STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PROFESSIONAL SERVICES LETTER OF RESPONSE 375-030-22 11/14 Page 1 Advertisement No.: 15820 DOT FM Number: TBD Project Name: Turnpike-Wide Miscellaneous Design Services Consultant s Name: Kelly, Collins & Gentry, Inc. (KCG) Street Address: 1700 N. Orange Avenue, Suite 400 City: Orlando State: Florida Zip: 32804 Office Location: Same as Street Address Above Contact person: Steven M. Kreidt, P.E. Phone: (407) 898-7858 Contact email: smkreidt@kcgcorp.com By submittal of this letter the Consultant certifies that all information provided in the letter is true and accurate. The Consultant further affirms that staff proposed are currently employed by the firm(s) identified, or the Consultant has provided a statement of when staff will become employed by the identified firm(s). Please provide the following information: Proposed approach and understanding of critical issues. Relevant project experience Similar type of work experience. Other content provided by firm. Proposed key personnel and their proposed roles (do not include resumes). Consultants: Please be aware that all font (including in graphics, tables, and captions on photos) must be standard Arial Narrow, 11 point, single line spacing with no modification of font or spacing allowed. ½ clear margin on all sides must be maintained on all pages. It is the Consultant s responsibility, due to font and format restrictions within this form, to work within the constraints of the form and its format. Character styling such as use of color, bold, and italics is allowed. Use of a table is recommended for text boxes. The page layout may be modified to add columns, tables, graphics, and photos. All graphics and photos must be created in a clean, blank word document and the text wrapping square option applied before cutting and pasting into this form. Consultants may add their logo at the top of the first page (directly underneath the header), however, the Consultant shall not extend the form beyond the pages allocated for the Letter to accommodate insertion of the logo. Consultants are not permitted to insert any other information in the header other than the logo. After pasting your letter into this form, highlight all text and ensure the font size of Arial Narrow, 11 point was retained. Once your content is inserted, delete any additional blank pages that are generated by pressing your delete key after the last word in the Letter of Response. Recreation of the form in another software application to modify the form format is not permitted. This form works best when saved with a.docx extension. *Please retain the source document as it may be requested at a later date in the procurement, to verify adherence with aforementioned restrictions. Note: You may begin typing on this page. Dear Selection Committee Members: Kelly, Collins & Gentry, Inc. - KCG looks forward to the opportunity of serving you with our expertise, experience and desires to do the best job for you and we respectfully request short-list consideration for this contract. We attended the pre-advertisement information meeting held on January 15, 2015 and met your PM, Mr. Paul Satchfield, and the two other TRC members (as well as other FTE staff). Our goal is to develop a long term partnership with FTE - by providing the highest quality deliverables in accordance with the schedules and budgets of the contract. We have selected our TEAM members based on their proven track record and ability to implement innovative concepts and think outside of the box when unique issues are encountered for which no standard index or specification exists as well as our other past experiences working together. We are capable of performing any and all of the anticipated work under this contract including operational improvements, safety enhancements and development of ERCAR s, routine resurfacing projects, interchange improvements, etc. Our goal is to minimize Turnpike oversight through effective communication and excellent performance. Commitments: KCG and our TEAM members have a vast amount of experience working on Districtwide Contracts for various Department districts and local municipalities. KCG proposes only to utilize staff who have a proven track record of working on Districtwide Miscellaneous Contracts and providing exceptional customer service. We are confident that the TEAM summarized in this letter will exceed the expectations of the FTE. None of the proposed staff in this letter will be assigned to projects that would impact our ability to meet key dates to be identified in each of the task assignment schedules.
