Loading...
2033 RFQ 17/18-33 SGM EngineeringV ¢ST.ifb�� Thursday, December 20, 2018 °y a m,n .. row. Ti r-, . , �: x I , 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 ❑ Special Instructions: Li,v� 13ojavo z.i jeer From SharePoint_Finance_Purchasing_Forms - 2018.doc Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD SGM ENGINEERING, INC. FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this 3k 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 SGM ENGINEERING, INC., a Florida corporation, (hereinafter referred to as the "CONSULTANT") whose address is 935 Lake Baldwin Lane; Orlando, Florida 32814. 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 1 (Page services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the 2 1 P a g e CONSULTANT and shall promptly provide the CITY with a copy of the CONSULTANT's response to each such request. (g). IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CMC, 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 Ag reem enVMod ifi cation. 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. _31Page Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONSULTANT, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the CITY and THE CONSULTANT have executed this instrument for the purpose herein expressed. Attest: THE CITY OF SANF WiM6 L. Colbert, Es e' City Attorney SIGNATURE BLOCK FOLLOWS: 4 1 P a g e Attest: i1 c Witnes,9# 1 Signature Printed Narne:-4L,/xe'- W*t6ess # 2 SigffA re nted Narne� Fri THE CONSULTA T By: 7e,/�� Ghulam R"Shahnami President and sole corporate officer Dated: 5 1 P a g e SGm,,A ENGINEERIN MEI' CONSULTING ENGINEERS F July 31, 2018 Marisol Ordonez The City of Sanford- Finance Department- Puchasing 300 North Park Avenue, Suite 243 Sanford, FL 32771 RE: RFQ #17/18-33 Professional Consulting Services Consultants Competetive Negotiation Act Dear Ms. Ordonez and Members of the Selection Committee, SGM Engineering is pleased to present our qualifications for the City of Sanford's RFQ No. 17/18-33 Professional Consulting Services Consultants Competetive Negoiation Act. We would like to be considered for Architectural and Engineering Design Services. Our firm was established in 1991 as a Minority Business Enterprise (MBE) and an S Corporation chartered by the Florida Department of State. Today, we possess 27 years of experience with continuing contracts providing maintenance, remodeling, renovation, and construction of mechanical, electrical, plumbing, and fire protection systems. We specialize in local government facilities, particularly in regards to HVAC and plumbing, lighting, fire protection, construction administration, and QA/QC. We are confident that you will find our team to be knowledgeable and experienced, just as our track record has proven over the past 27 years. SGM supports the best interests of the City by ensuring that projects will be completed energy -efficiently, on time, within budget, and considering the safety of City residents and staff. More than 90% of our workload is contracted through repeat clients, proving our dedication to meeting and exceeding the Owner's Project Requirements. Having extensive experience in the field, specifically in the sector of municipalities, we have formed a deep understanding of the complex factors that contribute to the success of a project. We understand the sensitive nature of working on occupied campuses, the necessity for safety and advanced planning, and the importance of construction phasing to accommodate the City's schedule. WHY SGM? • 20 years experience with City, County, and State Municipalities • Over 2,500 similar projects and task orders Over 100 years combined experience with MEP/FP continuing contracts . Adequate resources and experience to handle multiple projects concurrently, on a schedule and budget that meets the City's expectations Our team's thorough knowledge and experience in the field fully encompasses all aspects of Mechanical, Electrical, Plumbing, and Fire Protection Engineering. Below, we have outlined just some of the many areas of expertise our — engineers possess in the MEP/FP disciplines. MECHANICAL: SGM's Mechanical Engineers have experience in the design of mechanical systems including, but not limited to, fire protection systems, all types and sizes of HVAC systems, high temperature hot water boilers, piping, fluid systems, chilled water, compressed gas systems, elevators, hoists and cranes, specialized mechanical equipment, direct digital controls (DDC), and programmable logic controllers (PLC), as well as facilities to house the mechanical equipment. ELECTRICAL: SGM's Electrical Engineers are skilled in the design of medium and low -voltage AC power systems, uninterruptable power systems, computer power conditioning, grounding, lightning protection, lighting, emergency power, hazardous area electrical installations, control and monitoring systems, security installation to mass public densities, CCTV, CATV, fire alarm and detection systems, voice evacuation, cable tray systems, cuulrnunicatiouas systcrlas, communications Premise wiring, electronic security systems (FSS), and intercom sy,tenas dcsigncal/installed per national and local codcs. NUMBING/1.11: SGM;, Plumbing lingincers have the ability to design domestic:, water systems, hot water return systems, equipment and fixture identification, sanitary drainage systems, storm drainage piping, liquid propane/ as Systems, and boilers. Our fire protection areas of expertUse include fire suppression requirements natural g (light, ordinary, ;and extra hazard classifications); wet. dry, deluge and pre action systems: backflow prevention Mid metering spetifI ations; and f is flow tests (static, residual, ;and flow), Ability to Tiake un Additional Work _. We have evaluated our current workload over the tinaefranac of this contract and determined that we have the resources to immediately begin work on these assign meats. Our W,1111 monitors our workloads oil a monthly basis, providing ample time to review project statuses and adjust as°orkloads as needed. By monitoring ,and projecting workloads from 6-12 months, SGM is always able to maimaul an adequate workforce for every project without taxing our staff. Safety and Security `llie titan members assigned to this project are already cleared through FDLE background claecks and 1l -verification. SGM is a drug free workplace and has a policy in Place for drug and alcohol testing verification. N-Ve greatly appreciate your time and consideration Sanford in the upcoming weeks. Sincere t f Tony Shahnami, Ply, I -F, CxA, CES, CHS -Ill President, SGM Engineering, Inc. Mid we look forward to hearing back from the City of ........... ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) Professional Consulting Services (CCNA) (Sanford, FL) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER 6129/2018 117/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Tony Shahnami, President 5. NAME OF FIRM SGM Enqineerinq, Inc. 767-5188 8. neerina.com C. PROPOSED TEAM (COmDlete this section for the Drime contractor and all kev subcontractors.) D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑✓ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330 (REV. 8/2016) CA (Check) 2 Wz >Zo Cr 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a U) SGM Engineering, Inc. 935 Lake Baldwin Lane MEP/FP Engineering Orlando, Florida 32814 a. ✓ ❑ CHECK IF BRANCH OFFICE KMF Architects 1401 Edgewater Drive Architecture b ✓ Orlando, FL 32804 ❑ 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. 8/2016) CA Subconsultants SVMA ENGINEERING" MEP CONSULTING ENGINEERS E. RESUMES OF KEY PERSONNEL PROPOSES} FOR THIS CONTRACT (Compseto one Section_6 for each key person) 113 ROLETHIS ACT i 14 YEARSEXPERIENCE � 3a TOTAL ib uvaTH CURRENT FIRAs Tony Shahnami, PE, CxA, CES, CHS -111 )e !Principal in Char 39 27 -1$FIR&{ NAME ANOJ` L�vATt(;NN�:ty and Stere)~ SGM Engineering, Inc (Orlando, FL) W EDUCATION (OOereo and Spocow',:abon) i 17 CURRENT PROFESSIONAL REGISTRATION (Slate andOrscipan0) I BS in Mechanical Engineering, University of Miami ° PE- FL #41204- Mechanical (registered in 37 additional states), ACG Certified Commissioning Authority IS OTHER PROFESSIONAL OUALIFICATIONS (Publications. Orpnnilnaona rraln;nit, Awards, Of,-) Mr Shahnami is a registered Professional Engineer with 35 years of experience in the mechanical, electrical, IAQ, and plumbing fields. Mr. Shahnami's background includes developing, designing and managing MEP plans for public facilities. 18 RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 5 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (It applicable) City of Orlando Police Dept. Metrowest Substation Build -Out (Orlando, FL) 2014 2014 (3) BRIEF DESCRIPTION (Snot scope, size. cost, o(c) AND SPECIFIC ROLE Check it protect performed with current firm t v ! 3. Principal in Charge. SGM provided mechanical, electrical, plumbing, fire protection, and life safety services for the design build of this Orlando Police Department Substation Build -Out. This project, performed under a continuing contract, involved an existing single -story bank structure of approximately 3,000 SF of floor space and 21 parking space (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (it applicablel Riviera Beach City Hall HVAC Replacement (Riviera Beach, FL) 2013 1 2013 b. (3) BRIEF DESCRIPTION (Snotscope. size, cost. etc) AND SPECIFIC ROLE 0 Check it project performed with current firm Principal in Charge. GM was hired to replace the HVAC system at the City Hall in Riviera Beach which was built in 1980. The previous system was outdated and inefficient, causing energy bills to increase by 60%. SGM provided a field investigation, including testing of the existing systems before determining a reduction in HVAC systems was necessary. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Jacksonville's Main Library Retro -Commissioning (Jacksonville, FL) 2014 2014 C. (3) BRIEF DESCRIPTION (Brief scoper size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm Principal in Charge. SGM was selected as a prime consultant by the City of Jacksonville to address major energy issues with the existing HVAC system in their downtown Main Library, which is the largest in the state at 300,000SF. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Golf Channel Headquarters Phase I Renovation (Orlando, FL) 2013 2013 cl (3) BRIEF DESCRIPTION (Snefscope, size, cost, etc) AND SPECIFIC ROLE Q Check it project performed with current firm Principal in Charge. The Golf Channel selected SGM Engineering to provide Engineering services for the Phase 1 Renovation. The project included consolidating approximately 17,000SF of office space into its headquarters in Orlando. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (lfappticable) Orange County Courthouse Evidence Relocation Room (Orlando, FL) 2013 2013 e. (3) BRIEF DESCRIPTION (Briefscope, size, cost, etc.) AND SPECIFIC ROLE a Check if project performed with current firm Principal in Charge. SGM provided MEP/FP engineering services for the evidence room relocation within the Orange County Government Courthouse. SGM's scope of work included full system design including, but not limited to, access control, CCN, voice/audio, and intrusion detection systems. STANDARD FORM 330 (REV. 8/2016) PAGE 2 5 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (CollIPIWO 0110 SoCtiofI E tar €11101 koy perNon ) 12 NAME 0 ROI. t: iN IHIS CONTRACT � td YEARS CXPERI€:NC(: 1:TOF,AL b �11CURJFI_14T FIRS§Mark Escott, PE, CxA, LEED AP Project Manager 2s 3 15 FIRM NAME AND LOCATION (Cety and State) SGM Engineering, Inc_ (Orlando, FL) IO EDUCATION (Dogree and SpactaLtarron) 17 CURRENT PROFESSIONAL REGISTRATION (State and O+sciparne) BS in Electrical Engineering, University of South Florida PE- FL #50737- Electrical, ACG Certified Commissioning Authority, US Green Building Council LEED Accredited Professional 18 OTHER PROFESSIONAL OUALIFICATIONS (Pubheaoons 019anl70aons. rrainino Awards, ate) Mr. Escott has 28 years of experience in electrical engineering and is well versed with conducting studies and analyses pertaining to Electrical Arc Flash, system coordination, and life cycle and cost economics. 19 RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Orange County Sheriffs Complex Photovoltaic System, (Orlando, FL) PROFESSIONAL SERVICES CONSTRUCTION Of applcablo) 2012 2013 (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc.) AND SPECIFIC ROLE rf Check it project performed with current firm 8. Project Manager/Electrical Engineer. The scope of this project was to provide a 37 kilowatt, roof -mounted photovoltaic system located above the covered parking area of the Orange County Sherriffs Complex. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Riviera Beach City Hall HVAC Replacement (Riviera Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION(Ifapphcabla) 2013 2013 (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm t) Electrical Engineer. SGM provided a field investigation, including testing of the existing systems before determining a reduction in HVAC systems was necessary. Cost: $325,000 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Orlando Police Department Metrowest Substation Build -out (Orlando, FL) PROFESSIONAL SERVICES CONSTRUCTION (ttapplicable) 2014 2014 (3) BRIEF DESCRIPTION (Brief scope. size, cost. etc.) AND SPECIFIC ROLE a CheCk if project performed with current firm C. Project Manager/Electrical Engineer of Record. SGM provided mechanical, electrical, plumbing, fire protection, and life safety services for the design build of this project, located in Metrowest, Orlando. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED City of Chipley Street/Site Lighting (Chipley, FL) PROFESSIONAL SERVICES CONSTRUCTION (ffapplicabla) 1 2013 2013 (3) BRiEF DESCRIPTION (Briefscope, size, cost etc.) AND SPECIFIC ROLE []✓ Check if project performed with current firm d Project Manager/Electrical Engineer. SGM Engineering provided engineering design services to retrofit LED street lighting, as well as a solar powered traffic signal for the City of Chipley. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Barnett Park Recreation Center (Orlando, FL) 2016 2016 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE Check if project performed with current firm e. Electrical Engineer. SGM provided MEP services for the design of a new 15,300 SF gymnasium that connected to an existing building. The design included all new MEP/FP, fire alarm, and audio/technology systems. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Comp/oto ono $oc_Uon B for 0001 koy porSon ) t2 NAME (13 ROLE IN Tt11S CONTRACT � � � ! � -14 YEARS cvnaoIr-nn Bobby Shahnami, PE. CxA, LEED AP BD+C Senior Mechanical Engineer ?5 FIRM NAME AND L(`CATION (ryand Sl4r&) GM Engineering, Inc. (Orlando, FL) 4 —F,DUCATtON (Oegroo 4rtd Spouatrraaon) _ _ < . BS in Mechanical Engineering, Master of Business Administration, University of Central Florida a TOT AL.....,.,_.,.�,_.m.lb �W 17 CURRENT PROFESSIONAL REGISTRATION 1Sfat& andWcipane) PE- FL #78419- Mechanical, ACG Certified Commissioning Authority, LEED Accredited Professional Building Design and Construction _..__. !8 OTHER PROFESSIONAL QUALIFICATIONS (Pu>ucetrons. Org4ntaaons. rrainino, Awards e.ett) Mr. Shahnami is a registered Professional Engineer with 19 years of experience in the mechanical engineering field. to PFI PXIANT PRr) IGr TR ��, .,,.�ti, �...n., r.rr ,.�.�. �unw awt�c, arcs. �wr. erc.t ruvv Jr G�.r]'t�. KVLt e. Check if project performed with current firm Mechanical Engineer. SGM was hired to provide the enhanced commissioning for the design and construction of a 25,500 SF Public Safety Facility located in the City of Hollywood Beach. Photovoltaic panels, low -flow plumbing fixtures, CO2 monitoring and energy efficient equipment were specified to meet the LEED requirements. STANDARD FORM 330 (REV. 8/2016) PAGE 2 7 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Hollywood Beach Community Center (Hollywood Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION (1/appacable) 2016 2016 (3) BRIEF DESCRIPTION (anal scopo. size, cost, etc) AND SPECIFIC ROLE Check if project perlormod with current firm a. Mechanical Engineer. As the prime consultant, SGM Engineering provided professional mechanical and electrical engineering services for the design and replacement of five water source heat pumps that serve the Community Center. (1) TITLE AND LOCATION (City and Slate) (2) YEAR COMPLETED Riviera Beach City Hall HVAC Replacement (Riviera Beach, FL) PROFESSIONAL SERVICES CONSTRUCTION (if applrcabta) 20132013 lo (3) BRIEF DESCRIPTION (Snelscope, size, cost, etc) AND SPECIFIC ROLE 0 Check if project performed with current firm Mechanical Engineer. SGM was hired to replace the HVAC system at the City Hall in Riviera Beach which was built in 1980. The previous system was outdated and inefficient, causing energy bills to increase by 60%, SGM provided a field investigation, including testing of the existing systems before determining a reduction in HVAC systems was necessary. (1) TITLE AND LOCATION (City and Slate) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) City of Orlando CNG Maintenance Building (Orlando, FL) 2016 2016 C. (3) BRIEF DESCRIPTION (Bdef scope. size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Mechanical Engineer. As a part of a MEP Engineering Continuing Contract with City of Orlando, SGM was hired to provide full A&E Services for the design of a 70' x 80' pre-engineered metal building. The CNG (compressed natural gas) maintenance facility is for the City's fleet of CNG refuse trucks. (1) TITLE AND LOCATION (City and Stale) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (llapplicable) Public Safety and Public Works Conversion (Riviera Beach, FL) 2016 2016 () (3) BRIEF DESCRIPTION (Bnefscope, size. cost. etc.) AND SPECIFIC ROLE a Check if project performed with current firm Mechanical Engineer. SGM provided MEP/FP Engineering for the conversion of a vacated office and warehouse into a Public Safety/Public Works Complex. Renovations include police operations, fire station, administrative, and EOC. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Hollywood Public Safety Facility (Hollywood Beach, FL) PROFESSIONAL SERVICES 2013 i2014 CONSTRUCTION (i1 applicable) ��, .,,.�ti, �...n., r.rr ,.�.�. �unw awt�c, arcs. �wr. erc.t ruvv Jr G�.r]'t�. KVLt e. Check if project performed with current firm Mechanical Engineer. SGM was hired to provide the enhanced commissioning for the design and construction of a 25,500 SF Public Safety Facility located in the City of Hollywood Beach. Photovoltaic panels, low -flow plumbing fixtures, CO2 monitoring and energy efficient equipment were specified to meet the LEED requirements. STANDARD FORM 330 (REV. 8/2016) PAGE 2 7 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Cornp(olo ono Socrion E tot each koy parson ? 12 NAME 13 ROLE IN Justin Mundell, PE, RCDD Senior El 15 rIRM NAME AND LOCATION (Qty and Stat*) SGM Engineering, Inc. (Orlando, FL) 16 r;DUCATION (Dofyeo and Spactaa`zanan) BS in Electrical Engineering, university of Central Florida THIS CONTRACT 14 YEARS EXPERIENCE a TOTAL b WTH CURRENT rIRM ectrical Engineer 16 11 17 CURRENT PROFESSIONAL REGISTRATION (State and 04sctpmo) PE- FL 070700- Electrical, Registered Communications Distribution Designer 18 OTHER PROFESSIONAL QUALIFICATIONS (Pubtxations Organizations, rtainin¢ Awercra 01c) As SGM's RCDD Specialist, Mr. Mundell has 16 years of experience providing designs for a variety of lighting, power and telecommunications projects, including intrusion detection, access control, techniology. CCTV, and fire alarm. 19 RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (it app4cabta) Orange County Courthouse Evidence Relocation Room (Orlando, FL) 2013 2013 (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc) AND SPECIFIC ROLE Check if project performed with current firm L' 1 a. Electrical Engineer. SGM provided MEP/FP engineering services for the evidence room relocation within the Orange County Government Courthouse. SGM's scope of work included full system design including, but not limited to, access control, CCN, voice/audio, and intrusion detection systems. (1) TITLE AND LOCATION (Qty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if appircabie) Golf Channel Headquarters Phase I Renovation (Orlando, FL) 2013 2013 b (3) BRIEF DESCRIPTION (Snet scope, size, cost. etc) AND SPECIFIC ROLE 0 Check if project performed with current firm Electrical Engineer. The Golf Channel selected SGM Engineering to provide Engineering services for the Phase 1 Renovation. The project included consolidating approximately 17,000SF of office space into its headquarters in Orlando. (1) TITLE AND LOCATION (Qty and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (it appilcabte) Orange County Sheriffs Office Photovoltaic System (Orlando, FL) 2013 2013 (3) BRIEF DESCRIPTION (Bnetscope, size. cost, etc.)AND SPECIFIC ROLE QCheck if project performed with current firm C. Electrical Engineer. The scope of this project was to provide a 37kilowatt, roof -mounted photovoltaic system mounted above the covered parking area of the Orange County Sheriffs Complex. The system consisted of 162 photovoltaic modules, 3 inverters, and all feeders, disconnect switches, meters, etc. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (if applicable) City of Orlando Police Dept. Metrowest Substation Build -Out (Orlando, FL) 2014 2014 d (3) BRIEF DESCRIPTION (Bdet scope, size, cost, etc.) AND SPECIFIC ROLE Q Check if project performed with current firm Electrical Engineer.SGM provided mechanical, electrical, plumbing, fire protection, and life safety services for the design build of this Orlando Police Department Substation Build -Out. This project, performed under a continuing contract, involved an existing single -story bank structure of approximately 3,000 SF of floor space and 21 parking spaces. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (it applicable) Indian River County Sheriffs Office CCTV/Access Control(Vero Beach FL) 2014 2014 (3) BRIEF DESCRIPTION (Brietscope. size, cost. etc.) AND SPECIFIC ROLE Q Check if project performed with current firm e. Electrical Engineer. This scope of this project consisted of the installation of three CCTV 360 degree surveillance cameras. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Comp/010 0110 Socttolt E lar oocf) koy potson CONTRACT tk YEARS EXPERIENCE is TOTAL HATH CURRi:NT Firilk! Bili Haygood, PE j Sr Plumbing/Fire Protection Engineer ; 32 I 3 t5 riRM NAW AND LL CATION if,'Fty and Stato) GM Engineering, Inc. (Orlando, FL) B—EDUCATI—ON (t}artrae and SP00a `ral,,o'f ) BS in Mechanical Engineering, University of Central Florida 17 CURRENT PROFESSIONAL REGISTRATION (State and 0,sculane) Professional Engineer FL#38503-Fire Protection t8 OTHER PROFESSIONAL OUALIFI: ATIONS (Pubhcatibns. Orparntahons. rra.nhrq Awards, 6,1-,) Mr Shahnami is a registered Professional Engineer with 35 years of experience in the mechanical, electrical, IAQ, and plumbing fields Mr. Shahnami's background includes developing, designing and managing MEP plans for public facilities 19 RELEVANT PROJECTS STANDARD FORM 330 (REV. 8/2016) PAGE 2 E (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (1fapptxable) OrangeCountyCourthouse Complex Mechanical/FP Upgrade(Qriando, FL) 2018 1 2018 (3) BRIEF DESCRIPTION (Snot scopo. size, cost, etc) AND SPECIFIC ROLE Check it project performed with current firm 8. L'.1 Plumbing/FP Engineer. As the prime consultant, SGM is providing project management; mechanical, electrical and plumbing/FP engineering: subcontractor management; and construction administration services to the 9th Judicial Orange County Courthouse. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Hillsborough County Public Safety Operations Complex (Orlando, FL) 2016 2016 (3) BRIEF DESCRIPTION (Bnel scope, size, cost, arc) AND SPECIFIC ROLE fV Check if project performed with Current firm b. Plumbing Engineer. SGM worked with ADG Architects to provide a brand new facility to replace Hillsborough County's Fire Rescue headquarters and Emergency Operations Center. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION fit applicable) Public Safety and Public Works Conversion (Riviera Beach, FL) lois 2016 (3) BRIEF DESCRIPTION (anal scope, size, cost. etc.) AND SPECIFIC ROLE O Check if project performed with current firm C. Plumbing/FP Engineer. SGM provided MEP/FP Engineering for the conversion of a vacated office and warehouse into a Public Safety/Public Works Complex. Renovations include police operations, fire station, administrative, and EOC. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICESCONSTRUCTION (if applicable) Miami Dade College Freedom Tower HVAC Renovations (Miami, FL) 2017 2017 d (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc.) AND SPECIFIC ROLE Check if project performed with current firm Plumbing/FP Engineer. As part of a MEP Engineering Continuing Contract with Miami Dade College, SGM was commissioned to renovate portions of the building's existing HVAC system while ensuring the structure and humidity control was intact during construction due to the history/artwork within the Freedom Tower. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicable) Broward College Building 47 Renovations (Ft. Lauderdale, FL) 2016 2016 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE Q Check if project performed with current firm r3 Plumbing/FP Engineer. As part of an Architectural Continuing Contract, SGM provided Mechanical, Electrical, Plumbing and Fire Protection Engineering for renovations to several floors in Building 47, located at Broward College's North Campus. The project scope consisted of renovating three floors, including the building's MEP/FP systems. STANDARD FORM 330 (REV. 8/2016) PAGE 2 E 12 12 NAML F RI E' 1`4 f: Joseph H Morgan, AIA '10 iot )5 1 IPM NAMIIr AND I OCA I ION (City and State) KMF Architects; Orlando, FL, 16 FDOCA I'ION (DEGRI F AND SPF-CIA1 IZA 1 ION) 11 CUPRI'NI fl�OV f- SSIONAI RF I RA I I(')N (SI A I F AND BS in (,'orislructson Management DI'5( IPf fNE) AAS in Arc; hitoctural ['rigineerino 10(,,,hnOI(.)gy, Architoct, KY 5792 Univerisity of Cincinnati AIA Kentucky: Architecture 18 011 11-P PROf+SSIONA1 QUAi 1171CA I'IONS (PLAbIlCilt ions, Organizations, "Training, Awards, etc Joe Morgan, AIA is Principal-in Charge and Project Manager at KMF Architects With civer 40 years of expericnce, Joe hail worked on a VI)rl("tY Of prOJOCt tYpOS, including administration conters, educational facilities, munj('�Ipal facilities, hospitals, hotels, (,.hurdles, industrial facilities, housing, postal faciljtie, and laboratories These have ranged from small to Multi Million dollar projects In particular, Joo's Project management in combination with his Cost estimating skills includo conceptual estimac ting, ontract bid estimating, fast trackti construcon estimating, cost trending, and value engineerjn2 19 RELEVANT PROJECTS (1) T 11 t F AND I. OCATION (City and State) (2) YEAR COMPLETED City of Orlando Conuact 2009- 7 I PROVE SSIONAI. —C-O I ONSTRUCTION (if Present; Orlando, FL SVCS 2009 - present I applicable) Varies a (3) BRIEF DF SCRIPTION (Brief scope. size, cost, etc,) AND SPECIFIC ROI. E [A Check it project performed with currant firm KMF' Architects was selected to provide continuing architectural services to the City of Orlando in 2009 and again in 2012. Services include a variety of studies and design projects for City-owned facilities where the construction cost does not exceed $IM and for study activities under $50,000. Mr. Morgan serves as the principal in Charge and project Manager, for this contract. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED University of Central Florida, C-Qntinuin_q_,5eryiCe�5_rQnJr= 2003 PROFESSIONAL I CONSTRUCTION (If - Present; Orlando, FL SVCS 2003 - Present t applicable) Varies ((3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE M Check if project performed with current firm b. KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this time. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study, Business Administration Expansion. Cost varies by project and ranges from $5,000 to $4M+. Mr. Morgan is the Principal in Charge and Project Manager for this contract. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED TORO Water Authority, 2013 - PROFESSIONAL I CONSTRUCTION (If Present; Kissimmee, FL SVCS 2013 - Present I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm C. KMF Architects has provided a variety of services for TOHO Water Authority, including the design of their award winning, 54K GSF Administrative Headquarters. Under contract, KMF also completed their Poinciana Field Services Center, Cypress West Operations Center, design of SCADA Operations Building, and renovation of the Customer Service area at Poinciana. The continuing services projects have a combined budget of over $4M. Mr. Morgan serves as Principal in Charge. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Osceola County, Continuing Services Contract 2012 - Present PROFESSIONAL I CONSTRUCTION (If Kissimmee, FLI SVCS 2012 - Present applicable) Varies d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE El Check if project performed with current firm Projects include a 10,000 SIF conditioned storage warehouse, Patrons Club, Concessions, Electronic Ribbon Signage & Scoreboard, Arena & Exhibition Hall Lighting Replacement, and Arena Control Room Alterations. Mr. Morgan serves as . Principal in Charge. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED Federal Bureau of Prisons-.$.-Qmtb-Qast Region IDIQ Contract 2008 I PROFESSIONAL CONSTRUCTION (if -2013. Location varies by project; Contract based in Atlanta, GA SVCS 2008 - 2013 applicable) Varies e. 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 21 Check if project performed with current firm KMF Architects was contracted to perform multiple renovation and improvement projects under a continuing services contract with the Federal Bureau of Prisons. Representative projects include a historical review and HVAC , replacement. Cost varies. Mr. Morgan serves as Principal and Project Manager. 12 I, 12 NAMF 13 ROLE IN THIS CONTRAC"1 14 YE:"ARS PFftIE:NCE Rodney Bryant, LEER AP , l ` a. TOTAL la WITH Senor Project Manager (A)PRI 1141 f IRM i.` 15 FIRM NAME: AND I OC:A11()N (City and State) KMF" Architects; Orlando, FL, 1( )N (DF GRi':E.i AND SPE CIAI IZAION') i L()lJ("Ali(', 17 C,:"URRE:N I' F R(:)F I �SIONAt R(: C.'al.� ' `..' "�'TPA11C:;aN(STAfE: AND Bachelor of Arch+tercaeire, f loridra A&M University 01S IPF INI.° ) 1, I,_ 1-D AP 18 O1ME;R PRO;'F.`r.iSIONAI_ (' UAt_IFI('AIIONS (Publwations, Oro ani/ations, It ainiracl. Awards, etc: Rodney Bryant is Senior f•>rolecl Manager at KMI� Architects Rodney has worked on a variety of pro)e(.1 types', inr::luclmq c:onforeanc'.e centers, higher ecfcac.ahon. cultural. C;rt(ie',e,.p'aefn)1raistrat iora. 1ncnu0F;a41l avi4ahura, K 12 arid h.EE:D prujvc':isS, 1 hesc proloc:ts have ranged from $180M renovaalions of the Orlando International Airport to minor additions lie has extensive: experiences in design. Sust<am<ability. color, prograr'niTI M), spae:e planning, c:eance:rl�atual dovelopnaent, public presentations, execution of construction documents,aD modolan . and rendering with software inc::ludrnc Autodesk's Revit. 19. REJ E,VANTPROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETE.[) Brevard County Public Schools Continuing Architectural S.eryiC0 PROI`FSSK)NAI.. CONSTRUC1tON (if Contr.a..ci 2017-Present; Rockledge, FL SVCS 2017 • I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, site. cost. etc", ) AND SPECIFIC ROLE 0 Check if project performed with current firm a KMF Architects has completed 14 projects for BCPS in 2016 and 2017 Due to our exemplary work, we have been awarded a three-year continuing services contract with the District Representative projects include: Cocoa High School Castaldi Analysis, Design Standard Upgrades, as well as Security and Fencing Upgrades for 14 schools throughout the District. Cost varies by project and ranges from $5,000-$2M. Mr. Bryant serves as Senior Project Manager, (1) TITL..E. AND LOCATION (City and State) (2) YEAR COMM..ETE:;D PROFE:SSIONAI., C:ONS1 RUCTION (If Osceola County, Continuing _5eryices._C.4n1ract 2012 - Present Kissimmee, FL SVCS 2012 - Present applicable) Varies b. ((3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Chock if project performed with current firm Projects include a 10,000 SF conditioned storage warehouse, Patrons Club, Concessions, Electronic Ribbon Signage & Scoreboard, Arena & Exhibition Hall Lighting Replacement, and Arena Control Room Alterations. Mr. Bryant serves as Senior Project Manager, (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If TOHO Water Authority, Continuing_ ervices .ContLa.ct 2013 - Present; Kissimmee, FL I SVCS 2013 - Present I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm c• KMF Architects has provided a variety of services for TOHO Water Authority, including the design of their award winning, 54K GSF Administrative Headquarters. Under contract. KMF also completed their Poinciana Field Services Center, Cypress West Operations Center, design of SCADA Operations Building, and renovation of the Customer Service area at Poinciana. The continuing services projects have a combined budget of over $4M. Mr. Bryant serves as Senior Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If University of Central Florida, C QntirtWns-$-er-vLqe§—CQn-traL,Ct 2003 - Present; Orlando, FL SVCS 2003 - Present I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE CEJ Check if project performed with current firm d• KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this time. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study, Business Administration Expansion, Cost varies by project and ranges from $5,000 to $4M+. Mr. Bryant serves as Senior Project Manager. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If City of Orlando Continuing Architectural Services Contract 2009- Present; Orlando, FL SVCS 2009 - Present I applicable) Varies e• 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm KMF Architects was selected to provide continuing architectural services to the City of Orlando in 2009 and again in 2012. Services include a variety of studies and design projects for City-owned facilities where the construction cost does not exceed $1M and for study activities under $50,000. Mr. Bryant serves as Senior Project Manager. 13 14 12 NAME 13 ROLE IN THIS CONTRACT 14. YEARS f XP RIL:NCL Eric Oskar Kleinsteuber, AIA, a. TOTAL. 1) WITtI NCARB, LEE D AP BD+(l: Arcjulc ct of Record, Project Management. C:UPP[ N t f IRM Planning, Programinning Inters r 15 Design, Production, Permitting Analy I IS f IRM NAME AND I.f,'XAI ION (City and State) KMF Architects; Orlando, FL,.. I(7 FF)U('A I I0N ('LF GRF F AND SPECIAL I/ATION) I7 (4;URRE N I PPOL F SSIONAt. R1 C)IS IRA I ION (S I A I7 ANO Mw,tc,r of Architoc:ture, U niveisity of L-lorida r � DI1_,>C.IF t.ENF) Ba(:helerr of Design in Architecture:, university of Architect, 1 L A149;5580 Florida LLA 1) AP 131) iC::, NCARB, AIA I, CiTl1f R PRC�iF�F�SSIONAI. OUALIF=ICATIONS (Publications, Cirgani/ations, Iraining, Awaard%, etc ) £T Eric Klei Ao uber Is Principal, Design Oirector and Architect of Record at KMI' Architects Fisc has worked on as variety of project types including 7 these for federal, stater and local nnunic:t:ralities, higher e�duc;ation, cultural, c.,>fhc:;cr/aeJnanairstraticrn, .ludirac I aviation. K 12 and I FLID projects, lhese projects have ranged fron) $180M renovations of the Orlando International Airport to ininor additions. 19 REL.E"WANT PROJECTS (1) TIT[,E AND LOCATION (City and State) (2) YEAR COMPI..ETE:D PROFESSIONAL I CONSTRUCTION (If City of Orlando C.S�nilA jngA[chjYSctUtal_S IY1.r S. .r—onLract 2009- Present; Orlando, FL SVCS 2009 - Present I applicable) Varies a. (;i) BRIFF' DESCRIPTION (Brief scope, size, cost, etc:.) AND SPECIFIC ROL.F' 0 Check if project performed with Current Firth KMF Architects was selected to provide continuing architectural services to the City of Orlando in 2009 and again in 2012 Services Include a variety of studies and design projects for City owned facilities where the construction cost does not exceed $IM and for study activities under $50.000. Mr. Kleinsteuber serves as Architect of Record. (1) TITLE AND L.OCA 'TION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If University of Central Florida, Continuing $ery.ices. Contract 2003 - Present; Orlando, FL SVCS 2003 - Present I applicable) Varies ((3) BRIEF DESCRIPTION (Brief scope, size, cost. (?tc.) AND SPECIFIC ROL.F [A Check if project performed with Currcmt Firm b. KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this hme. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study, Business Administration Expansion. Cost varies by project and ranges from $5.000 to $4M+ Mr. Kleinsteuber serves as Architect of Record. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If TOHO Water Authority, CQntirlstin9._S.e.r_vj..e..,Cszntr.a.t 2013 - Present; Kissimmee, FL SVCS 2013 - Present I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost. etc.) AND SPECIFIC ROLE Cl Check if protect performed with current firm C. KMF Architects has provided a variety of services for TOHO Water Authority, including the design of their award winning, 54K GSF Administrative Headquarters. Under contract, KMF also completed their Poinciana Field Services Center, Cypress West Operations Center, design of SCADA Operations Building, and renovation of the Customer Service area at Poinciana. The continuing services projects have a combined budget of over $4M. Mr. Kleinsteuber serves as Architect of Record. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If Osceola County, Continuinge11r1.S�...C911tLaGt 2012 - Present Kissimmee, FL SVCS 2012 - Present I applicable) Varies d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE Eel Check if project performed with current firm Projects include a 10,000 SF conditioned storage warehouse, Patrons Club, Concessions, Electronic Ribbon Signage & Scoreboard, Arena & Exhibition Hall Lighting Replacement, and Arena Control Room Alterations. Mr. Kleinsteuber serves as Architect of Record. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If Brevard County Public Schools Cgntin_�jing Brchitctural Services Contract 2017 -Present; Rockledge, FL SVCS 2017 -Present applicable) Varies 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm e. KMF Architects has completed 14 projects for BCPS in 2016 and 2017. Due to our exemplary work, we have been awarded a three-year continuing services contract with the District. Representative projects include: Cocoa High School Castaldi Analysis, Design Standard Upgrades, as well as Security and Fencing Upgrades for 14 schools throughout the District. Cost varies by project and ranges from $5,00042M. Mr. Kleinsteuber serves as Architect of Record. 14 15 � M1, 1 12 NAME: I'� dlt f IN I HIS COdTfAC T 14'YEARXPI N(E E�enior Bill Emory s.1a Arc list ec:,turol lochnicion C:,UPPLNI i IRM `i Cl+ 4 i IS I=IRM NAME' AND t 0C:;A'I"i0N (City rind State) KMF Architects; Orlando, FL 16 F DUC:A1l0N (DFGRE"f ANC) SPFC1IAi I/Al'I0N'> 17 CURRFNI' I440I f SSIONAi RFGISfRA1"ION (S'TAI'E ANL) National Drafting Instltutcr U S Army Constru(tion Drafting School Baptist Bible Collei e 18 01HL'F2 (f2(.FE7 SSIONAI_ QUALIF"ICA'TION"S (Publications, Oiganjzahons, Training, Awards, etc:,) Bill Emery is a native of the Midwest and has been engaged in Architectural production for more thin SO years. Prior to I)eglnning his Architecture career, he served with the UnitQ'd States Army. If(, has participate2c) In if)(', production and preparation of a diverr,e rdam�)e of projects in(luding churches, schools, office buildings, rnedic.aal facilities. multi•fafrrrly housing, penal institutions, industrial facilities, and service buildings, Bill's skills include an extesrtsjve background rr) drafting software. including Autodesk Revit, 19 RELEVANT PROJECTS (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROF'E:SSIONAL. CONSTRUCTION (If Osceola County, Continuing Seryices.,Contra.ct 2012 - Present Kissimmee, FL SVCS 2012 - Present applicable) a (3) BRIEF DESCRIPT ION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE:' 61 C:hec.:k it project performed Witt) current firm Projects include a 10.000 SF" conditioned storage: warehouse, Patrons Club, Concessions, Electronic Ribbon Signage & Scoreboard. Arena & Exhibition Hall Lighting Replacement, and Arena Control Room Alterations. Mr Emery serves as Senior Architectural Technician. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL. I CONSTRUCTION (If City of Orlando C ntin.uing Ar_chite!ctLtraf.Servic s_Contra.ct 2009- Present; Orlando, FL SVCS 2009 - Present I applicable) Varies b (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc,) AND SPECIFIC ROLE 0 Check if project performed with current firm KMF Architects was selected to provide continuing architectural services to the City of Orlando in 2009 and again in 2012. Services include a variety of studies and design projects for City-owned facilities where the construction cost does not exceed $1M and for study activities under $50.000. Mr. Emery serves as Senior Architectural Technician. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL. CONSTRUCTION (If TOHO Water Authority, Continuing...5er.Yic.4.