solicitation scope of service - details report · the inspector must have experience inspecting the...

59
Solicitation Scope Of Service - DETAILS REPORT Transportation Region/Bureau: Bureau of Highway Maintenance Solicitation ID: BHM-01 Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster Anticipated Construction Cost: $20,000,000-$24,999,999 NOI Due Date: 01/20/2021 Anticipated Project Start Date: 04/26/2021 Anticipated Project Completion Date: 12/30/2024 PROJECT ID(S) Project ID Project Name Route County Limit 1130-44-73 APPLETON- GREEN BAY USH 041N 44 - Outagamie County WRIGHTSTOWN SAFETY/WEIGHT FACILITY SCHEDULE FOR DELIVERABLES Schedule Item Due Date 60% plans Draft PS&E PS&E package 11/01/2022 DEPARTMENT PROVIDES Items As built plans Aerial Mapping and survey Conceptual Design Layouts Utility List 30% Site Plans Consultant Requirements ( Listed in approximate order of importance) : 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 Experience completing the PS&E process as described in WisDOT FDM. Experience with architectural, mechanical, electrical and plumbing design, including geothermal and septic system design Familiarity with Wisconsin Building Codes and accepted practices Knowledge and experience with the environmental documentation and agency coordination required Provide final design (30% - PSE) for roadway engineering, architectural design, building engineering and related services for the combined Wrightstown SWEF & DSP Northeast Region Headquarters Post. WisDOT will provide building plan concepts and 30% preliminary site plan design elements to be utilized and incorporated into the final plan development. It is anticipated the new facility will be located at the existing SWEF site. The SWEF/Post building will consist of 2 above grade floors and a basement. The second floor will consist of the DSP Post facility. The first floor will consist of the SWEF operations center and attached two-bay, indoor truck inspection building with a total facility size of approximately 40,000 SF. A new site roadway system, parking area and building will be constructed. A new water supply source and sewage treatment system/municipal sewer connection will be also required. The project will also include construction of virtual weigh station and enforcement pull-off site for the southbound lanes of I-41. New right-of-way may be required for the facility, the I-41 NB mainline/SWEF ramp designs, and the I-41 SB enforcement pull-off site. A Transportation Project Plat (TPP) will be prepared as part of the I-41 improvements. Coordination with I-41 majors study will be required. PROJECT DESCRIPTION Replace the Wrightstown Safety & Weight Enforcement Facility (SWEF). Located on I-41 northbound at mile marker 153, the SWEF opened in 1967 and upgraded in 1991. Growth in traffic volumes, advances in technology and facility age have resulted in the SWEF becoming functionally obsolete. The new building will incorporate both the SWEF & Division of State Patrols (DSP) Northeast Region Headquarters Post. PROJECT PURPOSE AND NEED Report Generated on 12/15/2020 4:27 PM [Timezone: (UTC-06:00) Central Time (US & Canada)] Page 1 of 3

Upload: others

Post on 20-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Bureau of Highway Maintenance Solicitation ID: BHM-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $20,000,000-$24,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/26/2021 Anticipated Project Completion Date: 12/30/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1130-44-73 APPLETON- GREEN BAY USH 041N 44 - Outagamie County WRIGHTSTOWN SAFETY/WEIGHT FACILITY

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    60% plans

    Draft PS&E

    PS&E package 11/01/2022

    DEPARTMENT PROVIDES

    Items

    As built plans

    Aerial Mapping and survey

    Conceptual Design Layouts

    Utility List

    30% Site Plans

    Consultant Requirements ( Listed in approximate order of importance) :

    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

    Experience completing the PS&E process as described in WisDOT FDM.

    Experience with architectural, mechanical, electrical and plumbing design, including geothermal and septic system design

    Familiarity with Wisconsin Building Codes and accepted practices

    Knowledge and experience with the environmental documentation and agency coordination required

    Provide final design (30% - PSE) for roadway engineering, architectural design, building engineering and related services for the combined Wrightstown SWEF & DSP Northeast Region Headquarters Post. WisDOT will provide building plan concepts and 30% preliminary site plan design elements to be utilized and incorporated into the final plan development. It is anticipated the new facility will be located at the existing SWEF site.

