Current Advertisements
 
Click Here to go to myFlorida.com   Link to the Florida Department of Transportation home page
 
 
 
PROCUREMENT OFFICE
Current Professional Services Advertisements

Procurement Office Home Page
 
Results Page
 

Pursuant to Section 120.57(3), Florida Statutes, and Rule Chapter 28-110, Florida Administrative Code, any person adversely affected by the agency decision or intended decision shall file with the agency both a notice of protest in writing and bond within 72 hours after the posting of the notice of decision or intended decision, or posting of the solicitation with respect to a protest of the terms, conditions, and specifications contained in a solicitation and will file a formal written protest within ten days after the filing of the notice of protest. The required notice of protest and bond, and formal written protest must each be timely filed with the Florida Department of Transportation, Clerk of Agency Proceedings, 605 Suwannee St, Mail Station 58, Tallahassee FL 32399-0458. Failure to file a notice of protest or formal written protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120 Florida Statutes.

 
 
IMPORTANT NOTICE !!  
All Prime Consultants and all Subvendors/subconsultants/subcontractors must register with the State's web-based e-Procurement system -"MyFloridaMarketPlace." You can register on-line at http://dms.myflorida.com/mfmp Professional Services acquired in accordance with Chapter 287.055 Florida Statutes, are exempt from the 1% transaction fee. You can also sign up to attend a vendor registration training session or call 1-866-352-3776 for assistance.  

 
 
Professional Services Advertisements
 
District: 1 2 3 4 5 6 7 Turnpike Central Office
 
Updated: Friday March 14 2025  
 
Notice to Professional Consultants
State of Florida Department of Transportation


Notice: All Letters of Response are required to be submitted via E-mail. The size limit for Letters of Response has been increased to 1MB. Please read the Response Procedure carefully!

The Department reserves the right to reject all Proposals and/or to waive minor irregularities.
The Department of Transportation anticipates seeking professional consultant services on the projects listed in this advertisement. Consideration will be given to only those firms that are qualified pursuant to law and that have been prequalified by the Department to perform the indicated MAJOR Type(s) of Work. Prime Consultants must be prequalified in at least one or more of the MAJOR Types of Work specified in the advertisement. A prequalified subconsultant(s) may be used to meet the other Types of Work specified in the advertisement. Persons and firms used whether prime consultant or subconsultant, can only perform the work for which they are prequalified with the Department, in accordance with Rule Chapter 14-75, Florida Administrative Code. Consultants technically prequalified but without unlimited audit status, will only be considered as primes for projects less than $500,000. Any firm not prequalified by the Department and desiring consideration for these projects must submit a complete Request for Prequalification Application to co.profserv@dot.state.fl.us by the advertised Letter of Response Deadline Date and Time. Please call 850-414-4597 if you have any questions on the prequalification process. A Department approved overhead audit (Technical Prequalification + Approved Unlimited Audit) is required for projects $500,000 or more. The technical work type(s) and audit must be approved by the shortlist date referenced in the advertisement in order for the responding firm to be considered responsive for shortlisting.

CONSULTANT ELIGIBILITY: It is a basic tenet of the Department's contracting program that contracts are procured in a fair, open and competitive manner. The Department requires that Consultants representing the Department must be free of conflicting professional or personal interests. In order to prevent potential conflicts of interest, the Department has established guidelines to be followed by professional services Consultants. Please familiarize yourself with the requirements of Procedure No. 375-030-006, also known as: "Conflict of Interest Procedure for Department Contracts". By submitting a Letter of Response, the Consultant certifies that they are in compliance with Procedure No. 375-030-006. This procedure is available at the following link: Professional Services Publications Menu. In addition to the restrictions identified in Procedure No. 375-030-006, please be advised of the following prohibition: A consultant firm or its affiliate who was the Designer or Engineer of Record is precluded from bidding on the same project as the Construction contractor, or as a member of the construction team (subcontractor).
COMPLIANCE WITH NONDISCRIMINATION STATUTES AND AUTHORITIES: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);  Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP).  To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
FEDERAL DEBARMENT: By submitting a Letter of Response, the consultant certifies that no principal (which includes officers, directors, or executives) is presently suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation on this transaction by any Federal Department or Agency.
PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO($35,000) for a period of 36 months following the date of being placed on the convicted vendor list.
INSPECTOR GENERAL:  The Vendor/Contractor agrees to comply with section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with section 20.055(5), Florida Statutes.
E-VERIFY: The Vendor/Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract and shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.
SCRUTINIZED COMPANIES: Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of any amount if, at the time of contracting, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into a contract for goods or services of $1 million or more if the company is on either the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to section 215.473, Florida Statutes.
SELECTION METHOD: The listed projects are covered by the selection process detailed in the Rule Chapter 14-75, Florida Administrative Code, and the Acquisition of Professional Services Procedure, Procedure No. 375-030-002. Some or all of the responding firms may be requested to provide Written Technical Proposals, Oral Presentations, Interviews, or Expanded Letters of Response, for the ranking process. Unless otherwise noted in the specific advertisement, factors considered by the Technical Review Committee in developing the longlist and making the shortlist recommendation (where applicable) include:
  (A) Past performance grades received by the Consultant on current and previous Department projects, or other performance data included by the Consultant in the LOR or Letter of Qualification.
  (B) The location of the Consultant in relation to the work to be performed, for projects where Consultant proximity to project location is pertinent.
  (C) Any restrictions placed on the Consultant by the prequalification evaluator.
  (D) Volume of work previously awarded.
  (E) Other information contained in the LOR or Letter of Qualification.