375-030-22 11/14 Page 2 KCG knows the importance of maintaining project schedules and takes a proactive approach in establishing realistic milestones at the onset of each assignment. We are capable of fast-tracking projects if the need arises and have proven this commitment by completing a number of extremely aggressive second round ARRA Stimulus Projects under a continuing services contract for Osceola County. KCG will submit for approval all project deliverables prior to the dates identified in the schedule. According to the project advertisement, Work Type 3.3 for Controlled Access Highway design has been identified as an Under-Utilized Work Group. KCG is one of a few non-dbe SBE firms qualified in 3.3 and selection of our TEAM will aid the Department in addressing the 3 non-dbe small-business aspiration goal. Our TEAM also includes The Heimburg Group (THG) for which we are committed to utilizing to meet the Department s aspiration goal of 10 DBE usage. It should be noted that the selection of our sub-consultants was not solely based on the firms SBE or DBE status but also their past performance and working relation with KCG. Project Quality Control Plan (PQCP): KCG s PQCP complies with all of the requirements outlined in Chapter 18 of the Turnpike Plans Preparation and Practice Handbook (TPPPH). Our Quality Control Officer (QCO) and Responsible Professional Reviewers (RPR) s will not be involved in the production of deliverables. Responsible Professionals (RP) s will perform intermediate production reviews during the development of deliverables and both the RP and Lead Professional (LP) will certify to the PM that a project deliverable is ready for quality control review. Mr. Michael Enot, P.E, has over thirty years of experience and has served as a QCO on past Turnpike projects. He has a diverse background in construction and design having worked for the Department, County government, general contractors and private consultants making him the ideal person to perform an independent peer review of project deliverables. Proven Track Record on Similar Projects: KCG and its partners have completed numerous miscellaneous design projects for other clients including FDOT Districts. KCG has learned that we must identify the true character of the work required on any given task assignment prior to the negotiation of fee and setting schedule milestones. We believe the best way to determine if a prospective consultant has a proven track record of performance is to contact the client PM s who oversaw our contracts. Mr. John Denninghoff, P.E. is currently overseeing our Continuing Engineering Services Contract for Brevard County and can be reached at 321-617-7202. Mr. Christopher Dabson, P.E. was a PM on one of our more recent task order assignments for District 5 - Districtwide Misc. 88 and our SR 400 Braided Ramp (conventional design/bid/build) project and can be reached at 386-943-5659. Our PM, Quality Assurance Officer (QAO), QCO, RPR s and most of our RP s and LP s are currently working on or have previous Turnpike work experience; thereby minimizing the learning curve or potential for miscommunication associated with hiring individuals with no Turnpike experience. Project Management: Mr. Steve Kreidt, PE, has over 30 years experience and has served as the Engineer of Record (EOR) on several major widening and resurfacing projects including interstate and expressway work. He served as the PM on several Miscellaneous / Minor Design Contracts for FDOT, Brevard County, Osceola County, City of Kissimmee and the City of Winter Park. His extensive experience managing multi-disciplined teams will be a valuable asset on this contract. The combination of his project management and technical capabilities provides the impetus for him to develop innovative solutions to unique project issues that are not readily addressed in the design standards or specifications. Mr. Kreidt challenges his employees to use outside the box thinking. He is currently working with District 5 on FPID 424217-1, SR 414 from SR 400 to Maitland Avenue, to implement the use of a unique real-estate exchange transaction to eliminate right of way costs to the Department. He has a proven track record of resolving unique project issues. Project Approach: We will adhere to all procedures and permits for working within the Turnpike ROW and will assure all personnel know the proper procedures for accessing FTE property and conducting field reviews in a safe and non-obstructive manner. Any coordination needed with sub-consultant TEAM members will appear seamless to the Turnpike. Our TEAM is committed to designing to - or under budget. We will review the construction budget for assignments during the preparation of the Scope of Services (SOS) and update it at project milestones. Throughout the design process, we will document our reviews and design decisions. Upon receiving a task notification from the PM, we will review all of the information made available to us as well as pull together other available data to develop a SOS that is inclusive of the work and identify innovative cost and time saving concepts for consideration. Our TEAM will hold a zero percent review meeting to discuss the TEAM s understanding, findings and observations; thereby, allowing us to verify that the proposed SOS and anticipated man-hours are representative of implementing the conceptual design. We will also clarify the scope of services that need to be prepared to facilitate whether a proposed innovative concept (optional services) is viable. The intent of including an innovative concept is to provide an overall cost savings to the Turnpike while not impacting the schedule. Project Issues, Objectives and Challenges: Whether milling and resurfacing, improving ramp or intersection geometry, drainage improvements, or other safety enhancements, signing, signalization or lighting, we know that utilities can be impacted. We have extensive experience guiding projects through utility issues. Permitting can also be a challenge. KCG has extensive experience permitting design projects through the various regulatory agencies. Many times, these assignments are safety related and will not