    The SWEF/Post building will consist of 2 above grade floors and a basement. The second floor will consist of the DSP Post facility. The first floor will consist of the SWEF operations center and attached two-bay, indoor truck inspection building with a total facility size of approximately 40,000 SF. A new site roadway system, parking area and building will be constructed. A new water supply source and sewage treatment system/municipal sewer connection will be also required.

    The project will also include construction of virtual weigh station and enforcement pull-off site for the southbound lanes of I-41.

    New right-of-way may be required for the facility, the I-41 NB mainline/SWEF ramp designs, and the I-41 SB enforcement pull-off site. A Transportation Project Plat (TPP) will be prepared as part of the I-41 improvements. Coordination with I-41 majors study will be required.

    PROJECT DESCRIPTION

    Replace the Wrightstown Safety & Weight Enforcement Facility (SWEF). Located on I-41 northbound at mile marker 153, the SWEF opened in 1967 and upgraded in 1991. Growth in traffic volumes, advances in technology and facility age have resulted in the SWEF becoming functionally obsolete. The new building will incorporate both the SWEF & Division of State Patrol’s (DSP) Northeast Region Headquarters Post.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:27 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 3

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    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 information.

    Interview Date: 02/03/2021

    Interview Place: Teleconference

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.75

    Other Information: Please be prepared to answer the following during your interview: 1. Project Management and Design Delivery – 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. Facility and Site Development Design – 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. Roadway and Site Circulation Design – 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 staging, scheduling, estimating - 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. 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.

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Actual Cost Plus Fixed Fee

    Lump Sum

    Specific Rate

    Cost Per Unit

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Knowledge of WI Roadside Facility operations

    Knowledge of WI State Patrol Safety & Weight Enforcement functions

    Architect

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:27 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 3

  • Solicitation Scope Of Service - DETAILS REPORT

    Report Generated on 12/15/2020 4:27 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 3 of 3

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Bureau of Structures Solicitation ID: BOS-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Open

    Anticipated Construction Cost: N/A NOI Due Date: 01/20/2020

    Anticipated Project Start Date: 06/01/2021 Anticipated Project Completion Date: 06/30/2023

    Master Group Id: January 2021 Structural Steel Inspection Master Group Type: Shop Inspection of Structural Steel

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Specific Rate

    Lump Sum

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    To be determined in each work order

    DEPARTMENT PROVIDES

    Items

    Shop drawings

    Contract plans

    Special provisions

    WisDOT Specifications

    Guidance for settling compliance issues at fabrication shops

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Certified Weld Inspector (CWI) must be on staff to direct the inspection and, if needed, be available to go to the job site.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    The inspector must have experience inspecting the structure type being fabricated.

    The inspector(s) must be a Certified Weld Inspector (CWI).

    American Welding Society (AWS) code knowledge.

    Knowledge of metals and metal joining

    Plan reading and ability to read weld symbols

    Must have communication skills to work with the fabricator’s Quality Control Unit

    Visit the fabrication shops with the purpose of applying quality assurance to the fabrication of the structures. Focus on the American Welding Society Welding Code, Special Provisions, and Wisconsin Standard Specifications as standards for compliance.

    Fabrication shop locations primarily include the states of Illinois, Indiana, Minnesota, Missouri and Wisconsin.

    PROJECT DESCRIPTION

    Provide shop inspection of structural steel for steel bridges and overhead sign structures.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:29 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.50

    Other Information:

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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 12/15/2020 4:29 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: DTIM - Bureau of Transit, Local Roads, Railroads and Harbors

    Solicitation ID: BTLRRH-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Open

    Anticipated Construction Cost: N/A NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/02/2021 Anticipated Project Completion Date: 02/04/2022

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    0095-14-05 Rail Planning Statewide 86 - State Wide Various

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Collection and update of rail-hwy crossing safety data 06/04/2021

    Analysis of crossing incidents, blockage & trespassing data 08/13/2021

    Draft rail safety action plan 10/15/2021

    State Highway-Rail Grade Crossing Action Plan 01/08/2021

    DEPARTMENT PROVIDES

    Items

    State Railroad Crossing System Inventory Database Access

    Access to Office of Commissioner Data and Public Comments

    Rail line mapping data for Wisconsin

    Public and stakeholder outreach and comment process

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Planning experience consistent with FRA guidance

    System level planning experience for motorized and non-motorized rail crossing safety

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    N/A

    Assist grade crossing and trespasser safety data collection and development of an action plan for statewide short- and long-term strategies to improve safety at and near rail-highway crossings. Assist research and policy development for crossing safety best practices for multimodal users at or near the rail system. Assist with development of goals for rail safety progress statewide.