% C4ntm;t 2013 - Present; Kissimmee, FL SVCS 2013 - Present applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm C. KMF Architects has provided a variety of services for TOHO Water Authority, including the design of their award winning, 54K GSF Administrative Headquarters. Under contract, KMF also completed their Poinciana Field Services Center, Cypress West Operations Center, design of SCADA Operations Building, and renovation of the Customer Service area at Poinciana. The continuing services projects have a combined budget of over $4M. Mr. Emery serves as Senior Architectural Technician. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If University of Central Florida, Continuing Services Contract 2003 - Present; Orlando, FL SVCS 2003 - Present I applicable) Varies (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE m Check if project performed with current firm d. KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this time. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study, Business Administration Expansion. Cost varies by project and ranges from $5,000 to $4M+. Mr, Emery serves as Senior Architectural Technician. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If Toho Poinciana Field Service; Kissimmee, FL SVCS 2015. applicable) 2015 3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm e• The project consists of space for approximately 20 employees, locker rooms, showers, training areas, as well as a 3,000 GSF storage and vehicle bay workshop. The project also consists of 75 linear feet of covered pipe storage for the Authority. The site features a 15,000 GSF service yard, multiple structured modular push walls for spoils and material storage. These modular walls are re-configurable by the owner with on-site equipment. Mr. Emery served as Senior Architectural Technician. 15 IR 12 NAME 13 1201.E IN THIS CONTRACT 14 YEARS EXPE RIE N('(� n,TO"IAI. I) WITH Justin Jarrolt DCstrdner CURRI N1 f Qtll 1") I'IRM NAMi AND t 0( " 'A I ION (City and State) KMF Architects-, Orlando, FL 16 1�1)UCA I ION (OL( 7R[A:' AND SFT'ClAi IZA I ION) I/ CURW,"N-f PROFFSSIONAI P[(,aI2;:7I1'2ATION(y1AII AN() B,')chefor cof Del,icln in Archit('CtUfe, University of 01S011t INFO C'entral I 10ficla Florida Architecture 18 lrainincl,Awards, etc ) JuStill Jarrett is a Ilorida riative and graduate of the University of Central Florida's Architecture prograin As a recent student, Justin learned the imporU:wce of design and %stairlability WhIlo gainitiq an understanding of it)(" pf,igmatisill associated Nith professional practice He has a%sislecl on if variety of diverse projects, including the renovations of the City elf Orland()'9 FOC, graphic design for The Osceola Heritage Park Aref)d �Jfld r(1-I)LJfp0SJ11<3 if) abandoned bank for Off)C(' USC His skills include an it) depth understanding of 51) rjosign and drafting software sU(h as AutoCAD. Revit and Sketch L)p. as well as theoretic-al .fficient design understanding of space that generates c1ood. e 19. REI EVAN'T PROJECTS (1) TITI E AND LOCATION (City and State) (2) YEAR CO M 1) L E TF1,) PROFESSIONAI. I CONSI RUC T ION (if City of Orlando tr art 2009- Present; Orlando. FL. SERVICES Varies applicable) Varies <1 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPFCIFIC ROI F lyl Cho(k if proje('( 1wirformed with cittrent firm KMF Architects was selected to provide continuing architectural services to the City of Orlando in 2009 and again in 2012 Services Include a variety of studies and design projects for Cityowned facilities where the construction COSt does not exceed $IM and for study activities under $50,000. Mr. Jarrett serves as Designer (1) TIFI.F AND I.00ATION (City and State) (2) YEAR CIOMPL,ETED PROFESSIONAt.. CO CONSTRUCT )ON (If University of Central Florida, CntjnUjf1 a _5_qryj�5..C.qntr.ac.t 2003 - Present; Orlando, FL SERVICES Varies applicablc9 Varies ((3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE to Chock if project performed wilh current f1m1 KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this time. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study, Business Administration Expansion. Cost varies by project and ranges from $5,000 to $4M+. Mr. Jarrett serves as Designer, (1) TITLE AND LOCATION (City and State) -(2) YEAR COMPLETED PROFESSIONAL I CONSTRUCTION (If TOHO Water Authority, 2013 - Present; Kissimmee, FL SERVICES Varies applicable) Varies C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed With current firm KMF Architects has provided a variety of services for TOHO Water Authority, including the design of their award winning, 54K GSF Administrative Headquarters. Under contract, KMF also completed their Poinciana Field Services Center. Cypress West Operations Center, design of SCADA Operations Building, and renovation of the Customer Service area at Poinciana. The continuing services projects have a combined budget of over $4M. Mr. Jarrett serves as Designer. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL I CONSTRUCTION (if Osceola County, Continuing Services Contract 2012 - Present Kissimmee, FL SERVICES Ongoing I applicable) Varies d. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm Projects include a 10,000 SF conditioned storage warehouse, Patrons Club, Concessions, Electronic Ribbon Signage & Scoreboard, Arena & Exhibition Hall Lighting Replacement, and Arena Control Room Alterations. Mr. Jarrett serves as I Designer. (1) TITLE, AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL I CONSTRUCTION (If City of Orlando Emergency Operations Center Renovations Orlando, FL SERVICES 2018 applicable) 2018 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLEO Check if project performed with current firm KMF Architects was contracted by the City of Orlando to perform alterations and expansion of the existing EOC. The e• project includes adding conference space to mirror the existing EOC space for additional responders, adding a break area, adding quiet areas, updates to the existing break area and storage area in generator building. Also included is a study to assess the capacity and possible modifications necessary to upgrade the HVAC system to perform effectively for the additional people and computer loads added in the new EOC and the renovation of the existing one. MEP to anticipate 10 year growth plan. Mr. Jarrett served as Designer. IR 17 llllll ills 12 NAMf� 13 ROLC IN THIS CONTRACT" 14 YEA14S G7(PCIRIENC,„fw a 'TOTAL b WICI-I Stophonlo Doherty ;', - Intenars> ("'URRU N I” IIRM 6 15. FIRM NAME, AND t.00;:ATION (City and State) KMF Architects; Orlando, Fl. 16 F DUC;A'TION (DFGRErl AND SPECIAI.1/A'TIbN) 1'I CURRENT PROFFSSIONAL RFGISTRA'I10N (STATE AND Bachelor of i':rne Arts in interior Design, International DISC:.IPI,INF,) Acadern of De°sia' n & Iechnotoc:T 1£3 OTlifaR PROfFSSIONAI. C' UAIJI-ICATIONS (Publications, Organizations, Training. Awards, etc:.) As a Project llrrsigner Stephanie assists with finish selcI and ordering, maintainuxl the sample library and order,; rind organi"'es samples and products. She also completes necessary AutoCAD work, finish schedules, corrections, corripletes 2-D renderings and small scale 3 D Renderings, and handles Irtansniattals. Stephanio's marketing duties include coordinating Completion of Requests for Oualihcahon. Requests for Faropc Sail and standardization of company marketing doc:uanents 'his caftan requires adhering to strict guidelines, Interfacing Witt) Multiple sub-consultants, and attending I:'>re-and pOMt proposal meetings Stephanie's c. �.ustome;q•service and technical skills un programs such as Adobe Photoshop. Adobe 1nDesign. and Adobe Acrobat are a valuables asset to the marketinc team 19 RELEVANT PROJECTS (1) TITLE AND T OC:A1 ION (City and State) (2) YE,AR COMPLETED PROFESSIONAL. CONSTRUCTION (if City of Orlando .QniltltdLtlg..AL�i1jS�xslLsL..�.�t,Yl@QtltCs3.t 2009- Present; Orlando. FL SERVICES Varies applicable) Varies a. (3) BRIEF::' DESCRIPTION (Brief scope, size, cost, etc,) AND SPECIFIC ROLE 10 C:heek if project pQrf0rm0d with currant firm KMF Architects was selected to provide continuing architecturil services to the City of Orlando in 2009 and again in 2012. Services include a variety of studies and design projects for City-owned facilities where the construction cost doers not exceed $1M and for study activities under $50,000. Ms. Doherty has served as Design Assistant and Interiors. (1) TITLE AND 1..00ATION (City and State) I C2) YEAR COMPLETED PROFESSIONAL. CONSTRUCTION (if University of Central Florida, 2003 200'3 - Present; Orlando, FL SERVICES Varies applicable) Varies (0) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE gl Check if project performed with current firm h. KMF Architects was awarded a Continuing Architectural Services Contract for the University of Central Florida multiple times since 2003 completing OVER 100 COMPLETED PROJECTS for the University during this time. Representative projects include: AMPAC Laboratory, Library Offices Remodeling, Printing/Copying Facility Study. Business Administration Expansion. Cost varies by project and ranges from $5,000 to $4M+. Ms. Doherty has served as Design Assistant and Interiors. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL I CONSTRUCTION (If TOHO Water Authority Administrative Headquarters; Kissimmee, FL SERVICES 2010 applicable) 2010 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE © Check if project performed with current firm c. KMF Architects was the Architect for the new four story, 54K GSF TWA Headquarters. The facility includes offices, conference spaces, board room, Emergency Operations Center, a bank-like customer service area, and interactive lobby. Using the idea of water as a design element, the facility has been heavily influenced by the state, structure and nature of water. The project recently received LEED Gold Certification. Total project cost was $13M. Ms. Doherty served as Design Assistant. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If City of Ocoee Utilities Administration Building; Ocoee, FL I SERVICES 21 1 applicable) 2008 d• (3) BRIEF DESCRIPTION (Brief scope, size. cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm 3,100 SF administrative building has three restrooms, a shower, a small kitchen/breakroom area, one large executive office, seven smaller offices, a copy and mail area as well as storage. Total project cost was $380,000. Ms. Doherty served as Design Assistant. (1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED PROFESSIONAL CONSTRUCTION (If City of New Smyrna Beach Police Station; New Smyrna Beach, FL SERVICES 2010 applicable) 2010 (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLEO Check if project performed with current firm. e KMF Architects provided site evaluation, comprehensive programming, planning, architectural and interior design, and construction administration for the new 28,OOOSF, $6.2M, Police Station. The new facility includes a fitness area, office facilities for Officers and Detectives, a crime lab, record storage, evidence storage, storage for seized and stolen property, and temporary holding facilities for men, women and juvenile offenders. Ms. Doherty served as Design Assistant. 17 SGM has not been found liable in any litigation regarding building design or commissioning work in the 27 years of the firm's history. This firm has the highest possible ranking by Professional Liability Insurance carriers and has never been found liable in a court suit or for any projects or Government entities. Additionally, SGM has not been involved in any projects in the past 10 years, or in the 27 years of our existence, where litigation has resulted in liquidated damages, penalties, liens, defaults, or cancellations of contracts were imposed, sought to be imposed, threatened, or filed against SGM. SGM Engineering, Inc. certifies that we are financially stable and we have the necessary resources, human and financial, to provide the services at the level required. ** Please find the official letter from our financial institution enclosed under separate seal as it is confidential information. SGMEN-1 , L R CERTIFICATE OF LIABILITY INSURANCE DAnrtiTE oj,>n4nY) L nano/�n�1 a 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(iss) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 321-445-1117 CONTACT Kristin McIntosh NA PHONE 321-445-1117 FAX 321-445-1076 No. Ext): JCJ Insurance Agency 2208 Hillerest Street Orlando, FL 32803 _(A/C. _ _ ,_,___—__._.__ __._.-- ffl , certs@jc�Ansurance.com Mark E. Jackson _ INSURER 5 AFFORDING COVERAGE ___. NAIC A INSURER A: Charter Oak Fire Ins Co 25615 INSURED SGM Engineering, Inc. INSURERB.Travelers Indemnity Co. 25658 935 Lake Baldwin Lane INSURERC: Travelers Casualty & Surety Co 19038 Orlando, FL 32814 INSURER D: Security National Insurance Co 33120 pAMAGE TO RENTED S _1,000,000 MED,EXP �An�one_person)_, S 5,00 0 INSURER F 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 TYPE OF INSURANCE '�DDLwqn , UBR wvnPOLICY NUMBER POLICY EFF POLICY EXPITR QnnrrfYyI LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE a OCCUR Y 680-2.1774323 07/06/2018 07/0612019 pAMAGE TO RENTED S _1,000,000 MED,EXP �An�one_person)_, S 5,00 0 -----... - - - -- 2,000,000 PERSONAL &ADV INJURY $ 4,000,000 HEN'L AGGREGATE LIMIT APPLIES PER: .GENERAL AGGREGATE _ S POLICY u PES LOC PRODUCTS-COMP/OP AGG S 4,000,000 Emp Ben. S 2,000,000 OTHER: i COMBINED SINGLE LIMIT cci ent 1,000,000 S B AUTOMOBILE LIABILITY BODILYINJURY_(Peryerson)_ X ANY AUTO BA-OG879957 07106/2018 07/0612019 __ OWNED SCHEDULED AURTEOS ONLY AUTNOS BODILY INJURY Per accident S P�tOacEGRdTY DAMAGE S p X AUTOS X AUTOS ONLY ONLY 4 B UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5 4,000,000 AGGREGATE s 4,000,000 HX EXCESS LIAB CLAIMS -MADE CUP-OG887946 07/0612018 07/06/2019 DEDX RETENTIONS 10,000 C I WORKERS COMPENSATION XPER �5T9TL1TE-_ AND EMPLOYOTH- ERS' uaeal7Y Y / N UB -4458T67-6 07/06/2018 07/06/2019 ___LEB.._. E.L. EACH ACCIDENT ...__-._.____ 1,000,000 S ANY PROPRIETOR/PARTNER/EXECUTIVE gqP�FICER/MEIMg�� EXCLUDED? u txmndatory NIA y E.L. DISEASE_EA EMPLOYE 1.000,000 S Ifyes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1,000,000 5 D Professional Liab SES1663415 04/0812018 04/08/2019 Per Claim 5,000,000 Claims Made Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, AddiBonal Remarks Schedule, may be attached it mora space Is roquirod) FLAT777 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Bidding Purposes Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED_ REPRESENTATIVE '/'') ACORD 25 (2016103) lcJ T'JBts-GUTO H�.Vrtu �.vrcrvrtr+ I Iv1Y. wr nyuw rascr vcu. The ACORD name and logo are registered marks of ACORD Business C S G M ENG Business L 935 LAKE E ORLANDO, % CITY OF 0 R L A N D 0 PERMITTING SERVICES Local Business Tax Receipt City Hall, 400 South Orange Avenue, First Floor Post Office Box 4990 Orlando, Florida 32802-4990 Phone: 407.246.2204 Fax: 407.246.3420 Email: BusinessTax@cityoforlando.net Prompt! Interactive Voice Response System: 407.246.4444 Visit our website: cityoforlando.net/permits Year NOTICE -THIS TAX RECEIPT ONLY EVIDEI PAYMENT OF THE LOCAL BUSINESS TA) TO CH.205, FLORIDA STATUTES. IT DOE' THE HOLDER TO OPERATE IN VIOLATIOt STATE, OR FEDERAL LAW. CITY PERMIT NOTIFIED OF ANY MATERIAL CHANGE TI INFORMATION FOUND HEREIN BELOW, ' DOES NOT CONSTITUTE AN ENDORSEMI APPROVAL OF THE HOLDER'S SKILL OR COMPETENTCY. Case Number: BUS -0004465 Issued Date: 07/22/2018 % CITY OF 0 R L A N D 0 PERMITTING SERVICES Local Business Tax Receipt City Hall, 400 South Orange Avenue, First Floor Post Office Box 4990 Orlando, Florida 32802-4990 Phone: 407.246.2204 Fax: 407.246.3420 Email: BusinessTax@cityoforlando.net Prompt! Interactive Voice Response System: 407.246.4444 Visit our website: cityoforlando.net/permits Year E'. (.AAI PLS PKLJJt:U I Z$ WHIUM I=U I ILILLr.`9 i KA I t PKLrPLIZ5CtJ I ERNS 5 20 i XAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Prosont as ninny profocts its roquestod by tho ngoticy, or 10 pto)octs, it not spocibod 2 C0r7)D10(0 0110 Soction ,~ for 0nch ptoioct ) Lake County Public Works 323 & 350 (Leesburg, FL) 22 YEAR COMPLETED PROFESSIONAL. SERVICES CONSTRUCTION (11 epgacarke) 2017 23 PROJECT OWNER'S INFORMATION it PROJECT OWNER b POINT Or CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Lake County Government I Dave Burgess tlov 352-516-4220 24 BRIEF DESCRIPTION Or PROJECT AND RELEVANCE TO THIS CONTRACT (include scoPd W1e and Coal) SGM Engineering, Inc was tasked with evaluating the entire building for deficiencies of the HVAC equipment and controls for the overall occupant comfort. SGM performed all set -vices above while acting as the commissioning agent. SGM furthered acted as the Engineer of Record for this project In the design of the mechanical system in order to remedy all of the Issues. Cast of Project: $280,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 812016) PAGE 3 22 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and Stale) (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 STANDARD FORM 330 (REV. 812016) PAGE 3 22 e7AMP TT—PfR0—JCC-YS-M1tH 8M ILLUSTRATE PROPOSED TEAM's 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Prosont as f nany projocts as (0quostod by tho agoncy. of 110 prolocts. if not spocitiod 3 CL­E-X—N6 tOCAYION (Cily and St4to) Corry tofu ono Suction F tot, ouch prLocl) .. 22 YEAR COMPLETED Lake County Health Department Building 'PROFESSIONAL SERVICES CONSTRUCTION fit ajaptcabio) (Leesburg, FL) 2017 23 PROJECT OWNER'S INFORMATION c POINT OF CONTACT TELEPHONE NUMBER a Lake County Government Dave Bura8SS dD.f9e5*G4hK4C0UnTYfl OOV ---1--352-516-4220 PROJECT OWNER b Paw or CONTACT NAME 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include SCCPv Wre and C060 SGM Engineering, Inc was tasked with evaluating the entire building for deficiencies of the HVAC equipment and controls for the overall occupant comfort SGM performed all services above while acting as the commissioning agent. SGM further aced as the Engineer of Record for this project in the design of the mechanical system in order to remedy all of the issues Cost of Project: $245.000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 23 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE SGM Engineering, Inc. Orlando, FL MEPIFP Engineering a. — (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. 23 F. EXAMPLE PROJECT5 WHICH UL5 I ILLUb I KA I t: FKUI'U71t:U 1 t:ArA Zi 20 FXAAiPLEPROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER fProsonl ns many pfoJOCIS 03 (0quostod by Iho a f)CY, of 10 projocts, it not Spocthod Corn Toto ono Soction F for ooch ptojocl) 4 ntylyci. AN tocA'fioN (Cityand Start') 22 YEAR COMPLETED DMS WMFE Radio Antenna (Orlando, FL) PROFESSIONAL SERVICES CONSTRUCTION (11appbcabl*) 2017 1 2018 23 PROJECT OWNER'S INFORMATION PROJECT OWNER D POINT OF CONTACT NAME C POINT OF CONTACT TELEPHONE NUMBER Florida Department of Manactement Christine Shafik 1(805) 487-11309 1 24 GRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Inctudo scopo =0 and cost) SGM was responsible for replacing the aged antenna equipment, cabling. supports, etc for the WMFE Radio Antenna. The Department of Management services uses this antenna for emergency broadcasting SGM utilized a subconsultant that was a company specializing in broadcast engineering. Cost of Project: $300,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 5 1 ANUAKL) I-VKM -JJU (KtV. ?51ZU-10) VAUt: J 24 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc Orlando, FL MEP/FP Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE b. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE C. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE d. — (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE e. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. 5 1 ANUAKL) I-VKM -JJU (KtV. ?51ZU-10) VAUt: J 24 F. EXAMPLE PKUJtf;T3 b HIGH WtZiI ILLUbIKATft 1`KUFL)Z5tU ItAM Z$ 29 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Ptosor)l as many pro)octs as roquostod by iho ago/icy, or 10 pro{octs, if not spocthod Com Toto ono Soction F for ouch project) 11 1 LE ANO l A I N ( ,ty Bmf rarer) 22 YEAR COMPLE TED Orlando Veteran Affairs Design -Build Coating Tower Addition PROFESSIONAL SERVICESCONSTRUCTION (11 apraacoWo) (Orlando, FL) Zola 2015 23 PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAMEc POINT OF CONTACT TCLEP14ONC NUMBER U S Department of Veterans Affairs I Frank Wales (321) 239-5068 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (tnUuda acopo arta and cost) As part of the design -build team, 5GM Engineering was the Engineer of Record for the design & construction of an additional cooling tower at the Orlando Lake Baldwin Campus along with miscellaneous upgrades completed inside the Central Energy Plant (CEP) The CEP consisted of repainted interior walls, repainted epoxy flooring and safety lines, designed additional overhead lighting and reinsulated selected supply lines The Cooling Tower matched the existing towers at 650 ton. 2000 GPM and 25 horse power. The newly installed tower has the proper manifold to run with two other towers. The additional cooling tower provided cooling In the summer months to support any downtime for either existing tower for maintenance or unforeseen conditions. Cost of Project $1.1 Million 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 51ANUAKU FUKM 33U (KtV. 8/21LI115) PAGE 3 25 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (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. 