Loading...
2080 RFQ 17/18-33. CCNA - GaleSWORD FINANCE DEPARTMENT Thursday, December 20, 2018 PURCHASING DEPARTMEW TRAmsMITTAL MEMORANDUM TO: City Clerk/IlWfyor RF.: Q. k \�s - CC (4 -C-19L The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order F1 Mayor's signature F1 Final Plat (original mylars) F]. Recording F] Letter of Credit Rendering F] Maintenance Bond Safe keeping (Vault) F] Ordinance Deputy City Manager F1 Performance Bond ❑ Payment Bond F] Resolution F] City Manager Signature El ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: 0 Return originals to Purchasing- Department F] Return copies El Special Instructions: Uv�v(yQ,y 13o7ad-zqw From SharePoint FinancePurchasingForms -2018.doc Date AGREEMENT BY AND BETWEEN THE CITY OF SANFORD AND GALE ASSOCIATESISOUTHI, INC. FOR SOLICITATION NUMBER: RFQ 17/18-33 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this day of - , 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 GALE ASSOC IATES\SOUTH\, INC., a Massachusetts corporation, (hereinafter referred to as the "CONSULTANT') whose address is 160 North Westmonte Drive; Suite 1200; Altamonte Springs, Florida 32714. The CITY and the CONSULTANT may be collectively referenced herein as the "parties". WITNESSETH; IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the services as set forth in RFQ 17/18-33 which include the procurement solicitation documents, the responses thereto from the CONSULTANT (all of which are incorporated herein as if fully set forth herein verbatim) and it is recognized that the CONSULTANT shall perform services as otherwise directed by the CITY all of such services to include all labor and materials that may be required including, but in no way limited to, the services provided by subconsultants as may be approved by the CITY within the amount of compensation to be paid to the CONSULTANT. In general, services shall be provided as needed by the City to support of various projects of the CITY, essential services needed by the CITY and to. enhance the facilities of the CITY. Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto and shall be renewed annually unless the CITY notifies the CONSULTANT 30 days prior to the annual renewal date that it desires to terminate this Agreement; provided, however, that this Agreement shall terminate after 5 years and shall not be renewed beyond that date and the parties shall be subject to any additional procurement activities of the CITY. However, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the CITY shall continue in effect subsequent to such services being provided by the CONSULTANT. No services have commenced prior to the execution of this Agreement that would entitle the CONSULTANT for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in each purchase order issued by the CITY. Section 6. Standard Contractual Terms and Conditions; Notices. All "Standard Contractual Terms and Conditions", as provided on the City of Sanford's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) and may be modified by the CITY from time -to - time. The parties shall also be bound by the purchasing policies and procedures of the CITY as well as the controlling provisions of Florida law. The addresses to be used for notices under this Agreement shall be as set forth above. Section 7. The Consultant's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, the CONSULTANT must: (a). Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the service. (b). Provide, the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the .CITY all public records in possession of the CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e). If the CONSULTANT does not comply with a public records request, the CITY shall enforce the contract provisions in accordance with this Agreement. (f). Failure by the CONSULTANT to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the CITY. The CONSULTANT shall promptly provide the CITY with a copy of any request to inspect or copy public records in possession of the 2(Page 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.HOU CHI N a@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual. Terms and Conditions", as provided on the City of Sanford's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the CITY and the CONSULTANT and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 3111a<_=, c 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: Traci Houchin, CMC, FCRM, City Approved as to form and Legality: ✓ el t. �'c'!� A� William L. Colbert, Esquire City Attorney THE CITY OF SALFORD M 4111a e Attest: Lynette C. Young Secretary/Officer 5 1 P a ;e RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES-CCNA (CIVIL ENGINEERING) JULY 31, 2018 '0 Y July 31, 2018 Ms. Marisol Ordonez, Purchasing Manager City of Sanford - Finance Department Purchasing Division 300 N. Park Avenue, Suite 243, 211 Floor Sanford, FL 32771 Gale Associates, Inc. 160 N. Westmonte Drive I Suite 1200 1 Altamonte Springs, FL 32714 P 407.599.7031 F 407.599.7077 www.galeassociates.com Re: RFQ No. 17/18-33 — Professional Consulting Services-CCNA (Civil Engineering) Dear Ms. Ordonez: In response to the City of Sanford's request for qualifications for Professional Consulting Services, we are pleased to present this letter of interest and required documentation to provide Civil Engineering Consulting Services. It is our understanding that the City of Sanford is accepting proposals from qualified firms to provide various professional services under Master Contracts. The anticipated contract terms will be for a one-year renewal, with additional renewals, at the City's discretion. ABOUT GALE Gale Associates, Inc., is a 100+ person, multidiscipline, engineering/architectural firm that has been in business for over 50 years. We have received awards for "Best Firms to Work For" for the past consecutive four years by Zweig Group, a nationally recognized professional services advisory group. GALE specializes in site evaluation, planning and design services for public agencies. GALE offers sensible, cost-effective, sustainable solutions, and aesthetically pleasing and environmentally friendly designs. We pride ourselves on excellent communication, timeliness of services and strong technical expertise. We are committed to sustainable design practices and have participated in many LEED® certified site design projects. We have been providing civil engineering design and consulting services to numerous public clients since 1964 with excellent results. GALE's Civil Engineering Group provides comprehensive land planning and site engineering services. We perform site design for all types of facilities including facility layout, grading, hydrology and drainage design, flood analysis and mitigation design, landscape design, and utilities planning and design. - GALE can assist with all aspects of local, state, and federal permitting. We offer public and private owners a complete package of bid and construction period services, assisting with project administration from startup through closeout. Gale Associates' southeast regional office, Gale Associates\South\Inc. (Respondent), located in Altamonte Springs, FL, was established in 1990 in the State of Florida. All professional services required on the City of - Sanford's term contract will be provided from this office. Boston I Baltimore I Orlando I San Francisco I Hartford I Washington, D.C. Ms. Marisol Ordonez RFQ No. 17/18-33 Professional Consulting Services-CCNA (Civil Engineering) CALE July 31, 2018 Page 2 of 2 Corporate Philosophy As a Client We treat our consultants, subconsultants and vendors in the same manner that we wish to be treated. We supply truthful information, meet our financial obligations, foster a spirit of health competition and conduct our business relationships in a fair, reasonable and courteous manner. As a Citizen GALE has an obligation to the community to understand the rights of its citizens and the implications of our designs in order to respect the importance of each person's quality of life. As an Employer GALE is an Equal Opportunity/Affirmative Action Employer. GALE adheres to the guidelines set forth by the Fair Labor Standards Act, provides a safe, healthy environment in which to work and does its utmost to contribute to the value of its workforce by encouraging training, education and professional improvement. Committed to Client Satisfaction GALE is totally committed to client satisfaction, from project start to finish. As a result, we have enjoyed a consistent 95% return of business. In Summary - Why Consider GALE ■ Decades of Experience ■ Engineering -Focused and Cost -Effective Solutions ■ Committed to Client Satisfaction We look forward to your favorable selection and the opportunity of working with the City of Sanford. Sincerely, .. •.. i••• • iMIS • • i'� • r • 6 �j;3ALE RFQ 17/18-33 - PROFESSIONAL CONSULTING SERVICES-CCNA CIVIL ENGINEERING) GALE ASSOCIATES PAGE 1 OF 1 CITY OF SANFORD RFQ 17/18-33 - PROFESSIONAL CONSULTING SERVICES-CCNA (CIVIL ENGINEERING) ////% %�//%l///%/pcff//1011/ EXPERIENCE OF KEY PERSONNEL GALE has been providing Civil Engineering services to public and private sector clients since 1964. Our proposed key personnel for the City of Sanford's contract bring 30 years of Civil Engineering experience. As stated earlier, GALE's Altamonte Springs office will be responsible for providing the professional engineering services for the City of Sanford. Contact Information Office Address: 160 N. Westmonte Drive, Suite 1200, Altamonte Springs, FL 32714 Telephone No.: 407-599-7031; Fax No. 407-599-7077 Key Personnel Tony B. Robinson, Associate, RRC, BECxP, LEED®AP As GALE's authorized representative, Mr. Robinson will serve as Point -of -Contact between the City of Sanford's representatives and GALE. His responsibilities will include contract management, preparation of project fee proposals as requested by the City, as well as the general oversight and proper staffing of projects. Peter Spanos, P.E., CFM, LEED®AP Mr. Spanos holds a Bachelor of Science (Civil) from the University of Florida. He is a licensed Professional Engineer with 15 years of Civil Engineering experience. Mr. Spanos experience includes site layout, site drainage, analysis and design of water and wastewater treatment systems, parking lot layout and design, as well as construction administration. Mr. Spanos' role under the City of Sanford's contract will be as Lead Designer/Project Manager. The services he will provide include design services, preparation of permit applications, preparation of construction documents, and construction administration. John M. Perry, P.E. Mr. Perry holds a Bachelor of Science (Civil) from Merrimack College. He is a licensed Professional Engineer with 15 years of Civil Engineering experience. He has been involved with multiple projects requiring federal, state and local permitting. Mr. Perry's experience includes site layout, grading, stormwater management and utilities design. Mr. Perry's responsibilities under the City of Sanford's contract will include design review and QA/QC services. GALE ASSOCIATES PAGE 1 of 1 CITY OF SANFORD E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person) 12. NAME 13 ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE m TOTAL b: WITH CURRENT FIRM Peter Spanos, P.E., CFM, LEED AP Project Engineer/Project Manager 15 13 15. FIRM NAME AND LOCATION (Cityand State) Gale Associates\South\Inc. — Altamonte Springs, FL 16. EDUCATION (DEGREEAND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science —Civil Engineering Licensed P.E. #48407 MA (FL P.E. Endorsement Application pending) 18. OTHER PROFESSIONAL QUALIFICATIONS (Pubfica6ons, Organizations, Training, Awards, eta) Certified Floodplain Manager, US -17-10061; USGBC LEED AP 19. RELEVANT PROJECTS t TITLE AND LOCATION (City and State 2 YEAR COMPLETED Rollins College — A/fond Stadium/Harper Shepherd Field Renovation PROFESSIONAL SERVICES CONSTRUCTION If applicable) Winter Park, FL 2017 10/2018 a. 3 BRIEF DESCRIPTION(Brief scope, size, cost, etc: AND SPECIFIC ROLE M Check if ro'ect performed with current firm Project involved the renovations to the baseball complex including new synthetic turf baseball field, new PEMB structure, new parking areas, new stormwater managements facilities, new ADA accessible walkways, and new utility infrastructure. Provided site design, design of underground stormwater management system, permitting services with the City and SJRWMD, preparation of construction documents, and construction administration services. Role: Project Engineer Project Cost: $2.6 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED Village Hill Development (Term Contract for On -Call Engineering Services) PROFESSIONAL SERVICESCONSTRUCTION (If applicable) Northampton, MA 2015 -Present Ongoing (3) BRIEF. DESCRIPTION (Bnefscope, size, cost, etc.) AND SPECIFIC ROLE Project Mgr,fDesigner ® Check if project performed with current firm b' Gale is currently in year eight of a Term Contract to provide planning, engineering and construction administrative services for this 126 -acre mixed use community. The incorporation of historical buildings and old growth vegetation is integral in the project's Low Impact Design efforts. Full build -out will include approximately 476,000 square feet of retail, commercial and industrial development, as well as 350 residential homes and rental units. Provided watershed analysis and stormwater management design and permitting, as well as design and permitting of three on-site roadways. Role: Project Engineer Project Cost: $3 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED East Boston Neighborhood PACE Center PROFESSIONAL SERVICES CONSTRUCTION if applicable) Revere MA 2017-2018 9/2018 c, (3) BRIEF DESCRIPTION (Sriefscope, size, cost, eta) AND SPECIFIC ROLE ® Check' if project performed with current firm E t involved the construction of a new two-story, 15,000 SF health center with new parking, stormwater management, and new infrastructure. Provided site design, permitting services, preparation of construction documents, and construction istration services. Role: Project Engineer Project Cost: $9 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED. Charles River Community Health Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable)` Brighton, MA 2014-2015 2015 3 BRIEF DESCRIPTION(Brief scope, size, cast, etc. AND SPECIFIC ROLE Project Mgr/Designer ® Check if project performed with current firm d' Project involved the construction of a new two-story, 48,000 SF health center with new parking, stormwater management, and new utility infrastructure. Project received USGBC LEED Certification. Provided site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Project Manager Project Cost: $19.5 M 1 TITLE AND LOCATION (City and State) 2 YEAR COMPLETED National Guard Readiness Center PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Natick, MA 2014-2015 2015 3 BRIEF DESCRIPTION(Brief scope, size, cost, etc: AND SPECIFIC ROLE Project Mgr/Designer ® Check if project performed with current firm e. Project involved the construction of a new two-story, 45,000 SF building on a 28 -acre parcel with a new 300 -car parking lot, stormwater management utilizing LID techniques, and new utility infrastructure. Project received USGBC LEED Silver Certification. Provided site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Prosect Engineer Project Cost: $12 M STANDARD FORM 330 (REV 6/2004) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL. b: WITH CURRENTF M John M. Perry, P.E. Chief Civil Engineer 15 8 15. FIRM NAMEANDLOCATION (Cityand State) Gale Associates\South\Inc. — Altamonte Springs, FL 16. EDUCATION (DEGREEAND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science — Civil Engineering Licensed P.E. #82502 FL 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) _ Innovation Solutions to Wastewater Site Constraints — 2013; Low Investment, Low Impact — Sustainable Water Management Techniques - 2013 19. RELEVANT PROJECTS 1 TITLE AND LOCATION Ci 'and State 2 YEAR COMPLETED Rollins College — Alfond Stadium/Harper Shepherd Field Renovation PROFESSIONAL SERVICES CONSTRUCTION If applicable) Winter Park, FL 2017 10/2018 3 13KIt1- UhbUKINI LUN dnef= e, Size, Cast, e1C: ANU SF'hU1HU KULL ba t;neCK It project pertormea wnn currenttrrm a` Project involved the renovations to the baseball complex including new synthetic turf baseball field, new PEMB structure, new parking areas, new stormwater managements facilities, new ADA accessible walkways, and new utility infrastructure. Provided QA/QC of site design, design of underground stormwater management system, permitting services with the City and SIRWMD, preparation of construction documents, and construction administration services. Rale: QA/QC Project Cost: $2.6 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED Village Hill Development (Term Contract for On -Call Engineering