Planned Design/Build and Special Advertisements
 
Click Here to go to myFlorida.com   Link to the Florida Department of Transportation home page
 
 
 
PROCUREMENT OFFICE
Planned Design/Build and Special Advertisements

Procurement Office Home Page
 
Planned Design/Build Projects:
This web page provides detailed information, including public meeting schedules on planned Design/Build contracts.
 
 

 
District Ads: 1 2 3 4 5 6 7 Turnpike Central Office  
 
 
District Design-Build Addenda and Project Information:   
 
 
Design-Build Acquisition Plan    
 
 
Design-Build Advertisements
 
Updated: Friday April 26 2024  
 
Florida Department of Transportation
Notice to Contractors / Consultants:

The Department of Transportation (Department) is soliciting contracting and consulting services for the Design-Build projects identified below.

QUALIFICATION REQUIREMENTS: Design-Build Firms must be qualified in accordance with Rule Chapter 14-91, Florida Administrative Code. Design-Build Firms shall satisfy the technical qualification requirements of Rule 14-75, and all qualification requirements of Rule Chapter 14-22, Florida Administrative Code. The Contractor or Joint Venture members collectively, must be qualified in the advertised Construction Work Classes. The Contractor or Joint Venture cannot utilize subcontractors to meet the qualification requirements for the Construction Work Classes. The lead design consultant may utilize subconsultants to meet the advertised Professional Services Work Type requirements. Technical qualification is required in at least one of the work types for lead design consultant. All qualification requirements must be met prior to the Response Deadline. Two or more qualified parties submitting as a Joint Venture must meet the Joint Venture requirements of Rule Chapter 14-22, specifically Rule 14-22.007, Florida Administrative Code. Parties to a Joint Venture must submit a Declaration of Joint Venture, Form No. 375-020-18, and receive approval from the Department prior to the Response Deadline for Letters of Interest (LOI) or submittal of the Proposal, whichever occurs first. For projects in excess of $50 million, in addition to meeting all other qualification requirements of Section 337.14, Florida Statutes, and Rule Chapter 14-22, Florida Administrative Code, any Contractor who is not prequalified and in good standing with the Department as of January 1, 2019, must have satisfactorily completed at least two projects, each in excess of $15 million, for the Department or for any other state department of transportation. Evidence must be submitted a minimum of two weeks prior to response deadline to allow sufficient time for review by the Department. Acceptability of the two proposed projects is at the sole discretion of the Department.

NEW FORM MUST BE SUBMITTED FOR BRIDGE DESIGN PROJECTS: Design-Build Firms responding to advertisements requiring Group 4 Bridge Design work type qualification must submit a completed and signed Bridge Qualification Form along with the LOI, by the date/time deadline established for the LOI. Please refer to this preamble and the specific project advertisement for other submittal directions.

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 design 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 an LOI or Bid/Price Proposal as part of a Design-Build Firm, or Joint Venture, the design consultant certifies that they are in compliance with Procedure No. 375-030-006. This procedure is available at the following link: Procedure 375-030-006 A Proposal Guaranty of not less than five percent (5%) of the total actual Bid/Price Proposal in the form of either a certified check, cashier's check, trust company treasurer's check, bank draft of any national or state bank, or a Surety Bid Bond made payable to the Florida Department of Transportation must accompany each Bid/Price Proposal in excess of $150,000. A check or draft in any amount less than five percent (5%) of the actual Bid/Price Proposal will invalidate the Bid/Price Proposal. Bid bonds shall conform to DOT Form No. 375-020-34 furnished with the Bid/Price Proposal.

SELECTION PROCESS: The listed projects are covered by the selection processes detailed in the Design-Build Procurement and Administrative Procedure, Procedure No. 625-020-010.