Factors to be considered by the Selection Committee when shortlisting include but are not limited to the following:
  (A) Past performance grades received by the Consultant on current and previous Departmental projects.
  (B) The volume of work previously awarded to the Consultant by the Department as evidenced by new agreements and supplemental amendments executed between the Department and the Consultant within the past five years.
  (C) The distribution of work among the competing Consultants and the utilization of new Consultants.
  (D) The workload of each Consultant, as evidenced by the number of similar projects the Consultant is shortlisted on that have not had a final selection, as well as the residual fees remaining to be paid to the Consultants on active agreements.
  (E) Balancing the needs of the project to the abilities of the Consultants.
  (F) The Consultant's working relationship/experience with the Department on previous projects.
  (G) The general and specific information used to longlist the Consultants (i.e., prequalification restrictions, location (where pertinent), subconsultant relationships, etc.).
  (H) Proposed sub consultant teaming (applicable for projects advertised with DBE under-utilized work types).

After ranking of the consultants the contract fee will be negotiated in accordance with Section 287.055 Florida Statutes. Funding on all projects is subject to legislative approval. Registration in MyFloridaMarketPlace is required prior to contracting. Note: The shortlist and final selection meeting dates and times are provided within the advertisement. All public meetings will be held in the District headquarters or Central Office headquarters unless otherwise noted. Changes to meeting dates and times will be updated under the All Advertisements link. The agenda for each public meeting is as follows: a) Opening Remarks (approx. 3 minutes); b) Public Input (minimum 15 minutes will be allotted); c) Department business; d) Closing. For more information, contact the designated responsible office. In order to ensure a fair, competitive and open process, once a project is advertised under Current Advertisements, all communications between interested firms and the Department must be directed to the appropriate Professional Services Office. The advertisement contact is referenced in the Respond To: section of each advertisement. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.
NEGOTIATION: All FDOT Professional Services contract negotiations are subject to the guidance provided in the FDOT Negotiation Handbook.
CONTRACT: If awarded, the consultant will be expected to adhere to contract requirements referenced in the standard professional services agreement terms available at the following link.
RESPONSE PROCEDURE: Qualified consultants are encouraged to submit a Letter of Response, for each project in which they are interested, to the indicated requesting unit by 5:00 PM Eastern time on the date indicated as the Response Deadline. Letters of Response will be submitted as an attachment to an E-mail, submitted electronically to the indicated response address. The Standard FDOT Professional Services Letter of Response form must be completed and submitted to the indicated response e-mail address. Consultants, be advised that you are responsible for downloading the latest version of the Letter of Response Form when responding to the advertisement.  The 4/18 version must be used when responding to the advertisement.  The form will be a single file not to exceed 1MB in size in Adobe PDF format (unzipped), and the form completed in its entirety will not exceed the six 8 ½ x 11 pages provided in the form unless otherwise indicated in the advertisement.  The content of the Letter cannot go beyond Page 3 of the form.  Pages 4, 5, and 6 of the form are reserved for the tables listing prime and subconsultants by work type.  Consultants must not add additional pages to the form.  Formatting requirements consist of a font size of 11, with ½ inch margins. Please be aware that all font (including graphics, tables, and captions on photos) must be standard arial narrow, 11 point font, single line spacing with no modification of font or spacing allowed. Please retain the source document as it may be requested at a later date within the procurement process, for audit purposes. The Department reserves the right to periodically sample letters of response to ensure compliance with format submittal requirements. All other advertisement submittal requirements will be verified with each Letter submittal. Failure to comply with the submittal requirements may cause the Letter of Response to be considered non-responsive. Consultants should receive an e-mailed Return Receipt acknowledgement within 2 hours of submittal to the indicated response address. If a Return Receipt acknowledgement is not received by the Consultant, please call the appropriate Professional Services Office (within normal business hours) to verify the Department's receipt of your e-mailed Letter of Response.  The advertisement contact is referenced in the Respond To: section of each advertisement. Letters of Response shall not contain links to other web pages since doing do would introduce additional information beyond the page limit of the Letter of Response submittals. Inclusion of links to other web pages may cause your submittal to be found non-responsive. The Letter of Response should, at a minimum, include the following information:
  1. Project Name/DOT Financial Management Number
  2. Consultant's name and address (Firm must use the name shown on the Consultant's qualification letter)
  3. Proposed responsible office for consultant
  4. Contact person, phone number and Email Address
  5. Statement regarding prequalification of consultant or proposed subconsultants in advertised type(s) of work
  6. Proposed key personnel and their proposed roles (do not include resumes)
  7. Subconsultant(s) that may be used for the project
  8. Indication as to whether the prime firm and/or subconsultants are disadvantaged business enterprises (DBE) or Small Businesses
  9. Project Approach and Understanding of Critical Issues
  10. Relevant project experience - Similar type of work experience
  11. A Bid Opportunity List should be submitted through the Equal Opportunity Compliance system which is available at the Equal Opportunity Office Website. Prime Consultants can obtain access to the new EOC system by filling out the Contractors and Consultants New Users Access Form. Please complete the form and submit it to EOOHelp@dot.state.fl.us. For additional information regarding the Bid Opportunity List, please refer to this brochure.