Services) PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Northampton, MA 2015 Ongoing (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc,) AND SPECIFIC ROLE Project Mgr./Designer 0 Check if project performed with current firm b. Gale is currently in year eight of a Term Contract to provide planning, engineering and construction administrative services for this 126 -acre mixed use community. The incorporation of historical buildings and old growth vegetation is integral in the project's Low Impact Design efforts. Full build -out will include approximately 476,000 square feet of retail, commercial and industrial development, as well as 350 residential homes and rental units. Project Manager overseeing watershed analysis and stormwater management design and permitting, as well as design and permitting of three on-site roadways. Role: Project Manager Project Cost: $3 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED East Boston Neighborhood PACE Center I PROFESSIONAL SERVICES ' CONSTRUCTION(if applicable) Revere, MA 1 2017 9/2018 C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE H Check if project performed with current firm Project involved the construction of a new two-story, 15,000 SF health center with new parking, stormwater management, and new utility infrastructure. Project Manager overseeing site design, permitting services, preparation of construction documents, and construction administration services. Role: Project Manager Project Cost: $9 M 1 TITLE AND LOCATION Ci and State 2 YEAR COMPLETED Charles River Community Health Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Brighton, MA 2014 2015 d. 3 BRIEFDESCRIPTION(Brief scope, size, cost, etc. AND SPECIFIC ROLE Project Mgr/Designer 0 Check if projectperformed with current firm Project involved the construction of a new two-story, 48,000 SF health center with new parking, stormwater management, and new utility infrastructure. Project received USGBC LEED Certification. Provided QA/QC services for the site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: QA/QC Project Cost: $19.5 M 1 TITLE AND LOCATION (Citand State ` 2 YEAR COMPLETED National Guard Readiness Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Natick, MA 2014 2015 3 BRIEF DESCRIPTION(Brief scope, size, cost, etc.) AND SPECIFIC ROLE Project Mgr/Designer M Check if project performed with current firm e. Project involved the construction of a new two-story, 45,000 SF building on a 28 -acre parcel with a new 300 -car parking lot, stormwater management utilizing LID techniques, and new utility infrastructure. Project received USGBC LEED Silver Certification. Project Manager for the site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Proiect Manager Proiect Cost: $12 M STANDARD FORM 330 (REV 6/2004) wuV iii RFQ 17/18-33 - PROFESSIONAL CONSULTING SERVICES-CCNA CIVIL ENGINEERING) 01111,111, ABILITY TO SERVICE THE CITY AND USE OF SUB- CONTRACTORS OR OTHER FIRMS GALE ASSOCIATES PAGE 1 OF 1 CITY OF SANFORD LO�3ALE RFQ 1718-33 - PROFESSIONAL CONSULTING SERVICES-CCNA _ CIVIL ENGINEERING) ABILITY TO SERVICE THE CITY AND USE OF SUB -CONTRACTORS OR OTHER FIRMS GALE will be performing all services related to Civil Engineering under this contract. However, should a project require services not provided by GALE, we will seek the assistance of the City of Sanford's Purchasing Department to locate firms currently under contract with the City that can provide the needed services. In the event that the City has no firm under contract that can provide the needed services, GALE will utilize sub -consultants with which it has worked in the past. GALE ASSOCIATES PAGE 1 OF 1 CITY OF SANFORD L4:;;;ALE RFQ 1718-33 - PROFESSIONAL CONSULTING SERVICES-CCNA °g (CIVIL ENGINEERING) SF 330 FORM Part I, Sections A, B, C, D, E GALE ASSOCIATES PAGE 1 of 1 CITY OF SANFORD ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) RFQ 17/18-33 Professional Consulting Services-CCNA (Civil Engineering) - Sanford, FL 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER June 29, 2018 RFQ 17/18-33 B. ARCHITECT -ENGINEER OF CONTACT 4. NAME AND TITLE Tony B. Robinson, Associate 5. NAME OF FIRM Gale Associates\South\Inc. 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 407-599-7031 407-599-7077 tbr@gainc.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors. Check 0-' 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT Gale Associates\South\lnc. Civil Engineering Consultant 160 N. Westmonte Dr., Ste. 1200 a' X Altamonte Springs, FL 32714 1Z CHECK IF BRANCH OFFICE b. ❑ CHECK IF BRANCH OFFICE C. ❑ CHECK IF BRANCH OFFICE d. ❑ CHECK IF BRANCH OFFICE e: ❑ CHECK IF BRANCH OFFICE ❑ CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ® 1 (Attached) STANDARD FORM 330 (0612004) CITY OF SANFORD Jon F. Lindberg, P.E. Principal Tony B. Robinson, Associate BECxP, RRC, LEEDOAP Point -of -Contact CIVIL DIVISION BUILDING TECHNOLOGY DIVISION Peter Sponos, P.E., CFM, Alan S. Craigo, P.E. LEEDOAP Sr. Project Manager Project Engineer Nicholas H. Rakov, P.E. John M. Perry, P.E. 11 Project Manager Chief Civil Engineer Bradford T. Cox, P.E. Sr. Staff Engineer Engy Magdy, EIT Staff Designer Eric C. Cicero, EIT Staff Engineer USMC, Ret. Alex E. Agudelo, M. Arch Sr. Staff Designer Sheldon G. Craigo, RRO Sr. Roof Technician Support/Administrative Staff AVIATION DIVISION Christopher A. Reynolds, EIT Sr. Project Engineer NOTE. Key Team members for this Project are highlighted in blue. All other staff are available as needed. STANDARD FORM 330 (06/2004) E RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section'E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a, TOTAL b. W" CURRENT FIRM Peter Spanos, P.E., CFM, LEED AP Project Engineer/Project Manager 15 13 15. FIRM NAME AND LOCATION (City and State) Gale Associates\South\Inc. —Altamonte Springs, FL 16 EDUCATION (DEGREE AND SPECIALIZATION) 17. CURRENTPROFESSIONAL REGISTRATION (STATE AND DISCIPLINE) Bachelor of Science — Civil Engineering Licensed P.E. #48407 MA (FL P.E. Endorsement Application pending) 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) - Certified Floodplain Manager, US -17-10061; USGBC LEED AP 19. RELEVANT PROJECTS 1 TITLE AND LOCATION (City and State) (2)YEAR COMPLETED Rollins College — Alfond Stadium/Harper Shepherd Field Renovation I PROFESSIONAL SERVICES CONSTRUCTION If applicable) Winter Park, FL 1 2017 10/2018 a: 3 BRIEF DESCRIPTION(Brief scope, size, cost, etc. AND SPECIFIC ROLE EI Check if projectperformed with current firm Project involved the renovations to the baseball complex including new synthetic turf baseball field, new PEMB structure, new parking areas, new stormwater managements facilities, new ADA accessible walkways, and new utility infrastructure. Provided site design, design of underground stormwater management system, permitting services with the City and SIRWMD, preparation of construction documents, and construction administration services. Role: Project Engineer Project Cost: $2.6 M 1 TITLE AND LOCATION Cit and State 2 YEAR COMPLETED Village Hill Development (Term Contract far On -Call Engineering Services) PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Northampton, MA 2015 -Present OnRoina b•' Gale is currently in year eight of a Term Contract to provide planning, engineering and construction administrative services for this 126 -acre mixed use community. The incorporation of historical buildings and old growth vegetation is integral in the project's Low Impact Design efforts. Full build -out will include approximately 476,000 square feet of retail, commercial and industrial development, as well as 350 residential homes and rental units. Provided watershed analysis and stormwater management design and permitting, as well as design and permitting of three on-site roadways. Role: Project Engineer Project Cost: $3 M 1 TITLE AND LOCATION Ci and State 2 YEAR COMPLETED East Boston Neighborhood PACE Center PROFESSIONAL SERVICES CONSTRUCTION If applicable) Revere, MA 2017-2018 9/2018 C. (3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm Project involved the construction of a new two-story, 15,000 SF health center with new parking, stormwater management, and new utility infrastructure. Provided site design, permitting services, preparation of construction documents, and construction administration services. Role: Project Engineer Project Cost: $9 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED Charles River Community Health Center PROFESSIONAL SERVICES CONSTRUCTION (if applicable) Brighton, MA 2014-2015 2015 3 BRIEF DESCRIPTION Bdefsco e, size, cost, etc. AND SPECIFIC ROLE, Project M rlDeei ner ® Check ifproject performed with current firm d' Project involved the construction of a new two-story, 48,000 SF health center with new parking, stormwater management, and new utility infrastructure. Project received USGBC LEED Certification. Provided site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Project Manager Project Cost: $19.5 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED National Guard Readiness Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable) ` Natick, MA F7772014_2015 2015 3 BRIEF DESCRIPTION(Brief scope, size, cost, etc. AND SPECIFIC ROLE Project M YlDesi ner 0 Check if project performed with current firm e Project involved the construction of a new two-story, 45,000 SF building on a 28 -acre parcel with a new 300 -car parking lot, stormwater management utilizing LID techniques, and new utility infrastructure. Project received USGBC LEED Silver Certification. Provided site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Project Engineer Project Cost: $12 M STANDARD FORM 330 (REV 6/2004) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Coniolete one Section E for each kev oerson,) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a. TOTAL b: WITH CURRENT FIRM John M. Perry, P.E. Chief Civil Engineer 15 8 15. FIRM NAME AND LOCATION (City and State) Gale Associates\South\Inc. — Altamonte Springs, FL 16. EDUCATION (DEGREEAND SPECIALIZATION) 17, CURRENT PROFESSIONAL REGISTRATION (STATEAND DISCIPLINE) Bachelor of Science — Civil Engineering Licensed P.E. #82502 FL 18. OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.) Innovation Solutions to Wastewater Site Constraints — 2013; Low Investment, Low Impact — Sustainable Water Management Techniques - 2013 19. RELEVANT PROJECTS 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED Rollins College —Alfond Stadium/Harper Shepherd Field Renovation I PROFESSIONALSERVICES I CONSTRUCTION(If applicable) Winter Park, FL 2017 10/2018 a. 3 BRIEF DESCRIPTION(Brief scope, size; cost, etc. AND SPECIFIC ROLE RI Check if project performed with current firm, Project involved the renovations to the baseball complex including new synthetic turf baseball field, new PEMB structure, new parking areas, new stormwater managements facilities, new ADA accessible walkways, and new utility infrastructure. Provided QA/QC of site design, design of underground stormwater management system, permitting services with the City and SJRWMD, preparation of construction documents, and construction administration services. Role: QA/QC Project Cost: $2.6 M 1 TITLE AND LOCATION (City and State) 2 YEAR COMPLETED Village Hill Development (Term Contract for On -Call Engineering Services) PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Northampton, MA 2015 Ongoing (3) BRIEF DESCRIPTION (Brief scope, size; cost, etc.) AND SPECIFIC ROLE Project Mgr./Designer ® Check if project performed with current firm b. Gale is currently in year eight of a Term Contract to provide planning, engineering and construction administrative services for this 126 -acre mixed use community. The incorporation of historical buildings and old growth vegetation is integral in the project's Low Impact Design efforts. Full build -out will include approximately 476,000 square feet of retail, commercial and industrial development, as well as 350 residential homes and rental units. Project Manager overseeing watershed analysis and stormwater management design and permitting, as well as design and permitting of three on-site roadways. Role: Project Manager Project Cost: $3 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED East Boston Neighborhood PACE Center I PROFESSIONAL SERVICES' CONSTRUCTION(If applicable) Revere, MA 1 2017 9/2018 c, (3) BRIEF DESCRIPTION (Brief scope, size, cast etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm E oject involved the construction of a new two-story, 15,000 SF health center with new parking, stormwater management, and new lityinfrastructure. Project Manager overseeing site design, permitting services, preparation of construction documents, and nstruction administration services. Role: Project Manager Project Cost: $9 M 1 TITLE AND LOCATION (City and State 2 YEAR COMPLETED Charles River Community Health Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable)' - Brighton, MA 2014 2015 8 BRIEF DESCRIPTION Briefscope, size, cost, etc. AND SPECIFIC ROLE Project Mgr/Designer 0 Check if project performed with current d' Project involved the construction of a new two-story, 48,000 SF health center with new parking, stormwater management, and new utility infrastructure. Project received USGBC LEED Certification. Provided QA/QC services for the site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: QA/QC Project Cost: $19.5 M 1 TITLE AND LOCATION (Cityand State) (2)YEAR COMPLETED National Guard Readiness Center PROFESSIONAL SERVICES CONSTRUCTION (If applicable) Natick, MA 2014 2015 3 'BRIEF DESCRIPTION(Brief scope, size, cost, etc. AND SPECIFIC ROLE Project Mgr/Designer ® Check if project performed with current firm e. Project involved the construction of a new two-story, 45,000 SF building on a 28 -acre parcel with a new 300 -car parking lot, stormwater management utilizing LID techniques, and new utility infrastructure. Project received USGBC LEED Silver Certification. Project Manager for the site design, permitting services, preparation of construction documents, assisted with LEED Certification process, and construction administration services. Role: Proiect Manager Proiect Cost: $12 M STANDARD FORM 330 (REV 6/2004) RFQ 1718-33 - PROFESSIONAL CONSULTING SERVICES-CCNA GN CIVIL ENGINEERING) LITIGATION GALE ASSOCIATES PAGE 1 OF 1 CITY OF SAN FORD uVlll� RFQ 17/18-33 - PROFESSIONAL CONSULTING SERVICES-CCNA .��mu,�,m,m _ A LE CIVIL ENGINEERING) LITIGATION GALE has not been involved in any litigation, claim(s), or contract dispute(s) in the past five years. GALE ASSOCIATES PAGE 1 of 1 CITY OF SANFORD RFQ 1718-33 — PROFESSIONAL CONSULTING SERVICES—CCNA LE a (CIVIL ENGINEERING) a 10r_I►[a]r_lvILli101Oki TIN Ll GALE ASSOCIATES PAGE 1 OF 1 CITY OF SANFORD OlEastern Mnk 10 Cordage Park Circle easternbank.com Suite 231 Plymouth, MA 02360 July 26, 2018 Gale Associates, Inc. 163 Libbey Pkwy Weymouth MA 02189 RE: City of Sanford RFQ Dear Bruce: Gale Associates, Inc. has had a banking relationship with Eastern Bank since 2014. All banking matters have been handled in a highly satisfactory manner. At the present time, a deposit relationship including two checking and one savings with an overall average balance of high six digits is upheld. Additionally, a secured Line of Credit in the amount of $1,000,000.00, with $1,000,000.00 available to draw, and an Equipment Line in the amount of $200,000.00 with $168,495.26 available to draw. Both lines have a commitment renewal review date of June 30, 2019 and have been handled in a satisfactory manner with. Gale associates, Inc. is a valued client of Eastern Bank and all financial covenants are in compliance. Feel free to reach me if you have questions or require additional information. My contact information is: office phone number 617-984-8034, fax 508-746-2018, location/mailing address 10 Cordage Park Circle Suite 231, Plymouth Ma 02360. Sincerely, cal'e- a A 44 14 Cate Adams Senior Vice President aws GALEASS-01 DGHIGLIAZ; .acoRv CERTIFICATE OF LIABILITY INSURANCE DATE(MWDONYYY) 04/27/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES _ BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER '!CONTACT NAME: Ames & Gough PHONE FAX 859 Willard Street (A/c, No, Est): (617) 328-6555 (A(C, No):(617) 328-6888 Suite 320 E-MAIL baures ou h.com Quincy, MA 02169 ADDRESS:. oston@ 9 9 INSURER(S),AFFORDING COVERAGE NAIC # INSURER A: Continental Casualty Company (CNA) A, XV 20443 INSURED INSURER B: National Fire Insurance Company of Hartford AM) 20478 Gale Associates South Inc. INSURER c: Transportation Insurance Company A(XV) 20494 N. Westmonte Drive Sui INSURER 0:Lexin ton Insurance Com an A XV .19437 Suite 1200 9 p Company , Altamonte Springs, FL 32714 INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE NC)l nr-P CANrI=I 1 ATInN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Proposal Only p y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE ADDL'SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 CLAIMS -MADE X OCCUR 6020017533 05/01/2018 05/01/2019 DAMAGE TO RENTED PREMISES (Ea occurrence) S 300,000 10,000 MED EXP (Any one person) S _.. 