Revised Master Bid Document

advertisement
State of Wisconsin
Wis. Statutes s.16.75
DOA-3070 (R08/2003)
BIDS MUST BE SEALED AND ADDRESSED TO:
AGENCY ADDRESS:
WI Dept. of Natural Resources
Attn: Richard M. Straub
101 S. Webster St. 2nd Floor
PO Box 7921
Madison, WI 53703-7921
Remove from bidder list for this commodity/service. (Return this page only.)
Bid envelope must be sealed and plainly marked in lower corner with due date and Request for
# A-030-08
Bid
. Late bids will be rejected. Bids MUST be date and time stamped by
the soliciting purchasing office on or before the date and time that the bid is due. Bids dated and
time stamped in another office will be rejected. Receipt of a bid by the mail system does not
constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a
result of not being properly and clearly marked is subject to rejection. Bids must be submitted
separately, i.e., not included with sample packages or other bids. Bid openings are public unless
otherwise specified. Records will be available for public inspection after issuance of the notice of
intent to award or the award of the contract. Bidder should contact person named below for an
appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date
of bid opening, unless otherwise noted. The attached terms and conditions apply to any
subsequent award.
REQUEST FOR BID
Bids MUST be in this office no later than
THIS IS NOT AN ORDER
2:00 PM CDT, Thursday, May 12, 2011
BIDDER (Name and Address)
Name (Contact for further information)
Richard M. Straub
(email address: richard.straub@wisconsin.gov)
Phone
Date
(608) 261-6415
May 3, 2011, 2011
Quote Price and Delivery FOB
Destination
 Fax bids are accepted
Item
No.
Quantity
and Unit
Description
 Fax bids are not accepted
Price
Per Unit
Total
The WI DNR’s Water Division is soliciting bids for
consultants to conduct new floodplain studies and mapping in
two large watersheds and also in select streams in three
counties in Wisconsin per the attached Specifications/
Scope of Work, Special Conditions of Bid, Bid Price Sheet,
Standard Terms and Conditions and Supplemental Standard
Terms and Conditions for Procurements for Services.
Note: Please complete, sign and return the following:
this Request for Bid Form, Bid Price Sheet, Vendor
Information Form, and Vendor Reference Form. Use the Bid
Checklist to ensure submission of a complete bid. Please
do not enter any prices on this form.
Special Note: questions related to bid submission and the
required floodplain studies and mapping services may be
directed to Richard M. Straub as indicated in the Special
Conditions of Bid.
Payment Terms
Net 30
Delivery Time
Per Specifications
We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder
must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor,
201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids.
We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the
Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.
Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials
covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial
part in the United States.
Yes
No
Unknown
In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free
competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any
other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is
accurate under penalty of perjury.
We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid.
Name of Authorized Company Representative (Type or Print)
Signature of Above
Title
Phone
Date
Fax
Federal Employer Identification No.
This form can be made available in accessible formats upon request to qualified individuals with disabilities
(
(
)
)
Social Security No. if Sole
Proprietor (Voluntary)
Wisconsin Department of Administration
Chs. 16, 19, 51
DOA-3054 (R10/2005)
Page 1 of 3
Standard Terms And Conditions
(Request For Bids / Proposals)
1.0
2.0
SPECIFICATIONS: The specifications in this request are
the minimum acceptable. When specific manufacturer and
model numbers are used, they are to establish a design,
type of construction, quality, functional capability and/or
performance level desired. When alternates are
bid/proposed, they must be identified by manufacturer, stock
number, and such other information necessary to establish
equivalency. The State of Wisconsin shall be the sole judge
of equivalency. Bidders/proposers are cautioned to avoid
bidding alternates to the specifications which may result in
rejection of their bid/proposal.
DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications
shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence of
such statement, the bid/proposal shall be accepted as in
strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable.
3.0
QUALITY: Unless otherwise indicated in the request, all
material shall be first quality. Items which are used,
demonstrators, obsolete, seconds, or which have been
discontinued are unacceptable without prior written approval
by the State of Wisconsin.