    PROJECT DESCRIPTION

    Support technical element - of the development of State Rail Plan 2050: Grade crossing and trespasser safety.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:29 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:29 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Bureau of Technical Services Solicitation ID: BTS-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Open

    Anticipated Construction Cost: N/A NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 03/01/2021 Anticipated Project Completion Date: 06/30/2023

    Master Group Id: January 2021 Subsurface Exploration Drilling

    Master Group Type: Subsurface Exploration

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Field cone penetrometer logs

    Field coring logs

    Field drilling logs

    Field soil samples

    Field Survey, as needed

    gINT boring logs

    Pavement cores

    Bedrock cores/samples

    Time accounting documentation (Daily Drilling Report)

    Coordinates of as drilled bore hole locations in WCCS

    Google Earth image with coord. correct as drilled locations

    DEPARTMENT PROVIDES

    Items

    Project Schedule

    Project Location map

    Field layout of borings/cores

    Number of borings/cores

    Estimated depth of borings/diameter of cores

    Sampling methods/instructions

    WISDOT Forms:Field Logs, Daily Drilling Report

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Work Zone traffic control experience and capabilities.

    Qualifications of field staff to field classify soils/samples.

    Qualifications for performing the Geotechnical drilling and sampling as identified in the project description.

    Drilling/coring experience.

    Availability of support equipment for drilling/coring operations.

    Service providers base of operation in relationship to various project locations

    Drill site access and site preparation capabilities

    Investigation of subsurface soils for: foundations of proposed bridges, retaining walls, box culvert, or other structures; marsh boring/probes; roadway embankment evaluations; roadway cut evaluation; investigation methods including Auger, SPT, DCP, DCP and Vane Shear testing pavement investigation; coring of newly constructed or existing pavement; provide staff to supplement WISDOT drill crews.

    PROJECT DESCRIPTION

    Obtain data to facilitate engineering of: bridge and structure foundation design, culvert foundation design, retaining wall stability, pavement recycling/rehabilitation design, new pavement thickness verification, roadway embankment elevation, marsh removal/settlement evaluation, roadway cut evaluation.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:28 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 8.00

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    Basis of Payment Notification

    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.

    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).

    Fixed Fee Notification

    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.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Knowledge of split spoon sampling (AASHTO T-206 Standard Penetration Test)

    Knowledge oand understanding of station, offset, and elevation

    The ability to recalculate station, offset, and elevations

    Ability and knowledge to obtain bedrock cores

    Ability to collect coordinates

    Report Generated on 12/15/2020 4:28 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: North Central Region Solicitation ID: NC-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $9,000,000-$9,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 06/01/2021 Anticipated Project Completion Date: 05/01/2026

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1590-12-05 RHINELANDER - MONICO USH 008E 43 - Oneida County STH 47 TO CTH P

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Final Environmental Document 11/01/2022

    60% plans 06/01/2023

    Design Study Report 11/01/2023

    90% Plans 02/01/2025

    PS&E package 05/01/2025

    DNR Coordination

    Drainage Design Report

    Final DNR/401 water quality certification

    DT1078 utility submittal

    Intersection and interchange alternatives analysis

    DEPARTMENT PROVIDES

    Items

    Traffic data, counts, projections

    As built plans

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    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 public involvement.

    Experience with Trans 220 utility coordination process

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Level 2 Roundabout Designer

    Professional Engineer

    This is a rehabilitation, pavement replacement project is along 6.72 miles of USH 8 from the STH 47 intersection to the CTH P intersection in Oneida County. It is proposed to make improvements to the STH 17 South intersection (reconstruction alternatives will be investigated; replacement with a roundabout is anticipated), replace curb & gutter, pavement, and loops/signal bases at the CTH G intersection, and mill/resurface the STH 17 North intersection. It is also proposed to perform subgrade improvement from the STH 17 North intersection to the CTH P intersection and replace one culvert.