2,000,000 PERSONAL & ADV INJURY S 4,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY X JECT X LOC PRODUCTS - COMP/OP AGG S 41000'000 '... OTHER: ! S B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea-acradent) S ._ 1,000,000 X ANY AUTO 6020017614 05/01/2018 05/01/2019 BODILY INJURY (Per person) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) S '.... AUTOS (PPT aEa.Rdent) AMAGE ONLY ._. ,ATOS ONL� . $ _. 5 C X : UMBRELLA LIAB '.. X '.. OCCUR EACH OCCURRENCE S 5,000,000 EXCESS UAB CLAIMS -MADE 6020068143 _ 05/01/2018 05/01/2019 AGGREGATE $ _. _ 5,000,000 _ DED X RETENTIONS 0 S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X PER „_ STATUTE ER, , YNN 6020017578 05/01/2018 05/01/2019 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE FFICERlMEMBER EXCLUDED? NIA E.L.EACH ACCIDENT S ' in NH) 1,000,000 (Mandatory E.L_. DISEASE - EA EMPLOYEE' S It yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S D Professional Liab. 031711024 05/01/2018 05101/2019 Per Claim 3,000,000 D 031711024 05/01/2018' 05/01/2019 ;Aggregate 5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All Coverages are in accordance With the policy terms and conditions. Evidence of Insurance. 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, CERTIFICATE NC)l nr-P CANrI=I 1 ATInN ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Proposal Only p y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTTHHOORIZE�D7 REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Altamonte Springs 3 m 0)1—,, so BUSINESS TAX RECEIPT Business Control 0021934 No.: Business Name: GALE ASSOCIATES SOUTH INC Business 160 N WESTMONTE DR 1200 Address: ALTAMONTE SPRINGS FL 32714 Provision: Ordinance No. 1570-07 Expires: September 30, 2018 RECEIPT NO. CLASS DESCRIPTION FEE PENALTY 18-00000130 PROFESSIONAL AGENCY/FIFJvVCORP/PART(P.A.) $ 90.30 S 0.00 18-00000131 SEMINOLE COUNTY REGULATED $ 45.00 $ 0.00 Restrictions: City Clerk N07 WARNING: rHE Ar i7yHAC. CKvt)t�U CE "'TH, ARCHITECT - ENGINEER QUALIFICATIONS PART I CONTRACT -SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) RFQ 17/18-33 Professional Consulting Services-CCNA (Civil Engineering) - Sanford, FL 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER June 29, 2018 RFQ 17/18-33 B. ARCHITECT -ENGINEER POINT OF CONTACT 4. NAME AND TITLE Tony B. Robinson, Associate 5. NAME OF FIRM Gale Associates\South\Inc. 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS 407-599-7031 407-599-7077 tbr@gainc.com C. PROPOSED TEAM (Complete this section for the Erime contractor and all key subcontractors. Check 2 > ? U 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT Gale Associates\South\Inc. Civil Engineering Consultant 160 N. Westmonte Dr., Ste. 1200 a. X Altamonte Springs, FL 32714 E CHECK IF BRANCH OFFICE b. ❑ CHECK IF BRANCH OFFICE C, ❑ CHECK IF BRANCH OFFICE d. ❑ CHECK IF BRANCH OFFICE e. ❑ CHECK IF BRANCH OFFICE f. ❑ CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM 90 1 (Attached) STANDARD FORM 330 (06/2004) CITY OF SANFORD Jon F. Lindberg, P.E. Principal -- Tony B. Robinson, Associate BECxP, RRC, LEEDOAP Point -of -Contact CIVIL DIVISION 1 1 BUILDING TECHNOLOGY DIVISION Peter Spanos,P.E., CFM, II Alan S. Craigo, P.E. LEEDOAP Sr. Project Manager Project Engineer Nicholas H. Rakov, P.E. John M. Perry, P.E. 11 Project Manager Chief Civil Engineer il Bradford T. Cox, P.E. Sr. Staff Engineer Engy Magdy, EIT Staff Designer Eric C. Cicero, EIT Staff Engineer USMC, Ret. Alex E. Agudelo, M. Arch Sr. Staff Designer Sheldon G. Craigo, RRO Sr. Roof Technician Support/Administrative Staff AVIATION DIVISION Christopher A. Reynolds, EIT Sr. Project Engineer NOTE. Key Team members for this Project are highlighted in blue. All other staff are available as needed. STANDARD FDRM 330 (06/2004) AF. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 .EXAMPLE PRCI7ECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested bathe agency, or 10 projects, if not specified. 1 Complete one Section E for each project.) , A/E Building Envelope Consultant 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Alfond Stadium/Harper Shepherd Field Renovation PROFESSIONAL SERVICES CONSTRUCTION ife ticable Winter Park, FL I 2017 -Ongoing 2018 -Ongoing 23. PROJECT OWNER'S INFORMATION a.. PROJECT OWNER b. POINT OF CONTACT NAME I c. POINT OF CONTACT TELEPHONE NUMBER 2 FIRM LOCATION(Coand State Ms. Scott Bitikofer, Asst. Vice President C, Rollins College 407-646-2137 Facilities Management 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope; size, and cost.) Gale Associates, Inc. (GALE) was retained by Rollins College to provide engineering consulting services for the baseball field renovation at Alfond Stadium/Harper Shepherd Field. The project included converting the existing natural grass infield to synthetic turf, batting cage replacement, parking lot renovations, new bullpens, perimeter fencing, and safety netting. Gale assisted the design team by providing the following services: ■ Schematic planning and presentation of various alternatives for renovation. ■ Performed stormwater hydrologic analysis and calculations, addressing potential t effects on drainage patterns and peak flows. ■ Prepared the necessary documents needed to permit the project through the City of Winter Park and other permitting agencies. „w ■ Gale prepared construction documents for the project including; materials plans, stakeout plans, sediment and erosion control plans, site drainage plans, grading, and, site details, as well as providing cost estimates. Gale will assist with the bid issues and will provide construction oversight for the project. r, Construction Cost: $2,617,063 Team Members: C. Dubois, Sr. Project Manager P. Spanos, Civil Engineer J. Perry, Chief Civil Engineer J. Taylor, Civil Engineer J. Luster, Staff Engineer STANDARD FORM 330 (6/2004) 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Gale Associates\South\Inc. Altamonte Springs, FL A/E Building Envelope Consultant 1 FIRM NAME 2 FIRM LOCATION (City and State 3 ROLE b 1 FIRM NAME 2 FIRM LOCATION(Coand State 3 ROLE C, STANDARD FORM 330 (6/2004) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 2O. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 2 Complete one Section F for each project.) Civil Engineering Consultant 21. TITLE AND LOCATION (City and State) 1 22, YEAR COMPLETED Village Hill —Term Contract for On -Call Engineering and PROFESSIONAL SERVICES CONSTRUCTION(if applicable) 2018 Construction Administration Services 2015 -Present Northampton, MA 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER C. Mr. Alan M. Delaney, P.E., Director MassDevelopment 97$-784-2917 Engineering Dept. 24: BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost.) Gale is currently in year eight of a Term Contract to provide s'= planning, engineering and construction administrative;� services for this 126 -acre mixed use community. Village Hill combines residential living with commercial, retail and light 1 industrial uses. This planned development also features open space parks and a network of walking and biking trails Cir l j ' The incorporation of historical buildings and old growth W,7�7 vegetation is integral in the project's Low Impact Designiv�j efforts. Full build -out will include approximately 476,000 square feet of retail, commercial and industrial development, as well as 350 residential homes and rental f r•" units. Recent projects include: i ■ Watershed analysis and stormwater management design and permitting ■ Rail Trail Improvements - Design and permitting improvements of a portion , of Northampton's walking and bike path system for Village Hill ■ Embankment Restoration - The stabilization of a slope with grade changes of approximately 70 feet, to allow the development of 10 residential units ■ Ford Crossing, Village Hill Road and Olander Drive - Design and permitting for the extension of three on-site roadways at Village Hill ■ Hazardous Materials - Administration of the removal and subsequent testing of potential hazardous materials at Village Hill ■ Master Planning- Feasibility, analysis and cost estimating of MassDevelopment's current Master Plan and various development at Village Hill y Construction Cost: $3M Team Members: J. Perry, Project Manager P. Spanos, Sr. Project Engineer M. Larracy, Project Engineer alternative STANDARD FORM 330 (6/2004) 25. FIRMS FROM SECTION CINVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Gale Associates\South\Inc. Altamonte Springs, FL Civil Engineering Consultant 1 FIRM NAME 2 FIRM LOCATION (01y and State 3 ROLE b. 1 FIRM NAME 2 FIRM LOCATION (PV and State 3 ROLE C. STANDARD FORM 330 (6/2004) i F EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 2 . EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 3 Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 1 22. YEAR COMPLETED Division of Capital Asset Management & Maintenance PROFESSIONAL SERVICES 3 ROLE CONSTRUCTION(If applicable) Site Engineering & Permitting (Multiple Assignments) 2014 2015 Various Locations, MA 2 FIRM LOCATION (City and State 8 ROLE 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER I b. POINT OF CONTACT NAME c. POINT OF CONTACTTELEPHONE NUMBER Mr. Wayne Gething, Jr., LEEDIAP BD+C Federal & State Governments 617-267-6408 DH Architects (Prime Architect) 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope, size, and cost.) ; 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE ,a. Gale Associates\South\Inc. Altamonte Springs, FL Civil Engineering Consultant 1 FIRM NAME 2 FIRM LOCATION (Cityand State 3 ROLE b. 1 FIRM NAME 2 FIRM LOCATION (City and State 8 ROLE C. STANDARD FORM 330 (6/2004) F EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S d. EXAMPLE PROJECT QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER' (Present as many projects as requested by the agency, or 10 projects, if not specified. 4 Complete one Section F for each project.) 21. TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Charles River Community Health Center PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Brighton, MA 2014-2015 2015 23. PROJECT OWNER'S INFORMATION a. PROJECT OWNER b. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Charles River Community Health Mr. Martin Batt, AIA, RIBA d, 617-419-4660 Center Isgenuity, LLC e. 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost.) Construction Cost: $19.5M Team Members: P. Spanos, Project Manager J. Perry, Chief Civil Engineer 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a. Gale Associates\South\Inc. Altamonte Springs, FL Civil Engineering Consultant STANDARD FORM 330 (6/2004) 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. STANDARD FORM 330 (6/2004) F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. PROJECT AMPLE QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER (Present as many projects as requested by the agency, or 10 projects, if not specified. 5 Complete one Section F for each project.) Civil Engineering Consultant 21 TITLE AND LOCATION (City and State) 22. YEAR COMPLETED Union Point Community—Term Contract PROFESSIONAL SERVICES CONSTRUCTION If applicable) Weymouth, MA 2010 -Present N/A 23. PROJECT OWNER'S; INFORMATION a. PROJECT OWNER b'. POINT OF CONTACT NAME c. POINT OF CONTACT TELEPHONE NUMBER Southfield Redevelopment Mr. Jim Young C. 617-249-1105 Authority Land Use Administrator 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (include scope, size, and cost.) This 1,400 -acre mixed-use development, formerly known as Southfield, is located at the former Naval Air Base and contains residential neighborhoods, townhouses, apartments, office campuses, walking and biking paths, as well as other passive and active recreation areas. Gale's Projects ■ Discovery and Endeavor Roadway Design: design and permitting of 2,000 linear ft. of roadway and utility infrastructure to support the continual build out of Union Point's Technology District (Client: LStor Ventures) ■ Site design and permitting of 36 residential IBG Homes .I �'{d V townhome units including layout, roadway' i profiles, drainage and utility design (Client: IBG a� Homes ■ Stormwater analysis and design/permitting of a 50x8 ft. concrete weir structure within a , perennial stream; permitting included Local t� Conservation Commission, Army Corps of�,',, Natural Heritage and DCR Office of `na Engineers, g Tacan drainage weir Brookfield Village peer review Dam Safety (Client: Southfield Redevelopment Authority) ■ Site plan peer review services for Brookfield Village, a 108 -unit residential development; services included review of zoning and subdivision compliance, layout, grading, drainage, utilities, profiles and sewer pump stations (Client: Southfield Redevelopment Authority) ■ Design and permitting of a gravel parking lot adjacent to bordering vegetated wetlands, a vernal pool and perennial stream (Client: LStor Ventures) Construction Cost: $4M Team Members: J. Perry, Project Manager P. Spanos, Sr. Project Engineer M. Larracy, Project Engineer STANDARD FORM 330 (6/2004) 25. FIRMS FROM SECTION C'INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION (City and State) (3) ROLE a; Gale Associates\South\Inc. Altamonte Springs, FL Civil Engineering Consultant 1 FIRM NAME 2 FIRM LOCATION C' and State 3 ROLE b. 1 FIRM NAME 2 FIRM LOCATION (0ty and State 3 ROLE C. STANDARD FORM 330 (6/2004) G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28. EXAMPLE PROJECTS LISTED IN SECTION F 26. NAMES OF KEY PERSONNEL 27. ROLE IN THIS CONTRACT (Fill in "Example Projects Key" section below, before completing (From Section E, (From Section E, table. Place "X" under project key number Block 12) Block 13) for project participation same or similar role.) 1 2 3 4 5 6 7; 8 9 10 Tony B. Robinson, RRC, LEED AP Authorized Representative, Point -of -Contact Peter Spanos, P.E. Lead Designer/Project Manager X X X X X John M. Perry, P.E. Chief Civil Engineer X X X X X 29. EXAMPLE PRO, No. TITLE OF EXAMPLE PROJECT FROM SECTION F 1 Alfond Stadium/Harper Shepherd Field Renovations 2. Village Hill —Term Contract for On -Call Engineering Services 3. Division of Capital Asset Management & Maintenance 4. Charles River Community Health Center 5. Union Point Community—Term Contract STANDARD FORM 330 (0612004) H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. Pfflq.