IMPORTANT UPDATE: Pursuant to the Federal Brooks Act, and Section 287.055, Florida Statutes, price may not be an evaluation criterion during the advertisement and selection phase for professional services procurements. Consultants are prohibited from including references to their proposed professional services fees or indirect rates in Letters of Response, Written Technical Proposals, Oral Presentations, or Interviews. It is permissible to address cost savings specifically related to the construction project. Inclusion of prohibited professional services cost data in a Letter of Response or Technical Proposal may cause the Letter of Response or Technical Proposal to be considered non-responsive.

Private attorney services may not be utilized on Department contracts without advance approval from the Attorney General’s Office.  The advance approval may only be requested by Agency General Counsel (FDOT), and not the consultant firm.  Since approval cannot be assumed, consultant firms shall refrain from proposing legal firms as part of the professional services consultant team in their procurement response and proposal documents. As referenced in Section 287.059(3), F.S.:

”An agency requesting approval for the use of private attorney services shall first offer to contract with the Department of Legal Affairs for such attorney services at a cost pursuant to mutual agreement. The Attorney General shall decide on a case-by-case basis to accept or decline to provide such attorney services as staffing, expertise, or other legal or economic considerations warrant. If the Attorney General declines to provide the requested attorney services, the Attorney General’s written approval shall include a statement that the private attorney services requested cannot be provided by the office of the Attorney General or that such private attorney services are cost-effective in the opinion of the Attorney General. The Attorney General shall not consider political affiliation in making such decision. The office of the Attorney General shall respond to the request of an agency for prior written approval within 10 working days after receiving such request. The Attorney General may request additional information necessary for evaluation of a request. The Attorney General shall respond to the request within 10 working days after receipt of the requested information.”

When universities or colleges are needed to perform services, the Department’s Project Manager shall procure such services by means of either a University Master Agreement task work order, a governmental agency contract, or a competitive solicitation for contractual services, as appropriate (reference Section 287.057(21), F.S. Universities proposed as subconsultants will not be added to the professional services contract.

STANDARD NOTES: (Applicable to following projects where indicated)
1. This project does not fall within the FDOT standard Professional Services Types of Work, therefore technical prequalification of responding consultants in a work type is not mandatory. If the Prime submitting on this project is not a Prequalified Professional Services firm and desires to submit for the project, the following requirements must be met:

  1. Prime must be currently licensed as a Professional Engineering firm in the State of Florida by the advertisement response deadline.
  2. Prime must possess professional liability insurance (include a professional liability insurance certificate with Letter submittal) by the advertisement response deadline.
  3. For projects $500,000 or above: a recent overhead audit (dated within 6 months of the Consultant's fiscal year end must be on file with the Department, or a recent overhead audit dated within 6 months of the Consultant's fiscal year end must be submitted to the Prequalification Administrator via e-mail to co.profserv@dot.state.fl.us prior to the Letter of Response deadline in the advertisement. In all cases, the overhead audit must be prepared by an independent Certified Public Accountant (CPA) or governmental agency and in conformance with the Department's current Reimbursement Rate Guidelines. A completed Request for Qualification Form No. 375-030-01 must accompany the submittal of an overhead audit to the Prequalification Administrator.
The Standard FDOT Letter of Qualification form is required to be submitted to the indicated response e-mail.  Consultants, be advised that you are responsible for downloading the latest version of the Letter of Qualification form when responding to the advertisement.  The 4/18 version must be used when responding to this ad.

The Standard FDOT Letter of Qualification form completed in its entirety must not exceed the six 8 ½ x 11 pages provided in the form. The content of the Letter cannot go beyond Page 3 of the form.  Pages 4, 5, and 6 of the form are reserved for the tables listing prime and subconsultants prequalification by work type.  Additional pages must not be added to the form. The Letter of Qualification shall be submitted as a single electronic file not to exceed 1MB in size in Adobe PDF format (unzipped). Format requirement is a font size of 11, with ½ inch margins. Failure to comply with the submittal requirements shall cause the Letter of Qualification to be considered non-responsive.

If the project advertisement states that selection is from Expanded Letters of Response, please submit the Expanded Letter of Response Form in lieu of the Letter of Qualification Form. If there are questions regarding submittal, please contact the advertisement contact.

