Ptmhsbn�NC4c1yfpEyr AY1 ft E9�. NW 30, 36tA "w } WWAl;D bEAtN dAk, r; „fir mv,ha. v�s?ni OFFIAY AS KWRWRY WbY 6£O�t+]m,!%gp+i6l •'.' Landscape Architecture License No. LC26000584 City of Sanford Professional Consulting Services RFQ 17/18-33 State x da Board �� ears t.+ 4 20"'7 iI. is iiccnaed as : Pro/" rspter 471. Plod" A.& . 1 Harry Newkirk, PE License No. 62971 State Zlda Baarc� rs MAR .. BP 10, lh*nmd vi MR.Stafts r MUI-N« x� Tau h Tyler Malmborg, PE License No. 75630 —S ITGMVK A7NAiMKiZNJE14 AEtAEi/RY DiRY1ft Rff®IAIIROH BOA= OFtA1W$CMC IN0-M1t CTR dbe..m Ite ".-d be. WdMft Ptmhsbn�NC4c1yfpEyr AY1 ft E9�. NW 30, 36tA "w ROARE, flfGiARA L *.Wfi A,llEViOCYJ CAENS= `� WWAl;D bEAtN dAk, r; „fir zsk- xEcac�-. -1 A1SMAYASREt U"MOII ami lvew.mm�mo Richard Poore, RLA License No. LA0000533 Florida Department of Transportation RICK SCOTT 605 Suwannee Street GOVERNOR Tallahassee, FL 32399-0450 August 31, 2017 Harry Newkirk, President NEWKIRK ENGINEERING, INC. 1370 North US Highway 1, Suite 204 Ormond Beach, Florida 32174 Dear Mr. Newkirk: MIKE DEW SECRETARY The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection Group 15 - Landscape Architect Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30. 2018 for contracting purposes. Home/Branch Office Indirect Cost 150.75%* *Interim Rates Field Overtime Direct Expense Office Premium 1.06% (Home)* 124.91 %* Reimbursed 1.06% (Field)*^ ^Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, �Al� 3�ff Carliayn Kell Professional Services Qualification Administrator www.fdot.gov Harry Newkirk President NCWKIRK Project Manager/QC Manager ENGINEE12KJG INC. PE No. 62971 Mr. Newkirk has 27 years of civil engineering experience. He is the founder of Newkirk Engineering, Inc., which was established in 2013. Mr. Newkirk provides services for Developers, Cities, Counties, FDOT and other State agencies on a variety of projects including land development, roadway design, stormwater, utility, structural and construction administration. EDUCATION B.S. Civil Engineering, Florida State University, 1998 REGISTRATION Professional Engineering, Florida #62971, 2005 YEARS OF EXPERIENCE 27 years (5 years as owner of NEI) PROJECT EXPERIENCE FM 427635-1-58-01 SR 421 and Village Trail Turn Lane, Port Orange, FL, 11/1/2010.12/1/2012 Local Agency Project (LAP) responsible for 420 LF tum lane providing roadway plan and profile, grades, drainage, maintenance of traffic, City and FDOT permitting and contract specification book. Coordinated directly with the City of Port Orange to obtain all required State approvals to start and complete construction. Sheltair Apron Pavement Overlay, Daytona Beach, FL The purpose of this project was to extend the usable life the Daytona Beach International Airport (DBIA) refueling and aircraft service area apron pavement, while allowing for continuous operational use of the airport and refueling area. The entire 8.6 acres of apron pavement was milled and overlayed with 1.5" P-401 asphalt over existing concrete pavement. The project included phased resurfacing of the apron areas to keep refueling and airplane departure schedules operating at all times without delays, which required close coordination with Sheltair, DBIA control tower and DBIA safety staff for maintenance of traffic operations. Waterford Lakes Plaza Commercial Development (350 acres) and 8 miles of roadway, Orlando, FL Project manager for 350 -acre commercial development with 8 miles of roadway and responsible for all civil engineering design, planning, permitting and construction engineering and inspection. The development consists of over 2,000,000 square feet of mixed commercial retail and restaurant. Permitting was required with Orange County, SJRWMD, FDOT, FDEP, FEMA and ACOE. Palms Residential Development (200 acres), New Smyrna Beach, FL Engineer of Record for the design and site permitting for 1,064 residential development consisting of single family, townhome and modem duplex lot configuration with 3 miles of roadway design. Permitting was required with City of New Smyrna Beach, SJFWMD, Volusia County, FEMA, ACOE and FDEP. FM 427621.1.58.01 Clyde Morris Blvd. and Willow Run Blvd. Turn Lane, Port Orange, FL, 1011/2012.1011/2012 Local Agency Project (LAP) responsible for 250 LF tum lane providing roadway plan and profile, grades, drainage, maintenance of traffic, City and FDOT permitting and contract specification book. Coordinated directly with the City of Port Orange to obtain all required State approvals to start and complete construction. Holub Development: Granada Pointe, Ormond Beach, FL Engineer of record responsible to designing the 37.77 -acre commercial development and all site permitting. Designer for all roadway, drainage and utility improvements to include an aluminum arch culvert within Laurel Creek, just north of State Road 40, in Volusia County. The intent is to receive a "No Riser Certification" for Laurel Creek by FEMA. Also, an Endangered Species Act (ESA) was prepared to demonstrate the ESA compliance by submitting to FEMA with written justification that a "Take," has no potential to occur to threatened and endangered species present in this County from this project. Lakeside Village Commercial Development (200 acres) and 6 miles interconnect roadway, Orlando next to Disney Project manager for 200 -acre commercial development with 6 miles of roadway and responsible for all civil engineering design, planning, permitting and construction engineering and inspection. The development consists of 500,000 square feet of mixed commercial retail and restaurant and 1,000 multifamily residential units. Permitting was required with Orange County, SJRWMD, FDOT, FDEP, FEMA and ACOE. Airgas Distribution Plant, Tampa, FL Engineer of Record for the design and site permitting for the 200,000 square feet medical and industrial distribution plant with highly flammable jumbo hydrogen fill station. Permitting was required with Tampa, SWFWMD, EPA, FDEP, FEMA, ACOE and Hillsborough County. DiMucci Companies Condominiums, Daytona Beach Shores, FL Engineer of Record for the design and permitting for 6 condominium projects consisting of 336 units. Permitting was required with City of Daytona Beach Shores, FDEP CCCL, Volusia County Beaches, SJRWMD, FDEP and City of Port Orange utilities. Tyler J. Malmborg, PE Vice President Project Manager/Senior Project Engineer Mr. Malmborg has ten years of experience performing civil engineering in Florida, with a focus in transportation. He has been involved in numerous projects for the FDOT where he served in many important roles. His design experience includes civil site design, subdivision layout, roadway design and signing/pavement marking design. Mr. Malmborg knows the FDOT criteria, not only through his experience in District 5 In -House Design, but from working as a Construction Project Administrator and Construction Project Manager for District 5. His experience includes managing both traditional Design -Bid -Build and Design -Build deliveries. EDUCATION B.S. Civil Engineering University of Florida, 2008 REGISTRATION Professional Engineering, Florida #75630 YEARS OF EXPERIENCE 10 years (1 year with NEI) PROJECT EXPERIENCE St. Johns River to Sea Loop Multi -Use Trail from 101h Street to SR -44 along Myrtle Ave, FDOT District 5, Volusia County Mr. Malmborg is currently serving as EOR for a 1.25 -mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, 3-D modelling of all improvements, right-of-way needs determination and support, and local government coordination for project. Yorktowne Blvd. Central Section, Port Orange, Florida Engineer responsible for drawings for widening of 0.34 -miles of existing and new construction of a 0.27 -mile of Yorktowne Boulevard. Stormwater treatment will be provided by a dry retention and wet detention pond system with overflow into an existing wetland network, with outfall to the B-19 canal. The project includes extension of the City of Port Orange Water and Reclaimed Water supply mains. Tyler managed the staff, schedule and budget during this project. SR 3 RRR, FDOT District 5, Brevard County Engineer of Record responsible for 1 mile RRR project. Created roadway and signing and pavement marking contract plan documents, pavement design package, and required design documentation. The project included milling and resurfacing all lanes, the addition of bike lanes throughout the project limits, reconstruction of an existing signalized intersection with mast arms, restoration of disturbed community aesthetic features, and ADA upgrades to sidewalk facilities. Responsibilities included access management modification, layout of new traffic signal poles, signage, and pavement markings, and striping modifications throughout the corridor to add bike lanes. He also was heavily involved in the public hearing as required for the access management modifications. SR 200 Widening and Reconstruction, SW Marion County, Florida Mr. Malmborg served as lead designer for 7 -mile widening and reconstruction project in Marion County, FL. Responsibilities included horizontal and vertical geometric design, initial drainage design, temporary traffic control design, corridor modeling 3-D design pilot efforts, and environmental coordination. The project included multiple wildlife crossings, equestrian crossing bridges, a herptile protection wall and many miles of public land frontage. Mr. Malmborg coordinated with each public agency to ensure no access limitations were created. Mr. Malmborg also ensured all PD&E commitments were accounted for with the project design. SR 407 RRR, FDOT District 5, Brevard County Mr. Malmborg was the lead designer responsible for 7 -mile RRR project. Created roadway and signing and pavement marking contract plan documents, pavement design package, required design documentation for variations and exceptions, analysis of a passing zone study prepared by others to ensure correctness, review of existing and proposed signage for compliance with MUTCD requirements, and designing of all striping and signage plans. The project included milling and resurfacing for approximately 7 miles of roadway, cross slope correction, and detour plan preparation for freeway ramp resurfacing. Additionally, the project was delivered as a "SMART" pilot project for District 5. SR -44 Roundabout at Grand Ave., FDOT District 5, Volusia County This Design -Build project consists of constructing a modem roundabout at the intersection of SR -44 and Grand Ave. west of Deland, FL. The project was constructed under a very accelerated schedule, going from initial conception to letting in under 2 -months, and from letting to final acceptance in 10 -months. Tyler served as the Project Manager, Senior Project Engineer, and temporarily as the Project Administrator. He was responsible for management of the design build contract, supervision of all CEI staff, coordination of design reviews, and public involvement coordination. The shortened schedule required accelerated design reviews as well as regular team meetings, Mr. Malmborg worked closely with the FDOT design department and the design build team to ensure that the project stayed on schedule and met all RFP requirements. 1-4 Widening Reconstruction, FDOT District 5, Volusia County This 12.34 -mile Design Build roadway project consisted of reconstructing and widening to 6 -lanes. The project includes 11+ miles of concrete pavement, reconstruction of the ramps serving US -92, construction of three 100 ft. wildlife crossing bridges, reconstruction of the bridges spanning the Tomoka River, replacement of the existing ITS system, and the replacement of all existing cross drains. Tyler served as the Construction Project Manager and supervised the consultant CEI staff, consisting of as many as eleven field inspectors, a contractor support specialist, associate project administrator, project administrator, & senior project engineer. He was integrally involved with engineering decisions, oversaw significant contract change negotiation efforts with the contractor, and coordinated many design changes with the department. Additional responsibilities included scheduling tours for design staff to observe concrete paving operations, bridge construction operations, and use of machine guidance controlled grading equipment. SR 415 Widening Reconstruction, FDOT District 5, Seminole & Volusia Counties This 3.3 -mile roadway project consisted reconstructing and widening the existing 2 -lane roadway to a 4 -lane divided roadway facility. The project also included the construction of a new St Johns River Bridge to provide southbound travel lanes, and reconstruction of the center spans of the existing SJR bridge to meet navigational clearance requirements. The project included many unique features beyond typical reconstruction and widening work efforts. Such as, connecting to and modifying an existing "electro -braid" wildlife fence, construction of a Volusia County multiuse trail for 2.41 miles, and coordination of design throughout construction to accommodate the reconstruction of Beck Ranch Park by Volusia County. Mr. Malmborg served as the Construction Project Manager and supervised the consultant CEI staff, consisting of up to seven field inspectors, a contract support specialist, project administrator, and senior project engineer. He was integrally involved with engineering decisions, oversaw significant redesign efforts, contract change negotiation efforts with the contractor, and saw the project to successful completion. US 17/92 ITS, FDOT District 5, Volusia County This ITS pilot project consisted of retrofitting adaptive signal controllers to five signalized intersections. The project also included a Bluetooth travel time monitoring system to help provide data on the effectiveness of the adaptive signal controllers. Mr. Malmborg served as the Project Engineer, his responsibilities included oversite of the project, coordination for equipment integration, supervising the inspectors, and overall inspection of the ITS equipment installation. Vice President Project Manager/Transportation Engineer FDOT District 5 Roadway/Pavement Designer & Constructability Reviewer Mr. Malmborg worked closely with Mark Robinson and acted as Pavement Design & Constructability Reviewer for District 5. Mr. Malmborg was responsible for reviewing all pavement designs and pavement type selection reports and providing comments for constructability review meetings. Mr. Malmborg was responsible for coordinating the constructability review meetings during which the pavement design, cross -slope correction and construction methods were discussed with the design and construction offices. Additional duties included analysis of significant pavement failures and coordination of specification improvements with Central Office. 