Transportation Region/Bureau :
Bureau of Technical Services Solicitation ID : BTS-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Open
Anticipated Construction Cost :
N/A NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jul 2018 Anticipated Project Completion Date :
30 Jun 2020
Project Purpose and Need :
WisDOT may require the services of outside fee appraisers to provide professional appraisal services in establishing an opinion of value as needed for real estate acquisitions. Appraiser applicants can be Certified Residential or Certified General, and should be well versed in eminent domain processes. Our appraisal needs range from the typical residential property, to small strip-takings, to varying specialty services, to needs for complex commercial, industrial, agricultural and unique needs.
Project Description : Appraisal work for WisDOT may range from relatively routine, to specialty services, to highly complex appraisals. Only those individuals selected and approved through this solicitation will be considered to participate in future appraisal work order bidding processes. Prior to being invited to bid on certain projects, appraisers may be asked to provide one or more finished examples of their work relative to the project.
Master Group Id : March 2018 Solicitation Real Estate Appraisal Services
Master Group Type : Real Estate Appraisal Services
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Must be at either a Certified Residential or Certified General Appraiser level.
Standards of the appraisal and conduct of the appraiser are as governed by USPAP, according to generally accepted professional appraiser standards and WisDOT procedures.
An understanding of eminent domain right of way valuation theory and the ability to complete eminent domain appraisals to WisDOT standards.
Ability to work in collaboration with and cooperation with other WisDOT right of way staff, and to meet project deadlines.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Bid Tabulation (Tab) sheet.
Minimum scope of work requirements.
Property title information.
Appriasal soope of work process
Online access to Real Estate Program Manual (REPM)
Project and parcel information
READS access
Appraisal forms/formats (templates)
Department Provides
Schedule Item Due Date
To be dertermined in each work order
Schedule for Deliverables
Report Generated on 03/14/2018 10:07 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
001
Name Email
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : All appraisers must be named in this NOI and each individual must have their knowledge, skills and abilities described individually. Subconsultants must be clearly noted as a “sub.” Describe any area(s) of specialty or specific area(s) of expertise you have in appraisal skills and services.
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
Individual work orders are drafted as needed and issued to the lowest qualified bidder.
Basis of Payment Notification
Advertised Fixed Fee % : 0.00
The Basis of Payment will be one or more of the following:
Cost Per Unit
Lump Sum
Actual Cost Plus Fixed Fee
Specific Rate
Special Skills Certification License
Understanding of and adherence to federal right of way acquisition regulations and procedures under the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (as amended).
Understanding of and adherence to Wisconsin Statutes (Chapter 32).
Understanding of and adherence to WisDOT’s online Real Estate Program Manual (REPM).
Understanding of and adherence to WisDOT prescribed appraisal formats.
Understanding of and adherence to Uniform Standards of Professional Appraisal Practice (USPAP).
Understanding of and adherence to READS entry as appropriate.
Ability to meet project deadlines.
Show willingness and be responsive to suggested training as appropriate.
Ability to perform eminent domain appraisals.
Fixed Fee Notification
Individual work orders are drafted as needed and issued to the lowest qualified bidder.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:07 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
002
No records to display
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:07 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
003
Transportation Region/Bureau :
North Central Region Solicitation ID : NC-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$2,000,000-$2,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jun 2018 Anticipated Project Completion Date :
01 Nov 2019
Project Purpose and Need :
The purpose of this action is to repair failing concrete joints to extend the life of the pavement and make spot safety improvements. The existing concrete pavement is exhibiting signs of minor deterioration. Left unchecked, the pavement structure life will be significantly reduced. The cracking will soon reduce the ride quality below the very good range into the good range. Paved shoulders on the project are slightly lower than the road edge and need to be addressed with a mill and overlay.
Project Description : 4.912 miles; Spruce Rd. – CTH M, WB; Thornton; Shawano County Concrete pavement repairs, shoulder paving and rumble strips, inlet repair, culvert work, minor ditching, 2 inch mill and overlay on asphalt shoulders, and mill and overlay asphalt turn lanes.
Project ID Project Name Route County
1058-23-01 WITTENBERG - SHAWANO (1058-23-01)
STH 29 SHAWANO COUNTY
Project ID(s)
Schedule Item Due Date
PS&E package
90% Plans
Trans 220 coordination
Public Involvement Plan
Public Informational Meeting assistance
Project data/file management
Progress Meetings
Plans, specifications, and estimates (PS&E) review
Final Environmental Document
Final DNR/401 water quality certification
Field Survey, as needed
Environmental report (CEC)
Encroachment Report
DT1078 utility submittal
Draft roadway PS&E
Draft PS&E
Documentation of technical discussions and decisions.
Documentation for consultation reports,
DNR Coordination
Design Study Report
Create and maintain list of affected stakeholders
Schedule for Deliverables
Report Generated on 03/14/2018 10:10 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 4
Solicitation Scope Of Service - DETAILS REPORT
004
Consultants Requirements
Experience in Public Relations coordination in rural areas
Experience with WisDOT projects
Civil engineering background with transportation/highway experience
Familiarity with State of Wisconsin Standard Specifications for Highway and Structure Construction, WisDOT and US DOT Manual on Uniform Traffic Control Devices, and the AASHTO Roadside Design Guide
The consultant team must have individuals with proven experience in work zone and intersection design practices as it pertains to transportation engineering work.
Knowledge of the MUTCD, WisDOT MUTCD Supplement, and TGM.
A successful consultant team must have demonstrated design capabilities in CADDS, PS&E review, signing, marking, work zone traffic control and intersection design.
Understanding of horizontal datum, vertical datum, coordinate systems and zones, units, and coordinate conversions.
Knowledge of the Departments current engineering platform (Civil 3D)
Knowledge of department’s current engineering platform and the appropriate file formats used by department staff (Civil 3D, CAiCE, SDMS, etc.)
Knowledge and skills required to complete topographic surveys, cross sections, DTMs, utility surveys, and control surveys.
Familiarity with design criteria – both with WisDOT’s Facilities Development Manual and the AASHTO Roadside Design Guide – for rural and urban roadways.
Work Zone traffic control experience and capabilities.
Understanding and knowledge of the WisDOT/WDNR Cooperative Agreement.
Detailed knowledge and understanding of storm water engineering principles and practices specific to the WisDOT highway environment.
Detailed knowledge and understanding of erosion & sediment control principles and practices specific to the WisDOT highway environment.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Concept Definition Report
Crash rate data
Photo log of project limits
Traffic data, counts, projections
Project Location map
Project Schedule
As built plans
Department Provides
Community and Business Stakeholder Outreach
Best Management Practice (BMP) guidance
Agency Coordination
Advanceable roadway PS&E
Advanceable PS&E
60% plans
60% roadway plans
30% plans
30% roadway plans
Estimate submittals in WisDOT project software
Report Generated on 03/14/2018 10:10 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 4
Solicitation Scope Of Service - DETAILS REPORT
005
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Consultant shall provide professional, competent staff who have the necessary skill and experience to provide quality and timely services for the services listed above.
Consultant shall have demonstrated satisfactory performance on comparable prior public improvement projects.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:10 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 4
Solicitation Scope Of Service - DETAILS REPORT
006
Name Email
No records to display
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:10 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 4
Solicitation Scope Of Service - DETAILS REPORT
007
Transportation Region/Bureau :
North Central Region Solicitation ID : NC-02
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$1,000,000-$1,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jun 2018 Anticipated Project Completion Date :
01 May 2021
Project Purpose and Need :
The purpose of the project is to either remove and replace the structure B-26-0006 or replace it with an at grade intersection of USH 51 and USH 2. The structure is at the end of its serviceable life.
Project Description : Reconstructed the intersection with and at-grade intersection or replace the structure. 0.489 miles; Manitowish – Hurley; USH 51 overhead removal, B-26-0006; Hurley; Iron County
Project ID Project Name Route County
1175-21-01 MANITOWISH - HURLEY (1175-21-01)
USH 51 IRON COUNTY
Project ID(s)
Schedule Item Due Date
90% Plans
PS&E package
Trans 220 coordination
Traffic Management Plan (TMP)
Traffic Management Plan
Survey control
Survey – Bridge and Roadway (Topo and Utility)
Structure Survey Reports
Structure plan checking.
Structure evaluation/sizing.
Structure design computations
Section 106 Coordination
Roadway approach design as needed for bridge work
Roadside Hazard Analysis
Review of Rehabilitation preliminary structure plans
Review of final structure plans and special provisions.
Review meetings (30%, 60% and draft PS&E)
Public Involvement Plan
Public Informational Meeting assistance
Progress Meetings
Project data/file management
Preparation of technical reports
Preliminary TPP submittal
Schedule for Deliverables
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 6
Solicitation Scope Of Service - DETAILS REPORT
008
Preliminary Road and Structure Plans
Preliminary Right of Way Needs
Preliminary Plans for preferred alternative
Preliminary and Final Roadway Designs
Plans, specifications, and estimates (PS&E) review
Phase 1 hazardous materials investigation
Memoranda of agreements.
Length of Need
Intersection lighting and lighting design
Intersection and interchange alternatives analysis
Final Structure Plans
Final Environmental Document
Final DNR/401 water quality certification
Field Survey, as needed
Exception to standards, as needed
Environmental report (CEC)
Engineering, planning and administrative services
Encroachment Report
Electronic Survey Data
DT1078 utility submittal
Draft structure PS&E
Draft roadway PS&E
Draft PS&E
Documents and submittals accordances with the WisDOT FDM
Documentation of technical discussions and decisions.
Documentation of research and analysis.