2. Reserved. (Standard note not used).

3. Reserved. (Standard note not used).

4. Selection will be made from the Standard FDOT Expanded Letters of Response form. Consultants, be advised that you are responsible for downloading the latest version of the Expanded Letter of Response Form when responding to the advertisement. The 4/18 version must be used when responding to this ad. The Standard FDOT Expanded Letters of Response form completed in its entirety must not exceed the nine 8 ½ x 11 pages provided in the form. The content of the Letter cannot go beyond Page 6 of the form. Pages 7, 8, and 9 of the form are reserved for the tables listing prime and subconsultants by work type. Consultants must not add additional pages to the form. Consultant shall also submit resumes which are restricted to 2 pages each and an organization chart or staffing chart (can be either 8-1/2x11 or 11x17, at the discretion of the Consultant). A spreadsheet listing Construction Training and Qualification Program (CTQP) certifications may also be submitted. Staff hours on summary sheet (one sheet showing the hours of prime and all subs) will be submitted where applicable.
Examples of acceptable and unacceptable content for organization charts, staffing charts, staff hour estimate charts, are provided at this link. Organization, staffing, or staff hour estimate charts containing extra narrative content (not in conformance with examples) will be deemed unacceptable, at the sole discretion of the Procurement Office, and will not be passed on to the Technical Review Committee for review and evaluation with the other submittals. Prime Consultant should submit:

- Professional Services DBE or Small Business Commitment Form (375-030-83)
- Truth In Negotiation Certification (375-030-30)
- Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Federal Aid Contracts (375-030-32)
- Certification for Disclosure of Lobbying (375-030-33)
- Disclosure of Lobbying Activities (375-030-34)
- Vendor Certification Regarding Scrutinized Companies Lists (375-030-60).

All submittals except organization chart, staffing chart, other required forms, and certifications shall adhere to a font size of 11, with ½ inch margins. The Expanded Letter of Response file size is not restricted to 1MB, however Consultants are advised that the Expanded Letter of Response Form electronic submittal should not exceed FDOT’s internal server file size restriction of 15 MB. Failure to comply with the submittal requirements may cause the Expanded Letter of Response to be considered non-responsive.

5. Reserved. (Standard note not used).

6. Reserved. (Standard note not used).

7. This project has been reserved for competition among only small businesses in accordance with the Department's Business Development Initiative (BDI) Program. Letter submittals for this project will only be accepted from firms that meet the definition of a small business set forth by section 337.027, Florida Statutes. The prime consultant submitting a Letter must be a qualified professional services firm and meet the small business definition of section 337.027, Florida Statutes at the time of submittal of the Letter and must maintain this status as a small business through contract execution. All subconsultants utilized for the project, including lower-tier and non-professional services firms, must also be a small business pursuant to section 337.027, Florida Statutes at the time of submittal of the Letter and must also maintain this status as a small business through contract execution. Contract execution is contingent upon firms maintaining small business status through contract execution. To ensure regulatory compliance and accountability for the BDI Program, firms agree to furnish any pertinent information requested by the Department to verify the statements in the Small Business Affidavit Certification. The small business status of the prime and subs may be subject to audit of financial documents to confirm small business status prior to BDI contract execution. Small business certification may be rescinded immediately upon the determination that a firm is no longer eligible per the small business definition. Note: Any professional services consultant firm prequalified under Rule 14-75, F.A.C., that is shown as a Small Business on the Professional Services Prequalified Small Business Report is not required to supply the Small Business Affidavit Certification for Prequalified Professional Services Firms Form with the Letter. Any non-professional services subconsultant firm that is shown as a Small Business on the Small Business listing for Construction, Maintenance and Other Contractual Services Firms is not required to supply the Small Business Affidavit Certification for Road and Bridge Construction Firm and All Other Non-Professional Services Firms Form with the Letter.

SMALL BUSINESS ELIGIBILITY CRITERIA:
  1. The prime and subconsultants proposed for this project must meet the small business definition set forth by section 337.027, Florida Statutes.  They are also required to submit a notarized copy of the Small Business Affidavit Certification Form with the Letter. Professional Services firms who appear on the Department’s Small Business listing are currently certified, and are not required to resubmit the Form.  Non-Professional Services firms who appear on the Small Business listing for Construction, Maintenance and Other Contractual Services Firms are currently certified, and are not required to resubmit the Form. Please refer to the advertisement for other submittal requirements
  2. Submitting firms that are small businesses must completely comply with the professional services prequalification process as described in the Florida Administrative Code Chapter 14-75.

Small Business listing for Professional Services: https://www.fdot.gov/procurement/InternetReports.shtm#qual

8. Under-Utilization Goal for DBEs and Small Businesses - The goal of the Department’s Under-Utilization strategy is to encourage and promote use of Disadvantaged Business Enterprises (DBE) and Small Businesses in areas of work where they have been under-used. Under-Utilization is defined by FDOT as 25% or less utilization level in a Work Group, which may vary by district. The specific Under-Utilized Work Groups are identified in the advertisement. Consultants are strongly encouraged to propose a DBE or Small Business to perform services for each Under-Utilized Work Group identified in the advertisement. DBEs or Small Businesses can be proposed at either the Prime or Sub-level for the Under-Utilized Work Group(s). Use of Under-Utilized DBEs or Small Businesses for Consultant teaming is a shortlist consideration factor for projects referencing this Standard Note. Consultants are requested to indicate your firm's proposed use of DBEs and/or Small Business primes or subconsultants to meet Under-Utilization goals on the table within the Professional Services Letter of Response form (as designated in the advertisement) by checking the box under the Under-Utilization (UU) column. Failure to list DBEs and/or Small Business prime or subconsultants on the response form shall indicate no proposed utilization. Please refer to the advertisement for other submittal directions. Reports are available at the following locations to validate status of firms as Small Businesses and DBEs:

DBE listing for Professional Services: https://www.fdot.gov/procurement/InternetReports.shtm#qual

Small Business listing for Professional Services: https://www.fdot.gov/procurement/InternetReports.shtm#qual

Additionally, firms will submit the Professional Services DBE or Small Business Commitment form as required by the advertisement when selecting from Expanded Letters of Response, otherwise it will be required with the Request for Proposal.