1.4 Fairbanks Curve Emergency Repair, FDOT District 5, Orange County Designer responsible for developing plan sheets for the "Fairbanks Curve" FC -5 overlay safety project. Evaluated design alternatives and created roadway and signing and pavement marking contract plan documents. Project included overlaying the concrete roadway with a bonded friction course and provided additional signing and pavement marking enhancements to encourage better speed management by drivers and to increase the "target' value of the roadway approaching the curve. Granada Pointe, Ormond Beach, Florida Responsible for coordination of R/W donation to FDOT for turn lane and signal construction along SR -40 (Granada Blvd.), intersection design. Also responsible for coordination with FDOT regarding traffic signal permitting and construction. This was a 37.77 acre commercial development consisting of over 130,000 square feet of mixed commercial retail and restaurant. r Vice President Project Manager/Drainage Engineer Bradley Bauknecht has sixteen years of experience performing civil engineering in Florida, with a strong background in federally funded transportation projects. His construction and design experience allows him to be very effective on making decisions quickly and efficiently. Mr. Bauknecht has years of experience in reviewing construction drawings/specifications and the ability to look ahead in construction projects to see what possible issues might arise during stages of construction. His strong communication skills and relationships with Contractors, Cities, Counties, Florida Department of Transportation and other State agencies, along with the knowledge of design and construction makes a huge difference on production of plans into the workforce and construction management. Mr. Bauknecht knows the FDOT criteria, not only through his experience in District 5 In -House Design, but from working as a Construction Project Administrator and Construction Project Manager for District 5. His experience includes managing both traditional Design -Bid -Build and Design -Build deliveries. EDUCATION B.S. Civil Engineering Embry -Riddle Aeronautical University, 2002 REGISTRATION Professional Engineering, Florida #75388, 2013 YEARS OF EXPERIENCE 16 years (1 year with NEI) PROJECT EXPERIENCE St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 along Myrtle Ave, FDOT District 5, Volusia County Mr. Bauknecht is currently serving as Project Manager for a 1.25 - mile trail construction project in Volusia County, FL. Mr. Bauknecht's responsibilities include design team management, stakeholder outreach, schedule and resource management, and coordination with FDOT and local government maintaining agencies to ensure project support. Additionally, Mr. Bauknecht is providing independent peer review for all drainage designs on the project. FM 238651 SR -200 Marion County, FL - 412013.6/2014 Drainage Designer responsible for 5.8 mHe widening and reconstruction project. Mr. Bauknecht worked closely with Roadway design staff and was responsible for preparing the initial drainage design package as well as providing documentation showing no floodway impacts were created by the project design. Project specific challenges included designing a drainage system that would allow for installation of a herptile wall, while allowing drainage discharges to follow over -top of the wall, and without creating adverse impacts offsite. Mr. Bauknecht worked closely with the district environmental staff to ensure designs met FDOT stormwater management criteria, FDOT maintenance best practices, and PD&E Environmental Commitments, ultimately finding a more cost effective and less maintenance intensive design than was originally proposed. FM 242715-2 1-95 widening from SR 44 to north of US 92 ($214 million) Roles: FDOT Drainage Engineer Reviewer, FDOT Design Project Manager, and Construction P0111 Mr. Bauknecht served as both the FDOT Design Project Manager and FDOT Construction Project Manager for the widening of existing four -lane 1-95 to a six -lane interstate highway from north of SR 44 (approximate Mile Post 16.899) to north of US 92 (approximate Mile Post 30.755). Mr. Bauknecht's responsibilities as Design Project Manager included oversite of RFP preparation, coordination of RFP requirements including gaining consensus on preferences for the included community aesthetic features, preparation of concept plans for the design build advertisement, and coordination of funding. As Construction Project Manager Mr. Bauknecht transitioned to manage the Design -Build contract he previously prepared. The southern project limit will provide six lanes and tie to the on-going project to the south (FIN 4068694- 52-01). The Project work includes the reconstruction of the systems interchange with 1-4,1-95 and US 92 and total reconstruction of 18 - bridges. The project also includes safety improvements for the southbound exit ramp at SR -44. Worts includes pavement widening, drainage system improvements, bridge widening, bridge replacement, retaining walls, highway lighting, Intelligent Transportation System (ITS) modifications, median barriers, signing and pavement markings, signalization and milling and resurfacing. Mr. Bauknecht served as the Project Engineer, his responsibilities included oversite of the project, budget and public involvement. FM 43224.1 1.95 Sound -Wall Brevard County, FL - 1/2013 - 9/2013 Mr. Bauknecht was responsible for redesigning the 1-95 drainage conveyance system to allow for construction of a 2 -mile Sound Wall in Brevard County. The project was initiated to resolve an unanticipated noise abatement requirement and faced a compressed design schedule, with multiple site constraints. Mr. Bauknecht delivered the project on schedule, preparing all drainage design documentation, including drainage conveyance system profile, typical section development and redesign of the drainage layout along 1-95. FM434712-1 US 92 ITS, FDOT District 5, Volusia County ($1.7 million) Roles: FDOT Construction POIII This ITS pilot project consisted of retrofitting adaptive signal controllers to twenty-two signalized intersections. The project also included a Bluetooth travel time monitoring system to help provide data on the effectiveness of the adaptive signal controllers. Mr. Bauknecht served as the Project Engineer, his responsibilities included oversite of the project, supervising the inspectors, and overall inspection of the ITS equipment installation. Further responsibilities included the oversite of integration efforts to ensure that the system met all FDOT specified performance requirements, and City of Daytona Beach minimum standards. Mr. Bauknecht also coordinated design changes to the adaptive signal installation project that resulted from changes to the existing intersections by FM 242715-2,1-95 widening. FM434871.1 Pedestrian Bridge and Improvements from Williamson to Midway ($44 million) Rales: FDOT Drainage Reviewer, FDOT Design Project Manager, and Construction PO111 Mr. Bauknecht served as the Design and Construction Project Manager for FDOT, his responsibilities included preparation of the RFP, coordination of advertisement and bidding of the project. Immediately following project letting Mr. Bauknecht oversaw the Design -Build team in delivery of the pedestrian bridge and sidewalk improvements. His role as project manager often overlapped with public involvement responsibilities, and Mr. Bauknecht was extensively involved in generating positive feedback for FDOT through the delivery of this project. All aspects of the project were completed on time and under budget. Mr. Bauknecht oversaw the design and construction for pedestrian improvements by upgrading the Williamson Blvd. intersection with new mast arms and other improvements, replacing existing sidewalk and ditches with 12 -foot sidewalks and closed drainage system and building a pedestrian bridge with aesthetic treatment 750 feet west of Bill France Blvd. to include landscaping, lighting, fencing and bridge treatments. Emergency Contract due to Hurricane Matthew on US 1 in Volusia and Flagler Counties Roles: FDOT Construction PO111 SRA1A in Flagler County sustained major damage due to Hurricane Matthew. Major damage occurred between 22nd Street and 9th Street on US 1. Damage included complete loss of existing revetment, significant loss of underlying embankment and pavement. The roadway was completely closed to traffic. The roadway is a primary facility for access to and from the businesses and property owners along this stretch of Flagler Beach. This emergency contract was implemented and roadway opened within 15 days of contract signed. Mr. Bauknecht served as the Project Engineer, his responsibilities included oversite of the project, budget and public involvement. Vice President Project Manager/Drainage Engineer 1.4 Widening Reconstruction, FDOT District 5, Volusia County ($143 million) Roles: FDOT Construction PO111 This 12.34 -mile Design Build roadway project consisted of reconstructing and widening to 6 -lanes. The project includes 11+ miles of concrete pavement, reconstruction of the ramps serving US92, construction of three 100 ft. wildlife crossing bridges, reconstruction of the bridges spanning the Tomoka River, replacement of the existing ITS system, and the replacement of all existing cross drains. Brad served as the Construction Project Manager and supervised the consultant CEI staff, consisting of as many as eleven field inspectors, a contractor support specialist, associate project administrator, project administrator, & senior project engineer. He was integrally involved with engineering decisions, oversaw significant contract change negotiation efforts with the contractor, and coordinated many design changes with the department. Mr. Bauknecht served as the Project Engineer, his responsibilities included oversite of the project, budget and public involvement. All Aboard Storage — Taylor Road, Port Orange, Florida Roles: NEI Project EOR Engineer of Record for ALL ABOARD STORAGE — TAYLOR ROAD facility consisting of a 3 -story, 30,000 square foot building footprint, a 1 -story, 7,440 square foot building, covered boat/RV storage with grading, paving, drainage, utility and landscape improvements. The stormwater system provides water quality (treatment volume) for 5.674 acres of land with 3.178 acres of impervious surface. All stormwater runoff is directed into the stormwater treatment system by the conveyance of pavement grades, collection pipe system and swales. When the stormwater in the pond reaches EL. 21.45, the stormwater will overflow a 5" wide weir (CS -01) and be discharged by a 15 -inch culvert to proposed roadside piping along Taylor Road right-of-way. All utilities were coordinated and designed for the proposed building including a public lift station for the City of Port Orange. Permits from DEP were acquired for water, sewer, and NO1. Dave Brown started at Newkirk Engineering, Inc. in 2013. Graduating from Daytona Beach Community College in 1998, he has specialized in all aspects of Civil Engineering drafting. Dave has worked in land development, landscape design, roadway design, and construction administration since 1995. He started out as a drafter and now is a Lead Designer at Newkirk Engineering working projects from small gas stations to major roadways. Dave has 25 years of experience in land development and roadway design. EDUCATION A.S. Drafting and Design, Daytona State College, 1998 A.S. Photographic Technology, DBCC, 1984 YEARS OF EXPERIENCE 25 years (5 year with NEI) PROJECT EXPERIENCE St. Johns River to Sea Loop Multi -Use Trail from loth Street to SR -44 along Myrtle Ave, FDOT District 5, Volusia County Mr. Brown is currently serving as lead designer for a 1.25 - mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, plans production, and 3-D modelling. Vystar Credit Unions: Deland, Ocala, and Alachua Designer responsible for preparing site and landscape contract plans for a 4,000 square foot VyStar Credit Union in three different locations, including all associated onsite and offsite improvements. Mr. Brown coordinated with local agency review staff as needed to obtain design approvals. Sheltair Apron Pavement Overlay, Daytona Beach, FL The purpose of this project was to extend the usable life the Daytona Beach International Airport (DBIA) refueling and aircraft service area apron pavement, while allowing for continuous operational use of the airport and refueling area. The project included phased resurfacing of the apron areas including close coordination with Sheltair & DBIA for maintenance of traffic design. Villages Crossing, Sumter County, FL Designer responsible for 1 mile of roadway design per County specifications. Created roadway plan and profile drawings in Autocad with storm water, potable water and sanitary. Granada Pointe, Ormond Beach, Florida Lead Designer responsible for preparing construction contract drawings depicting all on and offsite improvements associated with the project. Off-site improvements include construction of left and right turn lanes on SR -40, re- alignment of Tomoka Ave, and intersection design for the realigned Tomoka Ave. intersection. This was a 37.77 -acre commercial development consisting of over 130,000 square feet of mixed commercial retail and restaurant. Votran Bus Stops: Volusia County, FL Designer responsible preparing construction drawings for Votran bus stops throughout Volusia County. Plans include grading and construction details for ADA complaint boarding and alighting pads. Reams Road and Village Lake Road to CR535, Orange County, FL Designer responsible for one mile of Reams Road and all Village Lake Road design. Created roadway drawings including a four lane road