375-030-22 11/14 Page 3 require a permit - as long as we meet certain regulatory conditions. We will work closely with your drainage and permitting staff to ensure that these conditions and requirements are met. We have the experienced staff capable of preparing and processing the permits and exemption determinations efficiently as needed. Project TEAM: KCG strives to provide quality design, innovation, cost efficiency and client responsiveness. We understand the variety of possible assignments under this contract as well as the need to be able to prepare design solutions for multiple assignments. Based on our discussions with FTE staff, public comments made at the recent FDOT - FICE meeting on January 22, 2015, in conjunction with our TEAM s proven experience to provide services throughout the State from a central location, we believe that a single consultant can provide all of the services for an individual work group. Regardless of who performs the work, Mr. Michael Enot, P.E. will perform the Quality Control Review and Mr. Scott Gentry, P.E. will perform the Quality Assurance Review. Controlled Access Highway Design (3.3) and Signing, Pavement marking & Channelization (7.1) efforts will be performed by KCG and THG. KCG employs three senior designers, Alfredo Giraud, Roy Monk, P.E. and Hector Bustillo, who can serve as the LP for any task assignment. Mr. Kreidt will serve as the EOR and RP on any work performed by these senior designers except for projects that are primarily drainage related for which Mr. Robert Butterfield, P.E. will serve as the EOR and RP. In addition to being a seasoned drainage and permitting engineer, Mr. Butterfield is well versed in roadway design and can serve as and EOR or RP on any pavement resurfacing project or miscellaneous improvement project. Mr. Butterfield served as the drainage EOR for the Turnpike Interchange at Kissimmee Park Road and the Turnpike Widening from Gotha Road to Beulah Road. For projects that THG performs, J Webb Jones, P.E. will serve as the EOR and RP and Mr. Gerald Sudimick, P.E. will serve as the RPR. Miscellaneous Structures (4.1.1) and Minor Bridge Design (4.1.2) efforts will be led by Caesar Cabral, P.E. with Dannick Engineering Consultants Inc. (DAN) who has experience designing all of the miscellaneous structures that may be a part of this contract including box culvert extensions, minor bridges, overhead sign structures, foundations, mast arms, high mast lighting foundations, sound barrier walls, special drainage structures, under deck lighting mounting and retaining walls. Intelligent Transportation Systems (ITS) Analysis and Design (6.3.1), ITS Implementation (6.3.2), Intelligent Trans Traffic Eng. Communications (6.3.3), Lighting (7.2), and Signalization (7.3) and Landscape Architecture (15) efforts will performed by Mr. Erik Spillmann. P.E., who is a member VHB s Orlando Transportation Group. With over 16 years of civil / transportation engineering experience - especially with planning and design; his areas of expertise includes ITS design, ITS CEI, communication systems design and integration, fiber optic design, lighting design, traffic signal design and timing. He has worked on the following Turnpike projects: SunNav ITS Phase IV, Segment I, SunNav ITS Phase IV, Segment II, and HEFT (Turnpike Extension) Managed Lanes Three projects from Killian Parkway to SR 836; Our TEAM is familiar with your current infrastructure system. Control Surveying (8.1), Design, Right of Way & Const. Surveying (8.2), and Right of Way Mapping (8.4) will be performed by WBQ and Mehta. WBQ has experience with Turnpike projects and has the ability to survey multiple projects simultaneously. Danny Williams, PSM will lead the WBQ survey team. Having been a PM for the Turnpike, Danny has significant experience and knowledge of FTE staff, preferences and protocols. WBQ has elected to use Mehta to assist them on this contract. David Phillips, PSM, with Mehta has more than 37 years of experience with various types of surveying. Both survey teams are cognizant of heightened safety concerns when working in the vicinity of the traveling public and have utilized I. F. Rooks & Associates, Inc. (IFR) to assist them on past projects. Photogrammetric Mapping (8.3) efforts will be performed I. F. Rooks & Associates, Inc. (IFR) under the direction of Mr. Ike Rooks, PSM. KCG has worked with IFR previously as well as our other work group 8 sub-consultants; thus, we are providing a proven TEAM. Soil Exploration (9.1), Geotechnical Classification Lab Testing (9.2), and Standard Foundation Studies (9.4.1) efforts will be provided by Professional Service Industries (PSI), who have past experience on previous Turnpike projects in providing geotechnical services for bridge, roadway and drainage design, soils and materials testing, with. Geotechnical services also may be required for development of studies, concepts, design memorandums and construction plans. PSI will assign Mr. Robert A. Trompke, P.E., who has over 20 years of experience and Mr. Eric Nagowski, E.I., who has over 16 years of experience. Architecture (14) efforts will be provided by Bentley Architects + Engineers, Inc. They have been providing architectural, civil and structural design services to FTE for more than twenty years, including participation in several prior FTE miscellaneous design contracts. Some of the services that Bentley provided FTE include: architectural, civil and structural services for preparation of DCP packages for new tolling facilities and renovation of other FTE facilities. Bentley Architects will assign Mr. Gary Kranston, A.I.A., LEED AP architect, who has 35 years of experience and Mr. Brian Mullin, P.E. - structural engineer, who has over 8 years of experience. Landscape Architecture (15) services will be provided by JCR Consulting. They have experience with limited-access highway projects and understand the scale of these roadways upon which planting designs offer the best aesthetics to the traveling public. The KCG TEAM is available to address multiple project assignments simultaneously and we are committed to delivering high quality and cost-effective design and support to FTE. KCG looks forward to serving you with our expertise, experience and desire to do the best job for you and we respectfully request short-list consideration for this contract. KCG is committed to providing you Excellence in Engineering Design.