    PROJECT DESCRIPTION

    The pavement is in need of replacement and the STH 17 South intersection will have operational needs addressed.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:28 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:28 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $7,000,000-$7,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 06/30/2023

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    9165-13-00 ARGONNE - NELMA STH 055N 21 - Forest County SCOTT LAKE ROAD TO STH 70

    9165-13-01 ARGONNE - NELMA STH 055N 21 - Forest County STH 70 TO MICHIGAN STATE LINE

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 09/01/2021

    60% plans 11/01/2021

    Traffic Management Plan 01/01/2022

    Design Study Report 02/01/2022

    DT1078 utility submittal 02/01/2022

    90% Plans 07/01/2022

    Advanceable PS&E 11/01/2022

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Consultant Requirements ( 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 completing the PS&E process as described in WisDOT FDM.

    Capacity to accomplish the work within the required timeframe/schedule

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 55 perpetuation design project extends from Scott Lake Road to STH 70 (15.83 miles) in the town of Argonne and from STH 70 to Michigan State Line (5.79 miles) ending in the town of Alvin in Forest County.

    PROJECT DESCRIPTION

    STH 55 pavement is in need of resurfacing. In addition, culvert pipes and beam guard need to be replaced. This project located in NC Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:32 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:32 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-02

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $4,000,000-$4,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/16/2021 Anticipated Project Completion Date: 05/01/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    7255-00-01 LAKE HALLIE - CHIPPEWA FALLS

    STH 124N 09 - Chippewa County 1500FT N CTHOO - 1300FT S BUS STH29

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 09/01/2021

    60% plans 09/01/2021

    Traffic Management Plan 10/01/2021

    Design Study Report 11/30/2021

    DT1078 utility submittal 03/01/2023

    90% Plans 06/01/2023

    Advanceable PS&E 08/01/2023

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.

    Experience with FDM design standards, WisDOT bridge Manual and the PSE process

    Experience with agency coordination, including railroads

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 124 perpetuation design project extends from 1500' N of CTH OO to 1300' S of Business 29 (2.68 miles) in the Village of Lake Hallie and the City of Chippewa Falls in Chippewa County.

    PROJECT DESCRIPTION

    STH 124 pavement is in need of concrete pavement repair and asphalt resurfacing to extend the service life of the pavement. In addition, guardrail replacement, curb ramp upgrades, pavement markings, and other items are necessary to complete the work. This project located in NW Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:32 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:32 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-03

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $3,000,000-$3,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/16/2021 Anticipated Project Completion Date: 05/01/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    7180-00-07 PEPIN - HAGER CITY STH 035N 46 - Pepin County WALNUT ST TO PEPIN/PIERCE CO LINE

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 09/01/2021

    60% plans 11/01/2021

    Design Study Report 11/30/2021

    DT1078 utility submittal 03/01/2023

    Traffic Management Plan 06/01/2023

    90% Plans 06/01/2023

    Advanceable PS&E 08/01/2023

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.

    Experience with FDM design standards, WisDOT bridge Manual and the PSE process

    Experience with agency coordination, including railroads

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 35 perpetuation design project extends from Walnut Street to Pepin/Pierce Co Line (4.31 miles) in the Village and Township of Stockholm in Pepin County. Project includes box culvert repair on C-46-3.

    PROJECT DESCRIPTION

    STH 35 pavement is in need of asphalt resurfacing to extend the service life of the pavement. In addition, guardrail replacement, culvert work, base aggregate shouldering, pavement markings, and other items are necessary to complete the work. This project located in NW Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:33 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:33 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-04

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $6,000,000-$6,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/16/2021 Anticipated Project Completion Date: 05/01/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    7170-00-06 WABASHA - DURAND STH 025N 06 - Buffalo County, 46 - Pepin County STH 35 N TO PLEASANT RIDGE RD

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 09/01/2021

    60% plans 09/01/2021

    Traffic Management Plan 10/01/2021

    Design Study Report 11/30/2021

    DT1078 utility submittal 03/01/2023

    90% Plans 06/01/2023

    Advanceable PS&E 08/01/2023

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.

    Experience with FDM design standards, WisDOT bridge Manual and the PSE process

    Experience with agency coordination, including railroads

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Structural Engineer

    The STH 25 perpetuation design project extends from STH 35 N to Pleasant Ridge Road (13.56 miles) in the Townships of Nelson, Maxville and Durand in Buffalo and Pepin Counties. Box culvert C-46-3 repairs are included in the project.