51ANUAKU FUKM 33U (KtV. 8/21LI115) PAGE 3 25 r. rZAAIYSI .r. I'KVJt:C. I Z� Wrlli,,rl Or -0I IL.LUa I KA I t VKVi'VZIt:U I CAM ZI M EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Prosont as many pro)octs as roquostod by tho agoncy or 10 protects if not spociflod Com tato ono Soction F for anch er2oct) 6 !I YIYLEAND L A told ( itydnd late) 22 YEAR COMPLETED Central Florida Expressway Authority Backup Data Center Design -Build PROFESSIONALSERVICEs CONSTRuCnoN(rraapkr) (Orlando, FL) 1 2016 23 PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAMEc PONT OF CONTACT TELEPHONE NUMBER Central Florida Exoresswav Authority I Steve Corrow (447)628-4353 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Includa scot o suo 41wcost) SGM was the AIE Project Manager and Engineer of Record for a design -build, backup data center for the Central Florida Expressway Authority In Orlando, FL. The services provided included the design and constructiOtti of a backup data center consisting of a computer room to house redundant computer hardware for toll operations and ITS. The facility has two 150kW natural gas generators for full redundancy, two 120kVA UPS's, two computer room air conditioners (CRAC), an FM200 fire protection system, and hot aisle containment system. Facility security included a Lenel access control and CCN system. The site telecommunications include the Central Florida Expressway network along with AT&T. The new center was constructed at the site of the Hiawassee Mainline Toll Plaza. SGM was responsible for managing the Architect, Structural, and Civil Engineer as sub -consultants. Cost of Projects: $1.2 Million 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 26 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (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 8. (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE f. STANDARD FORM 330 (REV. 8/2016) PAGE 3 26 QUALIFICATIONS FOR THIS CONTRACT (Prosor)t as many projacts as roquostod by tho agoncy, or Pd projocts, it trot spoc)tiod Com /oto Ono Soction F for oach rO act 71 I L - AN L6ZAT16N (01y and S1810) 22 YEA Fire Station N84e HVAC replacement PROFESSIONAL SERVICES (Christmas. FL) 2016 23 PROJECT OWNER'S INFORMATION 'O CWAPLE PROJrCT KEY NUMBFR 7 :OMPLCTED :ONSTRUCTION (118ppkabl0) a PROJECT OWNER b POINT OF CONTACT NAMC Ic POINT OF CONTACT TELEPHONE NUMBER OranOe County Government Sam Shine_ (321) 298-1765 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (fnclud0 acopa stmt and cast) Fire Station 1184 is a typical Orange County Fire Station, consisting of apparatus bays, sleeping quarters, offices, restrooms, locker rooms, kitchen, and a specialty room, in addition to standard spaces, Fire Station #84 also contains a Decon Room, outdoor storage, gear storage, EMS storage, and a systems roam. SGM was hired to provide commissioning during design, installation, testing and occupancy phases to ensure the new HVAC system worked efficiently and followed the design intent. Our team commissioned two 5 -ton Carrier infinity heat pumps with scroll compressors. Additionally, we modified the sequence of operation to meet the design criteria. Cost of Project: $225,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT 27 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE SGM Engineering, Inc. Orlando, FL MEP/FP Engineering a (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. 27 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 ExAaRPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Prosont as many p(o/octs as roquostod by tho agoncy, or 10 pro)octs, if not spociflod Comploto ono Soction F for ooch pro'oct) 8 21 YIYL9 AN6 L A t N (city and tate) 22 YEAR COMPLETED CNG Maintenance Building PROFESSIONAL SERVICES CONSTRUCTION (d appacat>ht) (Orlando, FL) 2015 2018 23 PROJECT OWNER'S INFORMATION a PROJECT OWNER b POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Citv of Orlando Lindsav Gordon 1(407) 243-3677 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (tnctudo scope sae and cont) As a part of a MEP Engineering Continuing Contract with City of Orlando, SGM was hired to provide full A&E Services for the design of a 70' x 80' pre-engineered metal building to include five maintenance bays and a P.A.D.S. (Portable Asset Decontamination System) chamber. The CNG (compressed natural gas) maintenance facility was for the City's fleet of CNG refuses trucks Through the City's Green Works Initiative, Orlando partnered with TECO Peoples Gas to provide the infrastructure for new solid waste vehicles that operate on cleaner fuel and help reduce energy and transportation costs. Also included in the building was an Ancillary space for an equipment room supporting the P.A.D.S. chamber. The CNG maintenance building included a break room, storage room, restrooms, and a hallway entrance. SGM was the Prime Consultant / A&E Project Manager. We were also responsible for managing subconsuitants handling the Architectural, Civil, and Structural design. 5,600SF Cost: $525,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8/2016) PAGE 3 28 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (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. 8/2016) PAGE 3 28 F. R CTS TR T iPciL A 2C EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER 1Prosont as many pro/oc(s as roquostod by rho ogoncy, or 10 p+ajocts, it not spoetitod - Corn Toto ono Soction F for oach ro oct) 9 21 TITLE ANO LOCA N ( fty and tatol 22 YEAR COMPLETEO Orange County Government Continuing Contract PROFESSIONAL SERVICES CONSTRUCTION (it a( cats) - (Orlando, FL) 2013.2016: 2012 -Present 23 PROJECT OWNER'S INFORMATION a PROJECT OV,1NER b POINT OF CONTACT NAMEc POINT OF CONTACT TELEPHONE NUMBER Oranqe Countv Government Sam Shine I(3211 298-1765 24 BRIEF DESCRIPTION OF PROJECT ANO RELEVANCE TO THIS CONTRACT (tnctudo atop site and coat) SGM Engineering, Inc. is currently engaged in a continuing contract with Orange County Government, which has resulted in numerous successful projects, both past and current: • Orange County Courthouse Generator Control Retro -Commissioning Scope: Existing 1995 CUMMINGS generator was at the end of its life -cycle. SGM determined current conditions of the Generator's Master Controls System and provided recommendations to correct deficiencies, upgrade with latest technologies, and maintain code compliance. Project Cost: CX Fee $6,841 Project Size: 1,127,000 sgft Courthouse Orange County Courthouse Complex Upgrades Scope: Provided project management, mechanical, electrical, and plumbing engineering, subcontractor management, and construction administration services. We are upgrading the smoke control system, BAS, Fire Alarm System, HVAC system, and fan powered VAV terminal units. Project Cost: $7 M Project Size: 1,127,000 sgft • Orange County Convention Center LED Digital Sign Electrical Design Scope: Provided design and construction administration services to accommodate the installation of exterior signs ranging from 368 sqft to 450 sqft. All designs included floor plans and elevations illustrating the structural infrastructure, power, communications, and minor architectural modifications. Project Cost: $1.2 M Project Size: 368 to 450 sqft per sign 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 812016) PAGE 3 0 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE t?. (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. 812016) PAGE 3 0 vvn 1u1`1 rJI;;Q# $t.— In^ I r- I IZAAM 0 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as inany projocts as toquostod by tho agoncy, or 10 projects, if not spocifiod Corriploto Ono Socii(of I F for Bach project ) 10 Greater Orlando Aviation Authority Contract (Orlando, FL) 22 YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION (11appacdorp) 20`12 pfoactit I 23 PROJECT OWNER'S INFORMATION a PROJECT OWNER"POINT OF CONTACT NAME 1—"OINT OF CONTACT TELEPHONE NUMBER Greater Orlando Aviation Aulhoritv Jeff Daniels — 1(407) 825-2089 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scoff sizo and cwt) Orlando International Airport- Warehouse 1400 Systems Control Assessment Scorio Canctucteci conriltion assessments of the bult4ing anvalopo (core & 81holl), electrical, plumbing. HVAC, elevators, fire alarm. suppronsion systems, roof, etc We then provided cost, ostinlates and recommendations for replacement, rehabilitation & repair Project Size 189,673 SqFi Project Cost Assessment Fee 539,446 * Orlando International Airport- Blue LED Lighting Report Scope. Provided an engineering report to identify the different available LED lighting fixtures, parking lot photometric, and availability of the utility infrastructure to support replacement of the existing 135 HPS lighting fixtures in the lot Project Size 135 lighting fixtures Project Cost Reporting Fee $5,015 . operations and Energy Star Audit of Satellite Buildings ScopeCertified 10 buildings under Energy Star Rating through site visits and analysis of existing conditions, identifying deficiencies, conduction life cycle cost analysis, and creating service contract recommendations and samples Project Size 10 Buildings Project Cost Auditing Fee $134,195 a Orlando International Airport- V-827 Hyatt Hotel Air Handling Unit & Fan Coil Replacement ScopeProvided mechanical and electrical design services to incorporate new AHUs and FCUs Project Size: Entire Hyatt Hotel Project Cost: Contract Value $57,760 - Remote Screening Facility MEP Design Scope: Provided MEP design services to incorporate a new chilled water system, AHUs, ductwork, and associated controls Project Size: One Envelope Project Cost: $500,000 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT STANDARD FORM 330 (REV. 8)2016) PAGE 3 30 (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE SGM Engineering, Inc. Orlando, FL MEP/FP Engineering (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. 8)2016) PAGE 3 30 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 Tony Shahnami Principal in Charge X X X X X X X X X X Mark Escott Project Manager X X X X X X Bobby Shahnami Senior Mechanical Engineer X X X X X X Justin Mundell Senior Electrical Engineer X X X X X Bill Haygood Senior Plumbing/FP Engineer X X X X X X X Nassi Rahbari Commissioning Authority/CA X X X X X X X X Victor Goykhman QA/QC Manager X X X X X X X X X X 29. EXAMPLE PROJECTS KEY VUMBER TITLE OF EXAMPLE PROJECT From Section F NUMBER TITLE OF EXAMPLE PROJECT From Section F 1 Administration & District MEP Upgrade 6 Central FL Expressway Authority Data Center 2 Lake County Public Works 323 & 350 7 Fire Station #84 HVAC Replacement 3 Lake County Health Department Building 8 CNG Maintenance Building 4 DMS WMFE Radio Antenna 9 Orange County Government Continuing Contract 5 Orlando Veteran Affairs Cooling Tower Addition 10 Greater Orlando Aviation Authority Cont. Contract STANDARD FORM 334 (REV. 8/2016) PAGE 4 31 H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. SGM Engineering, Inc. prides itself on presenting the best skilled team for each continuing service contract. Therefore, we have carefully reviewed the RFQ and the scope that will be required to service this contract throughout the term. Key factors that went into our selection of the proposed team include: • Area of expertise within each discipline • Availability to take on additional work (workload evaluation) • Extensive experience working on municipal continuing service contracts • Team members that have worked together on multiple projects; creating a strong team bond SGM has put together a professional team whose expertise includes over 100 years of collective field experience working on MEP/FP continuing contracts and the unique challenges that come with working on such projects. Their experience covers all required disciplines. This team has worked together in the past on numerous occasions and has proven that we possess the critical communication skills, knowledge, and experience required in order to make the project successful. Our team has completed hundreds of similar projects at various sites across the state of Florida. Additionally, SGM's team is capable of performing multiple projects concurrently. We have evaluated the current workload of our proposed team members over the time frame of this contract, as well as the current workload for the firm overall, and have concluded that we have the necessary resources to begin work on any assignments given by the City of Sanford. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 7/30/18 33. NAME AND TITLE Ghulam (Tony) Shahnami, President STANDARD FORM 330 (REV. 8/2016) PAGE 5 32 Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: Fire Station#84 HVAC Replacement Type of Pro'ect/Service: MEP/FP Engineering Address: 400 E South Street Orlando FL 32801 Contracting Agency/Client: Oran e County Government Contact Name and Phone #: Sam Shine 321 298-1765 Contact Email Address and Fax #: sam.shine att.net Contract Amount: $225,000 Date Work Performed: 2015 Project #2: Project Name: Lake County Public Works 323 &350 Type of Project/Service: MEP/FP Engineering Address: 315 W Main Street, P.O. Box 7800 Tavares, FL 32778 Contracting Agency/Client: Lake County Government Contact Name and Phone #: Dave Burgess 352 516-4220 Contact Email Address and Fax #; dburgess0,lakecoun1yf1.gov Contract Amount: $280,000 Date Work Performed; 2017 Project #3: Project Name: Central Florida Expressway Authority Data Backup Center Type of Project/Service: MEP/FP Engineering Address: 4974 CIRL Tower Road Orlando, EL 32807 Contracting Agency/Client: Central Florida Expressway Authority Contact Name and Phone #: Steve Corrow 407 628-4353 Contact Email Address and Fax #: Contract Amount: $1,200,000 Date Work Performed: 2016 Project #4• Project Name: DMS WMFE Radio Antenna Type of Project/Service: MEP/FP Engineering Address: 4050 Esplanade Way Tallahassee FL 32399 Contracting Agency/Client: De artment of Mana ement Services Contact Name and Phone #: Christine Shafik (805) 487-1309 Contact Email Address and Fax #: 850 922-6149 Contract Amount: S300,000 Date Work Performed: 2017 Project #5: Project Name: Administration and Dist ict NIEP Upgrade Type of Project/Service: MEP/FP Engineering Address: 201 W Burleigh Blvd Tavares, FL 32778 Contracting Agency/Client: Lake County Public Schools Contact Name and Phone #:Craig Jackson 352 253-4172 Contact Email Address and Fax #: iacksonc2 lake.kl2.fl.us Contract Amount: $523,150 1 Date Work Performed: PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 1�0-Failure to submit this form may be grounds for disqualification of your submittal -r" 33 City of Sanford I Finance Department I Purchasing Solicitation'` Division 'Number, CITY of 300 N. Park Avenue Suite 243 2nd Floor Sanford Florida 32771 .RFQ 17!18- 33 � FORD Phone: 407-688-5028, or 5030 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCEDE:PARTMENT Clue,te: NEGOTIATION ACT (CCNA) July, 3 , 01 Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: Fire Station#84 HVAC Replacement Type of Pro'ect/Service: MEP/FP Engineering Address: 400 E South Street Orlando FL 32801 Contracting Agency/Client: Oran e County Government Contact Name and Phone #: Sam Shine 321 298-1765 Contact Email Address and Fax #: sam.shine att.net Contract Amount: $225,000 Date Work Performed: 2015 Project #2: Project Name: Lake County Public Works 323 &350 Type of Project/Service: MEP/FP Engineering Address: 315 W Main Street, P.O. Box 7800 Tavares, FL 32778 Contracting Agency/Client: Lake County Government Contact Name and Phone #: Dave Burgess 352 516-4220 Contact Email Address and Fax #; dburgess0,lakecoun1yf1.gov Contract Amount: $280,000 Date Work Performed; 2017 Project #3: Project Name: Central Florida Expressway Authority Data Backup Center Type of Project/Service: MEP/FP Engineering Address: 4974 CIRL Tower Road Orlando, EL 32807 Contracting Agency/Client: Central Florida Expressway Authority Contact Name and Phone #: Steve Corrow 407 628-4353 Contact Email Address and Fax #: Contract Amount: $1,200,000 Date Work Performed: 2016 Project #4• Project Name: DMS WMFE Radio Antenna Type of Project/Service: MEP/FP Engineering Address: 4050 Esplanade Way Tallahassee FL 32399 Contracting Agency/Client: De artment of Mana ement Services Contact Name and Phone #: Christine Shafik (805) 487-1309 Contact Email Address and Fax #: 850 922-6149 Contract Amount: S300,000 Date Work Performed: 2017 Project #5: Project Name: Administration and Dist ict NIEP Upgrade Type of Project/Service: MEP/FP Engineering Address: 201 W Burleigh Blvd Tavares, FL 32778 Contracting Agency/Client: Lake County Public Schools Contact Name and Phone #:Craig Jackson 352 253-4172 Contact Email Address and Fax #: iacksonc2 lake.kl2.fl.us Contract Amount: $523,150 1 Date Work Performed: PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 1�0-Failure to submit this form may be grounds for disqualification of your submittal -r" 33 The City of Sanford, from time to time, needs to retain Continuing Professional Mechanical, Electrical, Plumbing, and Fire Protection Services for a variety of studies and design services. Services will be assigned as specific tasks to accomplish a described scope of work required for each of the tasks. The size of task authorizations will be limited by the financial constraints imposed by Section 287.055, Florida Statutes, for professional services secured from a continuing contract. The City does not guarantee the number of assignments, if any, or the dollar value of fees for tasks that may be assigned hereunder to any consultant. Any contracts resulting from this solicitation shall be non-exclusive and without limitation upon the City to obtain services from third parties as the City deems appropriate in its sole discretion. The limitations on professional services assigned hereunder will be in accordance with Florida Statutes. In general, the mechanical, electrical, plumbing, and fire protection designs and studies assigned under this continuing services contract(s) may include, but are not necessarily limited to, the following types of facilities: 1. Recreation facilities such as recreation/community centers, reception centers, clubhouses, etc. 2. Sports facilities such as stadiums, arenas, playing fields, etc. 3. Assembly facilities such as convention halls, performing arts center, auditoriums, etc. 4. Parking Garages 5. Office buildings 6. Industrial facilities such as vehicle maintenance buildings, wastewater conveyance or treatment facilities, solid waste facilities, reclaimed water facilities, storage buildings, etc. 7. Public Safety facilities, such as police or fire stations Additional services, as necessary, to support the primary scope described above may also include, but not be limited to, attending meetings, making presentations, consulting with staff, assisting with permitting activities, and preparation of design criteria packages. Management Plan SGM is familiar with the City of Sanford's procedures and planning and has all of the planning and coordination experience essential to the design and commissioning arenas allowing us to identify with and understand the needs of this continuing services contract. SGM will facilitate the flow of information, coordinate schedules, resolve conflicts and keep the City informed every step of the way to ensure that projects under this contract are completed on-time and within budget. Project Manager . Provide daily communication between the City and the project team • Coordinate, manage and execute concurrent project tasks ` • Perform QA/QC with at the various design stages Project Engineer • Develop design schemes • Coordinate with Key City of Sanford personnel • Pool Project Resource Professionals Project Resource Professionals • Perform site visits to verify existing conditions • Perform energy model simulation . Perform life cycle cost analysis SGN1 Engi Bering, iiic: j 1 E: Bfo v rd Bl id. Srxite 1503 Fort L uderdale, F 33 Ql Tel (954) 421-1 44 Provide insight / recommendations drawn on past experience to the Project Manager - e Assist in the overall design effort Assist in bidding and contractor selection • Conduct Construction Administration r Approaches to Successful Completion — Design Quality Management Plan SGM has a wealth of experience with the successful projects such as the ones