9.   It is the policy of FDOT to encourage the participation of small businesses and disadvantaged business enterprises ("DBE") in all facets of the business activities of FDOT, consistent with applicable laws and regulations. FDOT has established an aspiration goal of 10.65% DBE usage and an additional 3% non-DBE Small Business usage for the subject Project. Firms proposing for this Project shall aspire to have 10.65% or more of the total contract costs performed by DBEs, and an additional three percent (3%) or more of the total contract costs performed by non-DBE small businesses. Although not a contract requirement, FDOT believes that the aforementioned aspiration goal can realistically be achieved based on current availability of DBEs and small businesses. FDOT further believes that the 13.65% overall goal can be achieved through race neutral means, using standard competitive procurement processes. Pursuant to the provisions of Section 339.0805, Florida Statutes, and Rule 14.78.005, Florida Administrative Code, FDOT has adopted rules to provide certified DBEs opportunities to participate in the business activities of FDOT as vendors, contractors, subcontractors, and consultants. FDOT has adopted the DBE definition set forth in Code 49 of Federal Regulations Section 26.5.

The Department's DBE directory may be found at the following website: https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/.

Firms agree to apply their best efforts to utilize qualified non-DBE small businesses as vendors, contractors, subcontractors, and consultants for the Project. Qualifications for small businesses may be found at the following website: https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/
 

Firms agree to apply their best efforts to utilize qualified non-DBE small businesses as vendors, contractors, subcontractors, and consultants for the Project. Qualifications for small businesses may be found at the following website: https://www.fdot.gov/equalopportunity/sizestandards.shtm  

Firms will submit the Professional Services DBE or Small Business Commitment form as required by the advertisement when selecting from Expanded Letters of Response, otherwise it will be required with the Request for Proposal.


DBE listing for Professional Services: https://www.fdot.gov/procurement/InternetReports.shtm#qual

Non-DBE Small Business listing for Professional Services: https://www.fdot.gov/procurement/InternetReports.shtm#qual

10. This contract will require field office personnel; therefore all firms performing inspection services must utilize CEI field office rates.

11. When assigned to facilities testing for 6 months or more, the field office rate will be used.
 

 
 
 
 
************************************************************

               DISTRICT 1    
Major Work   :
  6.1    - Traffic Engineering Studies
  6.2    - Traffic Signal Timing
  6.3.1  - Intelligent Trans Sys. Analysis & Design
  6.3.2  - Intelligent Trans Systems Implementation
  6.3.3  - Intelligent Trans Traffic Eng. Communications
Minor Work   :
  3.1    - Minor Highway Design
  6.3.4  - Intelligent Trans Sys. Software Development
  7.1    - Signing, Pavement Marking & Channelization
  7.2    - Lighting
  7.3    - Signalization
Contract     : 20150  Technically Prequalified & Unlimited Audit required
Selection Method   : Letter of Response and Interview           
Professional Liability Insurance $:     $300,000
Financial Management Number(s):
  43719713202

Project Description:
  CONTINUOUS SERVICE CONTRACT: OPERATIONS, SIGNALS & PLANS
  REVIEW
Project Manager: Morton, Keilia
Contract Amount/Limit: $5,000,000
See Standard Notes Above: 9

Special Notes:              
  Direct all questions to the Department by emailing
  d1.profserv@dot.state.fl.us. Questions posed 72 hours
  prior to the response deadline will be responded to by the
  Department on the File Transfer Protocol (FTP) site located
  at: FTP
  ************************************************************
  If the Department's website cannot be accessed, please
  contact the Professional Services Office at 863-519-2444.
  ************************************************************
  TRC Members are subject to change.
  ************************************************************
  8/30/19: Schedule updated due to Hurricane Dorian.
  ************************************************************
  9/10/19: This Contract is being Re-Advertised to solicit
  additional interest.