4.0
QUANTITIES: The quantities shown on this request are
based on estimated needs. The state reserves the right to
increase or decrease quantities to meet actual needs.
5.0
DELIVERY: Deliveries shall be F.O.B. destination freight
prepaid and included unless otherwise specified.
6.0
7.0
UNFAIR SALES ACT: Prices quoted to the State of
Wisconsin are not governed by the Unfair Sales Act.
8.0
ACCEPTANCE-REJECTION: The State of Wisconsin
reserves the right to accept or reject any or all
bids/proposals, to waive any technicality in any bid/proposal
submitted, and to accept any part of a bid/proposal as
deemed to be in the best interests of the State of
Wisconsin.
Bids/proposals MUST be date and time stamped by the
soliciting purchasing office on or before the date and time
that the bid/proposal is due. Bids/proposals date and time
stamped in another office will be rejected. Receipt of a
bid/proposal by the mail system does not constitute receipt
of a bid/proposal by the purchasing office.
9.0
METHOD OF AWARD: Award shall be made to the lowest
responsible, responsive bidder unless otherwise specified.
10.0
ORDERING: Purchase orders or releases via purchasing
cards shall be placed directly to the contractor by an
authorized agency. No other purchase orders are
authorized.
11.0
PAYMENT TERMS AND INVOICING: The State of
Wisconsin normally will pay properly submitted vendor
invoices within thirty (30) days of receipt providing goods
and/or services have been delivered, installed (if required),
and accepted as specified.
Invoices presented for payment must be submitted in
accordance with instructions contained on the purchase
order including reference to purchase order number and
submittal to the correct address for processing.
PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall
reflect these discounts.
6.1
6.2
6.3
Unit prices shown on the bid/proposal or contract
shall be the price per unit of sale (e.g., gal., cs.,
doz., ea.) as stated on the request or contract. For
any given item, the quantity multiplied by the unit
price shall establish the extended price, the unit
price shall govern in the bid/proposal evaluation and
contract administration.
Prices established in continuing agreements and
term contracts may be lowered due to general
market conditions, but prices shall not be subject to
increase for ninety (90) calendar days from the date
of award. Any increase proposed shall be submitted
to the contracting agency thirty (30) calendar days
before the proposed effective date of the price
increase, and shall be limited to fully documented
cost increases to the contractor which are
demonstrated to be industrywide. The conditions
under which price increases may be granted shall
be expressed in bid/proposal documents and
contracts or agreements.
In determination of award, discounts for early
payment will only be considered when all other conditions are equal and when payment terms allow at
least fifteen (15) days, providing the discount terms
are deemed favorable. All payment terms must allow
the option of net thirty (30).
A good faith dispute creates an exception to prompt
payment.
12.0
TAXES: The State of Wisconsin and its agencies are
exempt from payment of all federal tax and Wisconsin state
and local taxes on its purchases except Wisconsin excise
taxes as described below.
The State of Wisconsin, including all its agencies, is
required to pay the Wisconsin excise or occupation tax on
its purchase of beer, liquor, wine, cigarettes, tobacco
products, motor vehicle fuel and general aviation fuel.
However, it is exempt from payment of Wisconsin sales or
use tax on its purchases. The State of Wisconsin may be
subject to other states' taxes on its purchases in that state
depending on the laws of that state. Contractors performing
construction activities are required to pay state use tax on
the cost of materials.
13.0
GUARANTEED DELIVERY: Failure of the contractor to
adhere to delivery schedules as specified or to promptly
replace rejected materials shall render the contractor liable
for all costs in excess of the contract price when alternate
procurement is necessary. Excess costs shall include the
administrative costs.
14.0
ENTIRE AGREEMENT: These Standard Terms and
Conditions shall apply to any contract or order awarded as
a result of this request except where special requirements
are stated elsewhere in the request; in such cases, the
special requirements shall apply. Further, the written
DOA-3054
Page 2 of 3
contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other
terms and conditions in any document, acceptance, or
acknowledgment shall be effective or binding unless
expressly agreed to in writing by the contracting authority.