with plan and profile, two (2) traffic calming roundabouts and two (2) full directional intersections at CR535 and MOT drawings. CR535 Segment A, Orange County, FL Designer responsible for two miles MOT design on CR 535. Created two lane MOT roadway drawings with median from Stony Brook West Parkway to Magnolia Park Court. Nick Secor Project Manager/Lead Designer Nicholas Secor has worked for Newkirk Engineering, Inc. since 2014. He has worked as a CADD designer responsible for producing land development and landscape architecture construction drawings since 2014, and is currently enrolled in Valencia College to pursue a Civil Engineering degree. Nick has worked on projects ranging from small gas stations to large commercial and residential developments. Nick is also FDOT CTQP qualified as a CEI inspector aide, exposing him to how his construction drawings are utilized in the field. EDUCATION Associate Degree Daytona State College, 2014 YEARS OF EXPERIENCE 4 years with NEI PROJECT EXPERIENCE All Aboard Storage - Taylor Road Port Orange, Florida Lead Designer responsible for preparing drawings for a 3 -story, 30,000 square foot building footprint, a 1 -story, 7,440 covered boat/RV storage with grading, paving, drainage, and utilities. Votran Bus Stops: Volusia County, FL Designer responsible for preparing construction drawings for Votran bus stops throughout Volusia County. Plans include grading and construction details for ADA complaint boarding and lighting pads. Cornerstone Grove Subdivision: Port Orange, FL Designer responsible for preparing civil drawings for Cornerstone Grove development consisting of 16 Quad-Plex Buildings with 4 units per building and 64 units overall on a 13.0 acre site. The master wet detention pond system will provide water quality for the proposed planned unit development, inclusive of all residences, roadways, common parking areas, and pervious open areas. Edgewater Preserve Edgewater, Florida Lead Designer responsible for 3D modeling/drawings of a multi -phase subdivision consisting of roadway, lots, stormwater, potable water analysis, a private lift station, and landscape. Mr. Secor coordinated with the local agencies as needed to obtain design approvals. St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 along Myrtle Ave, FDOT District 5 Volusia County Mr. Secor is currently serving as one of the lead designers for a 1.25 -mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, plans production, and 3-D modelling. Gold Choice Assisted Living Facility Old Kings Road, Palm Coast, Florida Designer who performed the drafting for the ALF consisting of 4.877 acres with a 1 -story, 37,344 square foot building (A/C), 48 units and 96 beds. Copper Creek Subdivision Phases I & II Sugar Mill Drive and Pioneer Trail, New Smyrna, Florida Lead Designer who performed the 3D modeling of the subdivision. Cooper Creek is an 86 -unit single family housing development with roadways, master stormwater system, water line extensions with fire hydrants, reclaim line extensions, gravity sewer, and municipal lift station with associated force main. The total development site is 50.636 acres with densities from 1.7-1.92 units per acre. Shamus T. Schroeder, EI Engineer/Designer Shamus Schroeder has one year of experience performing civil engineering in Florida. As an E.I. with Newkirk Engineering, Inc., he has worked in land development, landscape design, design/drafting, and has assisted with project management. Prior to NEI, Mr. Schroeder served in the the United States Marine Corps and received an Honorable Discharge after eight years of Active Duty Service. He graduated from Embry -Riddle Aeroautical University in 2018. EDUCATION B.S. Civil Engineering Embry -Riddle Aeronautical University, 2018 REGISTRATION EI, Florida #1100021803, 2018 YEARS OF EXPERIENCE 1 year with NEI PROJECT EXPERIENCE Edgewater Preserve Edgewater, Florida Engineer and Designer responsible for drawings and calculations of a multi -phase subdivision consisting of roadway, lots, stormwater, potable water analysis, a private lift station, and landscape. Mr. Schroeder coordinated with the local agencies as needed to obtain design approvals. VyStar Credit Unions: State of Florida Designer responsible for preparing site and landscape contract plans for a 4,000 square foot VyStar Credit Union in multiple locations of Florida, including all associated onsite and offsite improvements. Mr. Schroeder coordinated with local agency review staff as needed to obtain design approvals. St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 along Myrtle Ave, FDOT District 5 Volusia County, Florida Mr. Schroeder is currently serving as one the lead designers for a 1.25 -mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, plans production, and 3-D modelling. Gold Choice Assisted Living Facility Old Kings Road, Palm Coast, Florida Engineer who performed stormwater calculations for the ALF consisting of 4.877 acres with a 1 -story, 37,344 square foot building (A/C), 48 units and 96 beds. The stormwater system provides water quality (treatment volume) by the conveyance of pavement grades, collection pipe system and swales. When the stormwater in the pond reaches EL. 24.00, the stormwater will overflow an 18" wide weir (CS -01) and be discharged by an 18 -inch culvert to an existing ditch that connects to a 25x19 RCP, that goes under Old Kings Road, which eventually drains to the Lehigh Canal. Copper Creek Subdivision Phases I & II Sugar Mill Drive and Pioneer Trail, New Smyrna, Florida Engineer who performed the stormwater pipe sizing analysis for the stormwater system in Phases one and two of the subdivision. Cooper Creek is an 86 -unit single family housing development with roadways, master stormwater system, water line extensions with fire hydrants, reclaim line extensions, gravity sewer, and municipal lift station with associated force main. The total development site is 50.636 acres with densities from 1.7-1.92 units per acre. Engineer/Designer Shamus Schroeder has one year of experience performing civil engineering in Florida. As an E.I. with Newkirk Engineering, Inc., he has worked in land development, landscape design, design/drafting, and has assisted with project management. Prior to NEI, Mr. Schroeder served in the the United States Marine Corps and received an Honorable Discharge after eight years of Active Duty Service. He graduated from Embry -Riddle Aeroautical University in 2018. EDUCATION B.S. Civil Engineering Embry -Riddle Aeronautical University, 2018 REGISTRATION EI, Florida #1100021803, 2018 YEARS OF EXPERIENCE 1 year with NEI PROJECT EXPERIENCE Edgewater Preserve Edgewater, Florida Engineer and Designer responsible for drawings and calculations of a multi -phase subdivision consisting of roadway, lots, stormwater, potable water analysis, a private lift station, and landscape. Mr. Schroeder coordinated with the local agencies as needed to obtain design approvals. VyStar Credit Unions: State of Florida Designer responsible for preparing site and landscape contract plans for a 4,000 square foot VyStar Credit Union in multiple locations of Florida, including all associated onsite and offsite improvements. Mr. Schroeder coordinated with local agency review staff as needed to obtain design approvals. St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 along Myrtle Ave, FDOT District 5 Volusia County, Florida Mr. Schroeder is currently serving as one the lead designers for a 1.25 -mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, plans production, and 3-D modelling. Gold Choice Assisted Living Facility Old Kings Road, Palm Coast, Florida Engineer who performed stormwater calculations for the ALF consisting of 4.877 acres with a 1 -story, 37,344 square foot building (A/C), 48 units and 96 beds. The stormwater system provides water quality (treatment volume) by the conveyance of pavement grades, collection pipe system and swales. When the stormwater in the pond reaches EL. 24.00, the stormwater will overflow an 18" wide weir (CS -01) and be discharged by an 18 -inch culvert to an existing ditch that connects to a 25x19 RCP, that goes under Old Kings Road, which eventually drains to the Lehigh Canal. Copper Creek Subdivision Phases I & 11 Sugar Mill Drive and Pioneer Trail, New Smyrna, Florida Engineer who performed the stormwater pipe sizing analysis for the stormwater system in Phases one and two of the subdivision. Cooper Creek is an 86 -unit single family housing development with roadways, master stormwater system, water line extensions with fire hydrants, reclaim line extensions, gravity sewer, and municipal lift station with associated force main. The total development site is 50.636 acres with densities from 1.7-1.92 units per acre. -- - Michael Munier Designer NEWKIRK ENGINEERING INC. Michael Munier has two years of experience performing civil engineering in Florida. Prior to NEI, Mr. Munier worked with Convex Engineering and was part of The 1-4 Ultimate Project Team. He experienced large scale project coordination and FDOT design for one of the biggest P3 projects in the state of Florida. A capable resource for NEI's Transportation Department, Mr. Munier has worked in transportation design, trail design, MOT design, and has assisted with project management. Mr. Munier is anticapted to Graduate from Florida University in 2019. EDUCATION B.S. Civil Engineering Florida University, 2019 YEARS OF EXPERIENCE 1 year with Convex Engineering 1 year with NEI PROJECT EXPERIENCE Coast to Coast Trail, Orange County Gap Segment 2 from Hiawassee Road to North of SR 414 Orange County, Florida Mr. Munier was one of the Designers for The Orange County Gap of the Coast to Coast Trail that is approximately 3.9 miles in length and located in Northwest Orange County. This new trail will connect the Clarcona-Ocoee Trail (to the west) with the Seminole County Trail (to the east). The gap begins at the intersection of Hiawassee Road/Clarcona-Ocoee Road and terminates at the intersection of US 441/SR 414. The current preferred alignment of the trail utilizes Pine Hills Road to connect the portion of the trail between Clarcona-Ocoee Road and Beggs Road. The preferred alignment includes the continuation of the trail along the north side of Beggs road heading east toward US 441. The trail will turn north at the intersection of Beggs Road/US 441 terminating just north of the SR 414 interchange. St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 along Myrtle Ave FDOT District 5, Volusia County Mr. Munier is currently serving as one of the lead designers for a 1.25 -mile trail construction project in Volusia County, FL. Responsibilities include trail design, temporary traffic control design, plans production, and 3-D modelling. Baldwin By-pass SR201 FM209537-4.52.01 The project includes constructing a new four -mile, four -lane divided highway beginning north of the 1-10 westbound on- ramp and two new signalized intersections at Beaver Street (U.S. 90) and Brandy Branch Road. Plans also include building an overpass across two CSX railroad crossings and an additional overpass over the Jacksonville -Baldwin Rail Trail to alleviate traffic congestion and improve operational efficiency of U.S. 301, which is part of the National Highway System and Florida's Strategic Intermodal System (SIS). Mr. Munier was one the designers under the supervision of Convex Engineering. The 1.4 Ultimate Project FM 432193-1.52-01 The Project Limits means the limits of full typical section construction along 1-4 (SR 400) and extend from West of Kirkman Road (Milepost 9.581) in Orange County to East of SR 434 (Milepost 4.017) in Seminole County. The Project passes through or lies immediately adjacent to the governmental jurisdictions of the City of Orlando, City of Winter Park, the Town of Eatonville, the Cities of Maitland and Altamonte Springs, as well as unincorporated areas of Orange and Seminole Counties. Mr. Munier performed MES wall calculations, quality control, crane mat design, bridge pile design, end bent designs under supervision of Convex Engineering. a <>rrp DEPARTMENTFINANCE City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 ( Fax: 407-688-5021 Email: RFQ 17118-33 PROFESSIONAL CONSULTING SERVICES (CCNA Attachment "K" Proposed Schedule of Subcontractor Participation ADDENDUM #3 O 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 ap licable) Federal ID Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Dollar Value Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, 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: Newkirk Engineering, Inc. Mailing Address: 1230 N US Hwy 1, Suite 3, Ormond Beach, FL 32174 Telephone Number: 386-872-7794 Fax Number: E-mail Address: tylem@newkirk-engineering.com %36/�a �n�b org , P5 FEIN: 46-1973253 Autho ized Sign ry Printed Name Vice President -7-30-1018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE `Failure to submit this form may be grounds for disqualification of your submittal "40 ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Professional Consulting Services-CCNA, City of Sanford, Florida 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 06/09/2018 IRFQ 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Tyler Malmborg, PE, Vice President 5. NAME OF FIRM Newkirk Enaineerina. Inc. 386-872-7794 Itylerm@newkirk-engineering.com C. PROPOSED TEAM (Complete this section for the prime contractor and all kev subcontrartnnz D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 812016) (Check) �z >�0 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a a� a� m Newkirk Engineering, Inc. 1230 North US -Highway 1, Suite 3 Project Management, Civil/ Ormond Beach, FL 32174 Transportation Engineering, a. ✓ ROW, Scheduling, Cost Estimating, CEI, Permitting, ❑ CHECK IF BRANCH OFFICE Grants, LAP projects b. ❑ 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) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 812016) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Ia. TOTAL I b. WITH CURRENT FIRM Tyler Malmborg, PE I Project Manager/Engineer 10 2 16, FIRM NAME AND LOCATION (City and State) Newkirk Engineering, Inc. 16. EDUCATION (Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Bachelor of Science in Civil Engineering, University of Florida, Licensed in Professional Engineering in Florida, #75630 2008 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 PROFESSIONAL SERVICES CONSTRUCTION (inapplicable) along Myrtle Ave, FDOT District 5, Volusia County, Florida 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE FZ] Check if project performed with current firm a. Project Manager for a 1.25 mile trail construction project. Design team management, stakeholder outreach, schedule and resource management and coordination with FDOT and local government maintaining agencies to ensure support, and independent peer review for all drainage designs on the project. Contract amount: $708,906.00 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Granada Pointe, Ormond Beach, Florida 2017 I b (3) BRIEF DESCRIPTION (Brierscope, size, cost, etc.) AND SPECIFIC ROLE R Check if project performed with current firm Responsible for coordination of R/W donation to FDOT for turn lane and signal construction along SR -40 (Granada Blvd.), intersection design. Also responsible for coordination with FDOT regarding traffic signal permitting and construction. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (Ifapplicable) 1-4 Widening and Reconstruction, Volusia County, FL 2013 2017 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE E] Check if project performed with current firm C. Served as project manager for $143 million 13 mile Design -Build Interstate Reconstruction project, including coordination with FAA, FDOT, local government agencies - including close coordination with the Daytona Beach International Airport. Mr. Malmborg was in charge of multiple engineering and inspection staff. He reviewed the monthly budget and scheduling. The project was completed March 2017. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED SR 415 Widening Reconstruction from SR 46 to Reed Ellis Road, PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Seminole and Volusia County, Florida 2012 2016 d' (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Served as Construction Project Manager for $34 million 4 mile widening/reconstruction project, including coordination with FAA, FDOT, local government agencies - including close coordination with the Sanford International Airport. Mr. Malmborg was in charge of multiple engineering and inspection staff. He reviewed the monthly budget and scheduling. The project was successfully completed on time and budget even with significant design complications. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Redesign YOrktowne Blvd. Central Section, Port Orange, Florida (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE R Check if project performed with current firm e. Engineer responsible for drawings for widening of 0.34 -miles of existing and new construction of a 0.27 -mile of Yorktowne Boulevard. Stormwater treatment will be provided by a dry retention and wet detention pond system with overflow into an existing wetland network, with outfall to the B-19 canal. The project includes extension of the City of Port Orange Water and Reclaimed Water supply mains. Tyler managed the staff, schedule and budget during this project. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM Harry Newkirk QC/QA Manager 20 5 15. FIRM NAME AND LOCATION (City and State) Newkirk Engineering, Inc., Ormond Beach, Florida 16. EDUCATION (Degree and Specialization) BS Civil Engineering Florida State University, 1998 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Florida Professional Engineer License #62971 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Advanced Maintenance of Traffic Florida Engineering Soicety 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Sheltair Apron Pavement Overlay, Daytona Beach, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2016 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm a. This purpose project was to extend usable life Daytona Beach International Airport (DBIA) refueling and aircraft service area apron pavement, while allowing for continuous operational use of the airport and refueling area. Included phased resurfacing of the apron areas including close coordination with Sheltair & DBIA for maintenance of traffic design. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Granada Pointe, Ormond Beach, Florida PROFESSIONAL SERVICES CONSTRUCTION (If applicable) 2016 2018 b (3) BRIEF DESCRIPTION (Briefscope, size, cost etc.) AND SPECIFIC ROLE M Check if project performed with current firm Engineer responsible for designing an aluminum arch culvert within Laurel Creek, just north of State Road 40, in Volusia County. Intended for "No Riser Certification" for Laurel Creek by FEMA. Endangered Species Act (ESA) was prepared to demonstrate the ESA compliance by submitting to FEMA with written justification that a "Take," will not occur. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Villages Crossing, Sumter County, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2012 I (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Engineer responsible for 1 mile of roadway design per County specifications. Two permit connections to US Highway 441/27 (FDOT Driveway No. 2012-A-592-6). Engineered roadway plan and profile with storm water, potable water and sanitary. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED CR 535 Segment A, Orange County, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2011 d (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Engineer responsible for two miles MOT design on CR 535. Two lane roadway with median from Stony Brook West Parkway to Magnolia Park Court. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Reams Road and Village Lake Road to CR535, Orange County, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2010 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm e. Engineer responsible for one mile of Reams Road and all Village Lake Road design. Created roadway drawings including a four lane road with plan and profile, two (2) traffic calming roundabouts and two (2) full directional intersections at CR535 and MOT drawings. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b. WITH CURRENT FIRM Bradley Bauknecht, PE Project Manager/Engineer 16 1 2 15. FIRM NAME AND LOCATION (City and State) Newkirk Engineering, Inc., Ormond Beach, Florida 16. EDUCATION (Degree and Specialization) BS Civil Engineering Embry -Riddle Aeronautical University, 2002 16. 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) Professional Engineering, Florida #75388 organizations, training, Awards, etc.) 19. RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 PROFESSIONAL SERVICES lCONSTRUCTION (lfapplicable) along Myrtle Ave, FDOT District 5, Volusia County, Florida 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm a. Project Manager for a 1.25 mile trail construction project. Design team management, stakeholder outreach, schedule and resource management and coordination with FDOT and local government maintaining agencies to ensure support, and independent peer review for all drainage designs on the project. Contract amount: $708,906.00 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED CEI Group 165, Wekiva Parkway 7A, FDOT FIN: 240200-2-52-01 PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2018 b (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Improvements to construct SR 429/SR 46 include new road construction of a four -lane divided limited access toll facility located on an elevated embankment with MSE walls and two one -lane, one-way non -tolled frontage roads at -grade, parallel to the Parkway. (1) TITLE AND LOCATION (Co and State) (2) YEAR COMPLETED 1-95 Design -Build, Florida FDOT FIN: 242715-2-62-01 PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2017 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm C. Widening 1-95 from four lanes to six lanes from north of SR 44 to north of US 92. Reconstruction of the systems interchange with 1-4,1-95 and US 92. Pavement widening, drainage systems improvements, 20 bridge replacements, retaining walls, highway lighting, Intelligent Transport System modifications. Contract Amount: $205 million (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Emergency Contract due to Hurricane Matthew on US 1 in Volusia and PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Flagler Counties, Florida 2016 d (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE ❑ Check if project performed with current firm Project Engineer for emergency contract. Oversaw project, budget and public involvement. Hurricane damage included complete loss of existing revetment, significant loss of underlying embankment and pavement. Roadway closed to traffic was re- opened 15 days after contract signed. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED All Aboard Storage - Taylor Road PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Port Orange, Florida 2018 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm e Engineer of Record for facility consisting of a 3 -story, 30,000 square foot building, a 1 -story, 7,440 square foot building, covered boat/RV storage with grading, paving, drainage, utility and landscape improvements. Utilities were coordinated and designed for the proposed building including a public lift station for the City of Port Orange. Permits from DEP for water, sewer, N01. $100,000. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE Dave Brown Lead Designer a. TOTAL b. WITH CURRENT FIRM 20 4 15. FIRM NAME AND LOCATION (City and State) Newkirk Engineering, Inc., Ormond Beach, Florida 16. EDUCATION (Degree and Specialization) AS in Drafting and Design Technology, DBCC, 1998 AS in Photographic Technology, DBCC, 1984 18. OTHER PROFESSIONAL 17. CURRENT PROFESSIONAL REGISTRATION (State and Discipline) organizations, Training, Awards, etc.) 19. RELEVANT PRO.1FCTS e. 2017-2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Designer responsible preparing construction drawings for Votran bus stops throughout Volusia County. Plans include grading and construction details for ADA complaint boarding and alighting pads. STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED St. Johns River to Sea Loop Multi -Use Trail from 10th Street to SR -44 PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) along Myrtle Ave, FDOT District 5, Volusia County, Florida 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm 3. Lead Designer for a 1.25 mile trail construction project. Design team management, stakeholder outreach, schedule and resource management and coordination with FDOT and local government maintaining agencies to ensure support, and independent peer review for all drainage designs on the project. Contract amount: $708,906.00 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED VyStar Credit Union, Deland, Ocala, Alachua, FL PROFESSIONAL SERVICI CONSTRUCTION (Ifapplicable) 2017-2018 b (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE � Check if project performed with current firm Designer responsible for preparing site and landscape contract plans for a 4,000 square foot VyStar Credit Union in three different locations, including all associated onsite and offsite improvements. Mr. Brown coordinated with local agency review staff as needed to obtain design approvals. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Sheltair Apron Pavement Overlay, Daytona Beach, Ft_ PROFESSIONAL SERVICESI CONSTRUCTION (Ifapplicable) 2016 C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Project was to extend the usable life the Daytona Beach International Airport (DBIA) refueling and aircraft service area apron pavement, while allowing for continuous operational use of the airport and refueling area. Included phased resurfacing of the apron areas including close coordination with Sheltair & DBIA for maintenance of traffic design. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Granada Pointe Ormond Beach, FL PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) 2016 t1 (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE n Check if project performed with current firm Aluminum arch culvert within Laurel Creek, just north of State Road 40, in Volusia County. The intent is to receive a "No Riser Certification" for Laurel Creek by FEMA. Also a Endangered Species Act (ESA) was prepared to demonstrated the ESA compliance by submitting to FEMA with written justification that a "Take," has no potential to occur. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Votran Bus Stops, Various Locations, FL PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) I e. 2017-2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Designer responsible preparing construction drawings for Votran bus stops throughout Volusia County. Plans include grading and construction details for ADA complaint boarding and alighting pads. STANDARD FORM 330 (REV. 8/2016) PAGE 2 FOR THIS CONTRACT EXAMPLE PROJECT KEY NUMBER TITLE AND LOCATION (City and State) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) St. Johns River to Sea Loop Trail, New Smyrna Beach, Florida On-going 2022 PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME C. POINT OF CONTACT TELEPHONE NUMBER FDOT District 5 iSu Hao, PE 1386-943-5161 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) This project includes approximately 1.25 miles of multi -use trail along Myrtle Avenue starting from 10th Street to SR 44. The scope of work for this project includes reconstruction of the existing 8 -foot sidewalk to provide a 12 -foot wide multi -trial. The construction of the wider trail will require right of way acquisition, drainage improvements, utility relocations, and safety enhancements. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies This Droiect addresses service experience in the following categories: 1) General engineering design of constructed urban infrastructure 2) General engineering design of constructed urban infrastructure needs assessments and master -planning 3) Design and engineering of constructed urban projects that include a diversity of general Municipal civil engineering skills and innovative features FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 3/2013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Management/Engineer Newkirk Engineering, Inc. Ormond Beach Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. Universal Engineering Sciences Palm Coast, Florida Geotechnical Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. Ecological Consulting Solutions, Inc. Longwood, Florida Environmental Permitting (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 3/2013) PAGE 3 I . —6.,9 — r nvWw 1 v V.rn%.n crw I IL.w�7 I rw I c rrtvrvQcv I GtAIn o 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each oroiect.) 