that will be included in this contract. The approach we utilize for a specific project and for a continuing service contract such as this is an integral part of our Design Quality Management Plan. We know that Total Quality Management is accomplished by implementation of a Design Quality Management Plan and the continuous improvement of activity processes, involving everyone in the organization in order to accomplish a high standard of quality in the final product. SGM's management plan establishes the methodology to ensure that quality is the driving force in the phases of all operations of SGM and particularly on a continuing service contract as this one. Our end goal is to provide only high quality services to the City of Sanford, free of errors and omissions, delivered on time and on budget. To achieve this, we have established a company -wide methodology whereby the appropriate people make the correct decisions, based upon asking the right questions at the right time. The steps in this approach are as follows: Project Kick -Off: The initial project activity will include a project kick-off meeting with the City and our team of - consultants. Coordination and thorough communication with the City's Representative. Listen and understand the scope of services. Define the Project: For these contracts, the first step is to define each project and prepare a scope of services and fee proposal. SGM will then review the available information related to the project, visit the site, discuss the issues associated with the project with the City's Project Manager, and identify the project issues, needs, and constraints. Scope, Schedule, and Contract Documents: Based on our review of the available information, an identification of the issues, needs, and constraints, we will prepare a detailed written project approach or scope of services, and schedule. Once the scope and schedule have been reviewed and approved by the City, Purchasing will prepare the work order for the project. This will be transmitted to SGM for signature and returned to Purchasing for signature. Once the Work Order is executed, the City will issue a written Notice to Proceed. In some cases, a kickoff meeting with key stakeholders may be held. Data Collection: This process is to gather the available existing information such as existing construction plans (as-builts), right of way maps, utility location maps, wastewater flow data, topographic information, existing and future development information, engineering data (architectural, mechanical, electrical, utility lines) soils data, a listing of affected City departments and individuals, and other data as the specific project may dictate. For renovation and alteration projects, on-site surveys will be conducted to verify the as -built documents and assess the existing systems and equipment. This engineering analysis will ultimately identify potential savings to the City of Sanford, along with providing valuable input to the construction phasing plan. Communication with the City's engineering staff, maintenance staff and other long-time employees is critical during this data collection phase. SGM will contact members of the City's staff and/or hold project information meetings to obtain input. From these meetings/conversations, City preferences, expectations and goals are also identified and can be incorporated from the beginning stages of the project. This phase would conclude with a technical ` memorandum. This document would serve as the basis for design and identify the ultimate facilities to be designed and constructed. Design and Planning Services: SGM will making sure the design processes are applicable to Building Department Local Codes and coordinate with Plans Review Department as needed. SGM provides the following services: Environmental studies/surveys and abatement design; research analysis; design for construction; alteration and repair of real property; program management; professional services; pre -design site -assessment; feasibility and concept studies; space planning and programming; design and design concepts/standards; value engineering; life cycle costing; and post design -shop drawing review. Types of services exemplified by discipline are as follows: -Architectural - Design, planning, 3D Rendering, Real estate development, space utilization -Mechanical - life cycle cost analysis, heating/ventilation/air conditioning systems (chilled water, DX), humidity control, energy management systems, central energy plants, building automation controls, building commissioning, sustainable design -Plumbing - Sanitary, Waste and Vent, domestic hot and cold water, storm drainage, gas -Fire Protection - Wet and dry pipe systems, standpipe systems, fire pump design, pre -action systems, FM200, deluge -Electrical - Service and distribution, branch circuiting and devices, lighting (normal and emergency), exterior and site lighting, lighting control systems, lightning protection, grounding systems, surge protection, generators -Systems - Cable Television (CATV), Closed Circuit Television (CCTV), fire alarm and mass notification, voice/data and premise distribution, security, access control, intercom, audio/video systems . Additional services include: investigations; surveys and mapping; test and evaluation modeling and simulation studies and analysis (including data collection and verification); consultation; construction cost estimates; construction inspection; preparation of record drawings; soils engineering; drawing reviews; preparation of operational maintenance manuals; National Historic Preservation Act analysis and documentation; historic and cultural resource studies site identification surveys; design review; seismic analysis; design construction cost reconciliation; environmental testing; statement of work review; site survey and evaluation; remediation design; state regulator or EPA compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead, and radon; designing security and communications systems; designing fire protection and life safety systems. . Identify cost saving opportunities and energy saving control schemes. SGM will provide a preliminary cost estimate, life cycle analysis; a report identifying the deficiencies found and recommends a written solution to the City for review and approval. • Other Studies and Related Services include: undertaking of any reviews, studies or investigations; planning services, site selection services, relocation services, document processing, testing services, professional experts at hearings, and photographs. Design considerations include landscaping, architectural hardware, architectural evaluations, electronic and communications systems, force protection, and electronic communications. • Project deliverables include: engineering studies, environmental surveys (wetlands/waters of the U.S., asbestos, lead based paint, soil, etc.), soil borings/samples for testing, boring logs, CADD produced plans, specifications prepared utilizing Specsintact software using Unified Facilities Guide Specifications, and construction cost estimates. All work will be done by or under the direct supervision of licensed professional engineers or architects. Work and deliverables may also include engineering studies, environmental studies, reports and recommendations; formulation of facility sustainment programs, CADD produced plans and specifications. Construction Plans: Once the preliminary engineering phase has been completed, preparation of the final construction plans would begin. This would consist of preparing plan sheets, detail sheets and other drawings and specifications necessary to produce a constructible set of construction documents. Upon the approval from the City, SGM Engineering will proceed with 30%, 60%, 90%, & 100% review design by City's Staff, coordinate the review process with City's Staff and implement the comments as needed. The construction scheduling is the key to a successful completion. SGM Engineering will assist the City to minimize the disruption in building's function, by providing steps to use after-hours, weekend and Holidays for major tasks. During the plans production phase, SGM will keep the City's Project Manager informed as to the status of the design and plans by telephone conversation or email. Email has worked very well for SGM on past projects because these project status - emails can be reviewed at staff's convenience. i" Permitting: SGM will be responsible for Project Permitting. This will include responding to any comments issued by the Building Permitting Department. It is important for the City to have permits in -hand prior to the bidding of a project in order to avoid contractor delays or unauthorized work. Construction Administration Services: SGM can provide a full range of construction administration services. Our role will not involve instructing or directing the Contractor as to the means or methods of his construction techniques, but will involve enough supervision to ensure that the Contractor completes the project in reasonable conformity with the plans and specifications. SGM believes that the firm providing the design is the most qualified to provide construction inspection. Our experience in following tasks has made us a successful firm to protect the client's best interest in terms of completion on time and within budget, such as: • Coordination with City's PM throughout the course of the project • Responding to City's permitting department, building inspector, fire rescue, / fire marshal in a timely manner to make sure that required data/ & information are given in a timely manner without any delay Review and respond to submittals, shop drawings and any RFIs in a timely manner • On-site inspections by our engineers to make sure that all projects have been constructed per construction documents, Florida Building Code and AHJ • All the warranty booklets, owner's manuals, as -build drawings and final close-out documents will be done on - schedule SGM will provide assistance to the City's Project Manager during the bidding procurement process. This will include: • Developing the Technical Specifications • Coordinate the City's Purchasing & Contracts • Respond and resolve to any comments issued by City's Purchasing & Contracts • Attend the pre-bid conference, assist the City Project Manager to respond and resolve to the comments raised by Bidders/Contractors; Evaluate the Bidders and assist selecting the Bidder who complies with Specs & general requirements • Attend the Construction Kick -Off meeting, regular job site construction meeting, review the shop drawings, owner's operational manual, submittals and pay applications; This will ensure the quality of equipment and the workmanship associated with the project. . A complete Test & Balance of all DX units, Air or Water Cooled chillers, diffusers, Fans and Hydronic devices; This will ensure the Contractor's compliance to the Construction Documents. • An Energy Conservation measure to save electricity during unoccupied hours; This can be done by using a simple time clock or an Energy Management System, per City's approval. Special Considerations and Possible Difficulties in Completing the Project There are a number of key challenges to the successful delivery of services under this form of contract. First, although each individual assignment may be relatively small, project management is a challenge because a number of tasks will likely be underway simultaneously. Second, the range of building types the City owns/operates is broad, spanning from simple "anyone can design that" projects to complex projects involving specialized design expertise. Third, the sophistication of some City buildings may necessitate expertise in complex HVAC and electrical system design or special skills in the areas of building automation, data/communications, or electronic security. Fourth, in order to provide timely response to the City, the Project Manager must have immediate access to all disciplines. Finally, the Project Manager must have redundant resources in each major discipline to allow concurrent delivery of Project Tasks. Project Teams Approach to Renovation/Repair Projects in Continuously Occupied Buildings Renovation projects in continuously occupied buildings pose a unique set of challenges which require an -- exceptionally high level of planning and forethought. Some of the specific issues which we have found need ` special attention are as follows: 1. Working closely with the City's Project Manager prepare a realistic phasing plan clearly defining the scope of .......... work, window of time available for this work and the expectations of the user during and upon completion of j each phase of construction. Since after hour work costs are at a premium it is very important that the phasing plan be realistic so that the contractor can accurately price this work 2. Since buildings may need to be occupied throughout construction the scope of work must be divided into - small manageable amounts of work that can be begun and completed in one night or during a weekend. 3. Identify portions of the construction which are too big to perform overnight or too critical to do without and direct the contractor to perform that work over a weekend or over a long (Holiday) weekend. This is particularly appropriate when replacing chillers or large air handling units where a safety cushion of time is prudent to allow for startup and adjustment of the new equipment. 4. Approach the design in such a manner that upon completion of any one portion of work scope the space will be fully functional with code required outside air to all occupied spaces. For instance if a new Main Outside Air Preconditioning unit is being added to a building, provisions must be made to guarantee fresh air while this unit is being brought on line. This might involve a separate temporary outside air connection for AC units. The deletion of these temporary provisions might be used as an incentive to induce the contractor to perform this work over a long holiday weekend. S. Since the renovated space may often be occupied by the user just hours after completion of a phase of work it is important to specify materials, paints and mastics which do not off -gas noxious fumes. For instance, we would specify that as much ductwork as possible be pre -insulated to minimize the amount of fresh duct and insulation mastic applied to a duct system in the soon to be occupied space. Any paints specified will be of minimum fume producing type. 6. Work closely with the user to clearly identify any critical issues which will affect the construction and phasing plans. For instance if one department has a one or two day retreat scheduled then the contractor could possibly take advantage of this and perform some of the work during that time. 7. Clearly identify the Contractor's scope of work regarding the removal of existing furnishings and/or the covering/protection of those furnishings during the construction period. The Contractor will most assuredly assume that this work is not in his scope unless it is clearly spelled out in the construction documents. Approach to the Project as it relates to Quality Assurance and Control SGM is a quality driven organization. Quality is an integral part of the scheduling and production process. Scheduling of the design production is one of the more important steps in the SGM Quality Control process. All design projects are put on the weekly production schedule where all contractual submittal points, design review periods, permit time frames, and other project variables are identified to produce a working track able schedule. The schedule is revised every Friday afternoon and discussed first thing Monday morning with the Project Managers and all senior technical staff members. Weekly priorities are set for the current time critical projects. All staff members receive electronic and hard copies of the weekly schedule for their personal use during the week. E The SGM design team is committed to not only meet, but exceed the City's expectations. To accomplish this goal requires a strict QA/QC plan. The element is development and implementation of the Project Schedule; we maintain our own computerized scheduling system. We develop and maintain a project schedule utilizing Microsoft Project. SGM will establish a master project schedule that encompasses all design development, and construction document preparation. This master schedule serves to establish a work plan for accomplishing ! period and systematic reviews as design progresses and to ensure significant quality control requirements are accommodated. As design development reaches completion, quality control activities identified through the ' integrated design review process are then entered into the schedule where they become identifiable as discreet required activities. The second element will be to establish and implement procedures for comprehensive and interdisciplinary design document review. In -House Design QA/QC Reviews: QA/QC is viewed as the responsibility of every individual involved with a project. We have established a Design Quality Assurance Program (QAP) designed to address the issues we - believe are paramount to quality control. The following six points define the QAP: Quality Assurance Reviews: Responsibility for quality is delegated to each member of the project team. The goal of the Quality Assurance review is to insure that the Project has successfully completed all procedures and phases in an accurate manner to yield a quality product. Interdisciplinary Review: An interdisciplinary review utilizing our Interdisciplinary design Review Program is conducted at the office of SGM with all design consultants in attendance. Checklists are compiled at the end of the review and a formal out -briefing is conducted with each project team to discuss general findings and comments relative to the project. All corrective measures are then implemented for the 100% Design Submittal. The time necessary to perform the interdisciplinary review usually takes from '/z hour to 1 hour per sheet of drawings, plus additional time necessary to perform the corrective work listed in the interdisciplinary review checklists. Average time is usually 1 '/2 to 2 days for this type of review, depending on the project complexity and total drawings required. Project Organization and Team Communications: Effective team management is dependent on all staff members having a clear understanding of their respective roles and responsibilities on a project. The primary goal of this process is to instill in all team members the concept that responsibility for the accuracy and completeness of the documents is the professional responsibility of each individual team member. Technical Reviews: A technical review occurs at the In -Progress Design Submittal Stage and continues up to the 100% Design Submittal. The review includes the use of component checklists, which include items of technical nature relative to a projects usage of construction materials and methods; identified by graphic means (drawings) or written specifications. A Project Engineer is responsible for checklist implementation. Thirdly, SGM will quickly establish routine and frequent (bi-weekly) coordination meetings. These serve as the basis for the more frequent (weekly) Quality Control Coordination meetings as the construction documents are completed. SGM will provide the City of Sanford the following: 1. Provide in depth analysis regarding efficiency of maintainability of the proposed and current building's HVAC and building automation systems 2. Provide cost estimate for each line item relating to the task order relating to MEP and building automation systems and ensure it meets City's budget 3. Provide life cycle cost analysis describing delivery method, type of system and pay back calculations for each proposed system 4. Submit schematic design, design development and construction document drawings after being reviewed by the owner for comments and implementation; All of the design documents will be in compliance with Florida Building Code and local authority having jurisdiction over the project. r 5. Submit drawings for permit compliance, assist the City's PM through bidding and recommend the successful r- bidder complied with terms and conditions outlined by purchasing department 6. Construction phase services: SGM will attend all the required construction administration meetings relating to MEP systems, schedules, inspection of MEP systems, field reports and meeting minutes; Other services include: review and approve all the shop drawing, submittals, payment applications, respond to building code officials, building inspectors and any RFIs relating to MEP systems. 