*]J111rq1 e► Established in 1964, Gale Associates, Inc. (Gale) is an independent professional consulting firm of engineers, architects, and building enclosure experts specializing in the repair, rehabilitation, renovation, and adaptive reuse of existing sites, buildings, and infrastructures. Our services include Civil Engineering, Building Enclosure Design and Consulting, Athletic Facilities Planning and Design, Airport Engineering and Planning, and Structural Engineering. Our offices are located in Florida, Maryland, Virginia, Massachusetts, New Hampshire, and Connecticut. We have been providing Civil Engineering Design and Consulting services to numerous public clients since 1964 with excellent results. GALE's Civil Engineering Group provides comprehensive land planning and site engineering services. We perform site design for all types of facilities including facility layout, grading, hydrology and drainage design, flood analysis and mitigation design, landscape design, and utilities planning and design. GALE can assist with all aspects of local, state, and federal permitting. We offer public and private owners a complete package of bid and construction period services, assisting with project administration from startup through closeout. Our technical support staff is equipped with the latest design criteria and state-of-the-art technology. Our offices are electronically networked, enabling us to access information immediately. Whetherfor word processing, design calculations, or computer-aided drafting, our services are enhanced by a well designed, state-of-the-art computer network. We use Microsoft Office and AutoCAD. PROJECT MANAGEMENT/QUALITY CONTROL Gale's formal project management and quality control plan focuses on an organized approach to projects to provide coordinated and quality deliverables prepared by experienced professionals. Gale's project management approach and comprehensive quality control program provide a frequent method of checks and balances. This improves our attention to detail and project continuity during the project design development process. Gale's quality control program commences prior to project start-up when the decision is made to solicit a project. It is stressed from initial fieldwork and surveys through reports, design, and construction. This process has created comprehensive reports and design documents with a history of minimal change orders during construction. Once selected, the QC plan involves negotiating and accepting a contract to provide professional services. Our computerized cost management system allows us to track labor, overhead, and expenses from past similar projects. This provides current and comprehensive financial performance histories as a reference when projecting - project design and construction costs. This system assists in determining fair and productive contract negotiations. To meet our project parameters and schedules, each project is assigned a team: Principal-In-Charge/Contracts Manager, Quality Control Manager, and Project Manager. The Principal-In-Charge/Contracts, Manager is responsible for negotiating contracts and project fees, assigning Gale team members, overall coordination of the project, and our client's satisfaction. The Associate/Quality Control Manager (QCM) is responsible for coordination of the project with regard to timely performance, budget management, and project/contract completion in accordance with contractual -- requirements. The QCM is in constant contact with the Project Manager to verify that these standards are met and the project is on time and on budget. The QCM also monitors coordination, contractual requirements, and technical quality of the subconsultants. STANDARD FORM 330 (0612004) The Project Manager (PM) is responsible for technical accuracy and day-to-day "hands-on" activity, to include fieldwork, drafting, technical reports and design, code/standard compliance, good engineering practices, and fulfillment of project scope. The PM is responsible for facilitating effective communications with the client and design team, which is essential to project success and proper staffing of professionals. The PM coordinates the efforts of subconsultants to achieve timely, professional performance. Depending on the size of the project and discipline requirements, each team is assigned a Project Engineer, Field Engineer, Structural Engineer, appropriate subconsultants as required, and support personnel. Ourteam approach provides continuity of service and provides an excellent system of checks and balances at each stage of the project. Frequent in-house meetings are held to review interdisciplinary coordination and compliance between technical, procedural, scheduling, and administrative requirements. Prior to each project submission, the PM, following the final review, submits the project for QC review and comment. Only after this final review is the project delivered to our clients. The advanced project management and accounting software system utilized by Gale enables each PM to access detailed, real-time financial information from his/her desk for accurate invoicing and fiscal management of the project. This system ultimately enhances risk management controls and supports project continuity should there be a loss of key personnel. Project scheduling, including personnel assignments, is handled on a weekly basis. Senior project managers and discipline managers review project completion schedules and complete staff assignments with a four-week "look ahead." This schedule is updated weekly to maintain accuracy and to meet deadlines. Staffing needs are monitored daily through software planning. Our scheduling and personnel needs assessment, coupled with weekly project assignments, helps Gale to be properly staffed to meet our clients' milestone schedules. Subconsultant quality assurance is performed by Gale as well. First and most importantly, we bring to our projects only subconsultants who have an established track record of superior service. Secondly, Gale requires each subconsultant to submit for approval their own quality assurance plan. Finally, Gale formally evaluates the performance of the subconsultant at the conclusion of the project and provides detailed evaluations in a continuing effort to improve our team performance. Gale takes a proactive approach to project management and quality control. We understand the importance and value of communicating with clients, subconsultants, and coworkers to help minimize errors and costs. This fundamental principle allows Gale to maintain quality performance for our clients. SUSTAINABLE DESIGN Gale is committed to environmental issues and to preserving our resources forfuture generations. Gale has LEER° Accredited Professionals on staff. Gale is sensitive to using recovered materials. For instance, on various projects that included repairs and renovation to pavements (i.e., parking lots, driveways, etc.), the existing pavements were pulverized and recombined with the existing sub -base to reduce waste and provide a stable substrate upon which to install new pavement. IN CLOSING The following summarizes why we believe Gale is well qualified to perform your Building Enclosure Consultant services: • Qualified Registered Professional Engineers, Registered Architects, Building Technologists, Registered Roof Consultants, Registered Waterproofing Consultants, Registered Roof Observers, LEED® Accredited Professionals, and Building Enclosure Commissioning Providers • Proven track record STANDARD FORM 330 (06/2004) • Available and staffed to initiate services immediately • Respond in a timely, cooperative, and professional manner • Dedicated to client satisfaction Thank you for your consideration. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 33. NAME AND TITLE Tony B. Robinson, Associate 32. DATE 7/30/2018 ' STANDARD FORM 330 (06/2004) A RFQ 17/18-33 — PROFESSIONAL CONSULTING SERVICES-CCNA .11111101L(�ALE CIVIL ENGINEERING) PROJECT APPROACH The proposed team assembled by GALE has extensive experience in performing the various _ services noted within the RFQ developed by City of Sanford. Team members have worked on numerous public sector municipal projects with the understanding that projects can be as small as simple peer reviews, to extensive roadways and infrastructure designs. Our Team goals will be as follows: NN Respond quickly to City of Sanford's needs; this can extend from emergency responses, to development of fast-track designs, to taking advantage of bid climate to obtain maximum cost benefit. no Think "out of the box" to come up with innovative yet practical ideas to resolve issues in a cost-effective manner. 70 Have sufficient team experience and knowledge to develop quality specifications, to reduce the potential for increased costs associated with change orders during construction. 11M Communicate proactively. Bid Be sufficiently staffed to meet the demands of multiple assignments simultaneously, including on-site presence and evening meeting attendance. Project Understanding We understand that City of Sanford is expecting to retain several professional services firms to provide consulting, engineering, permitting and design services for multiple task orders throughout the City. We understand that task assignments can vary in size and complexity, and may require expedited milestone schedules. We have included our general approach to managing term contract assignments below, with the understanding that assignments and services will vary depending on task complexities. The attached approach may be suitable for most roadway projects. Also, GALE has extensive experience with federal and state grants and can provide the requisite assistance. Phase 1— Background Evaluation and Schematic Design to Attend a "start-up" meeting with City of Sanford to finalize the project goals, design criteria and milestone schedule. Prepare the meeting agenda and issue related meeting minutes. wo Obtain and review planning and zoning regulations applicable to the project. Identify current zoning and applicable overlay districts. 211 Perform property line and topographic survey of the existing conditions. GALE ASSOCIATES PAGE 1 of 4 CITY OF SANFORD LE RFQ 17/18-33 - PROFESSIONAL CONSULTING SERVICES-CCNA molVuul"I" um« (CIVIL ENGINEERING) 110 Research available information on utility locations within the project limits. Utilities to be researched include water, storm drainage, sewer, electric, communications and gas. in, Coordinate and observe soil test pits to gain a general understanding of the prevailing soil classifications, topsoil depth, infiltration rates and groundwater elevations. 91 Coordinate and observe borings taken at key project locations to characterize the underlying strata and establish the design parameters for foundations, retaining walls and pavements, as applicable. N0 Using the existing conditions information and masterplan alignment, GALE will prepare a schematic design for the proposed development or reconstruction. The schematic design submission will include layout, schematic grading, utilities and drainage plans, and outline specifications. Meet with City of Sanford to present and review the schematic plans. The City of Sanford will provide approval of the schematic plans and authorization for GALE to proceed with Phase 2 — Engineering and Design. Phase 2 — Engineering and Design ro Perform stormwater hydrologic analysis and calculations, addressing potential effects on drainage patterns and peak flows. Analyses will be performed on applicable storm events, under existing and proposed conditions, and include the design of on-site collection, detention and/or infiltration systems, if necessary for mitigation. Design the storm drain system for the site based on storm frequency and related details acceptable to the City of Sanford and the St. Johns River Water Management District (SJRWMD). „c Prepare subdivision right of way plans stamped by a PLS (as needed). ma Prepare grading drainage and utility profile plans. 91 Utility plans and profiles will include sewer, water, gas, electric, telephone/data. Design submissions will generally include technical specifications and the following plans: Cover sheet General notes Existing conditions plans Erosion control and demolition plans Layout and materials plans --- Subdivision right of way plans (as needed) Grading and drainage plans Utilities plans and crossing sections GALE ASSOCIATES PAGE 2 of 4 CITY OF SANFORD RFQ 1718-33 - PROFESSIONAL CONSULTING SERVICES-CCNA (CIVIL ENGINEERING) %////////l///%11�//r1U11f11�WI�fSfUC��' dE Roadway and utility profiles Planting plans Signage and striping plan Miscellaneous site details Street lighting and electric plans MA Meet with the City of Sanford to present and review each design submission. GALE will issue meeting minutes. Phase 3 — Permitting a Attend pre -submission meetings with the City of Sanford and the SJRWMD. Prepare the permit application, attend site visits, meetings/hearings related to the permit application. M9 Provide assistance with filing an application for Development Plan/Subdivision Plan approval, when applicable, through the municipality and attend meetings/hearings related to the permit application. Phase 4 — Construction Documents and Bid Phase so Following the receipt of permit decisions and City of Sanford's comments from the Engineering and Design Phase, we will make required revisions to finalize the design documents suitable for competitive bidding. Provide City of Sanford with a set of technical specifications and construction drawings stamped by a Registered Civil Engineer. PIA Prepare the construction documents for distribution to contractors for competitive bidding. ,r Assist City of Sanford with bid period services. Draft an Invitation to Bid for City of Sanford's approval Attend a pre -proposal site visit for prospective bidders Respond to requests for clarification Issue addenda to the bid documents, if required Attend the general bid opening with City of Sanford Review proposal submissions for completeness and responsiveness Evaluate the bidder's performance on representative projects and provide City of Sanford with a summary of the bid review results GALE ASSOCIATES PAGE 3 of 4 CITY OF SANFORD RFQ 17/15-33 - PROFESSIONAL CONSULTING SERVICES-CCNA (CIVIL ENGINEERING) Phase 5 — Construction Phase err Attend the pre -construction conference with the selected contractor and City of Sanford. 21 Review contractor shop drawings and material submittals for general compliance with contract requirements. Respond to requests for information (RFIs) and issue clarification sketches, if needed. Review contractor requests for payment and assist with the preparation of change orders. Review results of testing procedures (e.g., compaction testing, pressure testing of water lines, etc.). Perform quality control site visits to observe the project's general compliance with the contract requirements and schedule. Prepare a field report for each site visit and distribute to City of Sanford and the contractor. Attend construction meetings and prepare minutes for distribution. ISI@ Perform substantial completion observations. oa At contract close-out, GALE will prepare a final review of the project and certify Substantial Completion. Review contractor -provided as -built drawings. Review close-out documents to be provided by the contractor (e.g., warranties, lien releases, maintenance manuals, etc.). GALE ASSOCIATES PAGE 4 OF 4 CITY OF SANFORD Title STATE OF Florida COUNTY OF Seminole T-hL. foreg g 41str4Lpent was ex cuted lbefore me this da of 20114, by as �� CL7K of who personal swore or affirmed that he/she is authorized to execute this document a d thereby bi ekCorporation, and who is personalfV known to me OR has produced as identification. _�'''RY•`e- JESSICA L CiROU NOT Y PUBLIC, Sta o (stamp) MY COMMISSION # GG071479 '•?oF;. EXPIRES February 09, 2021 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE `2"Failure to submit this form may be grounds for disqualification of your submittal`s 2 City of Sanford ( Finance Department I Purchasing Division ` CITY OF 300 N. Park Avenue Suite 243 2°1 Floor, Sanford Florida 32771 S'�,®RD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FNANCEDEPARTMENr CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "B" Insurance Requirements 38 Contract Exceeds Contract does not Exceed Contract does not Excee COVERAGE REQUIRED $500,000,180 days and $500,000,180 days and $25,000,30 days and no unusual hazards exist no unusual hazards exist unusual hazards exist Workers' Compensation Employers Liability Employers Liability Employers Liability $1,000,000.00 $500,000.00 $500,000.00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu ofworkers $1,000,000.00 $500,000.00 $500,000.00 compensation insurance Disease Disease Disease $1,000,000.00 $500,000.00 $500,000.00 Commercial General Liability shall include- Bodily Injured Liability $3,000,000.00 Per $1,000,000.00 Per $500,000.00 Per and Advertising Injuring Liability Occurrence Occurrence Occurrence Coverages shall include: Premises/ Operations; Products/Completed $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; Contractual Liability; Aggregate Aggregate Aggregate Independent Contractors, Explosion; Collapse; Underground. When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined $ 1,000,000 Combined $ 500,000 Per Occurrence CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following: $ 1,000,000 General $ 500,000 General owned, leased, hired, non -owned $ 1,000,000 General Aggregate Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1,000,000.00 $1,000,000.00 $1,000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall include theft, sinkholes, off site 100% of completed 100% of completed 100% of completed storage, transit, installation and value of additions value of additions value of additions equipment breakdown. Permission and structure and structure and structure to occupy shall be included and the policy shall be endorsed to cover the interest of all parties, including the City of Sanford, all contractors and subcontractors. $3,000,000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000,000 Combined $1,000,000 Combined $500,000 Combined Garage Liability (when required) Single Limit Single Limit Single Limit $3,000,000 General $1,000,000 General $500,000 General Aggreg Aggregate A e ate 38 39 City of Sanford ( Finance Department I Purchasing Division CITY of S,k�4FORD 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCE DEPARTMENT NEGOTIATION ACT (CCNA) Term Contract _ v TITLE: PROFESSIONAL CONSULTING SERVICES a. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. b. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. c. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure ➢ Certification Terms and Conditions It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above described policies of Sanford in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. J. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and after and are the responsibility of said Prime CONTRACTOR in all respects. k. Any changes to the coverage requirements indicated above shall be approved by the City of 39 Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.502815030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. Title STATE OF Florida COUNTY OF Seminole T for going instrument was executed bef re me this day f 201t by as of 4 who persL y swore or affirmed that was is authorized to execute this document and thereby bind the Cori) on, and who is erso�nall k o OR has produced as identification. A JESSICA L CIROU N A Y PUBLIC, State of i'L. (stamp) :'� MY COMMISSION # GG071479 EXPIRES February 09, 2021 The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ®'Failure to submit this form may be grounds for disqualification of your submittal' City of Sanford I Finance Department (Purchasing Division. 300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771 CITY OF SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE � ? FINANCE DEPARTMENT NEGOTIATION ACT (CCNA) { Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P O Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.502815030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation number and project name. Title STATE OF Florida COUNTY OF Seminole T for going instrument was executed bef re me this day f 201t by as of 4 who persL y swore or affirmed that was is authorized to execute this document and thereby bind the Cori) on, and who is erso�nall k o OR has produced as identification. A JESSICA L CIROU N A Y PUBLIC, State of i'L. (stamp) :'� MY COMMISSION # GG071479 EXPIRES February 09, 2021 The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ®'Failure to submit this form may be grounds for disqualification of your submittal' GALEASS-01 DGHIGLIAZZ CERTIFICATE OF LIABILITY INSURANCE DATE 04 2712018x) 04/27t2018 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(les) 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). PRODUCERCONTACT NAME: Ames & Gough PHONE FAX 659 Willard Street (ANo, Et): (617) 328-6555 (Arc, No):(617) 328-6888 /c, Suite 320 E-MAILS$ boston@amesgough.com Quincy, MA 02169 INSURERS) AFFORDING COVERAGE NAIC # - --— - _ wsuRERn Continental Casualty Company (CNA) A, XV 20443 INSURED ,INSURER B National Fire Insurance Company of Hartford A(XV), ;20478 ___. Gale Associates South Inc. 160 N. Westmonte Drive INSURER C: Transportation Insurance_ Company-A(XV)„_ 20494 Suite 1200 INSURER D Lexington Insurance Company A, XV 19437 Altamonte Springs, FL 32714 INSURER E: INSURER F: 1^t'1VC0A1.CC r'CC'rl Cir"ATC A11111A000. oc�nc�n�►uo�n. 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 _._._.__ _._..ADDLSUBR-_._.._ _.._ _._._.-._ LTR TYPE OF INSURANCE IN POLICY NUMBERMMIDOYYYYI ._....POLICY EFF POLICY IMMIDD/YYYY)LIMITS A X COMMERCIAL GENERAL LIABILITY __. .____ EACH OCCURRENCE 8 2,000,000 CLAIMS -MADE X OCCURDAMAGE 6020017533 TO RENTED 05J0112018 05/01/2019 PREMISES (Ea occu rence) S 300,000 MED EXP (Any one person) $ 10 000 - PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X ', JECT X _ LOC PRODUCTS - COMP/OP AGG 4'000'000 OTHER: $ B AUTOMOBILE LIABILITY !, -- COMBINED SINGLE LIMIT 1,000,000 X ANY AUTO 6020017614 05/01/2018 05/01/2019 BODILYINJURY(Perperson) 5 OWNED SCHEDULED . AUTOS ONLY AUTOS BODILY INJURY (Per, accident) $- _. AUTOS AUOTOS 000 {Pe�acEcand ntj DAMAGE ONLY _ S C X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS -MADE, 6020068143 -_. 05/01/2018 05/01/2019 AGGREGATE $ 5,000,000 DED X RETENTION $ 0 S B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS' LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE 6020017578 N NIA 05/01/2018 05/01/2019 E.L.._EACH ACCIDENT $ 1 000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) , _ 1,000,000 If yes, describe under - E.L.DISEASE - EA EMPLOYEE, S_ - _..._ _ ------- ..___DESCRIPTION DESCRIPTIONOF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D ',ProfessionalLiab. 031711024 05/01/2018 05101/2019 Per Claim 3,000,000 D 031711024 05/01/2018 05/01/2019 ;Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) All Coverages are in accordance with the policy terms and conditions. Evidence of Insurance. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Proposal Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE \CORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD a City of Sanford I Finance Department ( Purchasing Division 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "C" Conflict of Interest Statement A. I am the Associate of Gale Associates\SouthfInc. with a local office in [Insert Title] (Insert Company Name] Altamonte Springs, FL and principal office in Weymouth, MA B. The entity hereby submits a proposal/offer to RFQ 17/18-33, titled Professional Consulting Services- CCNA. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signatur (s) below, I/ , the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Atta hmen ', flift�Interest Statement, is truthful and correct at the time of submission. Typed Name of AFFIANT Associate Title STATE OF Florida COUNTY OF Sem;r,ole ,the'flor9going �dfU4 instrument $i was executed bef re me this DU as o °� of ay of JMU � 20 l� by who pers&lly swore or affirmed that he/she is authorized to execute this document and the r by bind the Corpo ion, and who is ersp onalIy kn�wn_.tnx�e.OR has produced as identification. n JESSICA L CIROU NOT RY PUBLI VN, of�(stamp) MCM# GG071479 EMND SUBMIT WITH YO RFQ REE Failure to submit this orm may a grounds for disq lification of your submittaltv,"' 41 City of Sanford ( Finance Department I Purchasing E Division CITY OF300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 " S'ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract , TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "D" Non-Collusion/Lobbying Certification A. This sworn statement is submitted with Proposal, ITN, or Contract Number RFQ 17/18-33, titled Professional Consulting Services- CCNA. B. This sworn statement is submitted by Gale Associates\South\Inc. whose business address is [Name of entity submitting sworn statement] 160 N. Westmonte Drive, Ste. 1200, Altamonte Springs, FL 32714 and (if applicable) it's Federal Employer Identification Number (FEIN) is 04-2319385 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Tony B. Robinson and my relationship to the above is Associate [Please print name of individual signing] D. NON -COLLUSION PROVISION CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. E. LOBBYING CERTIFICATION. The undersigned hereby certifies, to the best of his or her knowledge and belief, that: 1. No City appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of the City, City Council Member of Congress in connection with the awarding of any City Contract. 2. If any funds other than City appropriated funds have been paid or will be paid to any person for influencing or attempting to influence a member of City Council or an officer or employee of the City in connection with this contract, the undersigned shall complete and submit Standard Form -L "Disclosure Form to Report Lobbying", in accordance with its instructions. By the signatur s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Atta hment ` No Zoi n/Lobbying Certification, is truthful and correct at the time of submission. AFF T S AT RE T,Onv B. 0,obinson Typed Name of AFFIANT Associate Title STATE OF Florida COUNTY OF Seminole The, f reg 'ng 'nstrumQenntt was a ecuted , be re me this 2U ay of 20� by ^'j Q as S of who personaliV swore or affirmed that he/she is authorized to execute this document and the y bind the Corp r ion, and who is_personally know m -e OR has produced as identification. QA— JESSICA .•`lir o '. JESSICA L CIROU N T RY PUBLIC, Itate o _ (stamp) y, MY COMMISSION # GG071479 •EA904M C AIM SUBMIT WITH 10 R RFQ RESPONSE `�P'Fali u mit this fet in may4,N grounds for disqualification of your submittal"O 42 43 City of Sanford I Finance Department ( Purchasing CITY of 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771` f S ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE FINANCE DEPARTMENT NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "E" Drug-Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the RFQ response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Att chment ", g- Workplace Certification, is truthful and correct at the time of submission. NT GN URE T n obinson Typed Name of AFFIANT Associate Title STATE OF Florida COUNTY OF Seminole foregq'ng instr ment was ex cuted pefo e me this of 20 by II as ou of who person y swore or affirmed that he/she is authorized to execute this document and the r y bi the Corp ti and who is personally known me OR has produced as identification. JESSICA L CIROU (stamp =? r MY COMMISSION # GG071479 NOT PUBLIC, State o ; Eet� "' ^ LL�A ftL?0j N SUBMIT WITH YOUR RFQ SPONSE — (if applicable) 43 Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. City of Sanford (Finance Department (Purchasing Dated: 6/5/2018 Division E wR CITY of 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 6/11/2018 SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 3 FINAPICB UEPARTMEN'f - CONSULTANTS COMPETITIVE Addendum No. NEGOTIATION ACT (CCNA)` Dated: 7/26/2018 Term Contract_F�° Addendum No. TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. 1 Dated: 6/5/2018 Addendum No. 2 Dated: 6/11/2018 Addendum No. 3 Dated: 7/20/2018 Addendum No. 4 Dated: 7/26/2018 Addendum No. Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Proposer/Contractor Name: Gale Associates\South\Inc. Mailing Address: 160 N. Westmonte Dr., Suite 1200, Altamonte Springs, FL 32714 Telephone NuTber: 407-599-7031 Fax Number: 407-599-7077 E-mail Address: for@gainc.com ' Tony B. Robinson FEIN: 04-2319385 ze gnatory Printed Na e Associate Titleate PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 13' -Failure to submit this form may be grounds for disqualification of your submittal"O � �,YFCIRCJ f U ® OF D W FINANCE DEPARTMENT 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) ( ADDENDUM #1 ADDENDUM #1 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. 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 16 Section S. Page 9 Section 2, D. Submission Deliverables Sub Section 1, City of Sanford I Finance Department CITY OF Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SAj�FORDPhone: 407-688-5028 or 5030 ( Fax: 407-688-50211 Email: urehasina sanfordfl. ov #1 FINANCE DEPARTMENT IFB 17/18-33 PROFESSIONAL CONSULTING SERVICES CCNA A through F included in Tab A, Firms Qualifications and Experience; and G through L include in Tab "F" Additional Information. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #1 to IFB 17/18-33 Professional Consulting Services- (CCNA) Gale Associates\South\Inc. Name of Firm/Company for@gainc.com Contact Email 160 N. Westmonte Drive, Suite 1200 Altamonte Springs, FL 32714 Street Address City, State, Zip Code 407-599-7031 Telephone Number Tony B. Robinson Authorized Person Printed Name Signature 2 407-599-7077 Fax Number Associate Authorized Person Title ' z52e�/ Date ofAignafure ,nkORFINANCE DEPARTMENT 1y Asx X�> d DATE: June 11 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, FROM: MarisolOrdonez City of Sanford Purchasing Division SUBJECT: RFQ 17/18-33 Professional Consulting Services- (CCNA) I ADDENDUM #2 ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. How can we submit for multiple disciplines? Does the City wish to see separate proposal for each discipline or may we combine into one? Al. Combine into one. Q2. There seems to be a typo on the page count of the overall proposal and certain tabs. May you confirm how many pages each section is to contain/how many pages the overall proposal is to be? A2. Overall 50 pages. Q3. Are we to sign and submit Attachment F? A3. Yes. Attachment F has been revised for your use, must be executed and submitted with the proposal. Q4. On page 7 of RFQ 17/18-33, it states that we have to be certified by the City first as a qualified pursuant". How do we become pre -certified? A4. Please read Section 2, sub section (b) number 6 read the following (a) and (b) will define qualified vendors, also based on the committee's evaluation of proposals. Q5. Can you define soil for me? And if we qualify more than service do we have to submit a proposal for each services? A5. Soil Testing, Geologists, Laboratory, Engineering Services etc. If you have more than one field please include in the proposal where it's required on Section 5 of the proposal. Q6. Would the City of Sanford be able to provide the list of firms who currently have a Master Contract for architectural, engineering and surveying and mapping services? A6. A list of contractors will be provided separately. 9 e 10 L'000 City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCN, ADDENDUM #2 Q7. Are there pre -certification forms that I need to complete prior to submitting our response, or do I just submit our qualifications for the project? If there are precert forms, can you direct me to them? I'm not finding them on your website. A7. No additional documents to process for pre -certification. The committee will evaluate each proposal based on the qualifications. II. CLARIFICATIONS: a. This proposal is a Request for Qualification RFQ 17/18-33 please note Addendum #1 was posted as an IFB 17/18-33 correction is RFQ 17/18-33 Professional Consulting Services- CCNA. b. Attachment "F" has been revised please complete and process with the proposal. c. The evaluation scoring system Section 5.06 Fee Schedule Tab "E" has been revised to read as Additional Information. d. GSA Form SF -334 has been broken down in sections, please follow Section S for instructions. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Gale Associates\South\Inc. tbrogainc.com Name of Firm/Company Contact Email 160 N. Westmonte Dr., Suite 1200 Street Address 407-599-7031 Telephone Number Tony B. Robinson Authorizedyerson Printerl i PeKson Signature 2 Altamonte Springs, FL 32714 City, State, Zip Code 407-599-7077 Fax Number Associate Authorized Person Title A. Date 9&Siggature City of Sanford ( Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 i w S,k FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract . TITLE: PROFESSIONAL CONSULTING SERVICES Issuance I Release Date: June 29, 2018 Legal Advertisement Date: Friday, June 29, 2017 (Orlando Sentinel) To: All Prospective Proposers From: Marisol Ordonez — Purchasing Manager Dear Potential Proposer: The City of Sanford, Florida, a municipal corporation existing under the laws of the State of Florida, herein after also referred to as the "City", does hereby announce that it is accepting written proposals from all qualified firms or individuals interested in providing the services generally described herein and as specified in the "Scope of Services" of this Request for Qualifications (RFQ) document. The successful proposer(s) must demonstrate by his/hers qualifications, experience, availability, approach, and work plan that he/she will best serve the overall needs of the City. If you are interested in preparing a response to this RFQ, please read requirements carefully and complete the proposal in the manner as set forth in this RFQ document. Your response is considered a binding offer to perform in the manner described in the proposal response and shall remain a firm offer for a period not to exceed one hundred eighty (180) days from public opening. Also please be aware that, under the competitive proposal process, the stipulations set forth herein are fully binding on the proposer to the extent that you confirm acceptance by your signature on Attachment "F", Acceptance of Proposal Terms and Conditions. There will not be a pre -proposal conference held for this project. Questions regarding this solicitation must be received in writing at the address above no later than Tuesday, July 24, 2018 at 5:00 P.M. Local Time. Responses to those questions considered material to the solicitation shall be distributed via formal addenda and posted to the City of Sanford website: http://www.myvendorlink.com. All proposers are advised that under Chapter 119, Florida Statutes, all responses are deemed a public record and open to the public as provided for in said statute. The City welcomes your response to this RFQ document. Proposals should be prepared in accordance with the RFQ instructions and will be evaluated by the City as stated in the evaluation section 5 of this document. The City reserves the right to waive any formalities, to reject any or all proposals or to re -advertise for proposals for these services. The City may withdraw all or part of this RFQ at any time to protect the interests of the City. All proposers are asked to be thorough yet concise in their response. Failure to provide the response in the manner prescribed herein may be grounds for disqualification. Thank you for your interest in doing business with the City of Sanford, Florida. City of Sanford, Florida I Purchasing Division SECTION 5. PROPOSAL RESPONSE, CRITERIA, AND EVALUATION POINT VALUES. 