15.0
16.0
APPLICABLE LAW AND COMPLIANCE: This contract
shall be governed under the laws of the State of Wisconsin.
The contractor shall at all times comply with and observe all
federal and state laws, local laws, ordinances, and
regulations which are in effect during the period of this
contract and which in any manner affect the work or its
conduct. The State of Wisconsin reserves the right to
cancel this contract if the contractor fails to follow the
requirements of s. 77.66, Wis. Stats., and related statutes
regarding certification for collection of sales and use tax.
The State of Wisconsin also reserves the right to cancel
this contract with any federally debarred contractor or a
contractor which is presently identified on the list of parties
excluded from federal procurement and non-procurement
contracts.
ANTITRUST ASSIGNMENT: The contractor and the State
of Wisconsin recognize that in actual economic practice,
overcharges resulting from antitrust violations are in fact
usually borne by the State of Wisconsin (purchaser).
Therefore, the contractor hereby assigns to the State of
Wisconsin any and all claims for such overcharges as to
goods, materials or services purchased in connection with
this contract.
17.0
ASSIGNMENT: No right or duty in whole or in part of the
contractor under this contract may be assigned or delegated without the prior written consent of the State of
Wisconsin.
18.0
WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must ensure that
when engaged in the production of materials, supplies or
equipment or the performance of contractual services, not
less than seventy-five percent (75%) of the total hours of
direct labor are performed by severely handicapped
individuals.
19.0
NONDISCRIMINATION / AFFIRMATIVE ACTION: In
connection with the performance of work under this
contract, the contractor agrees not to discriminate against
any employee or applicant for employment because of age,
race, religion, color, handicap, sex, physical condition,
developmental disability as defined in s. 51.01(5), Wis.
Stats., sexual orientation as defined in s. 111.32(13m), Wis.
Stats., or national origin. This provision shall include, but
not be limited to, the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of
compensation; and selection for training, including
apprenticeship. Except with respect to sexual orientation,
the contractor further agrees to take affirmative action to
ensure equal employment opportunities.
19.1
Contracts estimated to be over twenty-five thousand
dollars ($25,000) require the submission of a written
affirmative action plan by the contractor. An
exemption occurs from this requirement if the
contractor has a workforce of less than twenty-five
(25) employees. Within fifteen (15) working days
after the contract is awarded, the contractor must
submit the plan to the contracting state agency for
approval. Instructions on preparing the plan and
technical assistance regarding this clause are
available from the contracting state agency.
19.2
The contractor agrees to post in conspicuous
places, available for employees and applicants for
employment, a notice to be provided by the
contracting state agency that sets forth the
provisions
of
the
State
of
Wisconsin's
nondiscrimination law.
19.3
Failure to comply with the conditions of this clause
may result in the contractor's becoming declared an
"ineligible" contractor, termination of the contract, or
withholding of payment.
20.0
PATENT INFRINGEMENT: The contractor selling to the
State of Wisconsin the articles described herein guarantees
the articles were manufactured or produced in accordance
with applicable federal labor laws. Further, that the sale or
use of the articles described herein will not infringe any
United States patent. The contractor covenants that it will at
its own expense defend every suit which shall be brought
against the State of Wisconsin (provided that such
contractor is promptly notified of such suit, and all papers
therein are delivered to it) for any alleged infringement of
any patent by reason of the sale or use of such articles, and
agrees that it will pay all costs, damages, and profits
recoverable in any such suit.
21.0
SAFETY REQUIREMENTS: All materials, equipment, and
supplies provided to the State of Wisconsin must comply
fully with all safety requirements as set forth by the
Wisconsin Administrative Code, the Rules of the Industrial
Commission on Safety, and all applicable OSHA
Standards.
