+ All Categories
Home > Documents > Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background...

Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background...

Date post: 08-Mar-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
70
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
Transcript
Page 1: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 2: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 3: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 4: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 5: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 6: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 7: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 8: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 9: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 10: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 11: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 12: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 13: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 14: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 15: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 16: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 17: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 18: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 19: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 20: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 21: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 22: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 23: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 24: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 25: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 26: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 27: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 28: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 29: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 30: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 31: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 32: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 33: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 34: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 35: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 36: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 37: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 38: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 39: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 40: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 41: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 42: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 43: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 44: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 45: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 46: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 47: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 48: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 49: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 50: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 51: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 52: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 53: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 54: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 55: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 56: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 57: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 58: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 59: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 60: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 61: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 62: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 63: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 64: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 65: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 66: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 67: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 68: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 69: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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

Page 70: Solicitation Scope Of Service - DETAILS REPORT · 2018. 3. 20. · Civil engineering background with transportation/highway experience Familiarity with State of Wisconsin Standard

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


Recommended