5.01 EVALUATION CRITERIA. City of Sanford I Finance Department ( Purchasing Tab Assignment Division Maximum Points CITY of 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 35 SANF®RD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 25 FINANCE °EPARIMEN f CONSULTANTS COMPETITIVE 25 D RFQ Solicitation Response Required Forms 15 E NEGOTIATION ACT (CCNA) e Term Contract 100 TITLE: PROFESSIONAL CONSULTING SERVICES SECTION 5. PROPOSAL RESPONSE, CRITERIA, AND EVALUATION POINT VALUES. 5.01 EVALUATION CRITERIA. 5.02 FIRM QUALIFICATIONS AND EXPERIENCE — TAB "A" (35 POINTS). A. Letter of Transmittal. Provide a letter of transmittal, no longer than two (2) pages, signed by an authorized representative of the proposer, including a brief description of your firm's location, organization structure, and philosophy. (This section is not included in the overall proposal fifty (50) page count) B. Experience of Key Personnel. Identify and include qualifications of specific individuals to be assigned to the project (include names, contact information, and resumes) and specify which services each of the individuals will provide to the City. C. Ability to Service the City and use of Sub -Contractors or Other Firms. List all prime and key subcontractor firms. D. NOTE: In order to provide the necessary information as requested pursuant to Section 5.02(B) and (C) above; please include GSA Form SF -330, Part I, Sections A, B, C, D, and E under Tab "A" of your solicitation response. E. Litigation. Please list any past and/or pending litigation or disputes relating to the work described herein that your firm has been involved in within the last five (5) years. The list shall include each project name and the nature of the litigation. F. Financial Information. Provide an official letter from the proposer's financial institution detailing the financial status of the proposer. The letter shall include a contact name, address, phone number, and fax number. The failure to produce financial requirements may be grounds for disqualification of your proposal response. Additional credit information, including but not limited to; audited financial statements, pro forma issues, or annual reports may be requested from the top-ranked proposers at the sole discretion of the City. 2 Evaluation Criteria Tab Assignment Category Maximum Points A Firm's Qualifications and Experience 35 B Similar Projects/References 25 C Project Approach 25 D RFQ Solicitation Response Required Forms 15 E Additional Information 0 MAXIMUM TOTAL POINTS 100 5.02 FIRM QUALIFICATIONS AND EXPERIENCE — TAB "A" (35 POINTS). A. Letter of Transmittal. Provide a letter of transmittal, no longer than two (2) pages, signed by an authorized representative of the proposer, including a brief description of your firm's location, organization structure, and philosophy. (This section is not included in the overall proposal fifty (50) page count) B. Experience of Key Personnel. Identify and include qualifications of specific individuals to be assigned to the project (include names, contact information, and resumes) and specify which services each of the individuals will provide to the City. C. Ability to Service the City and use of Sub -Contractors or Other Firms. List all prime and key subcontractor firms. D. NOTE: In order to provide the necessary information as requested pursuant to Section 5.02(B) and (C) above; please include GSA Form SF -330, Part I, Sections A, B, C, D, and E under Tab "A" of your solicitation response. E. Litigation. Please list any past and/or pending litigation or disputes relating to the work described herein that your firm has been involved in within the last five (5) years. The list shall include each project name and the nature of the litigation. F. Financial Information. Provide an official letter from the proposer's financial institution detailing the financial status of the proposer. The letter shall include a contact name, address, phone number, and fax number. The failure to produce financial requirements may be grounds for disqualification of your proposal response. Additional credit information, including but not limited to; audited financial statements, pro forma issues, or annual reports may be requested from the top-ranked proposers at the sole discretion of the City. 2 5.03 SIMILAR PROJECTS — TAB "B" (25 POINTS). A. To demonstrate experience and success in conducting similar work, the proposer shall complete and submit GSA Form SF -330, Part I, Section F, G, and H concentrating only on those projects completed with the last three (3) years. Please provide a minimum list of five (5) projects, where multiple team members worked together, if possible, illustrating the proposed teams qualifications for performance pertaining to this project. The City does not request nor require an amount greater than ten (10) projects be submitted. Your firm will not be penalized if more than ten (10) project are provided as part of your response; however, submitting more than ten (10) projects will not provide your firm an advantage during the evaluation process. 1. Client name, address, phone, fax number and email address; 2. Description of all services provided; 3. Performance period; and, 4. Total annual amount of contract. 5. References: Proposers must list five (5) references resulting from projects which were performed within the last three (3) years. Proposers shall complete and submit with their response Attachment "I", References. B. Describe any significant or unique awards received or accomplishments made in previous, similar projects. NOTE: Please do not include projects completed or currently underway with the City of Sanford. 5.04 PROJECT APPROACH — TAB "C" (25 POINTS). A. State your firm's technical approach to the project and the interpretation of the scope of services required. B. Define the adequacy of resources, including personnel, labor, equipment and supply resources, and other requirements to provide the requested services. C. Provide a clear statement of the specific services and tasks to be performed. Include information concerning each task and staff committed to accomplish each task. D. Provide a typical response time and/or project implementation schedule for proposed services including any management and planning strategies. E. Provide information regarding any proposed innovative concepts that may enhance the value and quality of the services to be performed. 5.05 RFQ SOLICITATION RESPONSE REQUIRED FORMS — TAB "D" (15 POINTS). Proposers shall include all applicable and duly executed forms under this section. A. Insurance Certificates. Provide copies of your current liability and workers' compensation Certificates of Insurance. The successful proposer(s) will be required to provide Certificate(s) of 3 City of Sanford I Finance Department I Purchasing Division CITY of S,k1 ORD FINANCE DEPARTMENT 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 e. CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES 5.03 SIMILAR PROJECTS — TAB "B" (25 POINTS). A. To demonstrate experience and success in conducting similar work, the proposer shall complete and submit GSA Form SF -330, Part I, Section F, G, and H concentrating only on those projects completed with the last three (3) years. Please provide a minimum list of five (5) projects, where multiple team members worked together, if possible, illustrating the proposed teams qualifications for performance pertaining to this project. The City does not request nor require an amount greater than ten (10) projects be submitted. Your firm will not be penalized if more than ten (10) project are provided as part of your response; however, submitting more than ten (10) projects will not provide your firm an advantage during the evaluation process. 1. Client name, address, phone, fax number and email address; 2. Description of all services provided; 3. Performance period; and, 4. Total annual amount of contract. 5. References: Proposers must list five (5) references resulting from projects which were performed within the last three (3) years. Proposers shall complete and submit with their response Attachment "I", References. B. Describe any significant or unique awards received or accomplishments made in previous, similar projects. NOTE: Please do not include projects completed or currently underway with the City of Sanford. 5.04 PROJECT APPROACH — TAB "C" (25 POINTS). A. State your firm's technical approach to the project and the interpretation of the scope of services required. B. Define the adequacy of resources, including personnel, labor, equipment and supply resources, and other requirements to provide the requested services. C. Provide a clear statement of the specific services and tasks to be performed. Include information concerning each task and staff committed to accomplish each task. D. Provide a typical response time and/or project implementation schedule for proposed services including any management and planning strategies. E. Provide information regarding any proposed innovative concepts that may enhance the value and quality of the services to be performed. 5.05 RFQ SOLICITATION RESPONSE REQUIRED FORMS — TAB "D" (15 POINTS). Proposers shall include all applicable and duly executed forms under this section. A. Insurance Certificates. Provide copies of your current liability and workers' compensation Certificates of Insurance. The successful proposer(s) will be required to provide Certificate(s) of 3 City of Sanford Finance Department ( Purchasing Division no -i" CITY OF 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771S,k FORD Phone: 407-688-5028, or 5030 Fax: 407-688-5021FINANCE DEPARTMENT CONSULTANTS COMPETITIVENEGOTIATION ACT (CCNA) xTerm Contract �: TITLE: PROFESSIONAL CONSULTING SERVICES Insurance evidencing coverage as required in Attachment "B", Insurance Requirements within five (5) business days of the notification of intent to award. Note: Policies other than Workers' Compensation shall be issued only by companies authorized to conduct business in the State of Florida, with active certificates of authority issued by the State of Florida, Department of Insurance. B. Conflict of Interest. Proposers must provide disclosure of any potential conflict of interest due to any other clients, contracts, or property interests for this project only. Proposers must complete and submit with their response Attachment "C", Conflict of Interest Statement and have it notarized certifying that no member of your firm ownership, management, or staff has a vested interest in any aspect of this solicitation or any department within the City of Sanford. C. Non-Collusion/Lobbying Certification. Proposers must complete and submit with their response Attachment "D", Non-Collusion/Lobbying Certification and have it notarized. D. Drug Free Workplace Certification. If applicable, Proposers must complete and submit with their response Attachment "E", Drug Free Workplace Certification and have it notarized. E. Acceptance of RFQ Terms and Conditions. Proposers shall complete Attachment "F" Acceptance of Proposal Terms and Conditions Certification and have it notarized. An authorized signatory shall sign [page 7 of the Addendum #2] attesting to knowledge of scope of services, committing to the prices as negotiated, and acceptance of the terms and conditions. This form must be notarized. As stewards of public funds, the City maintains all adopted budgetary parameters in the performance of its contracts. The ability of the successful proposer to maintain a sense of fiscal responsibility shall be favorably considered in the evaluation of proposals. F. Addenda Acknowledgement. If applicable, Proposers must complete and submit with their response Attachment "G", Addendum Acknowledgement. G. Corporate Standing and Authorized Signatories. Proposers must provide a copy of the State Certificate of Good Standing/Articles of Incorporation listing the officers of the company. Please complete and comply with Attachment "H", Organizational Information and provide one of the forms of evidence of Signatory Authority listed in Section III, (I) Corporate Standing and Authorized Signatories. H. Local Business Tax Receipt. Provide a copy of your Local Business Tax Receipt. In accordance with section 205.065, Florida Statutes, a current Department of Professional Regulation certificate may be provided in lieu of a Local Business Tax Receipt, with a copy of the corresponding Occupational License of the home state, county, or city. I. Proof of Licenses/certification. Please include copies of applicable licensure/certification, including; but not limited to: 1. Provide proof of proper State of Florida business licensure and professional certification(s)/registration(s) in the State of Florida. 2. Provide proof of corporate registration to operate in the State of Florida by the Department of State, Division of Corporations. Information concerning certification can be obtained at: http://dos.myflorida.com/sunbiz/. Please note: certification must be on active status only. J. W-9 Form. Proposers that have not done business with the City or have not provided a W-9 within .19 the last two (2) years must submit a W-9 with their proposal. K. GSA SF -330 Form- Proposer shall complete GSA -SF -330 Form as outlined in the solicitation document and submit with their response. However, please include GSA Form SF -330- Part II under Tab "D" of your solicitation response. Non-inclusion of this form completed shall deem your proposal as non-responsive and as such will be removed from further consideration. 5.06 ADDITIONAL INFORMATION — TAB "E" (0) POINTS. Proposers may include a section for appendixes including promotional material or supporting documentation not otherwise requested herein. Please clearly designate this section in your response. This will be for informational purposes only. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK 5 City of Sanford I Finance Department I Purchasing Division CITY OF SkNFORD FINANCE DEPARIMENT 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 CONSULTANTS COMPETITIVE wl NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES the last two (2) years must submit a W-9 with their proposal. K. GSA SF -330 Form- Proposer shall complete GSA -SF -330 Form as outlined in the solicitation document and submit with their response. However, please include GSA Form SF -330- Part II under Tab "D" of your solicitation response. Non-inclusion of this form completed shall deem your proposal as non-responsive and as such will be removed from further consideration. 5.06 ADDITIONAL INFORMATION — TAB "E" (0) POINTS. Proposers may include a section for appendixes including promotional material or supporting documentation not otherwise requested herein. Please clearly designate this section in your response. This will be for informational purposes only. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK 5 MASTER AGREEMENTS ARC Master Agreement on File Roof Design Ardaman and Associates Master Agreement on File Geo, Engineering GeoData Master Agreement on File Engineering, Geotech SMW GeoSciences, Inc Master Agreement on File Env., en g ser, geo, land dev Universal Engineering Services Piggy back- plans review Env., eng ser, geo, land dev Prequalified -items indicated AVCON Master Agreement on File Full Service CPH Engineering, Inc Master Agreement on File Full Service Neel Schaffer, Inc Master Agreement on File Full Service Woolpert, Inc. Master Agreement on File General Reiss Engineering Master Agreement on File General GAI Master Agreement on File Engineering, Landscape Arch Brown and Caldwell Master Agreement on File Utility, Water Resource Hazen and Sawyer Master Agreement on File Water and Wastewater Eng PSI -Professional Service Industry Master Agreement on File Water supply, env, hydroge logical HH1 Design Master Agreement on File Landscape Architecrtural Burke, Hogue and Mills Master Agreement on File Architectural and Engineering GLE Associates Master Agreement on File Architectural DJ Design Services Master Agreement on File Architectural, Planning Littlejohn Engineers Master Agreement on File General, Planning Southeastern Surveying & Mapping Corp Master Agreement on File Surveying and mapping AECOM Full Service Applied Sciences Srmwtr,env,civil, geo ARC Master Agreement on File Roof Design Ardaman and Associates Master Agreement on File Geo, Engineering AVCON Master Agreement on File Full Service Pre Qualified Firms AECOM Full Service Applied Sciences S rmwtr, env, civil, geo Barnes, Ferland & Associates, Inc BFA Surveying and mapping BCC Engineering, Inc Planning Chen Moore & Associates Full Service Cribb Philback Weaver Group CPWG Surveying and mapping Dewberry Full Service England Thims & Miller, Inc Environmental Consulting & Technology, Inc ECT Srmwtr,env, civil, geo E -Sciences Srmwtr,env, civil, geo Graef Planning HSA Golden Engineering Environmental Solutions Env., eng ser, geo, land dev Kadrmas, Lee & Jackson, Inc KLJ Water sup, hydrogeological Lunzt Prebor Fowler Architects Architectural PPM Consultants S rmwtr, env, civil, geo Terracon S rmwtr, env, civil, geo Tindale Oliver Design Planning TLP Engineering Consulting Services, Inc Drainage, Utilities Universal Engineering Services Env., eng ser, geo, land dev Vanasse Hangen Brustlin, Inc VHB Planning City of Sanford I Finance Department I Purchasing Division CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 S�.I ORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Mailing Address: Telephone Number: Fax Number: E-mail Address: FEIN: Authorized Signatory Printed Name Title Date STATE OF COUNTY OF The foregoing instrument was executed before me this day of 20_ by as of 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. (stamp) NOTARY PUBLIC, State of PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 12'Failure to submit this form may be grounds for disqualification of your submittal -s 0 �wFC7R$j DATE: Julv 20, 2018 TO: All Bidders/Proposers City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 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 #3 ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. QUESTIONS AND ANSWERS (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 S for instructions. Q4. Can you please share who is on the selection committee? A4. No, the City has not selected the committee members. Q5. Are the SF330 forms included in the 50 page count limit? A5. Yes. Q6. Can the SF330 Part E forms be used for 5.02 Experience of Key Personnel? A6. Yes. Included in Tab "A" (read addendum #1 question #5). Q7. Are the required forms- Tab D included in the 50 page count limit? A7. No. The attachments are not part of the 50 page count. City of Sanford I Finance Department clTv of Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Sk�40RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: urchasin sanfordfl. ov #3 40)FINANCE DEPARTMENTRFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Q8. Could you please share who are the incumbents with current contract with the City for these services? A8. See addendum #2 a master contract list has been provided. Q9. Are submitters encouraged to also include specialty sub -consultants services to their team for the submittals, or would those services be provided under separate City contracts on a project specific basis? A9. Attachment "K" Proposed Schedule of Subcontractor Participation, please execute and process will the proposal. Q10. Section 2.01A states that `It is noted there are a number of disciplines listed in which related services will not be needed or used by the City at a level which predicates the need for establishment of a Master Contract. Therefore, since preparing a response requires time and effort, firms are welcome and encouraged to contact the Purchasing Manager of the City at 407.688.5028 for guidance or information regarding applicability of theirfirm's specialty(s) to the needs of the City. " Can the City please confirm whether a Master Contract will be needed or used for the following listed disciplines: storm -water, environmental, and solid waste? A10. Yes, please process your proposal if you are interested in providing the above services. 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.I I Please click on the link to review the proposed budget for FY 2019 http ://www. sanfordfl.gov/departments/finance/budget-in formation/201.9-budget Q13. Request for Clarification - Do the insurance certificate and business tax receipt go under Tab A (3.08A) or Tab D (5.05 A and H)? A13. Per Section 3.08 states your current valid certificate of insurance and local tax receipt should go under Tab A- The City Attachment `B" Insurance Requirement form should be place in Tab D per Section 5.05. Q14 Request for Clarification - Is the Standard Form 330 to be included as an attachment, or should the entire response be formatted as an SF330? If it is to be included as an attachment, will it be included in the page count? 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? 2 u FINANCE City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNJ ADDENDUM #3 A16. Please use Tab "F" Additional Information to add the additional disciplines. Q17. Could you confirm that resumes and project description will only be required in SF -330 section 1 and nowhere else in the proposal? A17. Yes, however, insert in Tab "A" per Section S. II. CLARIFICATIONS: a. Attachment "K" (new attachment) Proposed Schedule of Subcontractors Participation has been provided, please review and executed and process with the proposal. b. Read Section 5 for special instructions on SF 330 form. Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Gale Associates\South\Inc. for@gainc.com Name of Firm/Company Contact Email 160 N. Westmonte Dr., Suite 1200 Street Address 407-599-7031 Telephone Number Tony B. Robinson Authorized • • Printed Irize SO& Signatur 3 Altamonte Springs, FL 32714 City, State, Zip Code 407-599-7077 Fax Number Associate Authorized Person Title 9 Date of igna re City of Sanford I Finance Department CITY OFPurchasing Division 01 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM 1S 10) Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: -k�4 urchmin sanfordtl aov #3 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA Attachment "K" Proposed Schedule of Subcontractor Particination ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Mailing Address: Telephone Number: Fax Number: E-mail Address: FEIN: Authorized Signatory Printed Name Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 12I'Failure to submit this form may be grounds for disqualification of your submittal 4 ,��vonFINANCE DEPARTMENT n DATE: July 26, 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: 407-688-50211 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 S for instructions. A3. Yes, the financial letter from the institutional bank stating the vendor is in good standing order and/or no delinquent accounts etc., (see sample page three (3) below); 1 �:�CYRpj A City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50301 Fax: 407-688-50211 Email: RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to RFQ 17/18-33 Professional Consulting Services- (CCNA) Gale Associates\South\Inc. for@gainc.com Name of Firm/Company Contact Email 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 Street Address City, State, Zip Code 407-599-7031 407-599-7077 Telephone Number Fax Number Tony B. Robinson Authorized Person Printed Name — Vio O/X WV, V- � Aut 7FZerson tgnature 2 Associate Authorized Person Title Date oVSigndture City of Sanford I Finance Department CITY OF Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: urchasin (a�sanfordfl. ov #4 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Bank Date Bank Reference Letter Format (Sample) To, State Administration of Industrial & Commerce, We are hereby confirm that (company name) is a valued customer of our bank. Our relations has been entirely satisfactory. We consider the client to be respectable. This information is given in strict confidence and without any responsibility, howsoever arising, on the part of the Bank or its officers. Yours faithfully, Print name of officer: Authorized Signature Bank The letter should be 1. In its original format 2. Singed by a responsible member of the bank 3. Bank letterhead 4. Name, address, fax and telephone number of the institutional bank Wording of bank reference letter must be mentioned things like: good standing, satisfactory, or respectable etcetera. 3 M City of Sanford I Finance Department I Purchasing, Division CITY OF 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771' ° ° S FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract pmt` TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "H" Organizational Information The proposer must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Proposer must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Please place a check mark (✓) next to app licable e) ® Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Weymouth, MA Principal Place of Business 160 N. Westmonte Drive, Suite 1200 (Enter Address) Altamonte Springs, FL 32714 Federal I.D. or Social Security 04-2319385 Number By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Proposer/Contractor Name: Gale Associates\South\Inc. Mailing Address: 160 N. Westmonte Dr., Suite 1200, Altamonte Springs, FL 32714 407 5 _7031 Fax Number: 407-599-7077 E-mail Address: for@gainc.com Te . phoneWSigntory � Tony B. Robinson FEIN: 04-2319385 oriz Printed Name Associate Title bite PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE Failure to submit this form may be grounds for disqualification of your submittal`' M State of Florida Department of State I certify from the records of this office that GALE ASSOCIATES \SOUTH\, INC. is a Massachusetts corporation authorized to transact business in the State of Florida, qualified on August 1, 1990. The document number of this corporation is P30455. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on February 2, 2018, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Second day of February, 2018 i Tracking Number: CC0500227866 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. hfps: //services.su n hiz.o rg/Filings/C ertificateOfStatus/CertificateAuth entication Gale Associates, Inc. 163 Libbey Parkway IRO. Box 890189 (Weymouth, MA 02189-0004 P 781.335.6465 F 781.335.6467 www.galeassociates.com CERTIFICATE OF AUTHORITY July 2, 2018 (Date) At a special meeting of the Board of Directors of Gale Associates Inc. duly (Name of Corporation) called and held at Weymouth, Massachusetts on the 12th day of April 2018 at which a quorum was present and acting, it was VOTED that Tony B. Robinson Associate of this (Name) (Title) Corporation, is hereby authorized and empowered to make, enter into, sign, seal and deliver contracts on behalf of this Corporation. IN WITNESS WHEREOF, the undersigned has executed this certificate this 2nd day of 2CA8 President igna ure) (Title) Print Name: Jon F. Lindberg, P.E., RRC CELEBRATING 50 YEARS Boston l Baltimore I Orlando I Hartford I Washington, D.C. 0 Altamonte Springs RECEIPT NO. CLASS DESCRIPTION FEE BUSINESS TAX RECEIPT 18-00000130 PROFESSIONAL AGENCY/FHWCORP/PART(P.A.) $ 90.30 Provision: Ordinance No. 1570-07 18-00000131 Business Control $ 45.00 $ 0.00 Restrictions: No.: 0021934 Business Name: GALE ASSOCIATES SOUTH INC Expires: September 30, 2018 Business Address: 160 N WESTMONTE DR 1200 ALTAMONTE SPRINGS FL 32714 RECEIPT NO. CLASS DESCRIPTION FEE PENALTY 18-00000130 PROFESSIONAL AGENCY/FHWCORP/PART(P.A.) $ 90.30 $ 0.00- 18-00000131 SEMINOLE COUNTY REGULATED $ 45.00 $ 0.00 Restrictions: City Clerk A, -r--, 0 -APEP AND EI -RS 0 NOT WATERVARK WARNING: , Hr1cc City of Sanford Finance Department Purchasing �r: Division � CITY of 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 ,SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE w. NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "I" References Proposer shall submit as a part of the Proposal package, a minimum of five (5) of the most significant projects which were performed within the last three (3) years. Additional references may be provided as set forth below. Project #1: Project Name: Alfond Stadium Har er Shepherd Field Renovation Type of Project/Service: Renovation of Baseball Complex/CiA Engineering Address: 801 N. Orange Avenue Winter Park FL 32789 Contracting Agency/Client: Contact Name and Phone #: Mr. Scott Bitikofer, Assistant Vice President - 407-646-2137 Contact Email Address and Fax #: sbitikofer rollins.edu - Fax: N/A Contract Amount: Date Work Performed: 2017 - Ongoing Project #2: Project Name: Village Hill Term Contract for On -Call Engineering Services Type of Project/Seryice: Address: N r hham ton MA Contracting Agency/Client: Contact Name and Phone #: Alan Delane - 978-784-2917 Contact Email Address and Fax #: adelaney@rnassidevelopment rpm Fax: N/A Contract Amount: Various Date Work Performed: 2015 -Present Project #3: Project Name: Division of Capital Asset M mt. & Maintenance Various Projects Type of Project/Service: Address: 54 Canal Street, Ste. 200, Boston, MA 02114 Contracting Agency/Client: DHK Architects Contact Name and Phone #: WaVnpCj thing _ _ _ Contact Email Address and Fax #: IA/gething-iffirlhkinc.. "nm Pay- NIA Contract Amount: Various Date Work Performed: 2015 Project #4: Project Name: Charles River Community Health Center Type of Project/Service: Address: 495 Western Avenue Brighton, MA Contracting Agency/Client: Contact Name and Phone #: Martin Batt - 617-419-4660 Contact Email Address and Fax #: Contract Amount: $55,000 Date Work Performed: 2015 Project #5: Project Name: Union Point Community -Term Contract Type of Project/Service: New Construction/Civil Friginpering Address: Endeavor Street We mouth MA 02189 Contracting Agency/Client: Contact Name and Phone #: Jim Y - 49-1105 Contact - Contact Email Address and Fax #: Contract Amount: Date Work Performed: PLEASE COMPLETE AND SUBMIT WITH YOUR RFQ RESPONSE 13"Failure to submit this form may be grounds for disqualification of your submittal'°' 47 City of Sanford ( Finance Department CITY OF Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SkMr-101RD Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: It urchasin Casanfordfl. ov #3 FINANCE DEPARTMENT RFQ 17/18-33 PROFESSIONAL CONSULTING SERVICES (CCNA) Attachment "K" Pronosed Schedule of Suheontractnr Particinntinn ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFQ 17/18-33 Title: Professional Consulting Services (CCNA) Total Project Amount: $ Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value W Woman H Hispanic SDVBE Service Disabled Veteran PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION Minority Code Code Description Minority Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Proposer, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Proposer/Contractor Name: Gale Associates\South\Inc. Mailing Address: 160 N Westmonte Drive, Suite 1200, Altamonte Springs, FL 32714 *oriSig 99-7031 Fax Number: 407-559-7077 E-mail Address: for@gainc.com _ Tony B. Robinson FEIN: 04-2319385 ry Printed Name Associate 7/26/2018 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 12�'Failure to submit this form may be grounds for disqualification of your submittal"l' 4 Section 00435-3 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFQ 17/18-33, Consultants Competitive Negotiation Act (CCNA) Professional Consulting Services. B. This sworn statement is submitted by Gale Associates\South\Inc, whose business address is (Name of entity submitting sworn statement] 160 N. Westmonte Dr., Suite 1200, Altamonte Springs FL 32714 and (if applicable) it's Federal Employer Identification Number (FEIN) is 04-2319385 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: C. My name is Tony B. Robinson and my relationship to the above is Associate [Please print name of individual signing] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that 'convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime; or An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. Rev 03/2018 x Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in, Public E Crimes atement Section 00453-3, is truthful and correct at the time of submission. AFF NT NATURE ony d Robinson Typed Name of AFFIANT Associate Title STATE OF Florida COUNTY OF Seminole T forVgb instrument was a uted before me this day of 20 } , by _ -'M6 b W of : � -- who perso ly swore or affirmed he/she is authorized to execute this document and thereby binf�t orporation, and who is perso lly known to me OR has produced as identification. I I , ••"`: JESSICA L CIROU -NOT Y PUBLIC, of F( �• •'_ MY COMMISSION # GG071479 (stamp) EXPIRES February 09, 2021 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `'Failure to submit this form may be grounds for disqualification of your submittal"O 2 Rev 03/2018 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) -- Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 Project Name: Professional Consulting Services -Consultants Competitive Negotiation Act (CCNA) Solicitation No.: RFQ 17/18-33 Due July 31, 2018 @ 2:00 PM Gale AssociateASouthUnc. me 7/26/2018 S75Y of Authorized Represdritative (Affiant) Date Tony B. Robinson, Associate Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA n n On this c>'U,/ day of, 20, befoTe-me, tundersigned Notary Public of the State of Florida, personally appeared _10(w WAS61ki whose name(s) is/are subscribed to thel within instrument, and he/she/they acknowledge that he/she/they executed it. U WITNESS my hand aq official seal. "-/she is personally known to me or has �an produced, as identification. I (Notary �htgVnty ancTState Aforementioned) SEAL My i7 blic in and for e ssion expires: W 0 JESSICA L CIROU MY EXPIRES COMMISSION # GG071479 00438-2 WC - EXPIRES February 09, 2021 END OF SECTION PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ®-Failure to submit this form may be grounds for disqualification of your submiffal"O .i4�,SFbR/J