Documentation for consultation reports,
DNR Coordination
Design Study Report
Create and maintain list of affected stakeholders
Cost comparison of rehabilitation vs. structure replacement
Community and Business Stakeholder Outreach
Community and Business Assessment and Outreach
Civil 3D DWG files
Bridge Rehabilitation Report and Structure Survey Reports
Best Management Practice (BMP) guidance
Alternative Designs in Civil3D
Agency Coordination
60% plans
60% roadway plans
60% structure plans
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 6
Solicitation Scope Of Service - DETAILS REPORT
009
Consultants Requirements
Experience in Public Relations coordination in rural areas
Experience in mentoring WisDOT support staff provided on the project
Civil engineering background with transportation/highway experience
Familiarity with State of Wisconsin Standard Specifications for Highway and Structure Construction, WisDOT and US DOT Manual on Uniform Traffic Control Devices, and the AASHTO Roadside Design Guide
This project will require an individual with good traffic engineering and communication skills.
A successful consultant team must have demonstrated design capabilities in CADDS, PS&E review, signing, marking, work zone traffic control and intersection design.
Knowledge of department’s current engineering platform and the appropriate file formats used by department staff (Civil 3D, CAiCE, SDMS, etc.)
Knowledge of the Departments current engineering platform (Civil 3D)
Understanding of horizontal datum, vertical datum, coordinate systems and zones, units, and coordinate conversions.
Familiarity with design criteria – both with WisDOT’s Facilities Development Manual and the AASHTO Roadside Design Guide – for rural and urban roadways.
Experience performing and completing structure survey reports.
Have worked on WisDOT Projects in last 5 years
Knowledge and understanding of WisDOT Facilities Development Manual
Experience with public involvement.
Familiarity with Section 106 of the National Historic Preservation Act of 1966 as amended 36 CFR 800, and WisDOT policies, procedures as reflected in FDM chapters 5 and 26.
The consultant should also have similar experience with relevant transportation projects.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Bridge inspection reports
Bridge as-built plans
Project Schedule
Project Location map
As built plans
Traffic data, counts, projections
Soils/geotechnical investigation
Meta Manager information
Existing Right of Way Plats
Crash rate data
Concept Definition Report
Latest structure inspection reports
Department Provides
404 wetland permit
30% structure plans
30% roadway plans
30% plans
Estimate submittals in WisDOT project software
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 6
Solicitation Scope Of Service - DETAILS REPORT
010
Relevant experience with WisDOT transportation and related projects
Shall obtain necessary permits or approvals from WDNR, DATCP, USACE or USFWS when required
Experience with bridge design on similar type structures
Full knowledge of MicroStation, SignCAD and Civil 3D software.
Experience completing the PS&E process as described in WisDOT FDM.
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience with the public involvement process
Experience with Trans 220 utility coordination process
Knowledge and experience with the environmental documentation and agency coordination required
An engineering or construction management degree
Effective communication and computer skills
Knowledge of WisDOT FDM and PS&E process
Structures and pavement knowledge & AASHTO design criteria knowledge
A thorough working knowledge of WisDOT’s project delivery process.
Ability to express ideas and exchange information clearly, both verbally and in writing, and to be an effective listener.
Ability to keep all privileged information confidential.
Ability to perform field survey
Ability to work with a diverse team of professionals and a multitude of State and Federal regulatory agencies.
Ability to work with public and local officials
Ability to work with the public and local agencies.
Capacity to accomplish the work within the required timeframe/schedule
Efficient computer skills for programs used by the Department (Excel, Word, Atwood Systems, etc.)
Experience in technical presentation development.
Experience presenting technical information to diverse audiences.
Experience with agency coordination, including railroads
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Provide all equipment and supplies needed to perform specified tasks.
Knowledge of highway laws, codes, standards and specifications pertaining to highway engineering.
Knowledge of the engineering principles and practices applied in the design, construction and maintenance of all types of highways, bridges and related structures.
Staffing of an appropriate level to complete the required work in the interval described
Experience with Civil3D, required design software for all project design activities
Experience with interchange design
Experience with public involvement process, local official coordination and agencies coordination process
Familiarity with WisDOT and AASHTO specifications, test procedures, and evaluation criteria pertaining to precast concrete and metal pipe, and fabrication facilities
Knowledge, skills and/or training specific to highway development and improvement projects.
Consultant shall have demonstrated satisfactory performance on comparable prior public improvement projects.
Consultant shall provide professional, competent staff who have the necessary skill and experience to provide quality and timely services for the services listed above.
Experience with structure design, including both rehabilitations and replacements, and coordinating with the Bureau of Structures.
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 6
Solicitation Scope Of Service - DETAILS REPORT
011
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Structural Engineer
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Knowledge and experience in rural and urban roadway and intersection design.
Skills, experience and knowledge of Civil3D and converting Microstation into Civil3D.
Detailed knowledge and understanding of erosion & sediment control principles and practices specific to the WisDOT highway environment.
Understanding and knowledge of the WisDOT/WDNR Cooperative Agreement.
Experience in preliminary and final bridge design.
Comprehensive knowledge of structural bridge design
Comprehensive working knowledge of the Wisconsin Bridge Manual, Wisconsin Standard Specifications and the Facilities Development Manual (FDM)
Extensive experience in preliminary structure plan development
Structural bridge and box culvert design, including 3-sided structures
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 5 of 6
Solicitation Scope Of Service - DETAILS REPORT
012
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:11 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 6 of 6
Solicitation Scope Of Service - DETAILS REPORT
013
Transportation Region/Bureau :
North Central Region Solicitation ID : NC-03
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$1,000,000-$1,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
15 Jun 2018 Anticipated Project Completion Date :
01 Aug 2020
Project Purpose and Need :
The purpose of these projects is to complete structure rehabilitation improvements to structures B-37-0203 (STH 52) and B-37-0100 (Bus 51). This project is needed to: address significant signs of deck deterioration, bearing replacements, and deteriorated end joints on structure B-37-0203. And address deteriorated deck, deteriorated approaches, deteriorated paint system, and unsealed center joint on B-37-0100.
Project Description : Project will be full service design of projects 6999-03-32 and 6999-03-33. Project anticipated to consist of concrete deck overlays, bridge painting, bearing replacement, and end joint replacements of structures. Project will also include paving of approaches at B-37-0100. Length: N/A (Structures work); Termini: Structures B-37-0100 and B-37-203; City of Wausau in Marathon County
Project ID Project Name Route County
6999-03-32 C WAUSAU, SCOTT STREET (6999-03-32)
STH 52 MARATHON COUNTY
6999-03-33 C WAUSAU, GRAND AVENUE (6999-03-33)
LOC STR MARATHON COUNTY
Project ID(s)
Schedule Item Due Date
PS&E package
90% Plans
Utility coordination including 1078 plan submittals
Utility and topographic surveys, as needed
Trans 220 coordination
Traffic Management Plan (TMP)
Traffic Management Plan
Survey – Bridge and Roadway (Topo and Utility)
Structure Survey Reports
Structure Inventory Form
Structure design computations
Roadway approach design as needed for bridge work
Review of Rehabilitation preliminary structure plans
Review of final structure plans and special provisions.
Review meetings (30%, 60% and draft PS&E)
Reports for work zone, signing and marking projects.
Railroad coordination
Quality Assurance and Control Program.
Public outreach
Public Involvement Plan
Schedule for Deliverables
Report Generated on 03/14/2018 10:12 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 5
Solicitation Scope Of Service - DETAILS REPORT
014
Public Informational Meeting assistance
Project management and oversight
Project data/file management
Progress Meetings
Programmatic Exception to Standards
Preliminary Road and Structure Plans
Preliminary and Final Roadway Designs
Phase 1 hazardous materials investigation
Perform miscellaneous field surveys and investigations.
Mapping and/or DTM data in MicroStation and AutoCAD files
Intersection pedestrian accommodation design as needed
Final Structure Plans
Final Environmental Document
Final DNR/401 water quality certification
Field Survey, as needed
Exception to standards, as needed
Environmental report (CEC)
Electronic Survey Data
DT1078 utility submittal
DT 1077 utility notification
Draft structure PS&E
Draft roadway PS&E
Draft PS&E
Documents and submittals accordances with the WisDOT FDM
Documentation of technical discussions and decisions.
DNR Coordination
Design Study Report
Create and maintain list of affected stakeholders
Crash Analysis – Safety Screening Sheet
Community and Business Stakeholder Outreach
Bridge load ratings
Bridge Rehabilitation Report and Structure Survey Reports
Bridge Field Review
Appearances at pre-project meetings
Agency Coordination
60% structure plans
60% roadway plans
60% plans
30% structure plans
30% roadway plans
30% plans
Report Generated on 03/14/2018 10:12 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 5
Solicitation Scope Of Service - DETAILS REPORT
015
Consultants Requirements
Familiarity with State of Wisconsin Standard Specifications for Highway and Structure Construction, WisDOT and US DOT Manual on Uniform Traffic Control Devices, and the AASHTO Roadside Design Guide
Technical writing
Knowledge of the MUTCD, WisDOT MUTCD Supplement, and TGM.
Knowledge of department’s current engineering platform and the appropriate file formats used by department staff (Civil 3D, CAiCE, SDMS, etc.)
Knowledge of the Departments current engineering platform (Civil 3D)
Knowledge and skills required to complete topographic surveys, cross sections, DTMs, utility surveys, and control surveys.
Familiarity with design criteria – both with WisDOT’s Facilities Development Manual and the AASHTO Roadside Design Guide – for rural and urban roadways.
Experience performing and completing structure survey reports.
Experience in data submittal (report, observational data, and survey station coordinates in specified format).
Experience in data acquisition (total station, GPS, leveling, etc.)