2 21. TITLE AND LOCATION (City and State) Dairy Queen, Deland, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES I CONSTRUCTION (lfapplicable) 2015 2016 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Atlantic Capital Management, LLC Jonathan H. Greene 1(386) 334-8328 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Constructed a 2,612 square feet, 72 seat Dairy Queen Grill and Chill restaurant with 460 square feet cooler/freezer and associated paving, grading, drainage, utility and landscape improvements. The StormTech system consists of 221 SC -310 chambers with an overall volume of 7,254 CF. The stormwater runoff from the site will be conveyed into the stormwater treatment system by the conveyance of pavement grades and collection pipe system. When the stormwater in the system reaches EL 81.00, the stormwater will overtop a 4 -foot wide broad crested weir and be discharged via with a 15 -inch pipe to an existing storm inlet located within the N. Garfield Avenue right-of-way. All utilities were coordinate and designed for the proposed building including a private lift station. Permits from DEP where acquired for water, sewer, and NOL NEI tasks for this project: Budgeting and Scheduling Public Involvement Civil Design Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 3/2013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Management/Engineer Newkirk Engineering, Inc Ormond Beach, Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 3/2013) PAGE 3 r. L/�MIOr VIG rI%VNCti IQ YYrll%,rl ow I II-wa I RA I c rrtvrvOcu t CAm 0 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 3 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Sheltair Apron Pavement Overlay, Daytona Beach, FL 2016 2016 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Sheltair Daytona Beach LLC 1 1954-771-2210 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) This purpose of this project was to extend the usable life the Daytona Beach International Airport (DBIA) refueling and aircraft service area apron pavement, while allowing for continuous operational use of the airport and refueling area. The project included phased resurfacing of the apron areas including close coordination with Sheltair & DBIA for maintenance of traffic design. All traffic control design needed to clearly delineate the extents of construction activities for each phase, and provide clear direction to both surface vehicles and aircraft pilots throughout the duration of construction. This required the use of lighted traffic control devices, and the layouts had to be provided in detail to ensure that FAA requirements were met during each phase. Airport Security needs also had to be accounted for during construction, both for daily employee access and material delivery, but also for overnight storage of equipment, and security during non -construction periods. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Pavement Design MOT Coordination with DBIA and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a• Project Management/Engineer Newkirk Engineering Inc. Ormond Beach, FL Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE - e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 22. YEAR PROFESSIONAL SERVICES Vystar Credit Union, Deland, FL 2017 23. PROJECT OWNER'S INFORMATION EXAMPLE PROJECT KEY NUMBER 4 CONSTRUCTION (Ifapplicable) 2018 a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Vystar Credit Uniion Bryan Kitchens 904-228-3602 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Construct a 4,000 square feet VyStar Credit Union and associated paving, grading, drainage, utility and landscape improvements. The stormwater system provides water quality (treatment volume) for 0.907 acres of land with 0.597 acres of impervious surface. The stormwater system consists of 403 LF 8 -feet wide x 3 -feet tall exfiltration trench with 24 -inch perforated pipe with an overall volume of 6,957 CF. The stormwater runoff from the site will be conveyed into the stormwater treatment system by the conveyance of pavement grades and collection pipe system. When the stormwater in the system reaches EL 85.70, the stormwater will overtop a 3 -foot wide Type '9' top of grate weir and be discharged into the Old Daytona Road right-of-way. All utilities were coordinate and designed for the proposed building. Permits from DEP where acquired for water, sewer, and NOI. NEI tasks for this project: Budgeting and Scheduling Public Involvement Civil Design Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a• Project Management/Engineer Newkirk Engineering Inc. Ormond Beach, Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 21. TITLE AND All Aboard a. PROJECT O --. ••••• -- • • •- - ............ ---I 1�wW a i rvy I c rrwrvi;)w i cHm o 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each oroiect) IS N (City and State) Crane Lakes Depot, LLC Road, Port Orange, Florida 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) 2017 1 2018 23. PROJECT OWNER'S INFORMATION b. POINT OF C, Andy Clark 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) POINT 970 Proposed ALL ABOARD STORAGE — TAYLOR ROAD facility consisting of a 3 -story, 30,000 square foot building footprint, a 1 -story, 7,440, covered boat/RV storage with grading, paving, drainage, utility and landscape improvements. The stormwater system provides water quality (treatment volume) for 5.674 acres of land with 3.178 acres of impervious surface. All stormwater runoff is directed into the stormwater treatment system by the conveyance of pavement grades, collection pipe system and swales. When the stormwater in the pond reaches EL. 21.45, the stormwater will overflow a 5" wide weir (CS -01) and be discharged by an 15 -inch culvert to proposed roadside piping along Taylor Road right-of-way. All utilities were coordinate and designed for the proposed building including a public lift station for the City of Port Orange. Permits from DEP where acquired for water, sewer, and NOI. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with County and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a• Project Management/Engineer Newkirk Engineering Inc. Ormond Beach, Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 __ ..,-___ .., ,....... , ...-., . 11� i rrw1'vJCv 1 CHIY1 J 20EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER. (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 6 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfapplicable) Connerstone Grove, Port Orange, Florida 2017 2017 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER GEOSAM Capital US(Venetian Bay)LLC Pol Africano, PE 1386-506-5754 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Cornerstone Grove development consists of 16 Quad-Plex Buildings with 4 units per building and 64 units overall on a 13.0 acre PUD zoned property. Site access will be provided from a full directional driveway connection and a right -in and right - out driveway connection on Hidden Lakes Drive. Two (2) internal driveway are extended to the west property line for future connection to the future Yorktowne Boulevard roadway extension. Permitted to construct a storm drain collection system and master wet detention pond system. The master wet detention pond system will provide water quality for the proposed planned unit development, inclusive of all residences, roadways, common parking areas, and pervious open areas. The stormwater system is designed for 8.41 acres of land with 4.72 acres of impervious surface and 0.64 acres of wet pond surface. The master wet detention pond is designed to provide 1.480 Ac -Ft of treatment volume (1.475 Ac -Ft required with OFW). The entire treatment volume is designed to bleed through a Suntree Nutrient Removing Filtration System (NRFS-4-8) designed to provide 2.0 -inches of filtration depth. The system provides 80% load reduction of Nitrogen and 95% load reduction of Phosphorus. The hydraulic analysis was performed using the modeling program 'EPANET', which was developed by the United State Environmental Protection Agency. All utilities were coordinate and designed for the proposed buildings. Permits from DEP where acquired for water, sewer, and NCIL NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Management/Engineer Newkirk Engineering, Inc. Ormond Beach Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (CRyand State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 r. CAHIVIrLC rRVJC4 10 YYrII%.rI OCJ 1 ILLUO 1 MAI C rMVrU0CU I CAM a 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specirted. Complete one Section F for each project.) 7 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Ill applicable) Redesign Yorktowne Blvd. Central Section, Port Orange, Florida 2017 2018 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER City of Port Orange Tim Burman, AICP 1386-506-5675 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Update plans for widening of 0.34 -miles of existing and new construction of a 0.27 -mile of Yorktowne Boulevard. Stormwater treatment will be provided by a dry retention and wet detention pond system with overflow into an existing wetland network, with outfall to the B-19 canal. The project includes extension of the City of Port Orange Water and Reclaimed Water supply mains. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil/Transportation Design Re -alignment of roadway Organized Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 3/2013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Project Management/Engineer Newkirk Engineering, Inc. Ormond Beach, Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 3/2013) PAGE 3 F. EXAMPLE PROJECTS WHICH BEST ILLUS T KA 11: FMUI-UStu I tAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 90 projects, if not specified. Complete one Section F for each project.) 8 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Coastal Woods Multi -Family, New Smyrna Beach, Florida 2017 2018 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER GEOSAM Capital US(Venetian Bay)LLC IPol Africano, PE 1386-506-5754 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost) Design a 270 unit apartment complex with clubhouse, garages, other amenities and associated infrastructure improvements on a vacant 74.8 acre parcel. Permitted to construct a storm drain collection system and master wet detention pond system. The master wet detention pond system will provide water quality for the proposed planned unit development, inclusive of all residences, roadways, common parking areas, and pervious open areas. The hydraulic analysis was performed using the modeling program'EPANET', which was developed by the United State Environmental Protection Agency. All utilities were coordinate and designed for the proposed buildings. Permits from DEP where acquired for water, sewer, and NOI. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT ST ANUARD FORM 330 (REV. 3/2013) VAU t 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a, Project Management/Engineer Newkirk Engineering, Inc. Ormond Beach Florida Responsible for development of plans and permit (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. ST ANUARD FORM 330 (REV. 3/2013) VAU t 3 F. EXAMPLE PROJECTS WHICH 13E51 ILLU5I KA I t F°KUF'UStU 1 tAM'J 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 9 21. TITLE AND LOCATION (City and State) Granada Pointe PROFESSIONAL SERVICES CONSTRUCTION (/fapplicable) 2016 2017 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Holub Development Paul Holub 1(386) 677-7617 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Engineer of record responsible to designing the 37.77 acre commercial development and all site permitting. Designer for all roadway, drainage and utility improvements to include an aluminum arch culvert within Laurel Creek, just north of State Road 40, in Volusia County. "No Riser Certification" for Laurel Creek by FEMA was issued by NEI using HEC -RAS software. Beyond the typical development permitting process this project included permitting through SJRWMD and FEMA for an aluminum arch Culvert to re-reoute an existing drainage canal, and permitting through FDOT for the roadway realignment, signal construction, and R/W donations to FDOT for construction of Right -Turn -Lanes at the intersection of Tomoka Avenue and Granada Boulevard (SR -40). The civil engineering fees for this project exceed $100,000. All utilities were coordinate and designed for the proposed building. Permits from DEP where acquired for water, sewer, and NOI. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design FEMA calculations Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Provided site design engineering services, and Newkirk Engineering, Inc. Ormond Beach, FL responsible for all agency coordination (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 r. �nrmmrLc rrw.jC%. i J YYnitun GGJ I mLVJ 1 rum i C r-muruarm) 1 rAm J 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each project.) 