    PROJECT DESCRIPTION

    STH 25 pavement is in need of asphalt resurfacing to extend the service life of the pavement. In addition, box culvert repair, guardrail replacement, culvert work, ditch cleaning, base aggregate shouldering, pavement markings, and other items are necessary to complete the work. This project located in NW Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:33 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:33 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-05

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $5,000,000-$5,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 06/30/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    6370-01-07 STH 13 - STRATFORD STH 153E 37 - Marathon County STH 13 TO STAINLESS AVENUE

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Utility and topographic surveys, as needed 07/01/2021

    Environmental report (CEC) 09/01/2021

    60% plans 11/01/2021

    Design Study Report 02/01/2022

    DT1078 utility submittal 02/01/2022

    90% Plans 07/01/2022

    Advanceable PS&E 11/01/2022

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Crash rate data

    Consultant Requirements ( 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 completing the PS&E process as described in WisDOT FDM.

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 153 perpetuation design project extends from STH 13 to Stainless Avenue (10.95 miles). The project is located in the Towns of Brighton and Eau Pleine and village of Stratford in Marathon County.

    PROJECT DESCRIPTION

    STH 153 pavement is in need of resurfacing. In addition, culvert pipes and beam guard need to be replaced. This project located in NC Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:34 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:34 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-06

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $1,000,000-$1,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 06/30/2024

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    6866-06-00 WAUTOMA - MT MORRIS STH 152E 69 - Waushara County NORTH TOWNLINE ROAD TO CTH G

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Roadside Hazard Analysis 07/01/2021

    60% plans 11/01/2021

    Design Study Report 02/01/2022

    DT1078 utility submittal 02/01/2022

    DNR Coordination 06/01/2022

    90% Plans 07/01/2022

    Advanceable PS&E 11/01/2022

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( 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 completing the PS&E process as described in WisDOT FDM.

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 152 perpetuation design project extends from North Townline Road within the City of Wautoma to CTH G (7.04 miles) in the town of Mt. Morris, Waushara County.

    PROJECT DESCRIPTION

    STH 152 pavement is in need of resurfacing. In addition, culvert pipes and guardrail need to be replaced. This project is located in NC Region and will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:34 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:34 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-07

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $7,000,000-$7,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 06/30/2024

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    9100-05-01 TIPLER - FLORENCE STH 070E 19 - Florence County STH 139 SOUTH TO USH 2

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 09/01/2021

    60% plans 11/01/2021

    Traffic Management Plan 01/01/2022

    Design Study Report 02/01/2022

    DT1078 utility submittal 02/01/2022

    90% Plans 07/01/2022

    Advanceable PS&E 11/01/2022

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience completing the PS&E process as described in WisDOT FDM.

    Knowledge and experience with the environmental documentation and agency coordination required

    Experience with Trans 220 utility coordination process

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 70 perpetuation design project extends from STH 139 to USH 2 (20.69 miles) in the towns of Tipler, Florence, and Commonwealth in Florence County.

    PROJECT DESCRIPTION

    STH 70 pavement is in need of resurfacing. In addition, various culvert pipes need to be replaced. This project located in NC Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:35 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:35 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-08

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $3,000,000-$3,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 05/01/2023

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    6210-01-04 AURORAVILLE - FREMONT STH 049N 68 - Waupaca County ARNDT ROAD TO USH 10

    6590-02-07 FREMONT - MARION STH 110N 68 - Waupaca County USH 10 TO STH 96

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Field Survey, as needed 07/01/2021

    Environmental report (CEC) 09/01/2021

    60% plans 11/01/2021

    Traffic Management Plan 01/01/2022

    Design Study Report 02/01/2022

    90% Plans 07/01/2022

    Advanceable PS&E 11/01/2022

    PS&E package 05/01/2026

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( 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 completing the PS&E process as described in WisDOT FDM.

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 110/49 perpetuation design project extends from Arndt Road to STH 96 (4.26 miles) in the town of Fremont and village of Fremont in Waupaca County. In addition to resurfacing, beam guard will be replaced and spot curb & gutter repaired.