Structural bridge and box culvert design, including 3-sided structures
Knowledge of the AASHTO LRFD, LFD and ASD Design Specifications and the ability to design structures in LRFD, LFD and ASD
Extensive experience in preliminary structure plan development
Firms must be familiar with work zone safety and the LCS, as well as the Manual on Uniform Traffic control Devices (MUTCD) and the Wisconsin Manual on Uniform Traffic Control Devices (WMUTCD).
Working knowledge of the AASHTO LRFD Bridge Design Specifications and the ability to design structures using the LRFD specification.
Experience in structure load rating calculations
Experience in preliminary and final bridge design.
Understanding and knowledge of the WisDOT/WDNR Cooperative Agreement.
Skills, experience and knowledge of Civil3D and converting Microstation into Civil3D.
Knowledge and experience in rural and urban roadway and intersection design.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Bridge inspection reports
Bridge as-built plans
Project Schedule
Feedback and performance monitoring
As built plans
Access to project related documents/plans
Traffic data, counts, projections
Meta Manager information
Existing Right of Way Plats
Concept Definition Report
Asbestos reports
Utility contacts and task list
Latest structure inspection reports
Department Provides
Estimate submittals in WisDOT project software
Report Generated on 03/14/2018 10:12 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 5
Solicitation Scope Of Service - DETAILS REPORT
016
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Special Skills Certification License
Structural Engineer
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Experience with structure design, including both rehabilitations and replacements, and coordinating with the Bureau of Structures.
Ability to work with the public and local agencies.
Ability to work with public and local officials
Efficient computer skills for programs used by the Department (Excel, Word, Atwood Systems, etc.)
Experience presenting technical information to diverse audiences.
Experience with agency coordination, including railroads
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Good organizational and communication skills.
Capacity to accomplish the work within the required timeframe/schedule
Availability of qualified staff and equipment.
Ability to perform field survey
Ability to keep all privileged information confidential.
Ability to interpret policies, construction and testing specifications and requirements.
Ability to express ideas and exchange information clearly, both verbally and in writing, and to be an effective listener.
Ability to coordinate with WisDOT design staff
A thorough working knowledge of WisDOT’s project delivery process.
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Experience in bridge rating and structural analysis
Full knowledge of MicroStation, SignCAD and Civil 3D software.
Experience with bridge design on similar type structures
Knowledge and skills involving traffic control and input of lane/shoulder closures into the WisDOT Lane Closure System (LCS).
Ability to produce quality reports and bridge plan sheets along with entering data and supporting documentation into HSIS.
The consultant should also have similar experience with relevant transportation projects.
Experience with public involvement.
Knowledge and understanding of WisDOT Facilities Development Manual
Have worked on WisDOT Projects in last 5 years
Basis of Payment Notification
Report Generated on 03/14/2018 10:12 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 5
Solicitation Scope Of Service - DETAILS REPORT
017
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
Specific Rate
Cost Per Unit
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Fixed Fee Notification
Report Generated on 03/14/2018 10:12 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 5 of 5
Solicitation Scope Of Service - DETAILS REPORT
018
Transportation Region/Bureau :
North Central Region Solicitation ID : NC-04
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$1,000,000-$1,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Nov 2018 Anticipated Project Completion Date :
01 Nov 2020
Project Purpose and Need :
The asphaltic pavement is experiencing longitudinal cracking, transverse cracking, rutting as well as existing cross drains (Culverts) are exhibiting failure.
Project Description : 6.941 miles, Monico - Laona, Oneida County Line to STH 32 North, Town of Crandon and City of Crandon, Forest County. It is proposed to replace and/or repair failing cross drains and to remove top layer of asphaltic pavement and apply a new asphaltic surface to optimally extend the service life of the pavement.
Project ID Project Name Route County
1590-18-31 MONICO - LAONA (1590-18-31) USH 8 FOREST COUNTY
Project ID(s)
Schedule Item Due Date
PS&E package
90% Plans
Utility coordination including 1078 plan submittals
Utility and topographic surveys, as needed
Wetland delineations – field reviews and reporting
Survey control
Survey tasks as assigned
Review traffic forecasts prepared by others.
Public outreach
Public Involvement Plan
Progress Meetings
Programmatic Exception to Standards
Preliminary and Final Roadway Designs
Plans, specifications, and estimates (PS&E) review
Intersection pedestrian accommodation design as needed
Final Environmental Document
Field Survey, as needed
Field soil samples
Field drilling logs
Field coring logs
Environmental report (CEC)
Encroachment Report
DT1078 utility submittal
Schedule for Deliverables
Report Generated on 03/14/2018 10:13 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 4
Solicitation Scope Of Service - DETAILS REPORT
019
Consultants Requirements
Knowledge of the MUTCD, WisDOT MUTCD Supplement, and TGM.
Knowledge and skills required to complete topographic surveys, cross sections, DTMs, utility surveys, and control surveys.
A Professional Land Surveyor is to be responsible for all land surveying activities.
Experience with Civil3D, required design software for all project design activities
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Ability to work with the public and local agencies.
Ability to perform field survey
Ability to coordinate with WisDOT design staff
A thorough working knowledge of WisDOT’s project delivery process.
Experience with Trans 220 utility coordination process
Knowledge and experience with the environmental documentation and agency coordination required
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Project Scheduling Experience
Relevant experience with WisDOT transportation and related projects
Shall obtain necessary permits or approvals from WDNR, DATCP, USACE or USFWS when required
These individuals must carry academic and professional qualifications in their field of expertise.
The consultant should also have similar experience with relevant transportation projects.
Familiarity with Section 106 of the National Historic Preservation Act of 1966 as amended 36 CFR 800, and WisDOT policies, procedures as reflected in FDM chapters 5 and 26.
Knowledge and understanding of WisDOT Facilities Development Manual
Consultant Requirements ( Listed in approximate order of importance) :
Items
As built plans
Traffic data, counts, projections
Crash rate data
Concept Definition Report
Department Provides
DT 1077 utility notification
Documents and submittals accordances with the WisDOT FDM
Documentation for consultation reports,
DNR Coordination
Drainage Design Report
Estimate submittals in WisDOT project software
404 wetland permit
60% roadway plans
30% roadway plans
Report Generated on 03/14/2018 10:13 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 4
Solicitation Scope Of Service - DETAILS REPORT
020
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview :
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Professional Engineer
Professional Land Surveyor
Special Skills/Certification License ( Listed in approximate order of importance) :
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:13 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 4
Solicitation Scope Of Service - DETAILS REPORT
021
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:13 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 4
Solicitation Scope Of Service - DETAILS REPORT
022
Transportation Region/Bureau :
Northeast Region Solicitation ID : NE-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$8,000,000-$8,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jul 2018 Anticipated Project Completion Date :
30 Jun 2024
Project Purpose and Need :
The purpose of this improvement project is to address the deteriorating pavement, structural deficiencies, drainage issues, deteriorating storm sewer, and substandard beam guard.
Project Description : This project is a resurfacing level improvement project, type RSRF20 located in Brown County. Work will include milling and resurfacing of the existing asphaltic concrete pavement, replacement of box culvert C-05-0002 with a single span structure, replacement of culvert pipes, storm sewer rehabilitation, shouldering, pavement marking, and permanent signing. It is anticipated that a detour will be used for the structure replacement. Project length is approximately 14.7 miles.
Project ID Project Name Route County
4075-39-00 WRIGHTSTOWN-DENMARK (4075-39-00)
STH 096 BROWN COUNTY
Project ID(s)
Schedule Item Due Date
PS&E package 11/01/2021 12:00 AM
Utility coordination including 1078 plan submittals
Trans 220 coordination
Traffic Management Plan (TMP)
Survey – Bridge and Roadway (Topo and Utility)
Structure Survey Reports
Section 106 Coordination
Roadside Hazard Analysis
Right-of-way (R/W) Plats and Transportation Project Plats 05/01/2020 12:00 AM
Review meetings (30%, 60% and draft PS&E)
Public Involvement Plan
Public Informational Meeting assistance
Project management and oversight
Progress Meetings
Programmatic Exception to Standards
Preliminary and Final Roadway Designs
Field Survey, as needed
Environmental report (CEC)
Draft PS&E 06/01/2021 12:00 AM
Design Study Report
60% plans 05/01/2020 12:00 AM
30% plans 09/01/2019 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:14 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 4
Solicitation Scope Of Service - DETAILS REPORT
023
Consultants Requirements
Knowledge and skills required to complete topographic surveys, cross sections, DTMs, utility surveys, and control surveys.
A Professional Land Surveyor is to be responsible for all land surveying activities.
Comprehensive working knowledge of the Wisconsin Bridge Manual, Wisconsin Standard Specifications and the Facilities Development Manual (FDM)
Working knowledge of the AASHTO LRFD Bridge Design Specifications and the ability to design structures using the LRFD specification.
Experience in preliminary and final bridge design.
Understanding and knowledge of the WisDOT/WDNR Cooperative Agreement.
Experience with Civil3D, required design software for all project design activities
Knowledge of the engineering principles and practices applied in the design, construction and maintenance of all types of highways, bridges and related structures.