110 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Ormond Central 2016 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b.POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Ormond Central Investors, LLC Paul Holub and Lewis Heaster (386) 677-7617 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost) Engineer of record responsible to designing the 8.7 acre commercial development and all site permitting. Project Manager and Designer for all roadway, drainage and utility improvements. Obtain SJRWMD for wet detention pond design to include compensatory storage and wetlands mitigation for 0.31 acre impact. Design and permit Granada Boulevard turn lane improvement for a proposed full directional driveway opening with signal construction and right-of-way donation. The civil engineering fees for this project exceed $50,000. All utilities were coordinate and designed for the proposed building. Permits from DEP where acquired for water, sewer, and NOI. NEI tasks for this project: Budgeting and Scheduling staff and inspectors Public Involvement Civil Design FEMA calculations Neighborhood Meetings Presentations at Planning Board and City Council meetings. Coordination with FDOT and sub consultants Review/address comments from all agencies 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 312013) PAGE 3 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Provided site design engineering services, and Newkirk Engineering, Inc. Ormond Beach, FL responsible for all agency coordination (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 312013) PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY PERSONNEL (From Section E, Block 12) 27. ROLE IN THIS CONTRACT (From Section E, Block 13) 28. EXAMPLE PROJECTS LISTED IN SECTION F (Fill in Example Projects Key" section below before completing table. Place "X" under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Harry Newkirk, PE Project Manager/Engineer X X X X X X X X X X Tyler Malmborg, PE Project Manager/Engineer/CEI X X X X X X Bradley D. Bauknecht, PE Project Manager/Engineer/CEI X X X X X Dave Brown Lead Designer X X X X X X X X X X 29. EXAMPLE PROJECTS KEY 'UMBER TITLE OF EXAMPLE PROJECT From Section F NUMBER TITLE OF EXAMPLE PROJECT From Section F 1 St Johns River to Sea Loop Trail in New Symrna 6 Cornerstone Grove, Port Orange, FL 2 Dairy Queen, Deland, FL 7 Redesign YorktowneBlvd. Central Section, Port Orange 3 Sheltair, Daytona Beach, FL 8 Coastal Woods Multi -Family, New Smyrna Beach 4 VyStar Credit Union, FL 9 Granada Pointe, Ormond Beach, FL 5 All Aboard Storage, Port Orange, FL 10 Ormond Central, Ormond Beach, FL STANDARD FORM 330 (REV. 8/2016) PAGE 4 Litigation City of Sanford Professional Consulting Services RFQ 17/18-33 Newkirk Engineering, Inc. is not involved in any litigation lawsuits at this time. They have not been involved in any litigations since the firm began operations. (@Vystar Credit Union P.O. Box 45085 • Jacksonville, Florida 32232-5085 • (904) 777-6000 or 1-800-445-6289 • www.vystarcu.org NEWKIRK ENGINEERING INC 1230 N US Highway 1 Ste 3 Ormond Beach Fl, 32174 To whom it may concern, This letter is to certify that Newkirk Engineering is in good standing with VYSTAR CREDIT UNION. qj- Atevuw AtemAn Netatiomkip Speciarbt ,79 (386)239-1UU4 Vw nrd Xcach 53w"A 13CI Weal C wnada alftud Cwwnd 5 aufi, 9.0 32174 City of Sanford Professional Consulting Services RFQ 17/18-33 A. Attachment I Past Performance Experience - Similar Projects City of Sanford NEWKIRK Professional Consulting Services ENGINEERING INC. RFQ 17/18-33 Redesign Yorktowne Blvd. City of Port Orange Project was completed December Central Section Tim Burman 2017, on time and within budget. Port Orange, Florida 386-506-5675 Start Construction 2018. I� Update plans for widening of 0.34 -miles of existing and new . Budgeting and Scheduling staff and inspectors construction,of a 0.27 -mile of Yorktowne Boulevard. Stormwater . Public Involvement treatment will be provided by a dry retention and wet detention . Civil/Transportation Design pond system with overflow into an existing wetland network, with . Re -alignment of roadway outfall to the B-19 canal. The project includes extension of the . Organized Neighborhood Meetings City of Port Orange Water and Reclaimed Water supply mains. . Presentations at Planning Board and City Council meetings • Coordination with FDOT and sub consultants • Review/address comments from all agencies Granada Pointe Holub Development Project was completed November Ormond Beach, Florida Paul Holub 2017, on time and within budget. (386) 677-7617 Start Construction 2018. Engineer of record responsible to designing the 37.77 acre •Budgeting and Scheduling staff and inspectors commercial development and all site permitting. Designer for . Public Involvement all roadway, drainage and utility improvements to include an . Civil Design aluminum arch culvert within Laurel Creek, just north of State . FEMA calculations Road 40, in Volusia County. • Neighborhood Meetings "No Riser Certification" for Laurel Creek by FEMA was issued . Presentations at Planning Board and City Council by NEI using HEC -RAS software. meetings Beyond the typical development permitting process this project . Coordination with FDOT and sub consultants included permitting through SJRWMD and FEMA for an . Review/address comments from all agencies aluminum arch culvert to re-reoute an existing drainage canal, and permitting through FDOT for the roadway realignment, signal construction, and RNV donations to FDOT for construction of Right -Turn -Lanes at the intersection of Tomoka Avenue and Granada Boulevard (SR40). The civil engineering fees for this project exceed $100,000. All utilities were coordinate and designed for the proposed building. Permits from DEP where acquired for water, sewer, and NO1. Past Performance Experience — Similar Projects City of Sanford NEWKIRK Professional Consulting Services ENGINEERING INC. RFQ 17/18-33 Cornerstone Grove GEOSAM Capital US Project was completed March "I! Port Orange, Florida (Venetian Bay)LLC 2017, Pol Africano, PE on time and within budget. 386-506-5754 Construction completed December 2017. Cornerstone Grove development consists of 16 Quad-Plex • Budgeting and Scheduling staff and inspectors Buildings with 4 units per building and 64 units overall on a 13.0 Public Involvement acre PUD zoned property. Site access will be provided from a . Civil Design full directional driveway connection and a right -in and right -out . Neighborhood Meetings driveway connection on Hidden Lakes Drive. Two (2) internal o Presentations at Planning Board and City Council driveway are extended to the west property line for future meetings connection to the future Yorktowne Boulevard roadway ® Coordination with FDOT and sub consultants extension. • Review/address comments from all agencies Permitted to construct a storm drain collection system and master wet detention pond system. The master wet detention pond system will provide water quality for the proposed planned unit development, inclusive of all residences, roadways, common parking areas, and pervious open areas. The stormwater system is designed for 8.41 acres of land with 4.72 acres of impervious surface and 0.64 acres of wet pond surface. The master wet detention pond is designed to provide 1.480 Ac - Ft of treatment volume (1.475 Ac -Ft required with OFW). The entire treatment volume is designed to bleed through a Suntree Nutrient Removing Filtration System (NRFS-4-8) designed to provide 2.0 -inches of filtration depth. The system provides 80% load reduction of Nitrogen and 95% load reduction of Phosphorus. The hydraulic analysis was performed using the modeling program 'EPANET', which was developed by the United State Environmental Protection Agency. All utilities were coordinate and designed for the proposed buildings. Permits from DEP where acquired for water, sewer, and NOI. kil Past Performance Experience - Similar Projects City of Sanford NEWKIRK Professional Consulting Services ENGINEERING INC. RFQ 17118-33 St. Johns River to Sea FDOT District 5 Contract Amount: $708,906.00 - _ Jr Loop Trail Eliode Joseph, PE On-going. New Smyrna Beach, Florida 386-943-5388 Start Construction 2022. °µ . FDOT FIN: 439864-1-32-01 i- . • • -• -. • "M... . . This project includes approximately 1.25 miles of multi -use trail . Budgeting and Scheduling staff and inspectors along Myrtle Avenue starting from 10th Street to SR 44. The . Public Involvement scope of work for this project includes reconstruction of the . Civil Design existing 8 -foot sidewalk to provide a 12 -foot wide multi -trial. . Neighborhood Meetings The construction of the wider trail will require right of way . Presentations at Planning Board and City Council acquisition, drainage improvements, utility relocations, and meetings. safety enhancements. • Coordination with FDOT and sub consultants • Review/address comments from all agencies US 92 Pedestrian FDOT District 5 Contract Amount: $17.4 million Improvements Paul Wabi, PE 2015-2016 FDOT FIN: 434871-1-62-01 386-740-3594; This design -build project involved construction of a new Bradley Bauknecht served as the construction project prefabricated pedestrian bridge over US 92, new 124 wide manager and supervised the consultant CEI staff, sidewalks, intersection improvements including new pedestrian consisting of as many as 11 field inspectors, a crossings and audible pedestrian signals, and construction of a contractor support specialist, associate project closed pipe drainage system to replace the existing roadside administrator, project administrator, and senior project ditches, as well as multiple aesthetic upgrades including engineer. He was integrally involved with engineering landscaping and fencing. The project required significant decisions, oversaw significant contract change coordination between CEI, design -build firms, FDOT, utilities, negotiation efforts with the contractor, and coordinated International Speedway Corporation, and numerous many design changes with the department. Mr. businesses throughout the corridor. Bauknecht served as the project engineer and his responsibilities included oversight of the project, budget, and public involvement. 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. Pro ectName: CEI Group 165, Wekiva Parkway, FDOT Fin: 24020 .. 0-2-52-01 Type of Project/Service: Construction Engineering Inspection Address: Wekiva Parkway 7A, Sanford, Florida Contracting Agency/Client: Florida Department of Transportation, District 5 Contact Name and Phone #: Jeff Oakes PE 407-278-2735 Contact Email Address and Fax #: 'eff.oakes@dot.state.fl.us Contract Amount: $151.2 million Date Work Performed: 2018 - 2022 Project Name: St. Johns River to Sea Loop Trail FDOT FIN: 439864-1-32-01 Type of Project/Service: Design Address: New Smyrna Beach, Florida Contracting Agency/Client: Florida Department of Transportation, District 5 Contact Name and Phone #: Eliode Joseph, PE CPM 386-943-5388 Contact Email Address and Fax #: eliode.joseph@dot.state.fl.us Contract Amount: $708206.00 Date Work Performed: 2017 - 2022 Project Name: Redesign Yorktowne Boulevard Type of Project/Service: Design Address: Port Orange, Florida Contracting Agency/Client: Ci of Port Orange, Florida Contact Name and Phone #: Tim Burman 386-506-5675 Contact Email Address and Fax #: tburman@port-orange.org Contract Amount: $100,000.00 Date Work Performed: 2017 - 2018 Project Name: Granada Pointe Type of Project/Service: Design Address: Ormond Beach Florida Contractin Agency/Client: Holub Development Contact Name and Phone #: Paul Holub 386-677-7617 Contact Email Address and Fax #: holubdev@aol.com Contract Amount: $100,000.00 1 Date Work Performed: 2015 - 2017 Project Name: Orange Counly Gag Segment 2 FDOT FIN: 436433-1 Type of Project/Service: Design Address: Orange County, Florida Contracting Agency/Client: AnthonyMiller Contact Name and Phone #: 386-943-5530 Contact Email Address and Fax #: anthony.miller@dot.state.fl.us Contract Amount: $2,000,000.00 1 Date Work Performed: 2018 - 2022 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford Professional Consulting Services RFQ 17/18-33 FN]#MNEWKIRK ENGINEERING, INC. CIVIL ENGINEERING - TRANSPORTATION - CEI - LANDSCAPE ARCHITECTURE Proiect Approach A. Newkirk Engineering, Inc. (NEI) is excited for the opportunity to contract with the City of Sanford to provide engineering support services on an as -needed basis. This contract could include small sidewalk reconstruction design efforts to bring existing facilities into ADA compliance, design of new sidewalk or streetscaping enhancements, field condition assessments for various facilities, such as roads, trails, stormwater systems, or utility infrastructure, or many other similar activities. B. The NEI team includes three professional Engineer's with diverse backgrounds and experiences, one registered Landscape Architect, two engineering interns, three drafters, and a CTQP certified field inspector. Currently, our professional engineering staff has approximately 50% full time availability, our Landscape Architect has 75% availability, our Engineering Intern staff has greater than 50% availability, our drafting staff has 50% availability, and we have 50% availability for our field inspector. Our office is well supported, all printing is performed in house and all staff are provided with cutting edge computer resources. Autodesk AutoCAD and Civil 3D software, Bentley Open Roads Designer, ICPR 3 and ICPR 4, Ponds, BlueBeam REVU, and many more engineering specific software programs are available to our entire team and allow NEI to complete tasks accurately and efficiently. C. Newkirk Engineering offers the following services a. Roadway/Highway Design • Our staff has extensive experience in design of roadway and highway construction plans for FDOT and local agencies. All roadway or pedestrian improvement projects performed by NEI will be led by Tyler Malmborg, PE. Mr. Malmborg began his career at FDOT and is intimately familiar with the challenges faced on typical projects, such as fitting curb ramps within available right of way, etc. He is experienced at finding affordable solutions to unique challenges and will work directly with City staff to ensure that project designs meet overall goals, schedule, and budget. Mr. Malmborg will be supported by two members of the drafting team and one of the engineering interns in completion of these task items. b. Civil Site Design • Led by Harry Newkirk, PE, NEI's civil site design team has experience with design of small to very large site and subdivision projects. Mr. Newkirk's expertise in site design includes municipal utility improvements, master stormwater systems, subdivision plat design, as well as design of all on-site improvements. Mr. Newkirk will serve as the City's point of contact for all site -design projects. c. Landscape Architecture Design • Mr. Richard Poore, RLA will lead all landscape design activities for this contract. With 43 -years' experience in the industry, Mr. Poore has seen and done it all. Mr. Poore will work closely with City staff to ensure that aesthetic visions are understood, as well as budgetary and maintenance limitations. His experience i 11kilamo M • • l�f�I ;„ ,,�'%ti..