For those projects designated as ADJUSTED SCORE TYPE, the Department will conduct a two-phase design-build procurement process. For Phase I, qualified Design-Build Firms must submit an LOI for each project in which they are interested, to the indicated requesting unit by the time and date indicated as the Response Deadline. It is the responsibility of the Design-Build firm to insure that the complete LOI is timely received by the Department. The LOI will be limited to ten (10) 8½"x11" pages with a minimum font size of ten (10). In the LOI, please provide the name, address, phone number, and e-mail address for the Design-Build Firm contact person; the qualification status of the contractor and design consultant as part of the Design-Build Firm, and the key companies and key personnel proposed as participating in the Project. Resumes may be separately submitted, but are limited to one 8½"x11" page each. Resumes are not counted toward the ten(10) page limitation. Please provide one (1) page resumes for each of the following four (4) key staff positions and up to five (5) additional resumes of personnel who best highlight the experience and expertise of the Design Build firm for the particular project, as applicable:

  1. Design Project Manager
  2. Construction Project Manager
  3. Construction Design-Build Coordinator
  4. Utility Coordination Manager
A one (1) page 11"x17"organization chart shall be provided, and is also excluded from the page count. Please note: If the contractor and/or design consultant do not have performance history working with the Department or if the performance history is no longer current (older than 5 years), they are permitted to submit evidence of their past performance, including evaluations or grades and letters of reference, or recommendations (provide contact information for verification purposes). The past performance information is limited to three (3) 8½"x11" pages total, and is restricted to firms without performance history with the Department and/or to firms whose performance history with the Department is no longer current (older than 5 years). The additional three pages will not count toward the ten (10) page limitation of the LOI. Note: Resumes, Organizational Chart and three (3) pages of Performance History with the Department are not considered in the ten (10) page count/limitation.  Cover sheets, photos, charts, etc. or other documentation not specifically listed as exclusions will be considered in the page count limitation.

The Department will judge the relative ability of each submitting company/entity to perform the required services based on qualification information and the LOI. Unless otherwise noted in the specific Design-Build advertisement, the criteria for evaluating the Phase I submittals will include:
  1. Design-Build Firm Name and prequalifications
  2. Past Performance Evaluations, Design-Build Project Experience, Organization, and Staffing (0-7 Total Points):
    • Contractor Grades
    • Professional Consultant Grades
    • Performance History with other States or Agencies, if none with the Department
    • Design-Build Project experience of the Contractor and Professional Consultant
    • Similar types of work experience
    • Environmental Record
    • Contractor Experience Modification Rating (Current Year)
    • Design-Build Firm organization
    • Design-Build Firm staffing plan
    • Design-Build Firm coordination plan
  3. Design-Build Project Requirements and Critical Issues (0-13 Total Points):
    • Understanding of Design-Build Project Requirements
    • Identification of critical issues
    • Outline for addressing critical issues

Relative weightings for all Phase I criteria are specified within the project advertisement. All qualified firms submitting a responsive LOI will be scored on a scale of 0-20 points(Phase I). The Department will determine the short-listed firms with the objective to short-list the four highest ranking LOI scores. If four or less responsive firms submitted LOIs, all firms will be shortlisted. In the event of scoring ties, more than four firms may be eligible to move forward.

The Department will post the Short-List to the Department's website on the date shown below. The Short-Listed Design-Build Firms will be issued a Request for Proposal (RFP). The requirements for Phase II Technical Proposals will be described in the RFP. Phase II Technical Proposals will be scored on an 80-point scale. The total score from Phase I and Phase II will be added to determine the Design-Build Firm's Total Technical Score. Unless otherwise specified in the RFP, the award of the Project will be determined on a Total Adjusted Score as shown in the RFP based on both the Bid/Price Proposal and Technical Score.