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Capacity to accomplish the work within the required timeframe/schedule
Consultant Requirements ( Listed in approximate order of importance) :
Items
Geotechnical Report
Field soil boring logs for each project
Laboratory test results as appropriate
As built plans
Soils/geotechnical investigation
Photo log of project limits
Existing Right of Way Plats
Concept Definition Report
Wetland Delineation
Utility contacts and task list
Signing plans
Traffic Forecast
Department Provides
Intersection pedestrian accommodation design as needed
Final DNR/401 water quality certification
Exception to standards, as needed
Encroachment Report
DT 1077 utility notification
Crash Analysis – Safety Screening Sheet
Agency Coordination
404 wetland permit
Estimate submittals in WisDOT project software
Preliminary and Final Structure Plans
Pavement Design Report
HazMat Assessments
Report Generated on 03/14/2018 10:14 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 4
Solicitation Scope Of Service - DETAILS REPORT
024
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Professional Engineer
Professional Land Surveyor
Architectual Historian
Archaeologist
Structural Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Availability of qualified staff and equipment.
Ability to work with public and local officials
A thorough working knowledge of WisDOT’s project delivery process.
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Relevant experience with WisDOT transportation and related projects
Familiarity with Section 106 of the National Historic Preservation Act of 1966 as amended 36 CFR 800, and WisDOT policies, procedures as reflected in FDM chapters 5 and 26.
Consultant shall have state or federal certifications and all necessary permits that may be required for archaeological field investigations.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:14 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 4
Solicitation Scope Of Service - DETAILS REPORT
025
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : None
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:14 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 4
Solicitation Scope Of Service - DETAILS REPORT
026
Transportation Region/Bureau :
Northwest Region Solicitation ID : NW-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$4,000,000-$4,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Aug 2018 Anticipated Project Completion Date :
01 Aug 2021
Project Purpose and Need :
The existing overlay has reached the end of its useful life & is in need of rehabilitation. Structure C-55-0015 is no longer reparable & is in need of replacement.
Project Description : Hudson - Baldwin, STH 65 North to USH 63 North, USH 12, St. Croix County - 8.66 miles. The project consists of 2 inch mill, 3 inch CIR & 2 inch SMA overlay, beam guard upgrade / replacement, culvert lining or replacements, end wall repair, storm sewer, curb & gutter, sidewalk, ADA curb ramp upgrades & replacement of structure C-55-0015. The structure will be constructed under detour. All other work will be done utilizing single lane closures & flagging operations.
Project ID Project Name Route County
8949-00-01 HUDSON - BALDWIN (8949-00-01) USH 12 ST CROIX COUNTY
Project ID(s)
Consultants Requirements
Familiarity and experience working with the county official and local municipalities in St. Croix County
Consultant Requirements ( Listed in approximate order of importance) :
Items
Pavement Design
Scoping Documents
As-Let/Builts
Aerial Mapping and survey
Traffic data, counts, projections
Concept Definition Report
Department Provides
Schedule Item Due Date
Environmental Document 07/01/2019 12:00 AM
30% Plans 02/01/2019 12:00 AM
60% Plans 08/01/2019 12:00 AM
Design Study Report 10/01/2019 12:00 AM
Preliminary Structure Plans 08/01/2019 12:00 AM
Final Structure Plans 11/01/2020 12:00 AM
PM Pre-PS&E 11/01/2020 12:00 AM
Pre-PS&E 12/01/2020 12:00 AM
Final PS&E 02/01/2021 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:17 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
027
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : Pavement cores as well as soil borings for the structure replacement will be required.
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
N/A
Special Skills/Certification License ( Listed in approximate order of importance) :
Knowledge and experience in highway design, including culvert design, curb ramps, curb and gutter, parking lanes, beam guard, and other supplemental construction items
Knowledge and experience coordinating with governmental agencies such as WDNR, USACE, USFWS, US Coast Guard
Experience developing roadway and structure plans for WisDOT
Familiarity with Trans220 and utility coordination experience
Ability to complete the work in the required timeframe and meet all project deadlines
Project management skills
Experience in developing work zone TMP
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:17 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
028
Name Email
No records to display
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:17 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
029
Transportation Region/Bureau :
Northwest Region Solicitation ID : NW-02
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$20,000,000-$24,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Aug 2018 Anticipated Project Completion Date :
31 Dec 2020
Project Purpose and Need :
The purpose of this project is to replace the structures on I-94 over Kinney Road & 100th Street in St. Croix County. Existing structures are nearing the end of their design life and need to be replaced to provide safe, efficient travel on IH 94.
Project Description : Hudson-Baldwin, Kinney Road Bridges B-55-0031 & B-55-0032; & 100th Street / Twin Lake Road Bridges B-55-0033 & B-55-0034, IH 94, St. Croix County Remove / replace eastbound & westbound structures on IH9. Vertical & horizontal alignments, & cross-sections of new structures will be designed to accommodate future expansion. Maintain 4 lanes of IH traffic during construction with temporary structure or widening. WisDOT Bureau of Structures performs all structural design.
Project ID Project Name Route County
1020-07-09 HUDSON - BALDWIN (1020-07-09) IH 094 ST CROIX COUNTY
1020-07-10 HUDSON - BALDWIN (1020-07-10) IH 094 ST CROIX COUNTY
1020-07-11 HUDSON - BALDWIN (1020-07-11) IH 094 ST CROIX COUNTY
1020-07-12 HUDSON - BALDWIN (1020-07-12) IH 094 ST CROIX COUNTY
Project ID(s)
Consultants Requirements
Experience with WisDOT interstate highway projects
Capacity to accomplish the work within the required timeframe/schedule
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Knowledge and experience with the environmental documentation and agency coordination required
Consultant Requirements ( Listed in approximate order of importance) :
Items
Pavement design
Structural Design
Traffic data, counts, projections
Aerial base mapping
Department Provides
Schedule Item Due Date
Structure Survey Reports 12/31/2018 12:00 AM
30% plans 02/01/2019 12:00 AM
60% plans 08/01/2019 12:00 AM
90% Plans 06/01/2020 12:00 AM
Advanceable PS&E 08/01/2020 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
030
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : None
Interview : Interviews will not be conducted
Interview Information :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
N/A
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience completing the PS&E process as described in WisDOT FDM.
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in project management of WisDOT interstate highway projects
Knowledge of the MUTCD, WisDOT MUTCD Supplement, and TGM.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
031
Name Email
No records to display
Interview Date :
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
032
Transportation Region/Bureau :
Northwest Region Solicitation ID : NW-03
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$9,000,000-$9,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Aug 2018 Anticipated Project Completion Date :
31 Dec 2020
Project Purpose and Need :
The purpose of the project is to replace the structures on IH 94 over the Rush River in St. Croix County. The existing structures are nearing the end of their design life & need to be replaced to provide safe & efficient travel on IH 94.
Project Description : Hudson-Baldwin, Rush River Bridges B-55-0044 & B-55-0045, St. Croix County Remove / replace eastbound & westbound structures on IH 94 over Rush River. Vertical & horizontal alignments, & cross-sections of new structures need to be designed to accommodate future expansion. Maintain 4 lanes of IH traffic during construction with temporary structure or temporary widening. WisDOT Bureau of Structures performs all structural design needed.
Project ID Project Name Route County
1021-00-06 HUDSON - BALDWIN (1021-00-06) IH 094 ST CROIX COUNTY
1021-00-07 HUDSON - BALDWIN (1021-00-07) IH 094 ST CROIX COUNTY
Project ID(s)
Consultants Requirements
Experience with WisDOT interstate highway projects
Experience in project management of WisDOT interstate highway projects
Capacity to accomplish the work within the required timeframe/schedule
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Knowledge and experience with the environmental documentation and agency coordination required
Experience completing the PS&E process as described in WisDOT FDM.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Aerial base mapping
Pavement design
Structural Design
Traffic data, counts, projections
Department Provides
Schedule Item Due Date
30% plans 02/01/2019 12:00 AM
60% plans 08/01/2019 12:00 AM
90% Plans 06/01/2020 12:00 AM
Structure Survey Reports 12/31/2018 12:00 AM
Advanceable PS&E 08/01/2020 12:00 AM
No records to display
Schedule for Deliverables
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
033
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : None.
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification LicenseNo records to display
Special Skills/Certification License ( Listed in approximate order of importance) :
Knowledge of the MUTCD, WisDOT MUTCD Supplement, and TGM.
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
034
Name Email
No records to display
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:18 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
035
Transportation Region/Bureau :
Office of Inspector General Solicitation ID : OIG-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Open
Anticipated Construction Cost :
N/A NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jun 2018 Anticipated Project Completion Date :
01 Mar 2019
Project Purpose and Need :
On September 21, 2017, the 2017-19 biennial budget (2017 Wisconsin Act 59) was signed into law. Section 9145 directed the Wisconsin Department of Transportation to hire an independent engineer firm to deliver a “Transportation Engineering and Construction Study” by January 1, 2019. The three main emphasis areas for the study are noted in Section 9145. The overall effort will be under the direction of WisDOT’s Inspector General. The anticipated budget for this effort is approximately $330,000.
Project Description : For each emphasis area, it is anticipated that a literature review/survey will be prepared as well. The study will result in specific recommendations, including reforms, efficiencies, and best practices to improve the delivery of Wisconsin Department of Transportation engineering and programming activities. It is anticipated that the study deliverables will be submitted in sections, with the comprehensive review draft due by October 29, 2018.
Project ID Project Name Route County
0000-00-01 Transportation Engineering and Programming Study
N/A State Wide
Project ID(s)
Special Skills Certification License
N/A
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Experience with national and state highway design standards, policies and practices
Experience with national and state highway construction standards, policies and practices
Experience with national and state highway program prioritization policies and practices
Experience with national and state highway program funding allocation policies and practices
Experience with assisting agencies with identifying potential efficiencies, reforms and best practices
Experience with national and state highway research programs
Consultant Requirements ( Listed in approximate order of importance) :
Items
Technical steering committee
Technical review and feedback
Department Provides
Schedule Item Due Date
Comprehensive review draft 10/29/2018 12:00 AM
Schedule for Deliverables
Basis of Payment Notification
Report Generated on 03/14/2018 10:23 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
036
Name Email
Brian Roper [email protected]
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : Only those consultants/entities that have not previously conducted business with the State of Wisconsin will be eligible for this project. This restriction applies to all firms (prime and subconsultant) and includes predecessor companies. WisDOT retains the final decision regarding the eligibility of a given entity.