    PROJECT DESCRIPTION

    STH 110/49 pavement is in need of resurfacing. This project located in NC Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:35 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:35 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northeast Region Solicitation ID: NE-09

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $6,000,000-$6,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/16/2021 Anticipated Project Completion Date: 05/01/2025

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1520-01-30 WISCONSIN RAPIDS - PLOVER

    STH 054E 49 - Portage County, 71 - Wood County

    26TH STREET NORTH TO CTH B

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Environmental report (CEC) 01/01/2022

    60% plans 02/01/2022

    Design Study Report 05/01/2022

    Right-of-way (R/W) Plats and Transportation Project Plats 06/01/2022

    DT1078 utility submittal 03/01/2023

    90% Plans 01/01/2024

    Advanceable PS&E 05/01/2024

    PS&E package 05/01/2027

    DEPARTMENT PROVIDES

    Items

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience in preparing the SSR / TMP / DSR / Environmental documents and other required design documents.

    Experience with FDM design standards, WisDOT bridge Manual and the PSE process

    Experience with agency coordination, including railroads

    Ability to perform field survey

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    The STH 54 perpetuation design project extends from 26th Street North to CTH B (13 miles) in the Village of Biron, Town of Grand Rapids, Village and Town of Plover in Portage and Wood Counties. The roadway work will be constructed under traffic using single lane closures and railroad crossing work will be constructed under a detour. Associated Railroad Projects: (Crossing 281612V) 1520-01-52 for railroad crossing signal replacement and (Crossing 693765M) 1520-01-53 for railroad crossing surface replacement.

    PROJECT DESCRIPTION

    STH 54 pavement is in need of concrete pavement repair and asphalt resurfacing to extend the service life of the pavement. In addition, curb ramp upgrades, spot curb and gutter replacement, inlet and culvert end wall repair, railroad signal replacement, railroad crossing surface replacement, pavement markings and any incidental items necessary to complete the work. This project located in NC Region will be managed as a workshare project by NE Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:36 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview:

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.50

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:36 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northwest Region Solicitation ID: NW-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $5,000,000-$5,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/12/2021 Anticipated Project Completion Date: 12/01/2024

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1610-00-07 MELLEN - ASHLAND STH 013N 02 - Ashland County BUTTERWORTH RD TO USH 2

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Trans 220 coordination

    30% plans 12/01/2021

    Environmental report (CEC) 05/02/2022

    60% plans 05/01/2023

    Design Study Report 05/01/2023

    90% Plans 03/01/2024

    PS&E package 05/01/2024

    DEPARTMENT PROVIDES

    Items

    Aerial Mapping and survey

    Pavement design

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Experience with WisDOT projects

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Rehabilitation project for resurface/pavement replacement. Rural resurface from Butterworth Rd to 360 ft south of 12th St that transitions to an urban pavement replacement north to USH 2. Includes culverts, storm drainage, water main (design by others), base aggregate, curb and gutter/ramp upgrades, sidewalk, gravel shouldering, pavement markings and restoration. There are 3.68 miles associated with this project that is located on STH 13, Butterworth Rd to USH 2 through City of Ashland, Ashland County.

    PROJECT DESCRIPTION

    The primary need is to address the deteriorating pavement.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:37 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s.134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.50

    Other Information:

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:37 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northwest Region Solicitation ID: NW-02

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $6,000,000-$6,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/01/2021 Anticipated Project Completion Date: 03/31/2025

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    8030-00-00 AMERY - MILLTOWN STH 046N 03 - Barron County, 48 - Polk County USH 8 TO STH 35

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    30% plans 05/01/2022

    Environmental report (CEC) 07/01/2022

    60% plans 10/01/2022

    Design Study Report 11/01/2022

    90% Plans 01/01/2024

    Draft PS&E 03/01/2024

    Advanceable PS&E 05/01/2024

    PS&E package 05/01/2025

    DEPARTMENT PROVIDES

    Items

    Aerial Mapping and survey

    Pavement design

    As built plans

    Traffic data, counts, projections

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Knowledge and experience with the environmental documentation and agency coordination required

    Experience with the public involvement process

    Experience with Trans 220 utility coordination process

    Experience completing the PS&E process as described in WisDOT FDM.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Perpetuation resurfacing project of 11.42 miles on STH 46 from USH 8 to STH 35 through the Village of Balsam Lake in Polk County. The preliminary concept for the pavement rehabilitation includes a cold-in-place recycling treatment with no pre-milling and a 2.75" profile increase. Other work includes culvert maintenance or replacement, guardrail replacement, curb ramp reconstruction and pavement marking.