The Phase I and the combined Phase I and Phase II results will be posted on the Department's website: (www.fdot.gov/procurement) on the indicated date. Public meeting dates and times are provided with new listed projects. All public meetings will be held in District headquarters unless otherwise noted. Changes to meeting dates and times will be updated on the Department's website. The agenda for all public meetings 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. The Short-Listed firms will be provided a RFP containing a design criteria package and requested to provide a Technical Proposal and Bid/Price Proposal for the Project. The selection results will be posted on the Department's website at the date and time indicated in the advertisement. Partners/Teaming Arrangements or proposed key staff of the Design-Build Firm shall not be changed after submittal of the LOI on ADJUSTED SCORE TYPE projects without written consent of the Department. Failure to receive approval on such a change may result in the Proposal being declared non-responsive.

Actual commitment and final execution of contracts are contingent upon an approved legislative budget and availability of funds.

RESPONSE PROCEDURE FOR ADJUSTED SCORE TYPE:  The LOI and required attachments shall be submitted electronically in adobe.pdf format (unzipped) and attached to a single email. The Department has a 10 MB limit on email. Emails that exceed this 10 MB email server limit may be rejected by the Department's email server. It is solely the Design Build Firm's responsibility to ensure that the LOI is received by the Department's server by the LOI due date and time. Only (1) LOI per legal entity is acceptable. All LOI files should be sent to the indicated requesting unit, and must be received by the Department by the Phase I LOI response deadline shown below.

For those projects designated as LOW BID TYPE, Technical and Bid/Price Proposals must be submitted by the date and time indicated in the Advertisement. It is the responsibility of the Design-Build Firms to insure that Technical and Bid/Price Proposals are timely received. For Low Bid Type projects, an RFP may be requested by any interested party at the response address provided below. The deadline for obtaining bid packages shall be 24 hours prior to scheduled letting date and time. In order to receive bid documents, the Design Build firm must complete Low Bid Design-Build Qualification Validation Form No. 700-011-36, for all qualifying team members, at least 24 hours in advance of the scheduled letting. The form shall be submitted to the appropriate district, who will confirm qualification for the prospective Design-Build Firm. The form must be submitted at least 24 hours in advance of the response deadline (Bids Due Date/Bid Opening Date).
Low Bid Technical Proposals shall be submitted using Low Bid Design-Build Technical Proposal Form No. 700-010-21.  The Technical Proposal of the low bid Proposer will then be reviewed to determine its responsiveness. If found to be non-responsive, the next lowest bid Proposer will be considered. A Proposal will be considered non-responsive if it does not contain all of the information and level of detail requested in the RFP. All Bid Openings and public meetings will be held in District headquarters unless otherwise noted. Changes to meeting dates and times will be updated on the Department's website. The agenda for all public meetings is as follows: a) Opening Remarks (approx. 3 minutes); b) Public Input (15 minutes); c) Department business; d) Closing.  For more information, contact the designated responsible office. The selection results will be posted on the Department's Website at the date and time indicated in the advertisement. Partners/Teaming Arrangements or key staff of the Design-Build Firm shall not be changed after submittal of the Proposal on LOW BID TYPE projects without written consent of the Department. Failure to receive approval on such a change will result in the Proposal being declared non-responsive.

RESPONSE PROCEDURE FOR LOW BID TYPE: The Technical Proposal and required attachments shall be submitted electronically in adobe.pdf format (unzipped) and attached to a single email. The Department has a 10 MB limit on email. Emails that exceed this 10 MB email server limit may be rejected by the Department's email server. It is solely the Design Build Firm's responsibility to ensure that the Technical Proposal is received by the Department's server by the due date and time. Only (1) Technical Proposal per legal entity is acceptable. All Technical Proposal files should be sent to the indicated requesting unit and must be received by the Department by the response deadline shown below.

Note: The Department reserves the right to reject all Proposals and/or to waive minor Proposal irregularities.

The Contractor or Lead Design Consultant shall not team with other Proposers to submit more than one Proposal per project.

COMMUNICATIONS BETWEEN DESIGN-BUILD FIRMS AND DEPARTMENT: Respondents to these solicitations 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. 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 Department's Bid Question and Answer website.   It is the responsibility of the Design-Build Firm to review the Bid Question and Answer website and the project advertisement for updates prior to the Response Deadline.