Interview : Interviews will be conducted
Interview Information : While the anticipated contract is below $1.3 M, the unique project scope necessitates the conduct of interviews. At least eight business days before the interview, three short-listed firms will be provided the interview time and location. The 50-minute interview includes a 42-minute presentation answering the questions below and an 8-minute question/answer session. Each firm will provide six copies of the presentation at the beginning of the interview; no other materials will be accepted.
Interview Date : 13 Apr 2018
Interview Place : Madison, Wisconsin
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 9.00
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Specific Rate
Lump Sum
Cost Per Unit
Fixed Fee NotificationNo records to display
Fixed Fee Notification
Report Generated on 03/14/2018 10:23 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
037
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit. Please be prepared to answer the following questions during your interview: 1. Highway Design Standards Review and Application – What are your team’s qualifications from the past decade, capacity to deliver over the next seven months, and strategies for success on this project? 2. Highway Construction Practices Review and Application – What are your team’s qualifications from the past decade, capacity to deliver over the next seven months, and strategies for success on this project? 3. Program/Project Prioritization and Schedule Assessment – What are your team’s qualifications from the past decade, capacity to deliver over the next seven months, and strategies for success on this project? 4. Program/Project Funding Allocation and System Health/Performance Metrics– What are your team’s qualifications from the past decade, capacity to deliver over the next seven months, and strategies for success on this project? 5. Project Management and Overall Approach – What are your team’s qualifications from the past decade, capacity to deliver over the seven months, and strategies for success on this project? 6. Innovations and Efficiencies – What has your team applied in the past decade and what potential innovations could your team apply to improve efficiency, effectiveness, and/or quality for this project? Please provide details (scope; Department savings of cost and/or time) as well as noting those ideas not implemented.
Report Generated on 03/14/2018 10:23 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
038
Transportation Region/Bureau :
Southeast Region Solicitation ID : SE-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$8,000,000-$8,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
09 Jul 2018 Anticipated Project Completion Date :
10 Sep 2024
Project Purpose and Need :
The purpose of the project is to extend the useful life of the existing roadway. The existing pavement requires a new riding surface with spot full depth repairs. Sections of concrete curb and gutter need replaced including curb ramps, storm sewer pipe and structures.
Project Description : This project extends from WIS 31 to 6th Street (3.2 miles) and is an urban recondition consisting of: milling/resurfacing the roadway, concrete base patching, concrete curb and gutter repairs, sidewalk and curb ramp replacement to meet ADA requirements, traffic signals, street lighting, storm sewer pipe and structure repairs, signing, marking and minor geometric improvements. Other tasks include a traditional right of way plat, supplemental survey, utility coordination and geotechnical report.
Project ID Project Name Route County
3220-07-00 52ND STREET, CITY OF KENOSHA (3220-07-00)
STH 158 KENOSHA COUNTY
Project ID(s)
Items
Traffic data, counts, projections
Meta Manager information
Base mapping
Department Provides
Schedule Item Due Date
DT 1077 Utility Request 08/27/2018 12:00 AM
30% Plan 04/01/2019 12:00 AM
30% Handoff 06/01/2019 12:00 AM
CEC Environmental Document 10/01/2019 12:00 AM
60% Plan 11/01/2019 12:00 AM
Preliminary TPP Submittal 07/01/2020 12:00 AM
Design Study Report 01/01/2020 12:00 AM
Final TPP submittal 10/01/2020 12:00 AM
1078 Plan submittal 05/01/2022 12:00 AM
Draft PSE submittal 03/01/2023 12:00 AM
60% TMP 11/01/2019 12:00 AM
90% TMP 03/01/2023 12:00 AM
Public Involvement Meeting #1 03/01/2019 12:00 AM
PS&E 05/01/2023 12:00 AM
Public Involvement Meeting #2 10/01/2019 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:20 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
039
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
N/A
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Experience completing the PS&E process as described in WisDOT FDM.
Familiarity with design criteria – both with WisDOT’s Facilities Development Manual and the AASHTO Roadside Design Guide – for rural and urban roadways.
Familiarity with State of Wisconsin Standard Specifications for Highway and Structure Construction, WisDOT and US DOT Manual on Uniform Traffic Control Devices, and the AASHTO Roadside Design Guide
Availability of qualified staff and equipment.
A thorough working knowledge of WisDOT’s project delivery process.
Good organizational and communication skills.
Experience in Public Relations coordination in urban areas
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with Civil3D including Lidar point clouds (required design software for all project design activities)
Consultant Requirements ( Listed in approximate order of importance) :
Crash rate data
Signing plans
Existing Right of Way Plats
Pavement Design
Concept Definition Report
As built plans
Aerial Lidar
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:20 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
040
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : None
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:20 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
041
Transportation Region/Bureau :
Southeast Region Solicitation ID : SE-02
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$45,000,000 OR GREATER NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jun 2018 Anticipated Project Completion Date :
31 Mar 2022
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Project Purpose and Need :
The purpose of this solicitation is to provide construction project controls services for all individual construction projects along the Foxconn Development Roads and adjacent projects. The consultant will perform issue management, change management, technical process review and document management using document control software specified by the Department. This team will interface with the Region Program Services Team.
Project Description : Consultant staff will be a team of one Project Controls Leader and one Project Document Controls Leader. The anticipated work load is two FTE through December 2019 and one FTE beginning January 2020 through the end of the contract.
Project ID Project Name Route County
1320-25-70 FOXCONN DEV RDS, PROJECT CONTROLS
NON HWY RACINE COUNTY
Project ID(s)
Special Skills Certification License
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Knowledge of WisDOT construction oversight procedures
Work will be performed at the WisDOT provided construction field offices within the corridor.
Periodic construction site visits may be required, where dirt, dust, debris, uneven trenches, heavy material, heavy equipment, and traffic hazards exist.
Extensive knowledge of WisDOT construction cost tracking and reporting procedures
Extensive experience with document control software
Consultant Requirements ( Listed in approximate order of importance) :
Items
Field office
Document control software
Department Provides
Schedule Item Due Date
Construction documentation
Schedule for Deliverables
Basis of Payment Notification
Report Generated on 03/14/2018 10:21 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 2
Solicitation Scope Of Service - DETAILS REPORT
042
Name Email
No records to display
Notification pertaining to DBE goals :
Special Instructions : Representative Duties: Monitor, track, review & report on the contractor’s efforts. Review & monitor contract progress. Assist with quantity overrun/underrun projections. Assist in interpretation of contract documents, analysis of change order requests & mods. Manage issue documentation related to scheduling, quality & materials. Perform cost estimates of mods. Assist with decisions on time-critical change management issues to prevent delays to projects. Review of contract progress payments.
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Selected consultants will be required to apply field rate accounting consistent with FDM 8-10-20. If the selected consultant does not currently have field office accounting in place, the consultant will have the option of negotiating a field office rate that will act as an indirect cost ceiling for the contract in lieu of implementing field office accounting.
For those individuals assigned to the field office on a full-time basis for more than 1.0 year, commuting costs (labor, travel, lodging and other miscellaneous expenses) will not be paid. In addition, payment of meal and relocation expenses will be specifically excluded from this contract.
Basis of Payment Notification
Advertised Fixed Fee % : 6.25
Specific Rate
Lump Sum
Cost Per Unit
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Fixed Fee Notification
Report Generated on 03/14/2018 10:21 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 2
Solicitation Scope Of Service - DETAILS REPORT
043
Transportation Region/Bureau :
Southeast Region Solicitation ID : SE-03
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$45,000,000 OR GREATER NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jul 2018 Anticipated Project Completion Date :
01 Jan 2020
Project Purpose and Need :
This project involves the improvement, expansion, and modernization of the local roadway network along the IH94 corridor in Racine County to support the increased traffic demands associated with proposed and future economic developments. The existing two lane rural roadways will be improved to multi-lane urban roadways to accommodate increased capacity. The expansion of the roadway network involves the addition of three new multi-lane roadways.
Project Description : Construction/reconstruction of the following roadways: CTH KR (2-yr) - EFR to CTH H; Braun Rd (2-yr) – EFR to CTH H; and STH 11 (1-yr) - EFR to CTH H. While the Wisconn Valley Way projects are planned as WisDOT-staffed, it is included to provide flexibility. The rehabilitation, reconstruction, or expansion of additional adjacent projects in Racine and Kenosha County may be added to the scope during the period of this contract to accommodate program needs.
Project ID Project Name Route County
2704-09-70 BRAUN ROAD LOC STR RACINE COUNTY
3763-00-73 CTH KR, V MT PLEASANT CTH KR RACINE COUNTY
1320-23-70 STH 11 (Durand Ave) STH 11 RACINE COUNTY
2704-00-76 WISCONN VALLEY WAY, V MT PLEASANT
LOC STR RACINE COUNTY
2704-00-77 WISCONN VALLEY WAY WISCONN VALLEY WAY RACINE COUNTY
Project ID(s)
Consultant Requirements ( Listed in approximate order of importance) :
Items
Field office
Overall project management
Technical input and assistance
1 Project Leader, 1 Functional Leader, 5 Support Staff
Department Provides
Schedule Item Due Date
Finals documentation
Construction materials testing
Construction documentation
Construction inspection
Construction contract administration
Project leaders: 2 in 2018; 3 in 2019
Construction inspectors: 4 in 2018; 5 in 2019
Schedule for Deliverables
Report Generated on 03/14/2018 10:21 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
044
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Selected consultants will be required to apply field rate accounting consistent with FDM 8-10-20. If the selected consultant does not currently have field office accounting in place, the consultant will have the option of negotiating a field office rate that will act as an indirect cost ceiling for the contract in lieu of implementing field office accounting.