    PROJECT DESCRIPTION

    The primary purpose of the project is to rehabilitate the pavement. Additional project needs include culverts that are in need of maintenance or replacement, guardrail that needs to be upgraded, and sidewalk crosswalk ramps in Balsam Lake.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/15/2020 4:38 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of "trade secret" as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/15/2020 4:38 PM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Northwest Region Solicitation ID: NW-03

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: N/A NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 03/15/2021 Anticipated Project Completion Date: 03/14/2022

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1000-18-76 NW REGION, CONSULTANT PROJECT MGMT

    VAR HWY 85 - Northwest Region Wide PROJECT MANAGEMENT SERVICES

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Project management and oversight

    Progress Meetings

    DEPARTMENT PROVIDES

    Items

    N/A

    Consultant Requirements ( Listed in approximate order of importance) :

    Consultants Requirements

    Ability to keep all privileged information confidential.

    Knowledge and understanding of WisDOT Facilities Development Manual

    Ability to coordinate with WisDOT design staff

    Knowledge of WisDOT construction oversight procedures

    Ability to work with DOT and Contractor staff.

    Good organizational and communication skills.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Provide a project manager with approximately 8 -15 years experience to manage design and construction activities, manage project team members, direct work and provide technical expertise to deliver design and construction projects. The duties will be performed primarily at the consultant’s home office, with periodic site visits as well as meetings at WisDOT’s Eau Claire and/or Superior Regional offices. Full-time (40-hours/week) assignment for the duration of the contract. This will be a redistribution contract.

    PROJECT DESCRIPTION

    The Northwest Region requires full time assistance to perform project manager duties as an extension of WisDOT staff for design and construction projects.

    PROJECT PURPOSE AND NEED

    Report Generated on 01/06/2021 9:35 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    Special Instructions: The Department will negotiate 1 one-year contract with the option for 2 one-year renewals. To eliminate conflict of interest, the consultant selected for this Project Manager assignment will not oversee projects involving the same consultant firm. Also, the consultant firm will be required to execute an agreement protecting privileged and confidential information. Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 6.75

    Other Information:

    Basis of Payment Notification

    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.

    There will be a redistribution contract with invoices allocating actual costs to individual WisDOT project IDs.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 01/06/2021 9:35 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Southeast Region Solicitation ID: SE-01

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $2,000,000-$2,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/30/2021 Anticipated Project Completion Date: 01/01/2025

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    1570-00-09 ST CROIX FALLS - TURTLE LAKE

    USH 008E 48 - Polk County MN/WI STATE LINE TO GLACIER ROAD

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Utility and topographic surveys, as needed 09/01/2023

    Section 106 Coordination 09/01/2023

    Final Environmental Document 09/01/2023

    Design Study Report 12/01/2023

    60% plans 11/01/2023

    90% Plans 05/01/2024

    Draft PS&E 05/01/2024

    PS&E package 08/01/2024

    DEPARTMENT PROVIDES

    Items

    Existing traffic data

    Utility contacts and task list

    Concept Definition Report

    Consultant Requirements ( 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.

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Professional Land Surveyor

    This perpetuation project is resurfacing of USH 8 approximately 4 miles long within St. Croix Falls from MN/WI State Line to Glacier Road in Polk County. Other items of work to be included includes clean culvert pipes, culvert pipe extensions, reconstruct inlets, clean sediment basins, replace beam guards, pavement markings, and restoration.

    PROJECT DESCRIPTION

    The purpose of this project is to extend the life of this roadway. This project is located in Northwest Region will be managed as workshare project by Southeast Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/16/2020 9:51 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/16/2020 9:51 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Southeast Region Solicitation ID: SE-02

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $4,000,000-$4,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 06/01/2021 Anticipated Project Completion Date: 11/14/2024

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    8140-00-08 STONE LAKE - HAYWARD STH 027N 57 - Sawyer County BOYLAN RD TO CAROL DR

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Utility and topographic surveys, as needed 09/01/2021

    Final Environmental Document 09/01/2021

    Traffic Management Plan (TMP) 11/01/2021

    Design Study Report 11/01/2021

    60% plans 11/01/2021

    DT1078 utility submittal 12/02/2021

    Draft PS&E 06/01/2023

    PS&E package 08/01/2023

    DEPARTMENT PROVIDES

    Items

    Existing traffic data

    Pavement design

    Wetland Delineation

    Consultant Requirements ( 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.