Pursuant to Sections 120.57(3) and 337.11, 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.

The Department will pay stipends to the Short-Listed Design-Build Firms for Adjusted Score Design-Build, based on the following guidelines: 
  • The Design-Build Firm must submit responsive Technical and Price Proposal in Phase II in order to be eligible for a stipend.
  • The Design-Build Firm who is ultimately awarded the Contract is not eligible for a stipend.
  • The Design-Build Firm must execute and transmit to the Department within one (1) week after the Short-List protest period, the Design-Build Stipend Agreement, Form No. 700-011-14. Terms of said agreement are non-negotiable. A fully executed copy of the Design-Build Stipend Agreement will be returned to the Design-Build Firm.
  • All responsive shortlisted firms not awarded the contract will be eligible to receive a stipend.

The exceptions to above referenced stipend guidelines are Factored Design-Build contracts, and Design-Build Push Button contracts. For Factored Design-Build projects, the Department will pay stipends to the top two Short-Listed Design-Build Firms that were not selected. For Design-Build Push Button contracts, the Department will not pay stipends.


DBE AND NON-DBE SMALL BUSINESS ASPIRATION GOAL: 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/CustomSearch.aspx 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 http://www.fdot.gov/EqualOpportunity/sizeStandards.shtm Firms will submit the Aspiration Goal Form for "DBE" and "Non-DBE Small Business" Firms at the Pre-Construction Conference.

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).

INSPECTOR GENERAL: The contractor/consultant/vendor 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.

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.

 

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

               DISTRICT 1    
Procurement Number      : E1R87

Project Description     :
  The Florida Department of Transportation (Department) has
  has issued this Request for Proposal (RFP) to solicit
  competitive bids and proposals from Proposers for the
  the design and construction of the I-75 (SR 93) at U.S. 301
  (SR 43) Interchange in Manatee County.
  For the bridge structural elements, the D-B Firm must be
  prequalified in either work type 4.1.2 (Minor Bridge Design)
  OR 4.2.1 (Major Bridge Design-Concrete), OR 4.2.2 (Major
  Bridge Design-Steel), OR 4.2.3 (Major Bridge Design
  Segmental). The qualifications of the D-B Firm must be
  consistent with the structure type which will be proposed
  in the D-B Firm-s LOI and technical proposal.
  BUDGET AMOUNT: $141,842,231
  STIPEND AMOUNT: $336,185
  TRC MEMBERS: Kayla Sapp, Marlena Gore, Quan-Yang Yao
  ESTIMATED CONTRACT DAYS: 1350 DAYS
  In accordance with RESTRICTION ON CONSULTANTS- ELIGIBILITY
  TO COMPETE FOR DEPARTMENT CONTRACTS (TOPIC 375-030-006),
  the following Firms participated in the development of the
  of the conceptual plans or Request for Proposal for this
  Project and are restricted from participation on a Design-
  Build Firm without approval from the District One Secretary.
  The Firms identified below may not represent a comprehensive
  list.  Firms not listed below who performed services or who
  are later retained to perform services on this Project are
  unless an exception is obtained from the Department.
  Kisinger, Campo & Associates, corporation (Contract C9601)
  Patel, Greene & Associates, LLC (Contract C9L49)
  American Consulting Engineers (Contract C9601)
  Gannett Fleming (Contract C9601)
  LA Design (Contract C9601)
  Archaeological Consultant (Contract C9601)
  Garrett Engineering Group (Contract C9601)
  McKim & Creed (Contract C9601)
  CivilSurv Design (Contract C9601)
  Lyle Engineering (Contract C9601)
  IF Rooks (Contract C9601)
  Ocean Engineering (Contract C9601)
  Florida Jetclean (Contract C9601)
  KB Environmental (Contract C9601)
  Omni Communications (Contract C9601)
  Tierra (Contract C9601)
  Exempt Documents are available for this project.
  To receive the documents, please download, complete the
  Exempt Documents Request Form No. 050-020-26, and submit it
  along with a copy of the requestor's photo ID as specified
  per the form to Robin Stevens in the Procurement Office at
  D1designbuild@dot.state.fl.us. The documents will be emailed
  to you upon reciept.
Financial Management Number(s):
  20103255201
Contract Amount/Limit   : $141,842,231
Selection Method        : ADJUSTED SCORE TYPE
Response Requested      : LETTER OF INTEREST
Maximum Number of Pages: 10 