Subconsultants 375-030-22 11/14 Page 4 Prequalification of Prime Consultant and any proposed Subconsultants by advertised type(s) of work: Project Advertised Major & Minor Work Types Consultant Name 3.3 4.1.1 4.1.2 6.3.1 6.3.2 6.3.3 7.1 7.2 7.3 8.1 DBE SB UU Prime Kelly, Collins & Gentry, Inc. The Heimburg Group, Inc. Dannick Engineering Consultants, Inc. Vanasse Hangen Brustlin, Inc. WBQ Design & Engineering, Inc. Mehta & Associates, Inc. I.F. Rooks & Associates Professional Service Industries, Inc. Bentley Architects & Engineers, Inc. JCR Consulting Barnes, Ferland and Associates The Fulcrum Group SB = Small Business UU = Under-utilized work type; subconsultant is fulfilling an under-utilized work type My firm has submitted a Bid Opportunity List through the Equal Opportunity Compliance System for this project.
Subconsultants 375-030-22 11/14 Page 5 Prequalification of Prime Consultant and any proposed Subconsultants by advertised type(s) of work: Project Advertised Major & Minor Work Types Consultant Name 8.2 8.3 8.4 9.1 9.2 9.4.1 13 14 15 DBE SB UU Prime Kelly, Collins & Gentry, Inc The Heimburg Group, Inc. Dannick Engineering Consultants, Inc. Vanasse Hangen Brustlin, Inc. WBQ Design & Engineering, Inc. Mehta & Associates, Inc. I.F. Rooks & Associates Professional Service Industries, Inc Bentley Architects & Engineers, Inc. JCR Consulting Barnes, Ferland and Associates The Fulcrum Group SB = Small Business UU = Under-utilized work type; subconsultant is fulfilling an under-utilized work type My firm has submitted a Bid Opportunity List through the Equal Opportunity Compliance System for this project.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ASPIRATION GOAL FORM FOR DBE AND NON-DBE SMALL BUSINESS FIRMS 375-030-62 04/14 This form is not applicable for BDI reserved contracts and contracts that have under-utilization goals. Note: The Firm is required to complete the following information and submit this form in accordance with advertisement instructions. Contract No. or Advertisement No.: 15820 Project Description: Firm Name: Turnpike-Wide Miscellaneous Design Services Kelly, Collins & Gentry, Inc. This Firm is is not a Department of Transportation certified Disadvantaged Business Enterprise (DBE). This Firm is is not a Small Business. Expected percentage of contract fees to be utilized by DBE(s): applicable) and DBE subs). Firms listed in the table below should appear in the Department s listing of DBE s at: http://www3b.dot.state.fl.us/equalopportunityofficebusinessdirectory/customsearch.aspx 13. (Please add together fees for DBE prime (if The proposed DBE contractors/consultants are as follows: DBE Prime (If applicable) Type of Work Percentage DBE Subcontractor/Subconsultant Type of Work Percentage Dannick Engineering Consultants 4.1.1, 4.1.2 1 The Heimburg Group, Inc. 3.3 3 The Fulcrum International 13 1 WBQ Design & Engineering Inc. 8.1, 8.2, 8.4 3 JCR Consulting 15 1 Mehta & Associates, Inc. 8.1, 8.2, 8.4 3 Barnes, Ferland & Associates 8.2 1 Please note, the winning firm is required to enter DBE Participation in the Equal Opportunity Compliance (EOC) System subsequent to contract award. Expected percentage of contract fees to be utilized by Non-DBE Small Businesses 87. (Please add together fees for Non-DBE Small Business prime (if applicable) and Non-DBE Small Business subs). Professional Services firms listed below should appear on the Department s listing of all Non-DBE Small Businesses at: http://www2.dot.state.fl.us/procurement/professionalservices/lppc/sbeonly.htm. Road and bridge construction firms and other non-professional services firms should appear on the Department s listing at: http://www2.dot.state.fl.us/sasweb/cgi-bin/broker.exe?_service=default&_program=inetprog.db2.smbusform.scl The proposed Non-DBE Small Business contractors/consultants are as follows: Non-DBE Small Business Prime (If Percentage Type of Work applicable) Kelly, Collins & Gentry, Inc. Highway and Signing and Marking Design 84