For those individuals assigned to the field office on a full-time basis for more than 1.0 year, commuting costs (labor, travel, lodging and other miscellaneous expenses) will not be paid. In addition, payment of meal and relocation expenses will be specifically excluded from this contract.
Basis of Payment Notification
Advertised Fixed Fee % : 7.50
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Specific Rate
Lump Sum
Cost Per Unit
Special Skills Certification License
HTCP - Aggregate technician 1 (AGGTEC-I)
HTCP - Grading technician 1 (GRADINGTEC-I)
HTCP - Aggregate testing for transportation systems (ATTS)
HTCP - Portland cement concrete technician 1 (PCCTEC-I)
HTCP - Transportation materials sampling technician (TMS)
Materials Coordinators' Training - Department (MCT-D)
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Experience with WisDOT projects
Experience in coordination with high profile utilities
Experience in staged roadway construction
Knowledge of WisDOT construction oversight procedures
Experience in coordinating with multiple other projects occuring along the corridor
Public involvement experience in rural construction
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:21 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
045
Name Email
Debra Evers [email protected]
Notification pertaining to DBE goals :
Special Instructions : Work will be fast paced and completed in extended shifts during the active season. Project Team will consist of WisDOT and consultant staff, with workload adjustments performed throughout the contract. Staffing will be reduced during winter shutdown. The consultant should expect to maintain a small staff for a period of up to 3 months after each project’s completion for finals and punchlist.
Interview : Interviews will be conducted
Interview Information : Questions are provided below. At least eight (8) business days before the interview, short-listed firms will be provided specific interview time and location.
Interview Date : 10 Apr 2018
Interview Place : 141 NW Barstow Street, Waukesha, WI
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit. Please be prepared to answer the following questions during your interview: 1. Construction Inspection for Rural Reconstruction Projects - What are your team’s qualifications from the past decade, capacity to deliver over the next two years, and strategies for success on this project? 2. Interface with Project Manager, Project Controls, and Program Staff – What are your team’s qualifications from the past decade, capacity to deliver over the next two years, and strategies for success on this project? 3. Construction Traffic Control and Traffic Coordination – What are your team’s qualifications from the past decade, capacity to deliver over the next two years, and strategies for success on this project? 4. Construction Traffic Mitigation and Public Involvement – What are your team’s qualifications from the past decade, capacity to deliver over the next two years, and strategies for success on this project? 5. Blended WisDOT/Consultant Construction Teams - What are your team’s qualifications from the past decade, capacity to deliver over the next two years, and strategies for success on this project? 6. Innovation – What has your team applied in the past decade and what potential innovations could your team apply to improve efficiency, effectiveness, and/or quality for this project? Please provide details (scope; Department savings of cost and/or time) as well as noting those ideas not implemented.
Report Generated on 03/14/2018 10:21 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
046
Transportation Region/Bureau :
Southeast Region Solicitation ID : SE-04
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$45,000,000 OR GREATER NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jul 2018 Anticipated Project Completion Date :
18 Dec 2021
Project Purpose and Need :
This project involves the improvement, expansion, and modernization of the local roadway network along the IH94 corridor in Racine County to support the increased traffic demands associated with proposed and future economic developments. The existing two lane rural roadways will be improved to multi-lane urban roadways to accommodate increased capacity. The expansion of the roadway network involves the addition of three new multi-lane roadways.
Project Description : Construction/reconstruction of the following roadways: International (new; 2-yr) - STH 20 to STH 11; Willow (new; 1-yr) - STH 11 to Broadway; CTH H (2-yr) - STH 11 to CTH KR; CTH KR (1-yr) - CTH H to 90th; STH 11 (1-yr) - 56th Rd to I-94 and 84th isec; and Braun (1-yr) - CTH H to 90th. The rehabilitation, reconstruction, or expansion of additional adjacent projects in Racine and Kenosha County may be added to the scope during the period of this contract to accommodate program needs.
Project ID Project Name Route County
2704-00-75 International Dr, Vil of Mt Pleasant LOC STR RACINE COUNTY
3760-00-70 CTH H, V STURTEVANT/MT PLEASANT
CTH H RACINE COUNTY
1320-21-70 STH 11 AND WILLOW RD (1320-21-70)
STH 011 RACINE COUNTY
3763-00-74 CTH KR, CTH H to 90th Street CTH KR RACINE COUNTY
1320-23-71 STH 11, CTH H Intersection STH 11 RACINE COUNTY
2704-09-71 BRAUN ROAD/CTH H LOC STR RACINE COUNTY
1320-23-72 STH 11/56TH RD TO IH 94 WFR STH 11 RACINE COUNTY
Project ID(s)
Items
Field office
Overall project management
Technical input and assistance
1 functional leader, 1-2 support staff
Department Provides
Schedule Item Due Date
Finals documentation
Construction materials testing
Construction documentation
Construction inspection
Construction contract administration
Project leader: 2 in 2018; 1-2 in 2019; 1 in 2020; 3 in 2021
Inspectors: 2 in 2018; 2-4 in 2019; 2-3 in 2020; 6 in 2021
Schedule for Deliverables
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
047
DBE goal on project : No
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Selected consultants will be required to apply field rate accounting consistent with FDM 8-10-20. If the selected consultant does not currently have field office accounting in place, the consultant will have the option of negotiating a field office rate that will act as an indirect cost ceiling for the contract in lieu of implementing field office accounting.
For those individuals assigned to the field office on a full-time basis for more than 1.0 year, commuting costs (labor, travel, lodging and other miscellaneous expenses) will not be paid. In addition, payment of meal and relocation expenses will be specifically excluded from this contract.
Basis of Payment Notification
Advertised Fixed Fee % : 7.50
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Specific Rate
Lump Sum
Cost Per Unit
Special Skills Certification License
HTCP - Aggregate technician 1 (AGGTEC-I)
HTCP - Grading technician 1 (GRADINGTEC-I)
HTCP - Aggregate testing for transportation systems (ATTS)
HTCP - Portland cement concrete technician 1 (PCCTEC-I)
HTCP - Transportation materials sampling technician (TMS)
Materials Coordinators' Training - Department (MCT-D)
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Experience with WisDOT projects
Experience in coordination with high profile utilities
Experience in staged roadway construction
Knowledge of WisDOT construction oversight procedures
Experience in coordinating with multiple other projects occuring along the corridor
Public involvement experience in rural construction
Consultant Requirements ( Listed in approximate order of importance) :
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
048
Name Email
Debra Evers [email protected]
Notification pertaining to DBE goals :
Special Instructions : Work will be fast paced and completed in extended shifts during the active season. Project Team will consist of WisDOT and consultant staff, with workload adjustments performed throughout the contract. Staffing will be reduced during winter shutdown. The consultant should expect to maintain a small staff for a period of up to 3 months after each project’s completion for finals and punchlist.
Interview : Interviews will be conducted
Interview Information : Questions are provided below. At least eight (8) business days before the interview, short-listed firms will be provided specific interview time and location.
Interview Date : 10 Apr 2018
Interview Place : 141 NW Barstow Street, Waukesha, WI
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal : DBE goal in $ 0.00
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit. Please be prepared to answer the following questions during your interview: 1. Construction Inspection for Rural Reconstruction Projects - What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 2. Interface with Project Manager, Project Controls, and Program Staff – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 3. Construction Traffic Control and Traffic Coordination – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 4. Construction Traffic Mitigation and Public Involvement – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 5. Blended WisDOT/Consultant Construction Teams - What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 6. Innovation – What has your team applied in the past decade and what potential innovations could your team apply to improve efficiency, effectiveness, and/or quality for this project? Please provide details (scope; Department savings of cost and/or time) as well as noting those ideas not implemented.
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
049
Transportation Region/Bureau :
Southeast Region Solicitation ID : SE-05
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$45,000,000 OR GREATER NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Jul 2018 Anticipated Project Completion Date :
18 Dec 2021
Project Purpose and Need :
This project involves the improvement, expansion, and modernization of the local roadway network along the IH94 corridor in Racine County to support the increased traffic demands associated with proposed and future economic developments. The existing two lane rural roadways will be improved to multi-lane urban roadways to accommodate increased capacity. The expansion of the roadway network involves the addition of three new multi-lane roadways.
Project Description : This solicitation encompasses program-level specialized staff to support the delivery of projects solicited in Mar. 2018 solicitation packages SE03 and SE04. These include the new construction/reconstruction of roadway, structures, and other applicable appurtenances for the following roadways: CTH KR, Braun Rd, STH 11, CTH H, Wisconn Valley Way, International Dr, Willow Rd.
Project ID Project Name Route County
1320-25-80 FOXCONN DEV RDS, CORRIDOR TASKS
NON HWY RACINE COUNTY
Project ID(s)
Consultants Requirements
Experience with WisDOT projects
Experience in coordination with high profile utilities
Experience in coordinating with multiple other projects occuring along the corridor
Experience with WisDOT materials requirements
Consultant Requirements ( Listed in approximate order of importance) :
Items
Field office
Overall project management
Technical input and assistance
1 Erosion Control Leader
Department Provides
Schedule Item Due Date
Finals documentation
Construction inspection and documentation
Utility coordinator - 2018-19
Traffic control leader - 2018-19
Materials coordinator - 2018-21
Office engineer - FT 2018-19; FT 2021
Surveyor – FT 2018-19; PT 2020; FT 2021
CADD model technician – FT 2018-19; PT 2020-21
Schedule for Deliverables
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
050
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Selected consultants will be required to apply field rate accounting consistent with FDM 8-10-20. If the selected consultant does not currently have field office accounting in place, the consultant will have the option of negotiating a field office rate that will act as an indirect cost ceiling for the contract in lieu of implementing field office accounting.