DEPARTMENTFINANCE SECTION 00460 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. Gale Associates\South\Inc. Name of BMder Authorized Representative Tony B. Robinson, Associate Printed or Typed Name and Title of Authorized Representative END OF SECTION RFQ 17/18-33 CCNA- Professional Consulting Services Due July 31, 2018 at 2:OOPM 00450-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM CITY OF SkNFORD 1 o. FINANCE DEPARTMENT SECTION 00452 DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 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? N (Y/N) 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? N (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? N (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Gale Associates\South\Inc. 8716716f Auffiorized Representative Tony B. Robinson, Associate 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 W"Am CERTIFICATION OF NON -SEGREGATED FACILITIES FORM giaM I axpayer icentitication Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number {SSN}. However, fora � _ m _ resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Empioyer identification number Number To Give the Requester for guidelines on whose number to enter. F—(—j ADO©©W"©"W Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you arWfot required to s' n the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of 41 Here I U.S. person ► Date ► 1117 -061A General Offi Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FomnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (]TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including thoge from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W -g (Rev. 11-2017) Mi. Request for Taxpayer Give Form to the Form (Rev. November 2017) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov1FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. GALE ASSOCIATES, INC. 2 Business name/disregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to Ca following seven boxes. certain entities, not individuals; see CL C ❑ Individual/sole proprietor or R1 C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): wsingle-member 6 C LLC Exempt payee code (if any) CL u ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting w LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that is disregarded from for code (if any) a w another not the owner U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. m ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optionaq Cn 160 N. Westmonte Drive, Suite 1200 6 City, state, and ZIP code Altamonte Springs, FL 32714 7 List account number(s) here (optional) giaM I axpayer icentitication Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number {SSN}. However, fora � _ m _ resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Empioyer identification number Number To Give the Requester for guidelines on whose number to enter. F—(—j ADO©©W"©"W Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you arWfot required to s' n the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of 41 Here I U.S. person ► Date ► 1117 -061A General Offi Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FomnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (]TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including thoge from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W -g (Rev. 11-2017) SOLICITATION NUMBER ARCHITECT - ENGINEER QUALIFICATIONS 1. RFQ 17/18-3(if any) 3 PART 11- GENERAL QUALIFICATIONS If a firm has branch offices, complete for each specific branch office see q work. .q work. NUMBER 2a. FIRM (OR BRANCH OFFICE) NAME 3. YEAR 4. DUNS Gale Associates\South\lnc. (ACASS #003403) ESTABLISHED NUMBER 1964 2b. STREET 5. OWNERSHIP 160 N. Westmonte Drive, Suite 1200 a. TYPE Corporation 2c. CITY 2d. 2e. ZIP CODE b. SMALL BUSINESS STATUS Altamonte Springs STATE 32714 N/A FL FOR LAST 3 YEARS 6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM (If block 2a is a branch Tony B. Robinson, Associate office) Gale Associates, Inc. 6b. TELEPHONE NUMBER 407-599-7031 6c. E-MAIL ADDRESS tbr@gainc.com 8a. FORMER FIRM NAME(S) (If any) 8b.YR ESTABLISHED 8c. DUNS NUMBER Gale Engineering Company, Inc. 1964 N/A Schuyler Clapp Company 1947 N/A Hartley White Company 1920 N/A 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a. $25 million to less than $50 million c. No. of Employees 5. c. Revenue Function b. Discipline a. Profile Code b. Experience Index Number Code (1) FIRM (2) BRANCH (see below) 02 Administrative 15 2 A06 Airports; Terminals and Hangars; 5 Freight Handling Commercial Building (low rise); Shopping 06 Architects 5 C10 4 Centers 12 Civil Engineers 16 3 E02 Educational Facilities; Classrooms 6 Garages, Vehicles Maintenance Facilities; 15 Construction Inspectors 8 1 G01 Parking Decks 4 08 CADD Technicians 8 H08 Historical Preservation 4 38 Land Surveyor 0 H09 Hospitals and Medical Facilities 5 Housing (residential, multi -family; 39 Landscape Architects 2 H11 4 apartments; condominiums) 47 Planners: Urban/Regional 3 J01 Judicial and Courtroom Facilities 3 48 Project Managers 10 1 MOS Military Design Standards 6 56 Specification Writers 4 P08 Prisons and Correctional Facilities 2 57 Structural Engineers 6 R06 Rehabilitation (buildings; structures; facilities) 7 Roofing/ Building Envelope (roof, walls, 60 Transportation Engineers 5 R12 windows, waterproofing) 7 Other Employees: Building Enclosure Specialists and Aviation Specialist 28 5 — Total 110 12 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than $100,000 6. $2 million to less than $5 million (Insert revenue index number shown at right) 2. $100,000 to less than $250,000 7. $5 million to less than $10 million a. Federal Work 6 3. $250,000 to less than $500,000 8. $10 million to less than $25 million b. Non -Federal Work4. 8 $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 c. Total Work 8 The forecioinci is a statement of facts. a. SIGNATURE b. DATE 7/26/18 c. NAME AND TITLE Tony�3. Robinson, Associate STANDARD FORM 330 (6/2004) City of Sanford I Finance Department ( Purchasing Division CITY of 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 S'FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 FINANCE DEPARTMENT CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) Term Contract TITLE: PROFESSIONAL CONSULTING SERVICES Attachment "F" Acceptance of Proposal Terms and Conditions I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFQ document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFQ document or as negotiated pursuant thereto. The signature(s) below in Attachment "F" Acceptance of Proposal Terms and Conditions are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFQ document or as otherwise agreed to between the parties in writing. Proposer/Contractor Name: Gale Associates\South\Inc. Mailing Address: 160 N. Westmonte Drive, Suite 1200, Altamonte Springs FL 32714 Fax Number: 407-599-7077 E-mail Address: tbr(ogainc.com Title Tony B. Robinson Printed Nam /e, o, e FEIN: 04-2319385 STATE OF Florida COUNTY OF Seminole - T foregging instrument was exeuted before me this `l u da of 20 P x, by as of who person 1 y swore or affirmed that he/she is authorized to execute this document and they y bind the orpo tion, and who is personally known me OR has produced as identification. .0 .kJESSICA L CIRaU NOT RY PUBLI Stat f_ (stamp) ;' My COMMISSION # GG071479 •° EXPIRES February 09.2021 AND SUBMIT WITH YOUR RFQ RESPONSE 13�' Failure to submit this form may be grounds for disqualification of your submittal 2 GALE has had the privilege of being chosen by the Zweig Group as one of the "Best Firms to Work For" for the past Four Years (2014, 2015, 2016, 2017) amount of runoff and provides better treatment of stormwater, is around US$40,000. Bioretention areas are also a great alternative to mechanical separators for the treatment of total suspended solids, nitrogen and phosphorous. Phosphorous removal is becoming an increasingly high priority with permitting authorities throughout the U.S. Phosphorous deposits into rivers, streams and lakes are mainly introduced by fertilizers, pesticides and decayed plants entering the stormwater system. This can cause algae blooms and generate eutrophication that is detrimental to ecosystems and drinking water quality. Phosphorous treatment has become a lucrative business with many new filter products recently hitting the market. Many of these products have shown sufficient results and offer valid solutions. However, depending on the sites size, anticipated phosphorous load and treatment requirements, facility professionals could expect to pay as much as US$80,000 for some of these new devices. Bioretenrion areas offer equal or superior water quality treatment with enormous cost savings. Permeable surfaces, such as porous asphalt or permeable pavers, can be used in place of infiltration and/or detention basins. This can lead to more space for development, which equates to more potential revenue. The pavement areas can actually be used for stormwater mitigation, which saves on space since it negates the need to construct both a paved area and a detention basin and leaves the area open for alternate uses. Depending on design parameters, the use of permeable surfaces can result in a greater up -front cost of roughly 10 percent for hardscape areas. However, the resultant revenue -generating building space can greatly outweigh this initial cost over time. Site., selection Proper site selection can minimize disturbance to wetlands and endangered species habitats, therefore reducing costs of mitigation efforts. Typical mitigation of species habitat land includes purchasing or restricting by deed at least 1.5 times as much land that has been altered within the habitat. For example, to develop 10 acres within a habitat area, you would need to purchase 15 acres of non -habitat and undeveloped area to set aside that can never be developed. Similarly, disturbance to wetland areas typically requires costly replication measures at a ratio of 2:1 and sometimes as much as 3:1 depending on local regulations. The grading, soil amendments, plantings and establishment measures associated with mitigation and/ or replication can quickly "unhinge" a development pro forma. Avoiding construction within wetlands and habitats will also save vast amounts of time and money on permitting and design fees and can promote public good will. Proper site selection can limit dewatering efforts, costly erosion control measures and overall site construction complexity. Also, contractors can often reclaim existing asphalt and pavement bases which can be of significant savings. Depending on the nature of the site, there could be existing infrastructure available for reuse. Native plantings have adapted to their regional climate, soil conditions and sunlight for thousands of years. Incorporating locally grown plants limits travel, fuel costs and contractor markups during construction. Many indigenous plants are also drought tolerant, which minimizes or eliminates the need for irrigation, thus saving on installation costs and water usage. Sustainable planting practices further eliminate the need for fertilizers, pesticides and continuous maintenance, resulting in significant savings to yearly maintenance budgets. New England Real Estate Journal THE LARGEST WEEKLY COMMERCIAL/INVESTMENT NEWSPAPER INTHE WORLD Reprint Friday, July 19, 2013 Innovative solutions to wastewater site constraints Gale Associates, Inc. It is no secret that the lack of prime buildable land has encour- aged real estate developers to be "extra creative" when planning new construction and redevel- opment projects in recent years. Challenging site constraints such as topography, soil conditions, environmental resource areas, and zoning setbacks have forced a game of give and take when it comes to a building's footprint, parking, accessible routes, and landscaping requirements. Often overlooked in this process is the importance ofproviding adequate space for your on-site sewage disposal system. The capacity and location ofthe on-site sewage disposal system becomes increasingly important when planning mixed-use devel- opments as the tenancy is typically unknown, or may change in the future. There have been numerous instances in which thetenantoccu- pancy was actually constrained by the design of the disposal system. There have also been various cas- es where a disposal system was designed, permitted and installed in anticipation of expected retail tenants only to find that a food establishment or health club, or both, were better suited for the location due to current economic conditions. Property owners and developers should not be at the mercy of their sewage disposal system design. If the on-site dis- posal system is not designed with expansion or flexibility in mind, changing or signing new tenants could be a challenging and costly proposition. Whenmaximizing anew site for development, it is crucial to strike an appropriate balance between disposal system capacity and gross floor area ofyourbuilding. The use of some innovative and alternative (UA) septic systems can allow a developer to build a system that is capable of handling the same flow as a traditional system but requires less area. This allows a larger building footprint, more flexible occupancy, and greater revenue potential. There are several forms of I/A septic systems, including: • Textile filters; • Trickling filters; • Alternative soil absorption systems (SAS); and -Aerobic treatment systems. Various I/A techniques provide superior treatment of wastewater effluent and additional storage volume, while allowing fora signi f- icant reduction in necessary foot- print area. Although states havethe jurisdiction to regulate reduction in footprint area, Massachusetts cur- rently allows up to a 40%reduction from atraditional system. This can result in land area savings ofmore than 5,000 s/f, leaving the excess available for building area. Even greaterreductions can be achieved in other New England states, such as N.H. and Vt. Developers and owners should also be aware of the potential cost savings when using certain 1/A systems. Traditional on-site sewage disposal systems that are sized to handle between 2,000 gallons per day (GPD) and 10,000 GPD require apressure dosedpipe; and stone, or chamber and stone system. This requires expensive pump equipment, large emergency storage chambers or emergency back-up generators, as well as elec- trical infrastructure and ongoing mechanical maintenance. Environ- mental regulators have agreed that certain types oft/A systems should notbepressurizedand therefore do not require expensive equipment lff� Tel: 781-878-4540, Fax: 781-871-1853, 800-654-4993 orsignificantmaintenance. Certain I/A systems also use clean sand in place of crushed stone which can result in savings of up to $10 per cubic yard. A component of sizing on-site disposal systems is determining the long-term acceptance rate (LIAR) of the system. This is a measure- ment of how much effluent the in-situ soil can accept and infiltrate into the ground. This varies based on soil texture and the effluent's strength, which leads to abiomass on the soil. Traditional pressure dosed systems restrict the use of higher loading rates in sandy soils, hence increasing absorption field size. However, I/A systems allow higher loading rates, resulting in superior land use efficiency over traditional systems. All sites are different and each will require unique and creative land planning. I/A systems are not appropriate far every site but when municipal sewer is not available; owners should be aware of their options for sewage disposal and to consider implications for future expansion and flexibility. John Perry, P.E., project man- ager, Gale Associates, Inc., Weymouth, Mass. M 1 r { r r r1, i «r. ' lr -) ��~��~U ��K���^U������~���� � Engineering �� _\and Land Plarinhig Gale's Civil Engineering Group provides comprehensive land planning -/ _\ and site engineering semicesfor residentia|' institutional, and commercial -) dients. We perform site design for all types of facilities including layout, -1 grading, hydrology and drainage design, landscape design, and utilities -1 -/ planning and design. Gale provides sub -division planning and permitting -1 services atthe Municipal, state, and federailevels. yVeoffer public and -1 private owners package of design, bid' and construction period services frorn project startup through closeout, 01, -) _~ ` Services ces m Sustainable land planning m Utility design - m Topographic surveys m Roadway design _J _ ) m Feasibility studies m Landscape architecture -- -1 m Campus/facility master plans m Lowimpact/green infrastructure -' m Site engineering a Brommfie|ds,edeve|upment -1 m Drainage studies planning - _J � WastewaterWetlands � and habitat cnnsu|ting -� � Traffic w Resident engineering and -- construction administration - _J - - _J J _J 1 m LEEDplanning and design