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  19AUG2019
Response Deadline Date         :  16SEP2019
Longlist(Tech. Rev. Cmte.) Date:  26SEP2019  Time:  08:15AM
Shortlist Selection Date       :  03OCT2019  Time:  10:00AM
Tech. Rev. Cmte Meeting Date   :  30OCT2019  Time:  02:45PM
Final Selection Meeting Date   :  27NOV2019  Time:  01:30PM
1st Date Negotiations Meetings :  11DEC2019  Time:  05:00PM
Last Date Negotiations Meetings:  28FEB2020  Time:  05:00PM



Response Deadline              :  16SEP2019
Respond To:
  d1.profserv@dot.state.fl.us 
  Attn.: Jamie Reyes
  Phone: (863)519-2301

               DISTRICT 2    
Major Work   :
  10.1   - Rdwy Construction Engineering Inspection
Under-Utilized Work Groups:
  GROUP10  - Rdwy Construction Engineering Inspection
Contract     : 20241  Technically Prequalified & Unlimited Audit required
Selection Method   : Selection from Expanded Letter of Response 
Professional Liability Insurance $:     $250,000
Financial Management Number(s):
  43461916201 43461516201 43461526201

Project Description:
  THIS IS A CONSTRUCTION ENGINEERING AND INSPECTION (CEI)
  CONTRACT FOR 434619-1-62-01 - I-95 (SR9) FROM FLAGLER
  COUNTY LINE TO SR 207
  434615-1-62-01 - I-95 (SR207 TO INTERNATIONAL GOLD PARKWAY
  434615-2-62-01 - I-95 AT SR 16 INTERCHANGE
  Marketing Meetings for this acquisition are being scheduled
  for August 15, 2019. If you like to schedule a meeting,
  please send an email to D2CCEI@dot.state.fl.us. Someone will
  contact you to reserve your time.
Project Manager: Byrd, Taylor
See Standard Notes Above: 4,10,8

Special Notes:              
  When submitting LOR, include Financial Management (FM)
  Number 434619-1-62-01 and firm name on the subject line.
  Staff hours on summary sheet not applicable on this project.
  Resumes- a two-page resume or work history sheet for
  key personnel to include the positions of Senior Project
  Engineer, Project Administrator, Contract Support
  Specialist and Senior Inspector shall be included.
  The Technical Committee shall consider and weigh the
  following in their selection process (0-100):
  1. Awareness of and Approach to Project (30)
  -Understanding of project scope, challenges and key
  milestones
  -Identification of potential issues related to the scope
  -Approach and understanding of Consultant CEI Services
  2. Staffing and Organization (30)
  -Availability of key personnel
  -Experience of personnel on similar projects
  -Qualifications and Certifications applicable to the project
  -Quality of proposed staff
  3. Construction Project Administration (25)
  -Knowledge and application of FDOT procedures
  -Knowledge and experience with construction scheduling
  -Identification of construction management methods and
  techniques
  -Ability to make decisions and facilitate resolution
  4. Other Considerations (15)
  -Past performance on similar projects
  -Proximity to the project
  -Approach to CEI quality control
  During the acquisition phase of this project,
  Consultants are requested to refrain from contacting
  District Staff to market their firms until Final Ranking has
  occurred.

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  09SEP2019
Response Deadline Date         :  23SEP2019
Longlist(Tech. Rev. Cmte.) Date:  07OCT2019  Time:  02:00PM
Shortlist Selection Date       :  14OCT2019  Time:  10:00AM
Final Selection Meeting Date   :  04NOV2019  Time:  10:00AM
1st Date Negotiations Meetings :  07NOV2019  Time:  10:30AM
Last Date Negotiations Meetings:  13JAN2020  Time:  05:00PM



Response Deadline              :  23SEP2019
Respond To:
  d2.profserv@dot.state.fl.us 
  Attn.: Kathy Jenkins, MS-2016
  Phone: 386-961-7523

               DISTRICT 4    
Major Work   :
  10.1   - Rdwy Construction Engineering Inspection
Contract     : 20448  Technically Prequalified & Unlimited Audit required
Selection Method   : Selection from Expanded Letter of Response 
Professional Liability Insurance $:     $250,000
Financial Management Number(s):
  43592516201

Project Description:
  CEI Services for Prospect Rd. from Commercial Blvd to
  SR-811/Dixie Hwy
  ========================================================
  Project is reserved under the Business Development
  Initiative
Project Manager: Sasala, Stacey
Contract Amount/Limit: $625,416
See Standard Notes Above: 7,10,4

Special Notes:              
  SELECTION CRITERIA
  Awareness of and approach to project issues (30)
  Understanding of project's intent and scope,
  technical aspects, challenges and key milestones (10)
  Understanding of issues that may impact stakeholders,
  project time and budget, and the ability to
  resolve these issues. (15)
  Innovative problem solving techniques (5)
  Construction Project Management and Administration (20)
  Approach to accomplishing the management, administration
  and coordination aspects of the project. (8)
  Knowledge and experience with project documentation. (8)
  Optimization of project schedule and budget (4)
  Project Staffing (35)
  Proposed staffing qualifications, experience,
  and availability (25)
  Staff's experience and past performance on similar
  projects (10)
  CEI Contract Management (15)
  Approach to managing CEI resources (5)
  Approach to CEI quality control (5)
  Communication abilities (5)
  ============================================================
  When submitting your response, please include two files:
  One with the ELOR and another with the additional required
  documents listed in note 4.
  ============================================================
  Plans are available for this project.  Please complete the
  Exempt Document form # 050-020-26, attach your Driver's
  License and submit your request to:
  d4.profserv@dot.state.fl.us