For those individuals assigned to the field office on a full-time basis for more than 1.0 year, commuting costs (labor, travel, lodging and other miscellaneous expenses) will not be paid. In addition, payment of meal and relocation expenses will be specifically excluded from this contract.
Basis of Payment Notification
Advertised Fixed Fee % : 6.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Specific Rate
Lump Sum
Cost Per Unit
Special Skills Certification License
HTCP - Aggregate technician 1 (AGGTEC-I)
HTCP - Grading technician 1 (GRADINGTEC-I)
HTCP - Aggregate testing for transportation systems (ATTS)
HTCP - Portland cement concrete technician 1 (PCCTEC-I)
HTCP - Transportation materials sampling technician (TMS)
Materials Coordinators' Training - Department (MCT-D)
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience with staged construction traffic control
Experience in WisDOT survey verification
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
051
Name Email
Debra Evers [email protected]
Notification pertaining to DBE goals :
Special Instructions : Utility Coordinator will attend/facilitate meetings, review permits, and resolve conflicts. Traffic Control Leader will inspect and measure traffic control devices. Materials Coordinator will complete of materials records. Surveyors will provide and use equipment for contract verification and measurement. CADD technician will maintain 3D Digital Terrain Models for office and field use, and GPS rover applications. Winter shutdown periods are anticipated for all projects.
Interview : Interviews will be conducted
Interview Information : Questions are provided below. At least eight (8) business days before the interview, short-listed firms will be provided specific interview time and location.
Interview Date : 10 Apr 2018
Interview Place : 141 NW Barstow Street, Waukesha
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit. Please be prepared to answer the following questions during your interview: 1. Construction Inspection/Support for Rural Reconstruction Projects - What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 2. Construction Traffic Control, Coordination, and Mitigation – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 3. Construction Utilities Coordination – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 4. Construction Materials Coordination – What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 5. Blended Construction Teams - What are your team’s qualifications from the past decade, capacity to deliver over the next four years, and strategies for success on this project? 6. Innovation – What has your team applied in the past decade and what potential innovations could your team apply to improve efficiency, effectiveness, and/or quality for this project? Please provide details (scope; Department savings of cost and/or time) as well as noting those ideas not implemented.
Report Generated on 03/14/2018 10:22 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
052
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-01
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$3,000,000-$3,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
16 Apr 2018 Anticipated Project Completion Date :
01 Feb 2019
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Cost Per Unit
Specific Rate
Lump Sum
Project Purpose and Need :
Existing 2 inch maintenance overlay over concrete pavement is cracked and deteriorated.
Project Description : 4" HMA Overlay. This is a rural two lane 5.494 mile project in Dane County.
Project ID Project Name Route County
5310-02-33 SPRING GREEN - MADISON (5310-02-33)
US 14 DANE COUNTY
Project ID(s)
Special Skills Certification LicenseNo records to display
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants RequirementsNo records to display
Consultant Requirements ( Listed in approximate order of importance) :
Items
As built plans
Department Provides
Schedule Item Due Date
PS&E package 05/01/2021 12:00 AM
Advanceable PS&E 02/01/2019 12:00 AM
No records to display
Schedule for Deliverables
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:28 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 2
Solicitation Scope Of Service - DETAILS REPORT
053
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions : None
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Report Generated on 03/14/2018 10:28 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 2
Solicitation Scope Of Service - DETAILS REPORT
054
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-02
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$4,000,000-$4,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
18 Jun 2018 Anticipated Project Completion Date :
02 Mar 2020
Project Purpose and Need :
The roadway surface is aged and in need of treatment to extend its service life.
Project Description : Treat the pavement with a 4-inch mill and overlay between the project limits. The project is 11.25 miles. Replace guardrail end terminals as needed. No structure work included in project.
Project ID Project Name Route County
6639-05-30 MAUSTON - NECEDAH (6639-05-30)
STH 58 JUNEAU COUNTY
Project ID(s)
Consultants Requirements
Experience with WisDOT projects
Civil engineering background with transportation/highway experience
Liaison between WisDOT and other state agencies including local government and businesses
Familiarity with design criteria – both with WisDOT’s Facilities Development Manual and the AASHTO Roadside Design Guide – for rural and urban roadways.
Knowledge and skills required to complete topographic surveys, cross sections, DTMs, utility surveys, and control surveys.
Knowledge of WisDOT’s policies and procedures as they pertain to providing on-site consultant support (e.g. overhead rates, work rules, ethics, confidentiality, etc.)
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Good organizational and communication skills.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Traffic data, counts, projections
As built plans
Project Location map
Aerial base mapping
Concept Definition Report
Crash rate data
Meta Manager information
Pavement design
Department Provides
Schedule Item Due Date
PS&E package 03/01/2020 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:28 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
055
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
N/A
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Experience with agency coordination, including railroads
Efficient computer skills for programs used by the Department (Excel, Word, Atwood Systems, etc.)
A thorough working knowledge of WisDOT’s project delivery process.
Knowledge of WisDOT FDM and PS&E process
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:28 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
056
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:28 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
057
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-03
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$6,000,000-$6,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
02 Jul 2018 Anticipated Project Completion Date :
10 Mar 2020
Project Purpose and Need :
The roadway surface is aged, rutted, has longitudinal pavement tearing, and is in need of treatment to extend its service life. Existing structures C-29-21, C-29-22 and C-29-23 are in poor condition and need replacement. Existing guardrail is old and need of replacement along with need to upgrade end terminals. Approaches to railroad crossing in Valley Junction ride poorly and need to be improved along with the approaches to bridge located 0.65 miles south of Copper Road.
Project Description : Treat the pavement with a mill and overlay within the project limits. The project is 19.38 miles. Replace guardrail and end terminals as needed. Replace structures C-29-21, C-29-22 and C-29-23 with new structures. Improve railroad crossing approaches and existing bridge approach.
Project ID Project Name Route County
7020-02-30 WYEVILLE - BABCOCK (7020-02-30)
STH 173 JUNEAU COUNTY, MONROE COUNTY
Project ID(s)
Consultants Requirements
Experience performing and completing structure survey reports.
Structural bridge and box culvert design, including 3-sided structures
Experience in preliminary and final bridge design.
Experience in hydrologic analysis, hydraulic analysis and hydraulic modeling, including structure sizing.
Knowledge and experience in rural and urban roadway and intersection design.
Experience with traffic control staging, design coordination and Traffic Management Plan development.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Existing traffic data
Bridge as-built plans
Project Location map
Project Schedule
As built plans
Pavement design
Meta Manager information
Concept Definition Report
Utility contacts and task list
Department Provides
Schedule Item Due Date
PS&E package 09/01/2019 12:00 AM
Schedule for Deliverables
Report Generated on 03/14/2018 10:29 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
058
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Actual Cost Plus Fixed Fee
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Structural Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Experience with structure design, including both rehabilitations and replacements, and coordinating with the Bureau of Structures.
Experience with public involvement process, local official coordination and agencies coordination process
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Experience with agency coordination, including railroads
Capacity to accomplish the work within the required timeframe/schedule
Ability to coordinate with WisDOT design staff
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/14/2018 10:29 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
059
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/14/2018 10:29 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
060
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-04
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$15,000,000-$16,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Aug 2018 Anticipated Project Completion Date :
10 Nov 2020
Project Purpose and Need :
The concrete pavement is cracked and exhibits joint failure and other distresses.
Project Description : Repair and overlay the pavement in both roadways. Work on the three bridges are also anticipated with design by DOT. B-13-0300 and B-13-0301 are expected to need wing wall replacement. Replace the bridge deck on B-13-0303. The project is 7.93 centerline miles; West Dane County Line toTown Hall Road in the Town of Blue Mounds, Dane County.
Project ID Project Name Route County
1204-05-03 DODGEVILLE - MOUNT HOREB (1204-05-03)
USH 018 DANE COUNTY
Project ID(s)
Schedule Item Due Date
Traffic Management Plan (TMP) 05/01/2019 12:00 AM
Environmental report (CEC) 06/01/2019 12:00 AM
Design Study Report 07/01/2019 12:00 AM
DT1078 utility submittal 11/01/2019 12:00 AM
90% Plans, specifications, and estimates (PS&E) review 02/01/2020 12:00 AM
PS&E package 05/01/2020 12:00 AM
90% Plans
Utility coordination including 1078 plan submittals
Usage of sign shop sign inventory and ordering system.
Utility and topographic surveys, as needed
Trans 220 coordination
Traffic Management Plan
Survey tasks as assigned
Structure Survey Reports
Review meetings (30%, 60% and draft PS&E)
Public Involvement Plan
Public Informational Meeting assistance
Project management and oversight
Progress Meetings
Preliminary and Final Roadway Designs
Field Survey, as needed
DT 1077 utility notification
Draft PS&E
Schedule for Deliverables
Report Generated on 03/20/2018 4:05 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
The Basis of Payment will be one or more of the following:
Lump Sum
Specific Rate
Cost Per Unit
Special Skills Certification License
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Existing traffic data
Aerial Mapping and survey
Pavement design
Asbestos reports
Concept Definition Report
Utility contacts and task list
Latest structure inspection reports
Bridge inspection reports
Bridge as-built plans
As built plans
Project Schedule
Traffic Analysis
Traffic data, counts, projections
Crash rate data
Meta Manager information
Aerial base mapping
Bridge Design
Department Provides
DNR Coordination
Bridge Rehabilitation Report and Structure Survey Reports
60% plans
30% plans
Basis of Payment Notification
Report Generated on 03/20/2018 4:05 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
Actual Cost Plus Fixed Fee
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Fixed Fee Notification
Report Generated on 03/20/2018 4:05 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-05
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$12,000,000-$12,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
01 Aug 2018 Anticipated Project Completion Date :
08 Sep 2020
Project Purpose and Need :
The concrete pavement is cracked and exhibits joint failure and other distresses.