Prequalification Requirements:
  Contractor must be qualified under Rule, 14-22, Florida
  Administrative Code - Work Class(es):
     20 - Major Bridge - Bridges of conventional construction
  Professional Team Member Qualified under Rule 14-75,
  Florida Administrative Code - Work Types:
     3.1 - Minor Highway Design
     3.2 - Major Highway Design
     4.1.1 - Miscellaneous Structures
     5.4 - Bridge Load Rating
     7.1 - Signing, Pavement Marking & Channelization
     2.0 - Proj. Dev. & Environ. (PD&E) Studies
     3.3 - Controlled Access Highway Design
     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
     7.2 - Lighting
     7.3 - Signalization
     8.1 - Control Surveying
     8.2 - Design, Right of Way, & Const. Surveying
     8.3 - Photogrammetric Mapping
     9.1 - Soil Exploration
     9.2 - Geotechnical Classification Lab Testing
     9.3 - Highway Materials Testing
     9.4.1 - Standard Foundation Studies
     9.4.2 - Non-Redundant Bridge Foundation Studies
     9.5 - Geotechnical Speciality Lab Testing

Technical Questions Should Be Addressed To:
  https://fdotwp1.dot.state.fl.us/BidQuestionsAndAnswers/


                                                  
Advertisement Date             :  14OCT2019
Phase1 Selection Cmte. Meeting :  05DEC2019  Time:  10:00AM
Posting of Shortlist           :  05DEC2019  Time:  4:00PM
Mand. Pre-Proposal Meeting Date:  06JAN2020  Time:  10:00AM
Phase 2 Tech. Proposal Due Date:  22MAY2020  Time:  5:00PM
Price Proposal Due Date        :  23JUL2020  Time:  11:00AM
Proposal Opening Date          :  23JUL2020  Time:  11:00AM
Final Selection Meeting Date   :  30JUL2020  Time:  10:00AM



Bid Opening Date/Time/Location :
  District One Headquarters; 801 N. Broadway Ave. Bartow, FL
  33830 at 11:00 AM.

Phase 1 LOI Response Deadline : 04NOV2019      5:00PM
Respond To:
  Florida DOT - District 1
  ---
  ---
  Attn: Robin Stevens
        Procurement Office
  Phone: 863-519-2559
  d1.designbuild@dot.state.fl.us 



