Use of University Facilities (Repealed)  

  •  

    DEPARTMENT OF EDUCATION

    Florida International University

    RULE NO.:RULE TITLE:

    6C8-5.009Use of University Facilities (Repealed)

    6C8-5.009-Use Of University Facilities

    The Florida International University Board of Trustees (hereinafter referred to as “FIU” or “Owner”) announces that construction engineering and inspection services will be required for the project listed below:

    PROJECT NAME AND NUMBER: Construction engineering and inspection services for BT-904 University City Prosperity Project Infrastructure Improvements, FM No. 434688-1, Contract ARI73 Federal Aid Number TGER-002-A (collectively referred to as the “Project”)

    PROJECT LOCATION: Infrastructure improvements for this Project will be located along SW 109th Avenue between SW 6th Street at the northern terminus and the Green Library at the southern terminus within FIU. Various project elements will be located on FIU property, City of Sweetwater Right-of-Way, South Florida Water Management District Right-of-Way, Florida Department of Transportation (FDOT) Right-of-Way, and Miami-Dade County Right-of-Way.

    PROJECT DESCRIPTION: On September 5, 2013, FIU was notified by the United States Department of Transportation (USDOT) that it had been selected as a recipient of a 2013 Transportation Investment Generating Economic Recovery (TIGER) Grant for the Project. TIGER funds will be used to construct urban design and infrastructure improvements for the Project, including a new pedestrian bridge, complete streets, and other pedestrian-oriented transit access improvements. These infrastructure improvements will support the economic growth of FIU, a major public research university, and the adjacent City of Sweetwater.

    Following the September 2013 notification, FIU retained an engineering firm to act as a Design Criteria Professional and prepare Design-Build criteria, which included schematic plans, specifications and estimates. The foregoing plans, specifications and estimates, along with other documents and requirements, were released as part of a Request for Proposals for Design-Build services that was advertised on June 30, 2014. Five qualification submissions from Design-Build firms were received on July 30, 2014 and three firms were short-listed and asked to submit complete proposals. Design-Build firm selection interviews were conducted on November 5, 2015 and the MCM-Figg team was selected as the winning firm. Execution of the Design-Build Contract is scheduled to occur in mid-January 2016. Following the Contract Execution and Notice to Proceed the development of final fully-engineered designs, plans and specifications will begin. Links to further information on the Project and the Design-Build firm selection process and proposal can be found at the Project web page, http://facilities.fiu.edu/projects/BT-904.htm. Firms considering submission of qualifications for construction engineering and inspection services should become familiar with the Project by visiting the proposed construction site and referring to the links on the Project web page. The Design-Build Request for Proposals located on the Project website contains Design-Build criteria drawings and other important information as well as the selected proposal. It is the responsibility of potential construction engineering and inspection consultants to check the website for updates and changes on a daily basis as information posted therein may be updated or changed without notice.

    SERVICES REQUESTED BY THE REQUEST FOR QUALIFICATIONS: The services requested by the Request for Qualifications (RFQ) shall include engineering and related professional and administrative and testing services by firms with prior FDOT Local Agency Program (LAP) experience and who are pre-qualified by FDOT in certain categories of work. Experience with the requirements of USDOT and Federal Highway Administration (FHWA) funded projects is required. FDOT pre-qualified civil engineering firms interested in providing services must submit qualifications and other information in the format further described in the Project’s RFQ documents (including referenced documents) for “Construction Engineering and Inspection Services for BT-904 UniversityCity Prosperity Project Infrastructure Improvements.” FIU plans to contract with one engineering consulting firm (hereinafter referred to as “CEI” or “Consultant”) to provide the foregoing construction engineering and inspection services. In addition to the foregoing construction engineering and inspection services, the Consultant will be required to prepare and submit full compliance documentation as required by FDOT/LAP and FHWA processes, procedures and regulations.

    In order to minimize the possibility of unethical pressures or influences on the recommendations of the selection committee, direct contact with the committee members throughout the selection process is not permitted. The committee members are:

    1. John Cal, Associate Vice-President, FIU Facilities Management

    2. Alberto Delgado, Construction Project Manager, FIU Facilities Management

    3. Barbara Espino, Construction Manager & LAP Coordinator, FDOT District VI

    4. Eric Gomez, City Engineer, City of Sweetwater

    Funding for this project is through an FHWA TIGER grant in addition to local match funds from FIU and the City of Sweetwater. Grant funding reimbursements shall be administered through the FDOT LAP. The CEI must be familiar with the compliance requirements of the program, see http://www.dot.state.fl.us/programmanagement/LAP/Default.shtm. FHWA-1273 requirements (Non-Discrimination, Non-Segregation, Davis-Bacon, etc.) must be incorporated in their entirety (not by reference) into all contracts and subcontracts for this project.