� % /J /.....� II ,.r� .111! »�a,..�ip r %/��l°•,,,,:,,�,� f�.,a�„ �w��n,,. ,,� �f� � Ir �o�r/fI' ��/r, ,%Ilr.. rlrl ; l �>Ill lal,%`a!,,,l,"ir,, includes design of municipal parks, streetscape designs, site landscape designs, as well as nursery management and much more. Mr. Poore will manage all internal production efforts and is supported by our entire drafting staff as needed. d. Construction Engineering and Inspection • Newkirk Engineering's' proven approach to a project begins with the assemblage of a unified team that shares the philosophy of delivering a project safely, on time, within budget, and in compliance with the contract documents. The Newkirk Engineers team is prepared to provide all required services to the City in accordance with the project manual. Partnering: As part of our ongoing practice, Newkirk Engineering emphasizes the importance of establishing and maintaining relationships among all project participants. This basic philosophy, coupled with clear and consistent lines of communication, creates the foundation for successful project development, execution, and closure. Newkirk Engineering sees this project and its multi - stakeholder nature as the very reason for a "partnering" concept; it requires more than just typical CEI operations, but intimate involvement with ongoing construction progress, issues, and overall coordination between the community, contractor, City, and the County. It is our goal to work as a cohesive team with all stakeholders by respecting and understanding all interests operating within compliance of the contract documents while delivering a product that satisfies our client's expectations. Documentation Control and Organization: One of the key responsibilities for the CEI component of this project includes accurate and complete documentation. Daily construction monitoring through daily work reports will be recorded by each inspection staff member for their respective operation as required. Inspectors will also collect operation -critical documentation such as FDOT level backfill compaction (density) records and other tracking items. Our inspectors will be tasked with other miscellaneous items such as verification of erosion control monitoring and maintenance of traffic monitoring throughout the life of the project as required. All required inspection documentation will be collected by Newkirk Engineering's' administrative staff and shared with the City at the desired intervals. Similarly, our administrative staff will ensure that items such as approved shop drawings, material submittals, and RFIs required for accurate field operations will be distributed to inspectors for verification of deliveries and material installations. Constructability: As part of our service, Newkirk Engineering will support the City to ensure early vetting of potential issues with design plans and constructability. Understanding the City's personal interest in this project makes it important to have a thorough review of the design plans, supplemental specifications, and technical special provisions. Potential conflicts within contract document language, as well as physical conflicts within the design(s), can be identified and an anticipated plan of action can be implemented. This may not be possible since aspects of this project FN]#MNEWKIRK ENGINEERING, INC. CIVIL ENGINEERING - TRANSPORTATION - CEI - LANDSCAPE ARCHITECTURE have been "Let" prior to CEI involvement, however, the review of the project documents is still necessary to provide early recognition of areas prone to subjective interpretation. Bid Package Review; This project will be best served with a proactive construction team that has a proven resume of projects, open communication, effective problem - solving methods, flexibility, and experience mitigating unforeseen costs and lost time. Newkirk Engineering can assist in reviewing the schedule of value cost allocation in submitted packages, perform "scope leveling", and help identify "scope gap" among contractor bids. We consider this to be one of the most important tasks in preparation for project commencement since potential claims can often be identified during this exercise. e. Field Condition Assessment • While employed by FDOT Mr. Malmborg led multiple teams responsible for providing field condition assessments of existing facilities, as well as providing lists of mitigation or correction strategies for noted deficiencies. Each proposed correction will include an estimated cost, provided benefits, and any potential drawbacks that should be considered. Our teams experience working both as a consultant to FDOT and for FDOT will allow us to better serve as an extension of the City's staff in finding affordable lasting solutions. D. The NEI team has regular availability in our schedules to provide fast response times to the City. As soon as task information is made available, our team will begin a scope assessment effort to determine all necessary activities required to successfully complete each project task. Within 1 -week of initial notification our tasks project manager will meet with City Staff to discuss the anticipated scope of work, delivery schedule, design and construction budgets, as well as any project specific or stakeholder concerns that need to be considered. Following this meeting our team will work closely with the City's project manager to negotiate final task scope and design fee so that there is no lost time between task identification and our teams start of work. The diverse experiences of our team's staff will allow for thorough vetting of project scopes. E. The NEI team has stayed on the cutting edge of both technology and project management techniques. Our experience has taught us that many projects have unique issues requiring unique solutions. We will continue to look outside of the box and beyond the solutions to resolve project challenges. Inspired by FDOTree on FPID 439864-1, St. John's River to Sea Loop Trail, our team is designing a breathable pavement base to protect a Historic Live Oak that the trail will meander around. Another great example is Mr. Malmborg's involvement with District 5's pedestrian MOT pilot using attendants and temporary curb ramps on SR -400 Beville Road in 2016. Mr. Malmborg was also responsible for innovative solutions to provide additional clearance to the Winter Park Sunrail bridge, as well as a restriping design that improved traffic flow at the SR 414 and US 17-92 interchange (eliminating the need for bridge widening). A. Insurance Requirements - Attachment B B. Conflict of Interest - Attachment C C. Non-Collusion/Lobbying Certificate - Attachment D D. Drug Free Workplace - Attachment E E. Acceptance of RFQ Terms - Attachment F City of Sanford Professional Consulting Services RFQ 17118-33 F. Addenda Acknowledgement - Attachment G G. Corporate Standing and Authorized Signatories - State Certificate - Attachment H H. W9 I. GSA SF -330 Form - Part II J. Additional Forms K. Addendums #1 - 4 TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Requirements Contract Exceeds Contract does not Exceed Contract does not Excee COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000, 30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability shall include- Bodily Injured Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following: $ 1,000,000 General $ 500,000 General owned, leased, hired, non -owned $ 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate A re ate 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 Any 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 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. AFFIAN SIGNATPIE Tyler Malmborg, PE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF Volusia The foregoing instrument was executed before me this .,� day of 20 tg , by '(`nom as of tJ eaZW\,r Y— E �(�� to , who personally swore or affirmed tha he/she is authorized to execute this document and thereby bindorporarion, and who is personally known to me OR has produced as identification. JOIENE N. KNIGHT Commission O FF 96tA91 Expires Febmry 16, 2020 (stamp) =''fo�'��ec 8=WTtuuTroy Fain lnsurance600395.7019 pft- i • ' • a • 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 `W'Failure to submit this form may be grounds for disqualification of your submittal'W City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 'i S.ki4 O D Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the Vice President of Newkirk Engineering, Inc. with a local office in [Insert Title] [Insert Company Name] Ormond Beach, Florida and principal office in Ormond Beach, Florida B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIA4 SIGNAT Tyler Malmborg, P Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF Volusia The foregoing instrument was executed b fore me this .J)U' day of Q3 0—``6 , 20 ka, by hn lex mc�� mb6�c�, as of who personally swore or affirmedthane/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. r Y JOtENf N. KNIGHT * Comftionn#FF961091 , • ' ExDf %F"a"y 16,rren 2020 N PUBLIC, State of (stamp) °FT?oe tiondedThwTtoyF;;h$ce80M&171119 AND SUBMIT WITH YOUR RFQ RESPONSE lv'Failure to submit this form may be grounds for disqualification of your submittal"0 City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 S ORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE 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 Newkirk Engineering, Inc. whose business address is [Name of entity submitting sworn statement] 1230 N US Highway L, Suite 3, Ormond Beach, Florida 32174 and (if applicable) it's Federal Employer Identification Number (FEIN) is 46-1973253 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Tyler Malmbori; PE . C. My name is Tyler Malmborg and my relationship to the above is Vice 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, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachm t ?", Non -C Busion/Lobbying Certification, is truthful and correct at the time of submission. Ic AFFIAN'YSIGNATtkE Tyler Malmborg PE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF Volusia The foregoing instrument was executed before me this t' day of �� 20 (9. by lCl:� \2 c M0.\rnbcs as V l c-&- of ' c 1 tt C, who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the rporation, and who is personally known me OR has produced as identification. ; i;Y?; AENEN.KNIGHT eomml ft#FF96i09i - q' EzpkesFeWM16,2020 N T �PL&C,�tate o _ r'� ° Borated Th Tr I* ktsuw ae 800,W7019 (stamp) �ORft�.., Troy rrmsr D SUBMIT WITH YOUR RFQ RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal"W City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 S ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract III 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. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachlt "E" Drug- �yee Workplace orkplace Certification, is truthful and correct at the time of submission. AFFIAMF SIGNATW Tyler MaImborg, PE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF.Volusia The foregoing instrument was executed before me this day of IjUk" 20 Q, by ::J�Xipc (y\p_Ly-n1-,oc5-,-c - V\ k, who as \An N I )r- of ag-&VNjR XP C - !p :e. AQ� 'dAn personally swore or affirmed that he she is —authorized to execute this document and thereby bind the (foip&Iation, andwhois personally known to me OR has produced as identification. JOLENENANIGHT Commission IFF960i g, Exphs febmary 16,2020 NO PUBLIC, State of (stamp) woamaws 7"00 jT!�V EWnWTkuTtoyF*k=w=8WM5-70i9 W:08W-25 270,9 )mTrI sUBMIT WITH YOUR RFQ RESPONSE — (if applicable) TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Price Proposal and Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The 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: Newkirk Engineering, Inc. Mailing Address: 1230 N US Highway 1, Suite 3, Ormond Beach, Florida 32174 Telephone Number: 386-872-7794 � V kq� AuthorizW Signatory Vice President Fax Number: n/a E-mail Address: Tyler Malmborg, PE Printed Name Title Date STATE OF Florida COUNTY OF Volusia FEIN: 46-1973253 The foregoing instrument was executed before me this 3b` day of 20 __L!�) by let 4'rt,.trnbcn� ash )iC o_ {�rCJ�&Qy1 of J Qau ifl�Fslnal(12E'_ftl1 who personally swore or affirmed that h she is authorized to execute this document and thereby bindidle Corporation, and who is personally known�to ne OR has produced as identification. NOIAWPUBLIC, State of� (stamp) PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 12' Failure to submit this form may be grounds for disqualification of your submittal"'' 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 Addendum No. 2 Addendum No. 2 Addendum No. 3 Addendum No. 4 Dated: June 5, 2018 Dated: June 11, 2018 Dated: Tune 11, 2018 Dated: July 20, 2018 Dated: July 26, 2018 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: Newkirk Engineering, Inc. Mailing Address: 1230 N US Highway 1, Suite 3, Ormond Beach, Florida 32174 Telephone Number. 386-872-7794 AuthoriMd Signatory Vice President Title Fax Number: n/a E-mail Address: term@newldrk-engineering.con Tyler Malmborg, PE Printed Name Date FEIN: 46-1973253 PLEASE COMPLETE AND SUBMIT WITH YOUR. RFQ RESPONSE CV'W. .]—n +- —16-1+ fm�»anv tan rra+n»aaao f-- A:—.-Hrnn+:.a...af v�aaa• oaaia.�ai�4ni� City of Sanford ( Finance Department ( Purchasing Division CITY OF 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 =;E SWORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "H" Organizational Information The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation, B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "Il", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Newkirk Engineering, Inc. Mailing Address: 1230 N US Highway 1, Suite 3, Ormond Beach, Florida 32174 Telephone Number: 386-872-7794 ,1_ — — Authoiqzed Signdory Vice President Title Fax Number: n/a E-mail Address: Tyler Malmborg, PE FEIN: Printed Name Date 46-1973253 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"10 TYPE OF ORGANIZATION lease place a check mark (✓) next to applicabletype) Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 1230 N US Highway 1, Suite 3 Ormond Beach, Florida 32174 Federal I.D. or Social Security Number 46-1973253 By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "Il", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Newkirk Engineering, Inc. Mailing Address: 1230 N US Highway 1, Suite 3, Ormond Beach, Florida 32174 Telephone Number: 386-872-7794 ,1_ — — Authoiqzed Signdory Vice President Title Fax Number: n/a E-mail Address: Tyler Malmborg, PE FEIN: Printed Name Date 46-1973253 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"10 Form VW M (Rev. November 2017) Department of the Treasury Internal Revenue Service M Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov1FormW9 for Instructions and the latest information. 