375-030-62 04/14 Non-DBE Small Business Percentage Type of Work Subcontractor/Sub consultant I.F. Rooks & Associates 8.3 2 Bentley Architects & Engineers, Inc. 14 1 By: Steven M. Kreidt Title: Principal Date: 2/6/2015
Florida Department of Transportation Bidder Opportunity List Report Prime Vendor: F593343303 - KELLY, COLLINS & GENTRY, INC. Proposal ID: 15820 Bidder Opportunity List Submitted on: 2/6/2015 Sub Vendor ID Sub Vendor Name Specialty Area F593045321 BENTLEY ARCHITECTS + ENGINEERS 040101 - MISCELLANEOUS STRUCTURES 140000 - ARCHITECT F383801634 DANNICK ENGINEERING CONSULTANTS INC 030300 - CONTROLLED ACCESS HIGHWAY DESIGN 040101 - MISCELLANEOUS STRUCTURES 040102 - MINOR BRIDGE DESIGN 060301 - TRAFFIC SYSTEM ANALYSIS & DESIGN 060302 - TRAFFIC ENGINEERING SYSTEMS IMPLEMENTATION 070300 - SIGNALIZATION F364732685 FULCRUM DEVELOPMENT GROUP LLC 130000 - PUBLIC INVOLVEMENT SERVICES RELATED TO PLANNING F591262871 I. F. ROOKS & ASSOCIATES, INC. 080300 - PHOTOGRAMMETRIC MAPPING F593404331 JCR CONSULTING 150000 - LANDSCAPE ARCHITECT F592827930 MEHTA & ASSOCIATES INC Note : Specialty areas/codes for sub vendors are input by the prime vendor into the Bid Opportunity Form, and do not equate to prequalification in FDOT work types/work classes. Page: 1 of 3 EOC Run on: 2/6/2015 3:35:36 PM
Florida Department of Transportation Bidder Opportunity List Report F370962090 F223969341 F042931679 PROFESSIONAL SERVICE INDUSTRIES THE HEIMBURG GROUP INC VANASSE HANGEN BRUSTLIN, INC. 070200 - LIGHTING 070300 - SIGNALIZATION 080100 - CONTROL SURVEYING 080200 - DESIGN, RIGHT OF WAY & CONST. SURVEY 080400 - RIGHT OF WAY MAPPING 140000 - ARCHITECT 090100 - SOIL EXPLORATION 090200 - GEOTECHNICAL EXPLORATION TESTING 090401 - STANDARD FOUNDATION STUDIES 030300 - CONTROLLED ACCESS HIGHWAY DESIGN 040101 - MISCELLANEOUS STRUCTURES 040102 - MINOR BRIDGE DESIGN 030300 - CONTROLLED ACCESS HIGHWAY DESIGN 040101 - MISCELLANEOUS STRUCTURES 040102 - MINOR BRIDGE DESIGN 060301 - TRAFFIC SYSTEM ANALYSIS & DESIGN 060302 - TRAFFIC ENGINEERING SYSTEMS IMPLEMENTATION 060303 - TRAFFIC ENGINEERING SYSTEMS COMMUNICATIONS 070300 - SIGNALIZATION Note : Specialty areas/codes for sub vendors are input by the prime vendor into the Bid Opportunity Form, and do not equate to prequalification in FDOT work types/work classes. Page: 2 of 3 EOC Run on: 2/6/2015 3:35:36 PM
Florida Department of Transportation Bidder Opportunity List Report F593207004 WBQ DESIGN & ENGINEERING INC 070300 - SIGNALIZATION 080100 - CONTROL SURVEYING 080200 - DESIGN, RIGHT OF WAY & CONST. SURVEY 080400 - RIGHT OF WAY MAPPING 150000 - LANDSCAPE ARCHITECT 030300 - CONTROLLED ACCESS HIGHWAY DESIGN 070300 - SIGNALIZATION 080100 - CONTROL SURVEYING 080200 - DESIGN, RIGHT OF WAY & CONST. SURVEY 080400 - RIGHT OF WAY MAPPING Note : Specialty areas/codes for sub vendors are input by the prime vendor into the Bid Opportunity Form, and do not equate to prequalification in FDOT work types/work classes. Page: 3 of 3 EOC Run on: 2/6/2015 3:35:36 PM