Project Description : Repair and overlay the pavement in both roadways. The project has 11.055 centerline miles; STH 26-East Jefferson County Line., in the Town of Farmington and the Town of Concord, Jefferson County.
Project ID Project Name Route County
1067-04-02 LAKE MILLS - OCONOMOWOC IH 094 JEFFERSON COUNTY
Project ID(s)
Schedule Item Due Date
Pavement Design Report 02/01/2019 12:00 AM
Traffic Management Plan (TMP) 05/01/2019 12:00 AM
Environmental report (CEC) 06/01/2019 12:00 AM
Design Study Report 07/01/2019 12:00 AM
DT1078 utility submittal 11/01/2019 12:00 AM
90% Plans, specifications, and estimates (PS&E) review 02/01/2020 12:00 AM
PS&E package 05/01/2020 12:00 AM
90% Plans
Utility coordination including 1078 plan submittals
Traffic Management Plan
Trans 220 coordination
Review meetings (30%, 60% and draft PS&E)
Public Involvement Plan
Public Informational Meeting assistance
Progress Meetings
Project management and oversight
DNR Coordination
Draft PS&E
DT 1077 utility notification
Advanceable PS&E
60% plans
30% plans
Survey tasks as assigned
Schedule for Deliverables
Report Generated on 03/20/2018 4:10 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 3
Solicitation Scope Of Service - DETAILS REPORT
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Lump Sum
Specific Rate
Cost Per Unit
Actual Cost Plus Fixed Fee
Special Skills Certification License
Professional Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Consultants Requirements
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Experience in preliminary and final bridge design.
Consultant Requirements ( Listed in approximate order of importance) :
Items
Existing traffic data
Aerial Mapping and survey
Pavement design
Asbestos reports
Concept Definition Report
Utility contacts and task list
Latest structure inspection reports
Project Schedule
As built plans
Traffic data, counts, projections
Crash rate data
Department Provides
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/20/2018 4:10 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 3
Solicitation Scope Of Service - DETAILS REPORT
Name Email
No records to display
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Interview Place :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/20/2018 4:10 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 3
Solicitation Scope Of Service - DETAILS REPORT
Transportation Region/Bureau :
Southwest Region Solicitation ID : SW-06
Solicitation Month and Year :
March 2018 Solicitation Type(Roster/Open) :
Roster
Anticipated Construction Cost :
$17,000,000-$19,999,999 NOI Due Date : 28 Mar 2018
Anticipated Project Start Date :
15 Jun 2018 Anticipated Project Completion Date :
26 Jun 2020
Project Purpose and Need :
The pavement throughout the IH 43 corridor exhibits cracking and the ride quality is deteriorating. The pavement also has intense localized distress directly adjacent to all sixteen bridges (B-53-0105 through B-52-0120). Currently eight bridges (B-53-0111, B-53-0113 through B-53-0119) exhibit cracking other surface deterioration. Deck scans for all 16 bridges shall be completed outside this roadway design contract.
Project Description : Resurface the roadway. Remove and replace the pavement structure in localized areas around each bridge approach. Repair and overlay the selected bridge decks. The project has 9.71 centerline miles; CTH X-East Rock County Line., Town of Turtle and Town of Clinton, Rock County. Backbone Programmer requesting Re-Scope due to additional concept changes.
Project ID Project Name Route County
1093-01-01 BELOIT - ELKHORN (1093-01-01) IH 043 ROCK COUNTY
Project ID(s)
Department Provides
Schedule Item Due Date
30% plans
60% plans
90% Plans
Plans, specifications, and estimates (PS&E) review
Review meetings (30%, 60% and draft PS&E)
Soils/geotechnical investigation, if required
Structure design computations
Roadway approach design as needed for bridge work
Survey – Bridge and Roadway (Topo and Utility)
gINT boring logs
Review of Rehabilitation preliminary structure plans
Review of final structure plans and special provisions.
Preliminary and Final Roadway Designs
Pavement Design Report
Design Study Report
Environmental report (CEC)
Traffic Management Plan (TMP)
DT 1077 utility notification
PS&E package
Preliminary Road and Structure Plans
Schedule for Deliverables
Report Generated on 03/20/2018 4:13 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 1 of 4
Solicitation Scope Of Service - DETAILS REPORT
Consultants Requirements
Knowledge and experience with the environmental documentation and agency coordination required
Experience with Trans 220 utility coordination process
Experience with the public involvement process
Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.
Experience completing the PS&E process as described in WisDOT FDM.
Work Zone traffic control experience and capabilities.
Qualifications for performing the Geotechnical drilling and sampling as identified in the project description.
Drilling/coring experience.
Drill site access and site preparation capabilities.
Availability of support equipment for drilling/coring operations.
Comprehensive working knowledge of the Wisconsin Bridge Manual, Wisconsin Standard Specifications and the Facilities Development Manual (FDM)
Qualified firms will possess skills and extensive experience in non-destructive evaluation and testing along with structure inspection, structural design, bridge rehabilitation and bridge maintenance.
Firms must be familiar with work zone safety and the LCS, as well as the Manual on Uniform Traffic control Devices (MUTCD) and the Wisconsin Manual on Uniform Traffic Control Devices (WMUTCD).
Firms must also possess skills in publishing detailed inspection reports and entering inspection data and supporting documentation into HSIS.
Experience in preliminary and final bridge design.
Experience with structure design, including both rehabilitations and replacements, and coordinating with the Bureau of Structures.
Geotechnical Engineers (Wisconsin PE required) experienced with WisDOT and FHWA methods, standards, policies, manuals, guidelines, etc.
Availability of qualified Geotechnical Engineering staff with Wisconsin PE registration
Perform any traffic control as necessary.
Experience with agency coordination, including railroads
Good organizational and communication skills.
Experience with FDM design standards, WisDOT bridge Manual and the PSE process
Efficient computer skills for programs used by the Department (Excel, Word, Atwood Systems, etc.)
Capacity to accomplish the work within the required timeframe/schedule
Availability of qualified staff and equipment.
Ability to perform or contract for traffic control.
Knowledge of WisDOT FDM and PS&E process
Consultant Requirements ( Listed in approximate order of importance) :
Items
Existing traffic data
Asbestos reports
Concept Definition Report
Utility contacts and task list
Latest structure inspection reports
Bridge deck thermography
Bridge as-built plans
Bridge inspection reports
Report Generated on 03/20/2018 4:13 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 2 of 4
Solicitation Scope Of Service - DETAILS REPORT
Notification pertaining to DBE goals :
If this solicitation results in the execution of multiple contracts, a DBE subcontracting goal may be established for any subsequent contracts based on subcontracting opportunities on those contracts, status of race conscious goal projections for the federal fiscal year in which those contracts will be executed and federal funding levels (if any) on the contracts.
Special Instructions :
Interview : Interviews will not be conducted
Interview Information :
Interview Date :
Project Amount in $No records to display
Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be
DBE goal on project : No
DBE goal : DBE goal in $ 0.00
Basis of Payment Notification
The contract price will be based on the selected consultant’s actual costs plus fixed fee. Actual costs will be defined as those costs allowable under the cost principles in Part 31 of Federal Acquisition Regulation (FAR).
Consultant costs including indirect cost rates and cost accounting system will be subject to audit. Consultant firms that are unable to account for costs consistent with requirements of the FAR are not eligible to contract. Consultants selected will be required to either submit or have on file with WisDOT a Consultant Financial Report prior to contract execution. Information on the report may be found at http://wisconsindot.gov/Pages/doing-bus/eng-consultants/cnslt-rgistr/fncl-rpt.aspx.
Basis of Payment Notification
Advertised Fixed Fee % : 7.25
The Basis of Payment will be one or more of the following:
Lump Sum
Specific Rate
Cost Per Unit
Actual Cost Plus Fixed Fee
Special Skills Certification License
Professional Engineer
Structural Engineer
Special Skills/Certification License ( Listed in approximate order of importance) :
Effective communication and computer skills
Knowledge and skills involving traffic control and input of lane/shoulder closures into the WisDOT Lane Closure System (LCS).
Experience with bridge design on similar type structures
Fixed Fee Notification
The fixed fee for this contract will apply an indirect cost factor of 150% to the consultant’s estimated direct labor, regardless of the consultant’s actual indirect rate.
Basis of Payment Notification
Fixed Fee Notification
Report Generated on 03/20/2018 4:13 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 3 of 4
Solicitation Scope Of Service - DETAILS REPORT
Name Email
No records to display
Interview Place :
Other Information : In addition to completing the Consultant Notice of Interest, you may attach an answer to the following question to your NOI submission: “Can your firm offer any efficiencies to the delivery of this project?” If applicable, answer the above question in 500 words or less, and attach your answer as a word or pdf document to your submission. Your answer should be attached to NOI submission and may be different for each NOI you submit.
Report Generated on 03/20/2018 4:13 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]
Page 4 of 4
Solicitation Scope Of Service - DETAILS REPORT