1 Name (as shown on your income tax return). Name is req Newkirk Engineering, Inc. 2 Business name/disregarded entity name, if different from on this fine; do not Give Form to the requester. Do not send to the IRS. 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check only one of the 4 Exemptions (cods apply only to following seven boxes. certain entities, not Individuals; see instructions on page 3): ❑ Individuai/sole proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership ❑ Tniat/estate single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C --C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box in the One above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC it the LLC Is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC Is code any) another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see Instructions) ► 6 Address (number, street, and apt. or i 1230 N US Highway 1, Suite 3 6 City, state, and ZIP code Ormond Beach, FL 32174 NPO" to wco t: mW, &?Wd Mft,* trw US.) Requester's name and address (optimal) MjMM Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number, later. However, for a FM -M — resident alien, solo proprietor; or disregarded entity, see the instructions for Part !, later. For otherentities, it is your employer identification number (EIN). if you do not have a number, see Now to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Moyer mortification number Number To Give the Requester for guidelines on whose number to enter. M I���� 4 6 — 1 9 7 3 2 5 3 Under penalties of perjury, i certify that: 1. The number shown on this form Is my correct taxpayer identification number (or i am waiting for a number to be issued to me); and 2,1 am not subject to backup withholding because: (a) i am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding; and 3. 1 am a U.S, citizen or other U.S, person (defined below); and 4. The FATCA code(s) entered on this fort (if any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part ii, later. Here I �' n: 1A 4 � , �. o N , L -x _ ► ala 1a01p General Instructions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form.W-9 and its instructions, such as legislation enacted after they were published, go to www.1rs.gov1FormM. Purpose of Form An individual or entity (Form W-9 requester] who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSM, individual taxpayer identification number {ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, Including (hose from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross pis) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. !f you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form Wil -a (Rev. 11-2017) ARCHITECT -ENGINEER QUALIFICATIONS 1 1. SOLICITATION NUMBER (If any) PART 11- GENERAL QUALIFICATIONS (If a finn has branch offices. complete for each specific branch office seekina work.) 2a. FIRM (or Branch Office) NAME Newkirk Engineering, Inc. 3. YEAR ESTABLISHED 2013 1 4. UNIQUE ENTITY IDENTIFIER 067507655 2b. STREET 1230 North US -Highway 1, Suite 3 5. OWNERSHIP a. TYPE Corporation 2c. CITY Ormond Beach 2d. STATE FL 12e. ZIP CODE 32174 b. SMALL BUSINESS STATUS SBE 6a. POINT OF CONTACT NAME AND TITLE Tyler Malmborg, PE, Vice President 7. NAME OF FIRM (if Block 2a is a Branch Office) I 6b. TELEPHONE NUMBER 386-872-7794 6c. E-MAIL ADDRESS ltylerm@newkirk-engineering.com 8a. FORMER FIRM NAME(S) (if any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER 2 _ CIO Commercial Bldg; Shopping Center 60 Transportation Engineer 1 H09 Hospital and Medical Facilities I H10 Hotels & Motels 1 H11 Housing 1 101 Industrial Bldg; Manufacturing Plant 1 L03 Landscape Architecture 1 L06 Liohtina (Exteriors: Streets 1 r%imimumL r%vc;r%PA%:;r_ f-r%vrr_001UNML SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (insert revenue index number shown at fight) a. Federal Work 1 1 u. nun-reuem VVUfK c. Total Work +; 4 R11 I Canals& Flood Control I S13 Storm Water Handling& Facilities 2 Z01 Zoning; Land Uses 1 1 PROFESSIONAL SERVICES REVENUE INDEX NUMBER 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S AND ANNUAL AVERAGE REVENUE EXPERIENCE FOR LAST 5 YEARS a. Functionc. Code b. Discipline Number of Employees (1) FIRM (2)BRANCH a. profile Code c. Revenue b. Experience Index Number (see below) 08 CADD Technician 4 A05 Airports, Navaids; Lighting; Fueling 1 12 Civil Engineer 2 _ CIO Commercial Bldg; Shopping Center 1 15 Construction Inspector 2 C18 Cost Estimating 1 39 Landscape Architect I H07 I Streets. Airfield Pavina. Parkina lots 1 1 60 Transportation Engineer 1 H09 Hospital and Medical Facilities I H10 Hotels & Motels 1 H11 Housing 1 101 Industrial Bldg; Manufacturing Plant 1 L03 Landscape Architecture 1 L06 Liohtina (Exteriors: Streets 1 r%imimumL r%vc;r%PA%:;r_ f-r%vrr_001UNML SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (insert revenue index number shown at fight) a. Federal Work 1 1 u. nun-reuem VVUfK c. Total Work +; 4 R11 I Canals& Flood Control I S13 Storm Water Handling& Facilities 2 Z01 Zoning; Land Uses 1 1 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 8. $10 million to less than $25 million 4. $500,000 to less than $1 million 9. $25 million to less than $50 million 5. $1 million to less than $2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE 1 �2� The foregoing is a statement of facts. a. WUNA I VW V b. DATE -7 130 18 c. NAME AND TITLE 0'rAk1r%A6r'k C^nlkA %,%A IMMI 61nf%4&% nA^-C L- City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 CITY of Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 A OCONSULTANTS COMPETITIVE FIN.k DEPARTMENT NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Section 00435-3 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act (CCNA) Professional Consulting Services. B. This sworn statement is submitted by Newkirk Engineering, Inc. whose business address is [Name of entity submitting sworn statement] 1230 N US Hwy 1, Suite 3, Ormond Beach, FL 32174 and (if applicable) it's Federal Employer Identification Number (FEIN) is 46-1973253 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 593-42-6842 C. My name is Tyler Malmborg and my relationship to the above is Vice President [Please print name of individual signing) D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: 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]. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Public Entity Crimes Statement Section 00453-3, is truthful and correct at the time of submission. �� /�h / AFFIAAT SIGNA Tyler Malmborg PE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF Volusia The foregoing instrument was executed before me thisday of :.�_ 20 1S , by "r- o, s. asyiCQ Pc -a\ c -. \- of ..i icy- .n \nG who personally swore or affirmed that he/she is authorized to execute this document and thereb bind the Corporation, and who is personally known to me OR has produced as identification. �,;pYP •• JOIENE N. KNIGHT Camm(ssaaiFF961091 OT Y PUBLIC, State of Arlo fi ;.. (stamp) _ :;,` Expires February 16, 2020 Beaded That Troy Fain Maurice800.385.7019 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE '3" Failure to submit this form may be grounds for disqualification of your submittal`O 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. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Newkirk Engineering, Inc. Proposer/ idder t'/ -7-30-;LO)e Signatur6 of Authdrized Representative (Affiant) Date Tyler Malmborg, PE Vice President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Volusia STATE OF FLORIDA - n 2,0 \ On this _V"' day of, 20, before me, State of Florida, personally appeared 7-,t ie -- whose name(s) is/are subscribed to the acknowledge that he/she/they executed it. the undersigned Notary Public of the M aJ_rr'm \00V"'_ within instrume and he/she/they WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. 11 (Not(ry fublic in and for the County aS� State Aforementioned) SEAL My commission expires: (.Q , 2026 JOLENE N. KNIGHT Commission f FF 961091 a::ae Expires February 16, 2020 `•`};w Bonded ThNT(oyFain hSuwceM385•T019 00438-2 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE "Failure to submit this form may be grounds for disqualification of your submittal'°' rrK(i-s!A�4A L4 - 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 Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Newkirk Engineering, Inc. Name ofBidder 44�zx , . -->0 0� —j Signature'of Authorizepepresentative Date Tyler Malmborg, PE Vice 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 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM CITY OF {Ski4FORD r' FINANCE DEPARTMENT SECTION 00452 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. 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? N (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? N (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? N (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. Newkirk Engineering, Inc. Firm So - 2.01,3 Signature of Tyler Malmborg, PE Vice President Printed or Typed Name and Title of Authorized Representative RFQ 17/18-33 CCNA-Professional Consulting Services Due July 31, 2018 at 2:OOPM 00452-1 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM TITLE: PROFESSIONAL CONSULTING SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, ___partnership, _LLC, X corporation _trade or fictitious name under which you do business and the address of the principal place of business: Newkirk Engineering, Inc. 1230 N US Hwy 1, Suite 3 Ormond Beach FL 32174 The correct name of the Company is: Newkirk Engineering, Inc. a. FEI/EINNumber 46-1973253 b. Trade Mark Name 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation February _1, 2013 b. State of Incorporation Florida c. Chief Executive Officer — Name and Title Harry Newkirk PE, President d. Vice President Name Bradley Bauknecht PE, Tyler Malmborg PE e. Secretary's Name f. Treasurers Name g. Name and address of Florida Resident 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? 5 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. Florida Corporation Doc. No. P13000011572, Engineering License No. 30209, Landscape Architecture License No. LC26000584 Complete Attachment "J" Reference form and submit with the Proposal as reference. THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE CITY IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROWS QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE CITY TO RE`JE�CT T E BID OR PROP SAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. AFFIAN'PSIGNATifRE Tyler Malmborg PE Typed Name of AFFIANT Vice President Title STATE OF Florida COUNTY OF Volusia The foregoing instrument was executed before me this �� day of 00 i( , 2C ,b by ��Y�CILMY D3c-, as�4c o �_ 5� c�°�1ir of 13c��a�1�=`c=1� En irjo , ' c--�, who personally swore or affirmed that hLtAhe is authorized to execute this document and theregy bind the orporation, and who is personally known to me OR has produced as identification. ci JOLENE N. KNIGHT Commission 6 FF 961091 (stamp) = ' 4 E*m Febroary 18, 2020 •Fog., Bonded Thru Troy Fain Hwur =800.385.7019 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal"'r' City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA ADDENDUM #1 A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "F" Additional Information. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IFB 17/18-33 Professional Consulting Services- (CCNA) Newkirk Engineering, Inc. Name of Firm/Company 1230 N US Highway 1 Street Address 386-872-7794 Telephone Number Tyler Malmborg Authorized Person Printed Name � � 'h�z Autho 'zed Per n Signature tylerm@newkirk-engineering.com Contact Email Ormond Beach, FL 32174 City, State, Zip Code Fax Number Vice President Authorized Person Title -7-38-z©1s Date of Signature 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: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. Il. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Information. d. GSA Form SF -330 has been broken down in sections, please follow Section S 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) Newkirk Engineering, Inc. tylerm@newkirk-engineering.com Name of Firm/Company Contact Email 1230 N US Highway 1 Ormond Beach, FL 32174 Street Address City, State, Zip Code 386-872-7794 Telephone Number Tyler Malmborg Authorized Person Printed Name �4 *Iky - Authorized Person Signature Fax Number Vice President Authorized Person Title 7-3o-z©ls Date of Signature �z„t�S1ftlJ -ter J � ly (. thi i City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 ( Fax: 407-688-50211 Email: urehasin sanfordfl. ov #3 RF(Q 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) 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 5 for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Newkirk Engineering, Inc. Name of Firm/Company 1230 N US Hwy 1, Suite 3 Street Address 386-874-7794 Telephone Number Tyler Malmborg, PE Authorized Person Printed Name Authorized Person S gnature tylerm@newkirk-engineering.com Contact Email Ormond Beach, FL 32174 City, State, Zip Code Fax Number Vice President Authorized Person Title -�-30 -zo18 Date of Signature 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 (CCN) 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) Newkirk Engineering, Inc. Name of Firm/Company 1230 N US Highway 1 Street Address 386-872-7794 Telephone Number Tyler Malmborg Authorized Person Printed Name V� Authorized Person Sign re tylerm@newkirk-engineering.com Contact Email Ormond Beach, FL 32174 City, State, Zip Code Fax Number Vice President Authorized Person Title Date of Signature City of Sanford Professional Consulting Services RFQ 17/18-33 0