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  09SEP2019
Response Deadline Date         :  23SEP2019
Longlist(Tech. Rev. Cmte.) Date:  03OCT2019  Time:  3:00PM
Shortlist Selection Date       :  21OCT2019  Time:  9:00AM
Tech. Rev. Cmte Meeting Date   :  29OCT2019  Time:  3:00PM
Final Selection Meeting Date   :  12NOV2019  Time:  9:00AM
1st Date Negotiations Meetings :  25NOV2019  Time:  9:00AM
Last Date Negotiations Meetings:  27JAN2020  Time:  5:00PM



Response Deadline              :  23SEP2019
Respond To:
  d4.profserv@dot.state.fl.us 
  Attn.: Jessica Rubio
  Phone: (954)777-4626
               DISTRICT 4    
Major Work   :
  3.2    - Major Highway Design
  4.2.2  - Major Bridge Design - Steel
Minor Work   :
  3.3    - Controlled Access Highway Design
  4.1.1  - Miscellaneous Structures
  4.1.2  - Minor Bridge Design
  6.1    - Traffic Engineering Studies
  7.1    - Signing, Pavement Marking & Channelization
  7.2    - Lighting
  8.1    - Control Surveying
  8.2    - Design, Right of Way, & Const. Surveying
  8.3    - Photogrammetric Mapping
  8.4    - Right of Way Mapping
  9.1    - Soil Exploration
  9.2    - Geotechnical Classification Lab Testing
  9.4.1  - Standard Foundation Studies
  15.0   - Landscape Architect
Under-Utilized Work Groups:
  GROUP4  - Highway Design - Bridge
  GROUP7  - Traffic Operations Design
Contract     : 20456  Technically Prequalified & Unlimited Audit required
Selection Method   : Letter of Response and Oral Presentation   
Professional Liability Insurance $:     $250,000
Financial Management Number(s):
  44358913201

Project Description:
  SR-5/US-1 Southbound On Ramp to Westbound I-595
Project Manager: Thurman, Scott
Contract Amount/Limit: $1,000,000
See Standard Notes Above: 8

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  09SEP2019
Response Deadline Date         :  23SEP2019
Longlist(Tech. Rev. Cmte.) Date:  30SEP2019  Time:  9:30AM
Shortlist Selection Date       :  14OCT2019  Time:  9:00AM
Tech. Rev. Cmte Meeting Date   :  05NOV2019  Time:  10:00AM
Final Selection Meeting Date   :  25NOV2019  Time:  9:00AM
1st Date Negotiations Meetings :  26NOV2019  Time:  9:00AM
Last Date Negotiations Meetings:  25FEB2020  Time:  5:00PM



Response Deadline              :  23SEP2019
Respond To:
  d4.profserv@dot.state.fl.us 
  Attn.: Jessica Rubio
  Phone: (954)777-4626

               DISTRICT 5    
Major Work   :
  3.1    - Minor Highway Design
Minor Work   :
  4.1.1  - Miscellaneous Structures
  6.2    - Traffic Signal Timing
  6.3.1  - Intelligent Trans Sys. Analysis & Design
  7.1    - Signing, Pavement Marking & Channelization
  7.2    - Lighting
  7.3    - Signalization
  8.1    - Control Surveying
  8.2    - Design, Right of Way, & Const. Surveying
  9.1    - Soil Exploration
  9.2    - Geotechnical Classification Lab Testing
  9.4.1  - Standard Foundation Studies
  9.5    - Geotechnical Speciality Lab Testing
Under-Utilized Work Groups:
  GROUP4  - Highway Design - Bridge
  GROUP3  - Highway Design - Roadway
Contract     : 20521  Technically Prequalified & Unlimited Audit required
Selection Method   : Letter of Response and Interview           
Financial Management Number(s):
  44290513201 44290913201

Project Description:
  SR 500/US 441 from CR-437A/Central Ave to Bradshaw Rd
  SR 520 from Yates Road to the Brevard County Line.
  442905-1-32-01: SR 500 (US-441) Resurfacing from CR 437A
  North of Bradshaw Road
  442909-1-32-01: SR 520- from Yates Road to the Brevard
  County Line
Project Manager: Fontanelli, Joseph
Contract Amount/Limit: $1,060,000
See Standard Notes Above: 8

Special Notes:              
  One contract will be awared for both projects.

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  06SEP2019
Response Deadline Date         :  20SEP2019
Longlist(Tech. Rev. Cmte.) Date:  07OCT2019  Time:  1:30PM
Shortlist Selection Date       :  14OCT2019  Time:  9:00 AM
Final Selection Meeting Date   :  09DEC2019  Time:  9:00 AM
1st Date Negotiations Meetings :  30DEC2019  Time:  10:00AM
Last Date Negotiations Meetings:  30JAN2020  Time:  1:30PM



Response Deadline              :  20SEP2019
Respond To:
  d5.profserv@dot.state.fl.us 
  Attn.: Michelle Sloan - PSU
  Phone: (386)943-5528