    SELECTION PROCESS: Firms desiring to provide construction engineering and inspection services for the Project shall submit a letter of application and a completed FIU Professional Qualifications Supplement (FIUPQS) form. Proposals must not exceed 40 pages, including the FIUPQS form and letter of application. This 40 page limit is exclusive of the specific “Other Statements, Forms and Documentation” also required to be submitted for this Project as described in the RFQ. Pages must be numbered consecutively. Submittals which do not comply with these requirements or do not include the requested data will not be considered. No submittal material will be returned.

    QUALIFICATIONS REQUIREMENTS: In addition to other requirements included in the FIUPQS form, the CEI firm team member(s) involved in professional services, as engineer and/or architect, and construction services, as a certified general contractor, shall meet the requirements of Section 287.055, Florida Statutes, at the time of the FIUPQS submittal. Corporate entities must be registered to operate in the State of Florida by the Department of State, Division of Corporations, at the time of application. As required by Section 287.133, Florida Statutes, a firm may not submit a proposal for this project if it is on the convicted vendor list for a public entity crime committed within the past thirty-six (36) months. The selected CEI firm must warrant that it will neither utilize the services of, nor contract with, any supplier, subcontractor, or sub-consultant in excess of $15,000.00 in connection with this Project for a period of thirty-six (36) months from the date of them being placed on the convicted vendor list.

    The FIUPQS form may be obtained from the website, http://facilities.fiu.edu/projects/BT‐904.htm. Other Project materials will also be posted on this webpage and prospective proposers should check the page for updates on a daily basis. Requests for meetings by individual firms will not be granted. Once the firm acquires the required forms, questions may be directed to Facilities Planning at (305)348-4090 or via email to griffith@fiu.edu.

    One (1) original and (7) bound copies (eight [8] in total) of the required qualification data shall be submitted together with one exact electronic copy of all submitted documents as a single combined PDF file on a CD-ROM, DVD or Flash Drive. Consultants must include a primary and secondary email address together with telephone number(s) to allow for direct official contact by FIU during the selection process if contact or notifications, in addition to normal website postings, become necessary.

    The complete RFQ and other requirements can be obtained from the FIU Facilities website, http://facilities.fiu.edu/projects/BT‐904.htm.

    NOTE: The Consultant shall be FDOT prequalified in the following work categories: Work Type 10.1-Roadway Construction Engineering and Inspection (CEI), Work Type 10.4-Minor Bridge and Miscellaneous Structures CEI, Work Type 10.5-Major Bridge CEI in those 10.5 sub-categories appropriate to the Design-Build bridge proposed for this Project including 10.5.1 – Major Bridge CEI Concrete as well as experience with inspection of suspension or cable-stayed and post-tensioned bridges.

    For this Project Categories 10.1 and 10.4 are considered to be the major type of work and 10.5.1 is considered to be the minor type of work. The primary/prime Consultant must be prequalified in the major type of work. The Consultant shall also be prequalified, on its own or through FDOT- approved sub-consultant(s), in the following work categories: 10.5-Major Bridge CEI and Vertical Building Construction and CPTED.

    Any firm not prequalified by the FDOT and desiring consideration for the Project must submit a complete Request for Qualification Application to toco.profserv@dot.state.fl.us by the advertised “Letter of Response Deadline Date and Time.”

    Notwithstanding the contrary statements on the standard FIUPQS Form and Instructions, “Specialty Consultants” whom the applicant considers necessary may be listed and named when applying for this Project.

    ALL APPLICANTS SHOULD REVIEW THE CONTRACT REQUIREMENTS, RFQ AND STANDARD INSURANCE REQUIREMENTS CAREFULLY PRIOR TO MAKING A DECISION AS TO WHETHER OR NOT TO RESPOND TO THIS ADVERTISEMENT.

    SUBMIT QUALIFICATIONS TO: Selection Committee, FIU Facilities Planning, Campus Support Complex Room 142, Modesto Maidique Campus, 11555 SW 17th Street, Miami, FL 33199. Submittals must be received between 8:30 a.m. and 12:30 p.m. OR 1:30 p.m. and 4:00 p.m. local time, Tuesday, January 12, 2016. Submittals will not be accepted before or after the times and date stated above. Email submittals and facsimile (fax) submittals are not acceptable and will not be considered. The respondent shall bear all costs associated with the preparation and submission of the response to this solicitation.