7. Close-out documents and warranty; SGM will provide the as -build drawings received from the contractor and confirmed by SGM. The close-out documents will include: owner's manual, warranty items including: names, contract person and duration of each components; Review and verify the T&B report with the mechanical/ & control contractor. Cost Control Our team is responsible for project cost control and will provide cost control management. The process begins with a complete review of the project scope before design efforts begin, and reviewing project cost estimates ':. during design. This process allows the PM to manage and focus design efforts to achieve the budgeted estimated cost of construction and eliminate late project deadlines. During project execution, he will monitor all project execution costs including sub -consultants on a weekly basis. We negotiate a reasonable schedule up front, then subject to review period fluctuations, works with the Task Order Manager to manage the team and resources to get the project completed when the client needs it. If at any point in the design process, we estimate of the construction cost exceeds the construction cost set forth by the government, or if the team "feels" that the project cost is escalating, the PM will immediately advise the City's Project Manager. • Modify the scope, materials, or construction method, as required, to reduce the estimated construction cost to - an amount within the available project funds, or; • Proceed with preparing the plans and specifications with one or more options as approved by the PM. Our philosophy is to provide our clients with quality professional services, promptly after their request. We will maximize cost savings while designing and constructing all projects with on-time performance on a schedule that meets all of your expectations. This philosophy will be carried through by the following means: -The project manager will communicate with your representatives and all team members throughout the various phases of the project, from study through completion of the project. -Establishing the project criteria during initial project kick-off meetings and assurance of applicable code compliance throughout the project implementation. . Attendance at meetings, provide cost estimating and stay within the budget • Careful maintenance of the project schedule and provide value engineering • Close communication with your staff throughout the project to ensure your needs are being met • Close coordination with local authorities having various types of project jurisdiction • Close communication and cooperation with the Project Manager, Construction Manager and others . Experienced regular project site observation and inspections throughout the project • Resolving construction issues on -the -spot _ . Perform substantial completion inspection and follow-through with final punch list items Attachment "B" insurance Requirements II City of Sanford I Finance Department I Purchasing Solicitation CITY OF �,FO r FINANCE DEPARTMENT G'r Division 300 N. Park Avenue Suite 243 2od Floor, Sanford Florida 32771 Plione: 407-688-5028, or 5030 1 Fax: 407-688-5021. lumber: F I Q 117/x. =33 - CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Due ,ll�a 0 ��n�, 31, 2�, TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" insurance Requirements II 38 Contract Exceeds Contract does not Exceed Contract does not Exceed COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000, 30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability shall include- Bodily Injured Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following.• $ 1,000,000 General $ 500,000 General owned, leased, hired, non -owned $ 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate Aggregate 38 a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure ➢ Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on aM liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 City of Sanford I Finance Department I Purchasing Solicitation CITY OF SkNFORD %i FINANCE DEPARTMENT Division 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 NU bcr: RF 17/118-33 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract Due :pate: :Tull 1, ZOIC 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 aM liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 City of Sanford ; Finance Department j Purchasing Solicitation Divisiutt tMittiTr r: ' ' �toor, Nonford Horida 32771 ,J,E�1FO1�L7 3u tax: ao�.�n» 4021 A�ruui c tiuitr 2dJ 2""` t (' t( or 40 U ar& t I hu ic. 4U"" �ki8 402 ��. ,. , . . Wt (It`,°M,� CONSULTANTS COMI'E 'E`rrivE NEGOTIATION ACT (CCNA) Ott E�tl�t . !uIy 31,4 2f) `T erns Contract TITLE: PROFESSIONAL CONSULTING SERVICES Swilbrd, ltisk Manager. I. Adduces of" C:cnificatc f loldcr' i, City oi'Sanford, P U BLA 1788 (300 N. Pack Menne), Sautl"ord, Florida 32771; Attention I'u►_clw,ing Manager; Phunc 407.688,5028 5010 1 a+, -407.688.5021. in. All certificates of insurance, notices etc. Must be provided to the aho%e addre,,. n, In the description ot'lhe certificatte of insurance please also add the ,olicitatioti nutnhcr and project mune. AFFIANT SIGNATI)RF Ghulam (font') Shalmanti Typed "Name of AFF IAN"I president 1 itle S FATE OF Florida COI ;N I')' The foregoing instrument was executed before me this 3.0 day of Julv2018 , by president of��d tll;ina crinl;.ltic. _ who personally swore or affirmed that lie/she is authorized to execute this document and thereby hind the Corporation, and who is personally known tomeOR has produced as identification. 1vo-e-Expires Laude Strangle ✓' � �, '�" ����, NOTARY PUBLIC , 4 ((stamp) STATE STATE OF FLORIDA NO'I't Fm I,BI,IC, State of florid• Comm# FF933100 11/13/2019 The Cite reserves the unilateral right to raotlif y the insurance requirements set forth at tr»r bine during Nie process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `20'Failure to submit this form may be grounds for disqualification of your submittal" M Cit) of Sanford I Finance Department { I°urchivii g Di% inion 300 ti. Park Avcnuc'suite 243 2" Floc>r,'+unford Horldu 32771 Phone: 407-088 5028, or 5030 i I° u.%: 407.688-5021 CONSULTANTS COiVII' --i,I"E`1V1? NEGOTIATION ACT (CCNA) Terns Contract TITLE:: PROFEISSIONAL CONSULTING SI?RVICE-S Attachment "C" Conflict of Interest Statement A 1 :un the Ill.csidcllt of sciM I ligiticcring, Itic, ssflh a lucid of#ice ill 11mYcrt 1 incl I)mot I. uml�,im Numc l cithiido, I L and pnnclpal office m (Jflail di, I L B I he entity hereby submits a proposal'ofler to RI 0 17. 18-11, tilled Professional Consulting Services- C'C N,\. C I Ile A11 IAN has mate diligent intluiry and provided the udorntatoll in this statement affidavit based upon us lull knosvicdgC 17 1 he Al I I,\N I states that only one %tabintiml for this solicitation has peen submitted and tendered by the appropriate date and time find that said above stated entity has no financial Intcrc%l In other entities slillmltnng a proposal for the work contemplated hereby F Neither the All IAN I nor the abol e named entity has directly or indirectly entered into any agreement, participated fit any collusion or collusive activity, or otluer%%ise taken any action which in any %%ay restricts or restraints the ctmnl)elitlte nature of Iles solicitation, if but not limited to the prior discussion of terms, conditions, pricing, or other offer paranicters Ict)uired bl this solicitation. F Neither the entity nor its affiliate~, nor anyone associated with then), is presently suspended or other\%ise prohibited from participation in this solicitation of- any contract to follow thereafter by any govcr nient entity. G. Neither the entity nor its ,affiliates, nor anyone associated wilh them, have any potential conflict of interest because and (lite to any other clients, contracts, or properly interests in this solicitation or the resulting project If. I hereby also certify that no member of' tile entity's ownership or management or staff has a .ested interest in any City Div ision'DepartmentOtlice. I I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within Cit\ of Sanford gmerrrfinent. 1, fn the erent that if conflict of interest is identified in the provision of services, 1, the undersigned will inin)ediateh notitN the City in writing. By the signat s) imelo\s. I'hse, the undersigned, as authorized signatory IQ commit the firm, certify that the information as provided in Attachm C". Conflict of fit st Statement, is truthful and correct at the tittle ol'submission. AFFIANT SIGNATURE' Typed Name of AFFL1N'I' Lresident Title STATE' OI` Florida— ........ ..... ......_............. ...._ COUNTY OF Urarigc "The foregoing instrument was executed before me this 30 day of July 201$ , by Ghu1aul_(1ony)-ShaWiaini as. Pre ;idcnt of SGi1d_l n e(rui lac_ who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. LOT Strar>g1e -- -1 NOTARY PUBLIC STATE OF FLORIDA _ O FF9M100 NOTARY PUBLIC, State of loris , (statmp) 'b r 1111312019 PLE t01 )�iffTE AND SUBMIT WITH YOUR RFQ RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal's 41 ray ` 0t) of Sanford I 1-Inance (Department I Purchasing (Division 300 N. I'ark-%senue wulte 243 2" Floor, Sanford Florida 32771 Phone: 407-6W5028, or 5030 ( ax: 407•688 4021 CONSULTANTS COME'F" CINE' NEGO'TIA'TION ACT (CCNA) Term Contract I'ETLI?: PROFEISSEONAL CONSULTING SERVICES Attachment "D" Non- Coll usion/l.obbying Certification A I bis sssonn statement i, submitted scf111 I'n►posnl, I I N, or Contract iNunlbcr RI 0 17 18 11, titled I'Iolessionnl Consulunp ticrytccs• ( ( NA I3 1 his sworn statement Is submitted by SGIM I .ngincering, Inc. whose business address is IN iiuc o coli I% eiibnnUiuI{ asivin nttiier111rn1 ) `W� I ale Inatdmil I unelhliunlu 11 12811 and (it llpplicable) it's federal I:nlplo)cr Identification Number (FI IN) 1, 59.3101052 (If the mitt) has no I`FIN, include the Social security Number of the individual signing this sworn sunenlen N!A C "4x mune Is GhuLun ( I•on? ) SIu11uuII11i and nth icfabonsbip to the above is president 'I'lciw 1111111 more fit antoidual sigumptl 1) NON-C01.1.11SION PROVISION CER 111FICA"I ION. I he undersigned hereby certifies, to the best of his or her knoss ledge and belief, that on behalf of the person, firm, association, of, corporation submitting the bid certif)ing that such person, first, association, or corporation bas not, either directly or indirectly. entered into any agreement, participated in anv collusion, or otherwise taken any action, in restraint of free competitive bidding in connection xsith tiro submitted bid. Failure Io submit the executed statement as part of•the bidding documents syill make the bid nonresponsive and not eligible lbr award consideration. F, 1,011111 ING CER77FICATION. 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 Nlember of Congress in connection with the awarding of any Cit} Contract. 2. If any finds other than City appropriated finds have been paid or will be paid to any person fipr 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. I3y the sign tre(s) below, Uwe. the undersigned. as authorized signatory to commit the tints, certify that the information as provided in Attach t "U", Non-Collt '" n/Lobbying Certification, is truthful and correct at the time of'subnnission. r _ AFFIANT SIGNATURE Ghulwii (TortyJ Shalinatni 'typed Name of AFFIANT President Title S1•ATE OF Florida COUNTY OF _Orange The foregoing instrument was executed before me this n day of July 2018 by SGhulatn_l-Lon �.Shahnami as nt of �' Prestde _SS'iM-Engt.netring.lnc. _ __ who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced gabcation. _ S trau NOTARY PUBLIC STATE OF FLORIDA a Cornm# FF9331 00 NOTA , State of Florida (stamp) �� fres 11/13/2019 PLEASE CO LETS ND SUBMIT WITH YOUR RFQ RESPONSE i�P"Failure to submit this form may be grounds for disqualification of your submittal' 42 EMM 0IN of Sanford I l'inance Department a Purchuvittl; Divisiolt 300 \ Turk A.cuue .'suite 243 2" (Moor, Sonford Flaridu 32771 Phuur: 407.688-5028, or 5030 1 it x: 407 688-5021 CONSUL`I'AN11,S CID M11EITITIVI,- NEGOTIATION ACT (CCNA) Term Contract TITLE-: PROFESSIONAL CONSULTING SERVICES Attachment "H" Drug-l-ree Workplace Certification 1Vhcn !{(>O11l IhIC, the drug-free certification form below must be segued and returned with the R1 0 response lu order to lime it drug-free workplace program, it busmcss sluill 1. I'uhlnsl) a stntcntcnt notifying employees that the unhmfid n)anuli)cutre, distribution dispensing, possession or use of a controlled substance is prohibited In the workplace cud spccnfj ing the actions that %sell be taken against employees lot s tollmons of such prohibition B. Inforn) cn)plo)ccs about the diungers of drug abuse in the ssorkplace, tine business' polio it druglrec ssorkplacc, any available drug counseling, rehabilitation, and en)ployce assistance programs. and the penalties than may he unposed upon employees Ior drug abuse violations. C. Give each cn)ploycc engaged in providing the commodities or contractual services that are under bid a copy of' tile simcn)cnt specified in the first paragraph. 1). In the statcn)ent specified in the first paragraph, notifj the employees that, as a condition of %irking on the con)n)odities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify file employer of any conviction of; or pica of guilty or nolo contendere to, any violation ol' chapter 391. Florida Sfatutcs. or of any controlled substance law of the ( !cited States or any state, kir a violation occurring in the workplace no later than five (5) days after such conviction. 1:. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program il'such is - available in the employee's conIT) till ity, by any employee who is so convicted. 1', Make a good faith ef7brt to continue to maintain it drug4ree workplace through implementation ofthe foregoing provisions. 13y the signatures *,0ow, Ihwe, the undersigned, its authori/ed signatory to commit the firm, certiPy that the inlo)rmation as provided in Attachment 1,v rug -Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGMA PURI 'w _. Ghulam. Ton �.Shahnamiw ... Typed Name of AFHANT Title STATE OF Florida COUNTY OF Orange., ._._..........._. __. The foregoing instrument was executed before Inc this —3-0, day of July 2018 , by _Ghulam (Tory) Shahnami as President of�GM Ei who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to me OR has produced as identification. �S au a Shartgie 4BLIIJC�_t NOTARY PUBLICSTATE OF FLORIDANOTAR I ate of Florida ✓ (stamp) Cortin# Fa=933100 PLEASE COMPLET DI� "OUR RFQ RESPONSE —(if applicable) 43 City of Sanford I Finance Departtt►ent I Purcha%itig Division 300 N. Park Aveuue suite 143 20° Hour. !4anford 1•loridu 32771 _ I'ltoire: 407.688.4028, or 4030 Fax: 407.688 '5021 ,. CONSULTANTS C6MPE'T1T1VE NEGOTIATION ACT (CCNA) Term Contract "TITLE: 1'E20FESSIONAL CONSULTING SERVICES Attachment "I'." Acceptance of Proposal Terms and Conditions Uwe, the undersigned, as authorised signatory to commit the firm, do hereby accept in total all the ICrtill .tnd Conditions stipulated and retcrenced in this RFQ document and do hereby agree that if*a contract is oficred or negotiated it will abide by the terms and conditions presented in the RI Q document or as negotiated pursuant thereto. I he signature(s) belo%� in Attachment "F" Acceptance of Proposal Terms and Conditions arc an ackriow ledgment of my our lull understanding and acceptance of all the terms mid eonditions set forth in this M Q document or :rs otherwise agreed to bcI%keen the parties in \� riting. I'ropowr-C'antractor Name: CrMI I ngin Crit g InG 1vtailing Address:t235 Lakcl3aldit'iii-.sine OrkutdoJL 32814 I elephone Nun r: U 767-5188 Authorized Signatory (resident �/ _ Title STATE OF Florida COUN'T'Y OF (" range Fax `cumber:a( 07) 767-5772 E-mail Address: Wny a Sgtttcttginecriug.cuiu Ghulam ( I"ont) Shaltnami FEIN: 59 31010S2 Printed Name _ ate "W7_ The foregoing instrument was executed before me this ID_ day of July 2018 , by Ghulam (Fonyj Shahnami as President of _SG��4ingutccring lnc. +ho personally swore or affirmed that hefshe is authorized to execute this document and thereby bind the Corporation, and who is personally known to nee OR has produced as identification. 5 Laurie Strangle NOTARY PUBLIC STATE OF FLORIDA N(] A Z�` P1J131.TC, State ut' Florida ( stamp) Ca'nm# FF933100 Expires 11113/2019 PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE ''Failure to submit this form may be grounds for disqualification of your submittal`s D Cit} of S1111fort) i 1,`inunce Delturhnent Purchasing Divkion 300 N, i'hon)zr3z�i t: 41)7.68X 4028, iit5030� Fav 407,688,5021 SA NFCJRD ' CONSULTANTS ANTS CONTE I I I l IVE NEGOTIATION ACI' (CCNA) 'Perin Contract TITLE: PROFESSIONAL CONSULTING SEIdVICES Attachment -G" Addendum Receipt Acknowledgement Certification I he under%itmed acknowlcdgez receipt otthc Iollowing tuldcnda to the solicitation documcnt(s) ((iive mmiber and date of each) Addendum No 1 Uatccl: 7 x!18 Addendum No... ? Addendum No..._.3 . ,......._........... _ .. .._ . Dated: 7,20 18 Addendum No. Dated. 7 20,19 Addendum No. Dated: 13N the signatures) below, 1/we, the undersigned, as authorized signatory to commit the firm, certil} that the intormation as pro%ided in Attachment "C", Addendum Receipt Acknowledgement Certification. is truthtul and correct at the time otsubmission. Proposcr%Contractor Name: SGNI Engineering, Inc Mailing Address: 935 Lake Baldwin Lane Orlando, PL 32814 Telephone Nt er. _0-07) 747-5188 Fax Number: _ (4Q7) 767_UZ2 E-mail Address: lull),ri t�sgtncnginccrint; cum Gl ulam Ton J SltahnamiNEIN: _59-310105? Authorized Signatory Printed Name Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 'V'Failure to submit this form may be grounds for disqualification of your submittal' 45 DATE: June 5 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: IFB 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Would you be hiring architect as a prime consultant to manage all disciplines or is the City going to hire each discipline separately? Al. The City reserves the right to hire approved CCNA vendors for different task associated with the same project. Q2. Is there a pre -proposal meeting associated with the above referenced RFQ? A2. No. Q3. Section 1.04 Minimum Requirements States that the City is seeking to establish and or update Master Contracts for the acquisition of Professional Consulting Services. If a consultant currently has an existing continuing contract with the City of Sanford will that consultant be required to submit a proposal to have the Master Contract updated? A3. No. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors. Q5. For the RFQ 17/18-33 Professional Consulting Services, should proposers' responses follow the order as outlined on page 9 (Section 2, D. Submission Deliverables, 1) or as outlined beginning on page 16 (Section 5, 5.02 through 5.07)? A5. Please follow page 1.6 Section 5. Page 9 Section 2, D. Submission Deliverables Sub Section 1, gy�Md ts;�lk y S� City of Sanford ; Finllnce Deportment Purchasing Division 300 1 Yarh %%enur Suite '36, Sunturd, FhwhIa .12171 1130 Ise; 407 888,5028 ur X030 g I'av 107-688-1-011 ; F mall IFI3 17118-33 PROFEISSIONAL CONSULTING SERVIChS fCCNA ADDENDUM #1 A through F included in Tab A. Firms OttalIfic:Ittoils futd F.xperiencc; and G through 1, include in I'ah "F" Additional htfornrluon. Rcspondents must ackno» ledge receipt of this Addendum h) signing this firm below and returning it to the Procurement Division prior to the hour and date specified lot- receipt of hills/proposals or b)including this Addendum with your submittal. Failure to compo ma)result in disqualification ofyour response. Ackno%Ocdgment is hereby made ol'Addendum #1 to I113 171`18-33 Professional Consulting Jeri°ices- (CCNA) 5GM Filgincering, file. Name of ll irm Company 935 [sake Baldwin lane Street Address (407) 767-5188 Telephone Number tot�)�=u sgminginecring.c:otn Contact F:nulil Orlando, FL 32814 Cih; State, !._tp Codi (407) 767-5772 NFax�Number Ghulam (Tony) Shahnami President Authorized Pepon Printed Name Authorized Person Title 2' .- 7 l uthorized Person Signature Date o Signature N FINANCE DEPARTMENT DATE: June 11 2018 TO: All Bidders/Proposers City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each discipline or may we combine into one? Al. Combine into one. Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you confirm how many pages each section is to contain/how many pages the overall proposal is to be? A2. Overall 50 pages. Q3. Are we to sign and submit Attachment F? A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the proposal. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors, also based on the committee's evaluation of proposals. Q5. Can you define soil for me? And if we qualify more than service do we have to submit a proposal for each services? A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field please include in the proposal where it's required on Section S of the proposal. Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master Contract for architectural, engineering and surveying and mapping services? A6. A list of contractors will be provided separately. City of Sanford I Pittance Department Purchasing Division SW N Nark .%%ruur Suite 156, Sanfurd, Hutlda S2 %" 1 Nhoeu: 407.614t.A28 nr 50JO; Fat: 403 68H 4u21 , 1, utai' 12HQ 17/1€-33 PROFESSIONAL CONSULTING SEIRVICES (CCNA ADDENDUM >+#2 Q7. Are there pre -certification li3rm.; 1111,11 1 nt-ed to Complete prior to submitting our response, or do I just submit our civalificutions for the project'? 1l' there arc prcccrt litems, can you chrcct file to them? I'm not finding them on your website. A7. No additional documents to proeC:'s ftsr prC-Ct'rtlf cation. I he Cl MMittCC will CVillUate each proposal based im the yuidificatinns. H. CLARIFICATIONS: a. This proposal is a Rcyucst for Qualification RIJ) 17118-33 please note Addendum Ill was posted as in IF13 1 7111 9-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. h. Attachment "F" has been revised please complete and process with the proposal. C. I'lle evaluation scoring system Section 5.06 I -cc Schedule Tab "I?" has been revised to read as Additional Information, d. GSA Form SF -330 has been broken down in sections. please follow .Section 5 for instruct inns. 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. Fililure to comply may result in disclualification oi'your response. Acknowledgment is hercb� made of' Addendum 112 to R Q 1TI 8-33 Professional Consulting Services- (CCNA) SGM Engineering, Inc. Nanle of Firm/Company 935 Lake Baldwin Lane Street Address (407)767-5188 Telephone Number Ghulam (Tony) Shahnami Authorize erson Printed Name Authorized Person Signature 14 tony�`i="i?sgmenginecring.rom Orlando, I -L 32814 City. State, Zip Code 40_7 767-5172 Fax Number President Authorized Person Title Date of Signature tau.CITY . FINANCEDEPARTMENT DATE: July 20. 2018 TO: All Bidders/Proposers City of Sanford ( Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Request for Clarification- is the letter of interest limited to 2 pages (5.02A) or 3 pages (2.01 D. La)? Al. 2 pages per section 5.02A only. Q2. Request for Clarification- Are the total number of pages limited to 50 pages (3.07) or 30 pages (5.02A)? A2. This answer was posted on Addendum #2, 50 page count is not including the attachments or the letter of interest. Q3. Request for Clarification- is the standard form 330 to be included as attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count. A3. SF 330 is part of the 50 page count read Section 5 for instructions. Q4. Can you please share who is on the selection committee? A4. No, the City has not selected the committee members. Q5. Are the SF330 forms included in the 50 page count limit? A5. Yes. Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel? A6. Yes. Included in Tab "A" (read addendum #1 question #5). Q7. Are the required forms- Tab D included in the 50 page count limit? AT No. The attachments are not part of the 50 page count. 1 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: III III III . 11, .. �, Q8. Could you please share who are the incumbents with current contract with the City for these services? A8. See addendum #2 a master contract list has been provided. Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the submittals, or would those services be provided under separate City contracts on a project specific basis? A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process will the proposal. QI O. Section 2.01A states that "It is noted there are a number of disciplines listed in which related services will not be needed or used by the City at a level which predicates the need for establishment of a Master Contract. Therefore, since preparing a response requires time and effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at 407.688.5028 for guidance or information regarding applicability of their firms specialty(s) to the needs of the City. " Can the City please confirm whether a Master Contract will be needed or used for the following listed disciplines: storm -water, environmental, and solid waste? A10. Yes, please process your proposal if you are interested in providing the above services. Q11. If applicable in consideration of the answer to the previous question, can the City provide budget information and/or capital project plans for projects expected for the Storm -water, Environmental and Solid Waste categories? A.11 Please click on the link to review the proposed budget for FY 2019 htt17://wv.vw.saiil'oi-dll.aov/departnieiits/t'maiice/bucl(et-illlorniatioii/2019-hudr-let Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A (3.08A) or Tab D (5.05 A and H)? A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go under Tab A- The City Attachment "B" Insurance Requirement form should be place in Tab D per Section 5.05. Q14 Request for Clarification - Is the Standard Form 330 to be included as an attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count? A14. Yes, included in the page count. Read Section 5 for instructions. Q15. I read addendum Q3 & A3; however, I'd like to verify if our contract does or does not require us to resubmit for this RFQ? A15. If you have an existing contract with the City you do not have to resubmit. However, if the contract has an expiration date and has not been renewed recommendations are to resubmit a proposal. Q16. If we will be proposing for more than one service and the City wishes that we combine those disciplines into one proposal, could the City outline how that proposal should be organized? Cita` of Sanford I Fiaunce Del►at-micnt I'urchashig Division 300 1. Part %scour Suite 236, Sonford, IInrtda 32"'r", 11huuc 40 ON :�028 or 4030 I Vat. 40" 6NN 4021 I VIIIAW III, "Q 17/18-33 PROFESSIONAL CONSULTING SI-IdVICES <GGNA AW PIe:Ise use Tab "F`" Additiomtl Information to add the additional disciplines. A 1) 1) P", N 1) U M #3 017. Could you confirm that icsumcs and project description gill onl} be required in SI110 wection I and nowhcre else in the proposal°.' A 17. Yes, ho%kevcr, insert in I'ah "A" per .Section 5, 11. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided" please review and executed and process with the proposal. b. Rcad .Section 5 tier special instructions on SI: 330 firm. Respondents must acknowledge receipt of this Addendum I)y signing this Firm helo\% and returning it to the Procurement Division prior to the hour and date spccilted for receipt of bids/proposals or bsincluding this Addendum tiOh )our submittal. Failure to comply ma\ result in disqualification of your response. Acknowledgment is hereby made ol'Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) SGM I�inecrin[�, Inc. _ tom (ii7s me igineerin��,cotn Name of Firm/Company Contact I"mail 935 Lake Baldwin Lane Street Address (407) 767-5188 'telephone Number _Ghulam (Ton s) Shahnami Authoriz}2t'Ierson Printed Nan Authorized Person Signature 3 Orlando. 1:1_ 32814 City. State, Zip Code (407) 767-5772 Fax Number President Authorized Person Title 7/ jzlx/� Wie of Sig aturc • DEPARTMENTFINANCE DATE: July 26, 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #4 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Disputes Disclosure Form- Section 00452, Florida Statutes on Public Entity Crimes Section 00435-3, Certificate of Non -Segregated Facilities Section 00450, Compliance with the Public Record Law Section 00438, Al. Please include the additional documents in Tab "D" with the attachments. Q2. Tab `D" F Addendum Receipt Form acknowledges receipt of all addenda. Should we also include copies of each Addenda signed. A2. Yes, each addendum must be included and executed as acknowledging addendums, include in Tab "D". Q3. Please provide Clarification: Per Section 5.02 D "Financial Information", an official letter from the proposer's financial institution detailing the financial status of the proposer is required. Is this letter to be obtained from the proposer's Bank? If so, what sort of information would qualify as "detailing the financial status"? A3. SF 330 is part of the 50 page count read Section 5 for instructions. A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order and/or no delinquent accounts etc., (see sample page three (3) below); } City of Sanford j Finance Department t i z i � ► Purchasing Division t r v x. i doff N Park :5tirnet Suite 236. saafur4, Ftn�tJad2x%1 AI31��.NI)UM S1 hoar 40 6NN 502N �r SOdO Fat JO 688 5021 j VnIati §� 44 r6.rNC>=tetd,�rFVt RFQ 17/18-33 PROFESSIONAI, 1 s CONSULTING INC; SE RVICES (CCNA) Respondents must ackno%%ledge receipt of' this Addendum h) signing this form heltm and returning it to the Procurement D1% Mon prior to the hour and date specified for receipt of biclsiproposals or by including tltis Addendum with %our submittal. Failure to coryipl)' 1n:►y result in disqualification of wur response. Acknowledgment is hereby made ol`Addendutit M4 to 1tFQ 17'18-33 Professional Consulting Scr� ices- (CCNA) SCiM -�winc;cring,_lnc. Name of FirmlCompany 101ILys► nts:nrwinGcrin„.coni Contact Finail 9'5 Lake Bald«in Lane Orlando. 1:1, '2814 _._ _e� . _ .._._ . .__.._._.. ...__.__ .. _...—____--1- ______m_l_ — w_..---- ------ __e..._ ._u.__._ ______w ---------- Street __. _ Street Address Cit}. State, I.ip Code (407)_767-5188 ! elephone NUtltber Authorized rrson Printed Name Authorized Person Signature IP (407) 767-5772 Fax Number_.._._. President Authorized Person Title 1 ate of Si nature Cit) of Sanford 1 Finance Departtncnt Purchasing DiN isiott Ntatvtl ; 300 V, Park \revue Stilts 243 2"Moor, Sanford I lolida 32x'1r���FOD1 (tone: 407-688 4028, or 5030 Pax: 407 688 4021GS, CONSULTANTS COMPETITIVE � NE—GOTEATION ACT(CCNA) at � : Bull l� 2tII Perot Contract "TITLE: PR®FESSIONA1, CONSULTING SERVICES Attachn►ent "M" Organizational Information I he proposer nuist include it Loll) of their Sone Certificate of Good Standing/Articles of Incorporation, the corporate officers In addition to the aforementioned docunrenrs the 13iddcr'Proposer mora include necessary ulfoinumon to serilj the nldtvidu:d tirgnnlg this pioposal hid and of ally" cotltrilLt (IOCUMC111 IMS 11=1 :I(tthorl/Cd to hind the corpoinnon 1 VIInpICS laeltl IC A \ Lope Of the Article% of Incorporation lrsttilg the approsed signaiore,. of the corporation B A copy of it ic%olution listing file nienlber% of stall its authori/ed sit!natorCs for the company". 'ti letter front :t LOrportte ollicer listing the member) of Stall that are awhorrled signatories ,inatories for the company . 1'1'14: OF ORGANIZATION (Please place a check stark (✓) next to aplicable type) x Corporation Partnership Non-Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 935 Lake Baldwin lane Orlando, Fl_ 32814 Federal I.D. or Social Security 59-3101052Number By the signatures) below. I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "N", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: SGM Engineering, Inc. Mailing Address: 935—Lake Baldwin Lane Orlando. 1=L 32814 Telephone Nu,*er: (407) 767-518$ Fax Number: (_4_03)_767-5.772 E-mail Address: torly(a sginengincering.com Ghulao-i FEIN: 59-3101052 ny) Shahnami Authonzed Signatory Printed Naine President Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE r:9'Failure to submit this form may be grounds for disqualification of your submittal`s 46 Q3GLake Baldwin Lane SG mA (3�andm.FL33@14 (40 )767-S188 ENGINEERING (4O7)767-5772fax m/r''` n / July 30,2018 Towhom nmay concern, This letter is to provide information on authorized signatories for SGM Engineering,Inc 6hu|am([ooy Shahnanoi' President of5GM EnQmeennB. Inc, is the Only authorized signatory (or6GM Engineering, Inc- Sincerely, Ghularn (Tony) Shahnami, President SGM Engineering, Inc. SGK4Engineering, Inc. 'MEP Consulting Engineers 835Lake Baldwin Lane, Orlando FL32G14 wc 64Or'BCFI•THIS TAX RECEIPT ONLY [9V1D9HC.'' PAYMENT OF nil! LOCAL BUOINP88 TAX FS I TO CH Yd9, Ft.ORIDA 6T'ATUTE6 IT DQk0 h THE HOLDER TO OPERATE IN VIOLAT10N OFi STATE, OR FEDERAL LAW CITY PERMtT"TIN NOTIFIED OF ANY MATERIAL CHANGE T10:` H INFORMATION FOUND HEROIN BELOW 'THIS DOES NOT CONSTITUTE AN ENDORSEMENT APPROVAL OF THE HOLDER'S SKILL OR''l' COMPETENTCY. Casa Number: BUS 0004485 Issued Date: 0712212018 Your 2':019 CITY OF PERMITTING SERVICES Loral Business Tax Receipt C ty mall 400 South Oianye Avenue, First Floor Post Office Box 4990 Orlando, Florida 32802.4990 Phone, 407 246 2204 Fax 407 246 3420 Email: dusinessTax@cityoforlando net Prompt! Inteiactive Voice Response System: 407 2464444 Visit our v;ebs te: cityofor,ando net/permits State f/ Florledl Department r!f I certify I`rom the records of this office that SOM FNGINF'FR1NG, INC. is a corporation orbani cd under the laws of tllc State of" Floricia, filed on December 20, 1991, effective December 17, 1991. The (10CL1111Cllt lltlilll)C1' 01"1,111S t:orporatlon is V02240. I further certify that said corporation has paid all Ices due this office through December 31, 2018, that its most recent allnual report/uniform business report was filed on January 12, 2018, and that its Status; is active. I further certify that said corporation has not filed Articles of Dissolution. Give/t under my hand and lite Great Seal of the State of Florida at Tallahassee, the Capital, this the Twelfth day of.fanuary, 2018 Secretaty 1)f State Tracking Number: CC7354602902 To authenticate this certificate,visit the following site,enter this number, and then Follow the instructions displayed. https:Hservices.sunbic.org/Filings/CertificatcOfStatus/CertiricateAuthentication Sta� 1', �' 7L ','Irida Baan deers 61 N�/�Rt N FEVEIN Numtwr 59.3101052 Det. Filed Is authorized under the provisf d ku s, to offer lit, engineering services to the public through s P'rofitsalot9�1/, pd c 471, Florida Statutes. i i�l A9 �,, Eizpitatfon: 2/223/2019""a, �����° °������ tY CA l,lc. No. Audit No: 22YMI902116 k a:rr ,rr rzrx," NAME CHANGE AMFNDMF:NT 620,8 L`r„er;�+J t..Y„'Lf,L.4FC.,..�. ,1$abPo%mi 91.: c,.run.,xx.. '1um's u�y,.l4 .,i,/s � Onto 4Mv 6.hcrw.n1Yw�rt"a Yewv.v6..mt,.r Detail by Entity blame Ronda Prom Coiporalion SGM ENGINEERING. INC FJ11n91afann"an Oocumant Number V02240 FEVEIN Numtwr 59.3101052 Det. Filed 12!20/1991 Etfecttva Date 12/17/1091 State I'L Status ACTIVE: Lost Event NAME CHANGE AMFNDMF:NT Event Date Filed 01124/2008 Event Effective Onto NONE Unslw"Itdraas 935 LAKE BALDWIN LANE: ORLANDO, FL 32814 Changed: 05/2712009 M-111 QAddr- 935 LAKE BALDWIN LANF ORLANDO, FL 32814 Changed 05/2772009 Eooletamd AgentNar99A Address SHAHNAMI, GHUI. AM R 935 LAKE BALDWIN LANE ORLANDO, FL 32814 Name Changed: 01/08/2007 Address Changed: 05/27/2009 Ofgcsrlulroctttrg 1111 Name & Address Title PRES ` SHAHNAMI, GHULAM R 935 LAKE BALDWIN LANE http•I/s. erch,sunbU.org/Inquiry/CorporedonSeemNSoarchRoauttOotall7inquirytype-EnblyNameadirocdonlype=lnkUnl&s omhNameOrdar=SGMENGI. 1/3 W-9!`fk Request for Taxpayer Olvo Form sit W'emtr�- 20t r) Identification Number and Certification to the requester, 00 not Dtgall "t of a* tilutlayBond to the IRS, intilow 11—Olud scesc* 0, Go to for inatmoilona and Ore latest Wormriilorr, f4wlle (d3 on yr.0 i"Coe"O tt',t "I'V.) Nirn-4 iN ft�rnkja&f rin tint" ly'd 00 not r0aw Olin 9Y bW16 S61%1 Efigincerillig, hic cr.*-,N Aptsowwo fro� to, '4t'lwal 14, Owwre-atict, of Ina Difmcel *0=4 'aulla 13 .,4wotj oil br,* i Cmxr, on wo of tr,. 4 r.onvi,w. (cwt. to '000",,0 i"O" cwidin anutiet aw tcivkfuwjac,t D C cowittion c000dlion 0 Vi41Il11CtKXl� (NI €.X191 1) 0 wrift I-.', entt)y rt:sy� Coco P IIreyj Fnlef IM lit, S -S Nola: Ctulck Inc tWcprlwq oor, in me 1,natioava for ine Ia. ria-voica!'Onot I", If'C CJ1203jfkXJ J. 't a'fln(j}a•rMTtyprIJ.0 Intit m tfitititioluddo tioril Inc uNr4H uni&6t trtti omw at it., LLC m If Any) 4110ftlt, LIC "'M it not awogafOdd from file awfittir for U S feus:iu! tat, DLctxmu Ojvoml2o, d %,nqi*,mOn1O.*f r t,C jivittXJti el di�51*g4vded ftrim Mo ii-,,tt Illeuk) chutk Intl app(Orvirra bON lot tile IdA C1433tficalton of it.1 Ownrf rhor 0�6'ir IM, -F—L2-- -Vurzont) P V7 6 Mafm (nuntl3lif crottL and apt, ix suila no) Soo innuticiaorz mtno arLl ndcrc-"3 rOpucn 935 Lake Baldwin Lane 6 C:ty 31alo aro 711'coiat Orlando, FL 32814 7 k,.st iwcowt!,. t hoet., tcn;iK)eLttij • __Taxpayer Identification Number {'�iN} Enter your TIN n the appropriate box The TIN provided must match file name given on !tile 110 :avoid &Ocizl security numbit, backitip will hold,vig For wdiwd,;nls this is Q,,inwally your social sttcuri!y outnh,i: (SSN� HC)woiv f o' entities, it Is your employer tdonlific3lion number BM if you do not have a numbet, So-�, How to get a LJ.__� L ies4dertl alien sole pfopreter, at 'isieriatded '�nf'lyr Se43 It"O i"SItUCtiOn5 to.' P6rl 1, later r0l' oll'is, rfN, late( os Note: If the account is in more than one name, see The insiruclictis lot line 1 Also see What NafTip a:N1[_Em foyor �onllfication nvmWr Nurnber ro Give the Peoueswr for qu;dehnea on wf)ose number to entol f^ -Ii -13 11 10 11 1015 12 Under penalties of petfury, I certify that I Tile number shown on this foon ;s my conecl fay'n.lyef iderinficatictil nunlr:te' (or I am 'valfing (of anuiliber it) be 6stted to inti); and 7 1 am not subject to backup withliotritng be -cause (a) I ani exempt horn backup vmhholding, or (bl I lt.avp not upen rw)ftfied by (hey internal Revenkjks Service (IRS) that I am subject to backup withhciiding is a rest,ft of a failure to repeat M ititeresf or dividends, of (c) the IPS has notified ine that I arcs no longer subject to backup withholding: and 3. 1 am 3 U.S. citizen or other U.S. person (defined below), and 4 The FATCA codp(s) entered on this ton'n (if any) indicating that I am Pxernpt from FA I (A reporting 15 correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subtect o backup w,thh.r!dirf,,I because you have failed to toper, all interest and dividends on your tax return For foal estate transactions. itern 2 does not appty For II-'Or1qaQe Miefest said. acquisition or abandonment of secured property cancellation of debt. rontribubo"S to at, individual retirement arrangement (IRA), and generally. payments other than interest and dividends. you A not required to stqrtVke certificalion• but you must provide your corrert TIN. See the inslrucuon5 for Part 1i, later x 1!31 a Signature Of ---- '�h " �1 — Here I U.S- person , n r-- � _ Date Ii- C, General InstruMons Section references are to the internal Revenue Code unless otherwise noted. Future developments. For We latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to wvvw.irs.gcv1FonmVV9. 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 ISSN), individual taxpayer identification number (ITIN). adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return We amount paid to you, or other amount reportable on an information return Examples of information returns include, but are not limited to, the following. - Form 1099 -INT (interest earned or paid) - Form 1099 -DIV (dividends, including those from storks or mutual funds) * Form 1099 -Ml';(,' (various types of income pn7eS, awards, or gross proceeds) - Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) * Form 1099-S (proceeds (rain 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 ar abandonment of secured property) Use Form W-9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding. later. CaL No. 10231 X FotrnW-9(Rev 11-2017) � �u III � � � �l '/ > 1►t �_ I, City of Stortford 1 Finuttce De;partntent Purchasing Division 3ttt!'y t arl kmiue Suite 236 Sanford, Budde 3:711 f hour aQ 6914 -4028 or stt3U I V*v 40 4KH Ml t t• mall: RFQ 17/18-33 PROFESSIONAL CONSULTING SEIRVICE S tCCNA1 Attachment "IC" Proixtsed Schedule of Subcontractor Particit)trtion ADDENDUM 93 © No Subcontracting (of any kind) will be utilized on tills project. Title: Professional Consulting Services (C CNA) Solicitation Number: RFQ 17118-33 l'otal Project Amount: S Subcontractor Minm ity C'odc (ifapplical)1e) Ct»npnny Name Address Phone, I ax, l;nutil rrlMn,tfe«%r 17c 7m�'YR_M' 1401 Edgewater Drive Orlando, t l..5?8t)-1 -jcxrin:kmt;trclritrcts_c��m ( rade, Services ur Nlnterinls portion to he xubcontntctcd Architecture Percent (°o) Of Sco e Contract Federal 11) 59-36-17562 Dollar Vttfur 20"o NVoman 11 Isis anic SDV131, Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PAR711C'1PATION PERCENTAGE TOTALS FOR MINORITY SURCONTRACTOR PARTICIPATION Minority Code Code Description Minority Cade Code Description AA African American NA Native American A Asian/Pacific Islander W NVoman 11 Isis anic SDV131, Service Disabled Veteran When applicable, the Proposer, will enter into it 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. liwc. the undersigned. as authorized signatory to commit the firm, certify that the information as provided in Attachment "ii", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposcr,'Contractor Name: SGM Enginecrint : Inc._, Mailing Address: 93_Ljjt{jyj1>�Orlands�,1 L ........... Telephone mber:`(#07 ._7.67-5_l88_ _ _Fax Number: 107) 7G7-5772 E-mail Address: tony(gssbmcnginaring cum_. C Ghulam 7"on ' Shahnami - — FEIN: 59-31r01052 _.y- _. Authorized Signatory Printed Name President _. Title D PLEASE COMPLETE AND SUBMIT ITH YOUR RFP RESPONSE 1�0" Failure to submit this form may be grounds for disqualification of your submittal`r"' 4 it 50t.tC€IAtiON NLIMfir-9 (It npJ ARCHITECT -ENGINEER QUALIFICATIONS _l-1118-33 PART i! - GENERAL QUALIFICA If a �rnt has branch offices carrrptete for eaclt spocirrc 2n rSfzM (qr EB�sr�i'se Otrtcad NAME .. . SGM Engineering, Inc 2b STREF! 