               DISTRICT 2    
Procurement Number      : E2Z33

Project Description     :
  I-10 Rest Areas Reconstruction Suwannee & Columbia County
  The scope of work includes all investigation, design,
  permitting, coordination, final approved construction
  documents, and construction activities necessary for the
  reconstruction of the existing I-10 Rest Areas in Suwannee
  County and Columbia County and additional improvements
  specified herein. The anticipated project limits include the
  following:
  438608-1, Suwannee County, Eastbound Rest Area
  This portion of the project extends from approximately 3400-
  ft. west of the Suwannee/Columbia County Line (Section 37120
  MP 24.8766) to approximately 1700-ft. east of the Suwannee/
  Columbia County Line (Section 29170 MP 0.323).
  438609-1, Columbia County, Westbound Rest Area
  This portion of the project extends from approximately 900-
  ft. east of the Suwannee/Columbia to approximately 5400-ft.
  east of the Suwannee/Columbia County Line (Section 29170 MP
  0.843).
  Contractors performing the site work shall be prequalified
  with FDOT contract office, in the work classes as follows:
  Grading
  Flexible Paving
  Drainage
  Hot Plant-Mixed Bitum. Course
  Portland Cement Concrete Roadway Paving
  The Request for Proposal and Attachments will be available
  through the Contract Proposal Processing (CPP) Online
  ordering system at the time of official advertisement of the
  project.  CPP can be accessed at:https://fdotwp1.dot.state.
  fl.us/contractproposalprocessingonlineordering
  SPECIAL NOTES: In accordance with Conflict of Interest
  Procedure for Department Contracts  (Procedure 375-030-006),
  the following Firms participated in the development of the
  conceptual plans or Request for Proposal for this Project
  and are restricted from participation on a Design-Build Firm
  without approval from the District 2 Secretary. The Firms
  identified below may not represent a comprehensive list.
  Firms not listed below who performed services or who are
  later retained to perform services on this Project are
  subject to restriction unless an exception is obtained from
  the Department.
  C9R75
  STV Incorporated
  C9i98
  HNTB Corporation
  C9E03 and CA281
  Atkins North America, Inc.
  Cardno, Inc.
  Environmental and Geotechnical Specialists, Inc.
  Estimated Contract Time: 600 calendar days
  Actual commitment and final execution of this contract is
  contingent upon an approved legislative budget and
  availability of funds.
  Technical Review Committee Members:
  Craig Teal, P.E. - Project Management Engr. Supervisor III
  Richard Bame - District Maintenance Contracts Administrator
  Tom Crossman, P.E. - Construction Manager
Financial Management Number(s):
  43860815201 43860915201
Contract Amount/Limit   :  $20,082,721
Selection Method        : LOW BID TYPE
Response Requested      : BID PROPOSAL


Prequalification Requirements:
  Contractor Certified by the Florida Construction Industry
  Board as General Contractor
  Professional Team Member Qualified under Rule 14-75,
  Florida Administrative Code - Work Types:
     6.3.1 - Intelligent Trans Sys. Analysis & Design
     6.3.2 - Intelligent Trans Systems Implementation
     6.3.3 - Intelligent Trans Traffic Eng. Communications
     14.0 - Architect
     3.1 - Minor Highway Design
     3.2 - Major Highway Design
     3.3 - Controlled Access Highway Design
     4.1.1 - Miscellaneous Structures
     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
     9.1 - Soil Exploration
     9.4.1 - Standard Foundation Studies

Technical Questions Should Be Addressed To:
  https://fdotwp1.dot.state.fl.us/BidQuestionsAndAnswers/

DBE/MBE Requirements:                      
  See preamble.
Low Bid Design-Build Qualification Validation Form


                                                  
Advertisement Date             :  23SEP2019
Pre-Bid Meeting Date           :  03OCT2019  Time:  10:00AM
Bids Due Date                  :  26NOV2019  Time:  11:00AM
Bid Opening Date               :  26NOV2019  Time:  11:00AM
Tech. Rev. Cmte Meeting Date   :  10DEC2019  Time:  10:00AM
2nd Tech Rev. Cmte Meeting     :  12DEC2019  Time:  10:00AM
Final Selection Meeting Date   :  16DEC2019  Time:  10:00AM
Award Committee Meeting Date   :  16DEC2019  Time:  10:00AM



Meeting Location Notes:
  All public meetings will be held at the Florida Department
  of Transportation District Two Headquarters
  1109 South Marion Avenue, Lake City, FL 32025

Bid Opening Date/Time/Location :
  November 26, 2019 11:00am
  Florida Department of Transportation District Two
  1109 South Marion Avenue, Lake City, FL  32025

Response Deadline              : 26NOV2019
Respond To:
  Florida DOT - District 2
  1109 South Marion Avenue
  MS 2015
  Lake City, FL  32025-5874
  Attn: Jim Brown, MS 2015
        Procurement
  Phone: 386-758-3798
  D2.DesignBuild@dot.state.fl.us 