    Knowledge of department’s current engineering platform and the appropriate file formats used by department staff (Civil 3D, CAiCE, SDMS, etc.)

    Special Skills/Certification License ( Listed in approximate order of importance) :

    Special Skills Certification License

    Professional Engineer

    Professional Land Surveyor

    Perpetuation project; resurfacing of STH 27 approximately 8.5 miles long within the city of Hayward from Boylan Rd to Carol Dr. in Sawyer County. Also includes culvert work (replacements, endwalls, and cleaning), base aggregate shouldering, pavement markings, and erosion control.

    PROJECT DESCRIPTION

    Purpose of this project is to extend the life of this roadway. This project located in Northwest Region will be managed as a workshare project by Southeast Region.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/16/2020 9:52 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Other Information:

    Basis of Payment

    The Basis of Payment will be one or more of the following:

    Lump Sum

    Specific Rate

    Cost Per Unit

    Actual Cost Plus Fixed Fee

    Basis of Payment Notification

    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.

    Fixed Fee Notification

    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.

    Disadvantaged Business Enterprise ( DBE ) Subcontracting goal on this solicitation will be

    Project DBE Goal in $/%

    No records to display

    Report Generated on 12/16/2020 9:52 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 2 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Transportation Region/Bureau: Southeast Region Solicitation ID: SE-03

    Solicitation Month and Year: January 2021 Solicitation Type(Roster/Open): Roster

    Anticipated Construction Cost: $4,000,000-$4,999,999 NOI Due Date: 01/20/2021

    Anticipated Project Start Date: 04/30/2021 Anticipated Project Completion Date: 11/15/2025

    PROJECT ID(S)

    Project ID Project Name Route County Limit

    3130-03-01 WHITEWATER TO ELKHORN USH 012E 64 - Walworth County COX ROAD TO STH 20/67

    SCHEDULE FOR DELIVERABLES

    Schedule Item Due Date

    Utility and topographic surveys, as needed 09/01/2021

    Section 106 Coordination 03/01/2022

    Final Environmental Document 04/01/2022

    Draft Exception to Standards Report 04/01/2022

    Preliminary TPP submittal 04/01/2022

    Traffic Management Plan (TMP) 07/01/2022

    Design Study Report 04/30/2022

    60% plans 05/01/2022

    60% structure plans 05/01/2022

    DT1078 utility submittal 03/01/2023

    Final Structure Plans 02/01/2024

    Draft PS&E 02/01/2024

    PS&E package 05/01/2024

    DEPARTMENT PROVIDES

    Items

    Existing traffic data

    Bridge inspection reports

    Bridge as-built plans

    Title searches

    Traffic data, counts, projections

    Pavement design

    Wetland Delineation

    Utility contacts and task list

    Signing plans

    Perpetuation project; resurfacing of USH 12 approximately 7.5 miles from Cox Road to STH 20/67 (Whitewater to Elkhorn) C-64-0002 in Walworth County. Other items of work include Box Culvert Replacement along USH 12 just west of CTH H, signal work at the intersection of CTH P, and curb ramp replacement at CTH H, and a high friction surface treatment at the east end of the project.

    PROJECT DESCRIPTION

    Purpose of this project is to extend the life of this roadway.

    PROJECT PURPOSE AND NEED

    Report Generated on 12/16/2020 9:58 AM[Timezone: (UTC-06:00) Central Time (US & Canada)]

    Page 1 of 2

  • Solicitation Scope Of Service - DETAILS REPORT

    Name Email

    No records to display

    Notification pertaining to DBE goals:

    N/A

    Special Instructions: Do not include any information that meets the definition of “trade secret” as that term is defined in s. 134.90(1)(c), Wis. Stats.

    Interview: Interviews will not be conducted

    Interview Information:

    Interview Date:

    Interview Place:

    DBE goal on project: No

    DBE goal: DBE goal in $ 0.00

    Advertised Fixed Fee %: 7.25

    Othe