               DISTRICT 6    
Major Work   :
  13.3   - Policy Planning
  13.4   - Systems Planning
  13.5   - Subarea/Corridor Planning
Minor Work   :
  2.0    - Proj. Dev. & Environ. (PD&E) Studies
  3.1    - Minor Highway Design
  6.1    - Traffic Engineering Studies
  6.2    - Traffic Signal Timing
  6.3.1  - Intelligent Trans Sys. Analysis & Design
  8.3    - Photogrammetric Mapping
  13.6   - Land Planning/Engineering
  13.7   - Transportation Statistics
Contract     : 20601  Technically Prequalified & Unlimited Audit required
Selection Method   : Letter of Response and Interview           
Professional Liability Insurance $:     $250,000
Financial Management Number(s):
  43642611201

Project Description:
  SR 948/NW 36 street from SR 826/Palmetto Expy to SR 5/US1
  The objective of this corridor study is to provide
  professional transportation planning and traffic engineering
  services for the development and evaluation of multimodal
  improvements that will adress the existing and future
  mobility, operations, and needs along the subject corridor.
Project Manager: Castro, Carlos
Contract Amount/Limit: $800,000
See Standard Notes Above: 9

Special Notes:              
  Available dates for Consultant Marketing Meetings:
  - 08/06/2019 : 8am-12pm
  - 08/07/2019 : 1pm-5pm
  - 08/08/2019 : 8am-12pm

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  09SEP2019
Response Deadline Date         :  23SEP2019
Longlist(Tech. Rev. Cmte.) Date:  16OCT2019  Time:  10:00AM
Shortlist Selection Date       :  21OCT2019  Time:  10:00AM
Final Selection Meeting Date   :  06JAN2020  Time:  10:00AM
1st Date Negotiations Meetings :  04FEB2019  Time:  05:00PM
Last Date Negotiations Meetings:  24MAR2019  Time:  05:00PM



Response Deadline              :  23SEP2019
Respond To:
  d6.profserv@dot.state.fl.us 
  Attn.: Samir Thomas
  Phone: (305)470-5170

               DISTRICT 7    
Major Work   :
  10.1   - Rdwy Construction Engineering Inspection
Minor Work   :
  2.0    - Proj. Dev. & Environ. (PD&E) Studies
  3.1    - Minor Highway Design
  5.1    - Conventional Bridge Inspection
  6.3.2  - Intelligent Trans Systems Implementation
  8.2    - Design, Right of Way, & Const. Surveying
  9.4.1  - Standard Foundation Studies
  14.0   - Architect
  15.0   - Landscape Architect
Under-Utilized Work Groups:
  GROUP9  - Soil Exploration, Materials Testing
  GROUP10  - Rdwy Construction Engineering Inspection
  GROUP15  - Landscape Architect
Contract     : 20731  Technically Prequalified & Unlimited Audit required
Selection Method   : Letter of Response and Interview           
Professional Liability Insurance $:     $250,000
Financial Management Number(s):
  41160217208

Project Description:
  D7 Maintenance Areawide Support - continuing
Project Manager: Giambra, Eugene
Contract Amount/Limit: $5,000,000
See Standard Notes Above: 8,10

Special Notes:              
  ************************************************************
  
  THIS IS A READVERTISEMENT DUE TO LOW RESPONSE TO THE INITIAL
  AD.  NO CHANGES HAVE BEEN MADE TO THE ORIGINAL AD EXCEPT TO
  EXTEND THE RESPONSE DUE DATE.  FIRMS THAT PREVIOUSLY
  RESPONDED ARE NOT REQUIRED BUT MAY RESUBMIT FOR
  CONSIDERATION.  A MASS EMAIL WILL BE DISTRIBUTED TO ALL
  FIRMS PREQUALIFIED IN THE MAJOR WORK TYPES FOR SOLICITATION
  OF ADDITIONAL RESPONSES.
  ************************************************************
  All questions of any nature regarding this advertisement,
  must be addressed to the Professional Services Unit staff,
  Contract Analyst, Tami Sanchez 813-975-6281.
  ***********************************************************
  The Technical Review Committee Members for the project are:
  Jackie Beebe, Brian Pickard and Kathy Calder.
  Technical Review Committee Members are subject to change.
  ***********************************************************
  The Interview Meeting will be: 10/29/2019 at 8:30am.

View proposed scope
(Adobe Acrobat® PDF file)


Advertisement Date             :  19AUG2019
Response Deadline Date         :  16SEP2019
Longlist(Tech. Rev. Cmte.) Date:  19SEP2019  Time:  09:00AM
Shortlist Selection Date       :  23SEP2019  Time:  09:30AM
Scope Meeting Date             :  01OCT2019  Time:  10:00AM
Tech. Rev. Cmte Meeting Date   :  29OCT2019  Time:  01:00PM
Final Selection Meeting Date   :  04NOV2019  Time:  09:30AM
1st Date Negotiations Meetings :  18NOV2019  Time:  09:00AM
Last Date Negotiations Meetings:  18DEC2019  Time:  05:00PM



Response Deadline              :  16SEP2019
Respond To:
  d7.profserv@dot.state.fl.us 
  Attn.: Tami M. Sanchez
  Phone: 813-975-6281
            
 
 
  Back to Top