               DISTRICT 3    
Procurement Number      : E3S76

Project Description     :
  Multilane Construction of SR 30 (US 98) from Bayshore Road
  to Portside Drive in Santa Rosa County.
  ***
  ***
  The estimated contract time for this project is to be
  determined.
  ***
  ***
  In accordance with the Conflict of Interest Procedure for
  Department Contracts (Procedure 375-030-006), the following
  firms participated in the development of the conceptual
  plans or Request for Proposal for this project and are
  restricted from participation on a Design-Build Team without
  approval from the District 3 Secretary. The firms identified
  below may not represent a comprehensive list. Firms not
  listed below who performed services or who are later
  retained to perform services on this project are subject to
  restriction unless an exception is obtained from the
  Department.
  HNTB Corporation (C9V84)
  Volkert, Inc. (C8J51)
  Environmental and Geotechnical Specialists, Inc. (C8J51)
  HSA Consulting Group, Inc. (C8J51)
  Southeastern Surveying and Mapping Corporation (C8J51)
  ***
  ***
  The technical review committee for this project will be:
  Alaina Webb, P. E. - Project Management Engineering
  Supervisor IV;
  Kelli Rice, P. E. - Construction Project Manager; and
  Jack Harrison - Construction Project Manager
  ***
  ***
  The Design-Build Firm must address all Professional Services
  work types required based on the scope of work in the RFP
  at the time of submittal of the Low Bid Design-Build
  Qualifications Verification Form (Form No. 700-11-36).
Financial Management Number(s):
  22044015201
Contract Amount/Limit   :  $69,630,558
Selection Method        : LOW BID TYPE
Response Requested      : BID PROPOSAL


Prequalification Requirements:
  Contractor must be qualified under Rule, 14-22, Florida
  Administrative Code - Work Class(es):
     10 - Flexible Paving
     11 - Grading (includes clearing & grubbing, excavation, embarkment)
     7 - Drainage (includes all storm drains,pipe culverts, culverts, etc.)
     15 - Hot Plant-Mixed Bitum. Course (incl structural & surface courses)
  Professional Team Member Qualified under Rule 14-75,
  Florida Administrative Code - Work Types:
     3.2 - Major Highway Design

Technical Questions Should Be Addressed To:
  All questions for this project should be submitted through
  the Department's Bid Question and Answers website:
  https://fdotwp1.dot.state.fl.us/BidQuestionsandAnswers/

DBE/MBE Requirements:                      
  The Department has reviewed this project and established a
  10% DBE Availability Goal and a 3% SBE Aspiration Goal for
  for this project.
Low Bid Design-Build Qualification Validation Form


                                                  
Advertisement Date             :  14OCT2019
Pre-Bid Meeting Date           :  23OCT2019  Time:  01:30PM
Bids Due Date                  :  03MAR2020  Time:  10:00AM
Bid Opening Date               :  03MAR2020  Time:  10:30AM
Tech. Rev. Cmte Meeting Date   :  10MAR2020  Time:  10:30AM
Final Selection Meeting Date   :  16MAR2020  Time:  09:00AM



Meeting Location Notes:
  A Mandatory Pre-Proposal meeting will be held for this
  project on Wednesday, October 23, 2019 at 1:30 p.m. (local
  time), Florida Department of Transportation, 1074 Highway
  90 East, Chipley, FL 32428.

Bid Opening Date/Time/Location :
  Bid proposals for this project will be opened on Tuesday,
  March 3, 2020 at 10:30 a.m., Florida Department of
  Transportation, 1074 Highway 90 East, Chipley, FL 32428.

Response Deadline              : 03MAR2020
Respond To:
  District 3 Design Build
  1074 Highway 90
  Chipley, FL 32428-9990
  Attn: Steve Thames
        Procurement
  Phone: (850) 330-1366
  d3.designbuild@dot.state.fl.us 


            
 
 
  Back to Top