935 take Baldwin Lane ?c C".ITY Orlando FL ® 32814 i a POINT Or CONTACT NAME': AND TiTt.T„ Tony Shahnami, President Ob IELF.PH0NF. NUI (407) 767-5188 Ceti r.',MAR ADDRESS tony@ sgmenginee ring com 8a FORMER FIRM NAME(S) (N any) Inc , S G.M. Eng in _.._... _.. Bering Inc r rt rrvZO branch office s_r S �AR(SFA 1991 !q work ) r, 14 UNIOL)r: VNINtY Ir} .Pd TIF1r-,A � �a-459 1a1 * iYNf S_ Corporation I) SMA11 BUSINESS STATU4 .w. DBE, SBE, and 100% SB 7 NAW: OF riRM nr13bch ?& +s a S3ypnch YEAR LS1ABLISHF'0i8c t. 1Nf0UI:I-Nlii'Y;0FNr1FtER 11 ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) a. Federal Work I Ors C. 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 1991 a 194459-9141 3. $250,000 to less than $500,000 a luncBonp Code 02 08 15 _16 21Electrical _ 9 EMPLOYEES BY DISCIPLINE _ W NumberoiEmployees b Discipline (t) FIRM Q)BRANCH Administration 7 7 CADD Tech µ _ 3 3 Construction Manager 1 1 Construction Inspector 2 2 Engineer 5 5 10 PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS $ Profile b Experience Number Code A06 Airports, Terminals, and Hangars 4m A09 Anti -Terrorism and Force Protection A11 Auditoriums and Theatres _ C05 Child Care& Develo Tent Facilities '1111 C10 Commercial Building 25 _ Fire Protection Engineer r _ 1 _ _ _ 1 C11 Community Facilities 24 42 Mechanical En ineer 8_ 7 D07 Dining Halls, Clubs, Restaurants 48 PM -Mechanical 6 _ 5 E02 Educational Facilities 48 PM -Electrical 6 5 F02 Fields, Gyms, and Stadiums — 48 Y PM-Plumbing2 1 F03 Fire Protection Plumbing Engineer 3 2 G01 Garages and Parking Decks in System/Audio Engineer 3 3 H06 High -Rises H08 Historical Preservation H09 Hospitals and Medical Facilities H10 1 Hotels, Motels, and Resorts H11 I Housing L01 Laboratories L04 Libraries M05 Military Design Standards R04 Recreational Facilities Other Employees W01 Warehouses and Depots 'n Total 1 47 142 Assisted Living Facilities Im 11 ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) a. Federal Work I Ors C. 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 The oreaoino s REPRESENTATIVE attement of acts. �D. UAIt 7/30/2018 C. NAMt ANU I I 1 Lt Ghulam (Tony) Shahnami STANDARD FORM 330 (REV. 8/2016) PAGE 6 1. SOLICITATION NUMBER(lfany) - RFQ 17/18 33 i PART II - GENERAL QUALIFICATIONS f (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR ESTABLISHED 4. DUNS NUMBER KMF Architects 2000 01-371-9005 2b. STREET 5. OWNERSHIP 1401 Edgewater Drive a. TYPE LLC 2c. CITY 2d.STATE 2e. ZIP CODE Orlando FL 32804 b. SMALL BUSINESS STATUS N/A 6a. POINT OF CONTACT NAME AND TITLE yC Joseph H. Morgan, AIA 7. NAME OF FIRM (If block 2a is a branch office) ( President C 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (407) 298-1988 joe@kmfarchitects.com 8a. FORMER FIRM NAME(S) (Ifany) 8b. YR. ESTABLISHED 8c. DUNS NUMBER KZF Design LLC KZF Design Studio 2000 01-371-9005 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS c. No. of Employees a. Function a. Profile b. Discipline (1) FIRM (2) b. Experience C Revenue Code Code BRANCH Index Number Numb_ 06 Architects 3 C10 Commercial Building (low-rise), Shopping Centers 2 48 Project Manager 1 C11 Community Facilities 2 08 CADD Technician 3 C13 Computer Facilities 2 37 Interior Designer 1 E02 Educational Facilities; Classrooms 2 F02 Field Houses; Gyms; Stadiums 2 s 101 Industrial Buildings; Manufacturing Plants 2 105 Interior Design; Space Planning 2 L01 Laboratories; Medical Research Facilities 2 001 Office Buildings; Industrial Parks 2 P06 Planning (Site, Installation & Project) 2 P13 Public Safety Facilities _ 2-- R04 Recreation Facilities (Parks, Marinas, Etc.) 2 M05 Military Design Standard 2 t P08 Prisons and Correctional Facilities 2 H10 Hotels; Motels 1 l Other Employees Total 9 11. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS (Insert revenue index number shown at right) a. Municipal Work 2 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 b. Non -Federal Work 3 4. $500,000 to less than $1 million 9. $25 million to less than $50 million c. Total Work 5 5. $1 million to less than $2 million 10. $50 million or greater - 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a. SIGNATURE / B. DATE � July 31, 2018 C. NA AND TITLE Joseph H. Morgan, AIA; President Project Name: Professional Consulting Services, Consultants Competitive Negotiation Act CCt�A Solicitation No.: RFQ 17/18-33 Duo 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 Solicitation No.: SGIVI Engineenng, Inc Proposer/ i r RFQ 17/18-33 Dun July 31, 2018 @ 2:00 PM nature of Authorized Representative (Affiant) D Ghulam (Tony) Shahnami, President Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Orange STATE OF FLORIDA On this _]Z�3O day of, 20 before me, the undersigned Notary Public of the State of Florida, personally appeared Ghulam (Tony) Shahnami whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/she is personally known to me or has produced, as identification. I'll, — (Notary Public in and f6r the County and State Aforementioned) SEAL My commission expires: I lb zL� Laurie suangle NOTARY PUBLIC STATE OF FLORIDA Cam* FF933100 Expires I WW2019 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"O SECTION 00462 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO" If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed 1 Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional association within the last five (5) years? No (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? No (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No (Y/N) Nate: 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. SGM En ice' nn , Inc. Firm --"/— _. Signature of Authorized Representative DAte Ghulam (Tony) Shahnami, 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 00452-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM s 4),,S,C s 4 NFORD 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. SGM Engin rinq, Inc. N U Signature of Authorized Representative 1 Date Ghulam (Tony) Shahnami Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17118-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM 00450-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM Cit) (if Simfurd I Fit►unce Deltartn►ent � Purchasing Uiv is JIM N. Park Aventie Su)tc 236, Snnfurd, F7urida .32771 Phone: 407.688-4028 or 5030 d Fax 407,688 4021 E NFO�ai7 CONSULTANTS COfVIPE TITIVF NEGOTIATION ACT (CCNA) terns ( ontruct Ti'I"LE-: PitOFE,,SSIONAI., CONSULTING SERVIC Section 00435-3 Florida Public Entity Crimes Statentent S%NORN SI AllFIt1F:N'l VNDLR 5FCIION 287.133(3) (a), FLORIDA STATUTES: THIS FORM '111'S"1 BE SIGNED IN FIIV PRFSEW F. OF A NO I ARI" PI'III.I( OR 011 IIiiR OFF1( Lit AUTHORIZED TO ADNIINISLFat OAI IIS. A i his sworn statement Is submitted %kith Hid, or Contract dumber R[Q 17/18-33, Consultants Congneutnve `s`c};ottat loll Act (("CNA) 1'rofcsvtonal Consulting Services If I his sworn statement is submitted b% SG\4 Fngmcerui I, Inc swho5c business address is Mime of omits Nulmttttmg swmi ,tmcmcnil 935 Lakc 13ald%%in lane Orlando, LL 32814 and (if applicable) it's I ederal I.mpinycr ldentiticatinn Number ((FlN) is 5J-33101052 (11 the entity has no 11 IN, include the Social Security Number -)I the individual signing this sworn statement ,N A C. IMN name is Gltulatm (Iolty) shaitnami and my relationship to the above is Pyebident 111Ic.1,c pini n,uuc of mdn uht.d stgnmg) l). 1 understand that a "public entity crime" as delined in section 287 1 13(1)(g), Florida Statutes, means a violation ofany state or federal la\s by a person with respect to and directly related to the transaction of business with :un\ public entity in Florida for with :in agency or political subdivision of any other state or with the I lofted States, including, but not limited to, any bid or contract fior goods or services to be provided to any public entity or in agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. F. i understand that "convictcd" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding ofguilt 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 intiornnation alter July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a pica of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors. executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement. shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Rev 03/2018 City of Sanford I l�inaace Department I Purcltnsing Di%union 300 N. Park A%enue Suite 236, Sanford, t-lorldn 327"71 Phone: 407.688-4028 or 4030 I t•rrx: 407-688.5021 CONS ULT"AN`1"S COP/I1'1?'ETFI'VE; NI:GOTJATI 0N ACT (CC NA) Ierni < ontruct TITLE: PROE~I:SSIONAL CONSULTING SEI1VICES \ Neither the cntity suhnutUng this sworn ,talcment, nor any officer~, directors, executives, pariners, shareholder%. employees, mcnilrers, or agents who is active to the mtmagcmcnt of the cntity, nor any nfliliate of' the cntity hnvc hccn annstctcd 01 .t public cntity crone subsequent to Jule 1 , 1989 the entity suhnuttiug tlus ~worn surtenrcnt, or olio or more of the officers, directors, evecuuves, partners, shareholder, employees, mcnnbers, or agents who are acto e ur the nramagcnicnt of lite entity, or an affiliate of the crrfity has been churned with and convicted of it public entity antic suhscqucnt to July I, 1999, AND 111case indicate which additional statement apphc%l Therc hits been it proceeding concerning the conviction before n judge or hcaring officer of the Suite of Florida, Division of. Adntinititrauvc I learings, or a court of' law /awing properjurisdiction. 'I lie final order entered by (lie hearing officer orjudge did not place the person or affiliate on the convicted contractor list. (I'lease attach a copy of the final order File portion or affiliate wits placed on the convicted contractor list. Fhere has been a subsequent proceeding before a court of law having properjurisdiction or a judge or hearing officer of the State of I lorida. Disision of .Administrative I learings. I he final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate Rom the convicted contractor list. IPlease attach a copy of'thc final order. I he person or affiliate has not been placed on any convicted vendor list. IPlease describe airy action taken by or lending with the State of Florida, Department of Management Services] 13y the signature(s) below, l wc, the undersigned, as authorized signatory to commit file firm, certit\ that the inf?ornation as provided in, Public ity Crimes Statement Section 011353-3, is truthful and correct at the time afsubmission. AFFIANT SIGNATURE a Ghularn-(_Tony) Shalutatni Typed Name of AFFIANT President 1•itle STATE OI" Dorida_ . .__._._..._._ COUN'T'Y OF Orange _ The foregoing instrument was executed before me this 30 day of July _ 20.1$_• by Ghulam (Tony) Shahnpnti as President _. of SGM Eli ;inecring,.Inc... who personally swore or affirmed that he/she is authorized to execute this document and thereby bind the Corporation, and who is personally known to_tnc OR has produced as identification. Vvisiv Laurie Sfrartgie NOTARY PUBLIC STATE OF FLORIDA(stamp) Comm# FF933100 Expires 11/13/2019 NOTARY 4�(L', State of Florida PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE IV -Failure to submit this form may be grounds for disqualification of your submittal"' 2 Rev 03/2018 City of Stnlford I Finance Del)urttnent I Purchasing Division 300 N, Purk %�cuue Sulte 236, San(urd, t-lorlita 32771 -$U Phone: 407.688.5028 or 4030 I'ux: 407-688.4,021 21 ���v�C►it� 1 CONSULTANTS COMPEAITIVE N11"GOTIA`I'ION ACI' (CCNA) I ERNI ( ON 111 ( I TITLE: I'RO E,SSIONAL CONSULTING SEIRVIC.I.S I l II O1 1 1 R014 :u KNOAA 1 i D61 S \NI) I NDI RS I \NOS I I IA 1 11111 INMI M:\ I ION ( ON I \IN1 1) IN RI SPO1,0S1 10 IVIS Q1 Al III(MONS ti L\ 11:NII NI 511\1.1 111- RH 11:1) 1 -1'ON HV" 1111 MY IN :A\A AI(t)IN(i ILII CUN 11(A( I ANI) "t'(l l INI ORh1A M)N Iti N'MM \N I ID BY 0I II:1(()R 10 Ht I Rt l 1111 DIS( 'OVI`)(Y 01 -ANY OMItiSION OR MISS I ,A 11-MI.N 1 IIIA I MAII RIAl LY ;A1IJ,('15 ILII OI'11,Rol( "N QIi.Al If KAHONS It) 1'tl(I'(WM t NDI l( Illy ('ONI1(;ACI ` IAl I (At!Sl IIII ( II1' 10 RI it ( 1 1711' lt4i)R I'I(OI'05AI . ANI) 11 ,AI I I:R 1111 A\\ ARI) 10 ( :AW I I \ND 11:10i INA I1 1111; A\L ARI) AND OR ('ONI ItA( I Al FLANI SIGN\7I I l. Ghulam (pon)) Shatn)an11 Iyped Name of AFI, IANI President l itic S1 ATL 01' LQrjSJj C'OIJN'1'Y 01: Oran�,c the foregoing instru(ucnl was csrcuted hetore me this 30 day of Jill) , 2018 by Ghulam 1'on Shahnami as 7 i of SG�4 1 n )neerin lnc «ho (_}� _l restdenl . ta....` _ b:...'• personally swore or affirmed that hcishe is authori/cd to execute this document and thereby bind the Corporation, and wl)o is personally kno%�n to me OR has produced as identification. \O'1'AR ' 'k3lIC, State of"Florida �L (stamp) Lurie Stromlo NOTARY PUBLIC STATE OF FLORIDA ccnvn# FF933100 $11tilExpires 11/13/2019 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE lv'Failure to submit this form may be grounds for disqualification of your submittal' 2 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: SGM En ing eerine. Inc. 935 Lake Baldwin Lane Orlando, FL 32814 The correct name of the Company is: SGM Engineering, Inc. a. FEI/EIN Number 59-3101052 b. Trade Mark Name SGM Engineering,, Inc, 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation December 17, 1991 b. State of Incorporation Florida c. Chief Executive Officer — Name and Title Ghulam (Tony) Shahnami, President d. Vice President Name Victor Goykhman e. Secretary's Name Ghulam (Tony) Shahnami f. Treasurers Name Ghulam (Tony) Shahnami g. Name and address of Florida Resident Agent N/A 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization N/A b. Name, Address and Ownership Units of all Partners N/A c. State whether general or limited partnership N/A 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. N/A 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? 10 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. FL 6208 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. City of Sanford Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida CITY OF 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 CONSULTANTS C®1VIPETITIVE NEGOTIATION ACT (CCNA) FINANCE DEPARTMENT TERM CONTRACT TITLE: PROFESSIONAL, CONSULTING SERVICES Respondent Business Information Affidavit 1. State the true, exact, correct and complete name of the company, _sole proprietorship, _partnership, _LLC, X corporation, _trade or fictitious name under which you do business and the address of the principal place of business: SGM En ing eerine. Inc. 935 Lake Baldwin Lane Orlando, FL 32814 The correct name of the Company is: SGM Engineering, Inc. a. FEI/EIN Number 59-3101052 b. Trade Mark Name SGM Engineering,, Inc, 2. If offeror is a corporation or LLC, answer the following: a. Date of Incorporation December 17, 1991 b. State of Incorporation Florida c. Chief Executive Officer — Name and Title Ghulam (Tony) Shahnami, President d. Vice President Name Victor Goykhman e. Secretary's Name Ghulam (Tony) Shahnami f. Treasurers Name Ghulam (Tony) Shahnami g. Name and address of Florida Resident Agent N/A 3. If offeror is an individual proprietorship or partnership, answer the following: a. Date of Organization N/A b. Name, Address and Ownership Units of all Partners N/A c. State whether general or limited partnership N/A 4. If Offeror is other than a sole proprietorship, corporation or partnership, describe the organization and give the name and address of the principals. N/A 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? 10 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. FL 6208 8. Complete Attachment "J" Reference form and submit with the Proposal as reference. State F qf'd a Board,,; Pro sional Engineers Attest, that Ghulam laza Shabl�anu;P.E. 113FT I es,, jllll'�/,�W;��,�, , � Is licensed as a ProfesgionalEnjin4i et Chapter 471, Florida Statutes 73)77 - Expiration: 2/28/2019 P.E. Uc. No: Audit No: 22s2mmo8o R h 41204 ' State;�,o�:Flp"rida Boar&4� Proiessional Engineers Attests that � ,matk&.,. Escott, P.& � Almlia:� Is licensed as a Professional 11Cltaptef 471, Florida Statutes Expiration: 2/28/2019 orf PE. lic. No: Audit No: 228201916512 R 50737 Stat Board Is licensed as a Pro Expiration: 2/28/2019 Audit No: 2262oms050 K T-11 r torida lrof6ssional Engineers Attests that iAi,,Haygqpd, P./E. [31 I Engure r ppw et Chapter 471, Florida Statutes P.E. tic. No: . 59505 RICK SCOTT, GOVERNOR KEN LAWSON SECRETARY STATE Of FLORIDA 41 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN The ARCHIT"CT CORPORATION Named beL a IS CERTIFIED Exp raMndate FEB 28 2019 TheARCHITECT al Nar4d DeItIv IS LICENSED Under 11he prmsions of Chapter 4B I FS E,p,rationd4c FEB 28,2019 KLE16 TLUBER, ERIC OSKkR 434 DEDWEY PARK DRIVE' Uh ORIJ400 FL 32805 ISSUED MOWE DISKAYAS REQUIRED BY LAW SE01 LieI2OW74733 State,,,,,"of"lorida B o at d'Of Professional Engineers Attests that B6bakShahnarni', FIX;,, Is licensed as a Profes8ional'IEngineer 0 "I" I*Pter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: ................... 0 Audit No: 228201915273 R 78419 State""'fFlr'da Board , of N4essional Engineers At that Attests t Justin&*e Mundell PIE 7, Is licensed as a Pfofessional.,Enoat�' evChapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Uc, No: Audit No: 22no m339 R 70700 RICK SCOTT GOVERNOR KEN LAi',`SON, SECRETAR� STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OFARCHITECTURE & INTERIOR DESIGN 41 The ARCHIT"CT CORPORATION Named beL a IS CERTIFIED Exp raMndate FEB 28 2019 al KZF DESIGN LLC KZF DESIGN STUDIO 1a i EDCEwATER DRIVE, ORLANDO FL,32804 Uh 6SUED 12,11016 DISPkAYAS REQUIRED BY LAIN SEN LIWWJ11115 n wor hrrrlrlrrrti(rrs ebat `Irony G,X S6afirlawi, l E. SGM 1:11ginceriu,q, Inc. i,as mer all pn",rq,awe, dn,..r,rsvan,r;2 i,,:frpe».9vrce o..d dr<• arbniarl, uwnagr,urur and c.,m elrir,ns _Gill, -pini rr, r,..plr..,eut 'I" ....ms,n nu,,nrl,x ins Nall .... mApa<-ddn-, auntiun In L� moanlyd this I Irce a. VIrtarnurtttm of `her, qu: lij,. n r,, as an ACG 1Trrfifirl Clennnlissinllinq�l#12urflt� Reg,st,atimunn„hrr: 110603 .This wfi,,ire. toh,f ll for Ile}e.1r 201s. es raauu(+I..... n......... hair ,.....ting a 11 rrqul,rmenev nwol in the Card Ceudrl.rrr Nandbank. 1 7AIBetter Buildings Niasrufalr Wirfi6ari S('JM 1@nyincerir,g, h,c. Laf n,. r atl f,n re./m, , ra drrr.r.r r 11,1..,11 rr+Acl�nrerrur.,,rA `lir Irrlrn,.:al. a.Gi1/. rra..... to frrfrlrnnrrt t/r. .`,+.urns. n+r nr,� h.rrrr..... ,. .,,,lr>, 111,`,,10,,, ...r.r/.,:.,,erhr„r �. .,,,rrrr,.,.....frrr,e arf,ntrd f1.r>-i ( .,.r r. 1r r%rl r:rq lfv. ,ri a...,1 G (frlhfir) Rmmn1 a nuly �trtll 1. ntLr i1 rt, 1 1011 2 !/ I / -h 1 I f 1.• lea. 201 1 / / l fl 1 rrnfs r 11.1 r r en. I A rn ,L f.m H.,rnlh.arL. t3uild ngs. r idea - Y„ 6Ar hrlCl»' Centi�iCS f11a1 030 66y S6afinami SGA4 Engineering, Me. has ,,o all prrn"qui<i/rs drnn„rsfaaing indepemicu,r acrd the icelmf,al. Il m,gC..a',rf, arnt unrmuuoranur+s <kills rc,ynrcd m lrnldrmurrt III, u,nm iIsl ruing pf r s Ill 11`..•0111 - ist-,It build- G., d Ir.lurd thr ILa tinatin,r b, be amarderl IN, Imilirale ill re-cr itiun of dreirqualilimfiun: as an ACG (dirrfifirtl punniasin2cin xfltllrif(y Regisfeuiou nunfbe+: 671950 . This rerfi/ilafr, raliJ unlp for thr rrar 2018, is rrncuatblr on art mvuail basis ulurry nreetiuu all rrryuirnnenrs uofed in du C:zA ('�rtdidafc Hdndhuok. ttlpt n Better l y. BWildin 5" u i .1JJ jj JJJ JJJ GBCI GREEN BUILDING CERTIFICATION INSTITUTE Mark A. Escott LEER ACCREDITED PROFESSIONAL GBCI G(2l' N BUII,.WPdG CER 'i'IfKATION W(,, Ss, I'I`U1''E Eric Oskar Kleinsteuber D ACCRf EQ 10 PROP F ',1 W It,[ , �P C r 6nrl,y a•tti fks G+gat SVark, Escott, JOE .SG,11 Engin,"ring, Ira-. I>+t urn.dt prrrrvp,u,rs nafuarrranng rredep+rndrnrrand t)e nrinutd, n. y e,u. m,dc iL,fu r,,d lf: rp.irrJ h,,inp1°,nrur lGr"�mr,. ,u,ias an.rd"I tla. r(mfeiis r ACG Lrrtiftrrl Lnnulrissillnin}i,�llflinritu 6.sis,r,.f „nuh,n 110605 .7Gta+rifi..0^.,uLrf onp"('nrl/t )Yar?OLfi. I, o;ann,bk r . an anew ban,, „prm.uonir:g aH rrquirer..m,e+ ,mrrd in rb, [i.1 (S„ d. d e fian.lf o L lBetter �> ,Buildings Consulting Setvacle I IP 'Va�0�1 i.i ttertis , rt1 . a ualllus o' ��°�io REGISTERED COMMUNICATIONS DISTRIBUTION DESIGNER" 11 V,!Mf i Justin Mundell f 3rcst f