22.0
WARRANTY: Unless otherwise specifically stated by the
bidder/proposer, equipment purchased as a result of this
request shall be warranted against defects by the
bidder/proposer for one (1) year from date of receipt. The
equipment manufacturer's standard warranty shall apply as
a minimum and must be honored by the contractor.
23.0
INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall:
24.0
23.1
Maintain worker's compensation insurance as
required by Wisconsin Statutes, for all employees
engaged in the work.
23.2
Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which
might occur in carrying out this agreement/contract.
Minimum coverage shall be one million dollars
($1,000,000) liability for bodily injury and property
damage including products liability and completed
operations. Provide motor vehicle insurance for all
owned, non-owned and hired vehicles that are used
in carrying out this contract. Minimum coverage
shall be one million dollars ($1,000,000) per
occurrence combined single limit for automobile
liability and property damage.
23.3
The state reserves the right to require higher or
lower limits where warranted.
CANCELLATION: The State of Wisconsin reserves the
right to cancel any contract in whole or in part without
penalty due to nonappropriation of funds or for failure of the
DOA-3054
Page 3 of 3
contractor to comply with
specifications of this contract.
terms,
conditions,
and
25.0
VENDOR TAX DELINQUENCY: Vendors who have a
delinquent Wisconsin tax liability may have their payments
offset by the State of Wisconsin.
26.0
PUBLIC RECORDS ACCESS: It is the intention of the
state to maintain an open and public process in the
solicitation, submission, review, and approval of
procurement activities.
30.0
MATERIAL SAFETY DATA SHEET: If any item(s) on an
order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1)
copy of a Material Safety Data Sheet for each item with the
shipped container(s) and one (1) copy with the invoice(s).
31.0
PROMOTIONAL ADVERTISING / NEWS RELEASES:
Reference to or use of the State of Wisconsin, any of its
departments, agencies or other subunits, or any state official or employee for commercial promotion is prohibited.
News releases pertaining to this procurement shall not be
made without prior approval of the State of Wisconsin.
Release of broadcast e-mails pertaining to this procurement
shall not be made without prior written authorization of the
contracting agency.
32.0
HOLD HARMLESS: The contractor will indemnify and save
harmless the State of Wisconsin and all of its officers,
agents and employees from all suits, actions, or claims of
any character brought for or on account of any injuries or
damages received by any persons or property resulting
from the operations of the contractor, or of any of its
contractors, in prosecuting work under this agreement.
33.0
FOREIGN CORPORATION: A foreign corporation (any
corporation other than a Wisconsin corporation) which
becomes a party to this Agreement is required to conform
to all the requirements of Chapter 180, Wis. Stats., relating
to a foreign corporation and must possess a certificate of
authority from the Wisconsin Department of Financial
Institutions, unless the corporation is transacting business
in interstate commerce or is otherwise exempt from the
requirement of obtaining a certificate of authority. Any
foreign corporation which desires to apply for a certificate of
authority should contact the Department of Financial
Institutions, Division of Corporation, P. O. Box 7846,
Madison, WI 53707-7846; telephone (608) 266-3590.
34.0
WORK
CENTER
PROGRAM:
The
successful
bidder/proposer shall agree to implement processes that
allow the State agencies, including the University of
Wisconsin System, to satisfy the State's obligation to
purchase goods and services produced by work centers
certified under the State Use Law, s.16.752, Wis. Stat. This
shall result in requiring the successful bidder/proposer to
include products provided by work centers in its catalog for
State agencies and campuses or to block the sale of
comparable items to State agencies and campuses.
35.0
FORCE MAJEURE: Neither party shall be in default by
reason of any failure in performance of this Agreement in
accordance with reasonable control and without fault or
negligence on their part. Such causes may include, but are
not restricted to, acts of nature or the public enemy, acts of
the government in either its sovereign or contractual
capacity, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes and unusually severe weather,
but in every case the failure to perform such must be
beyond the reasonable control and without the fault or
negligence of the party.
Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection
prior to issuance of the notice of intent to award or the
award of the contract.
27.0
28.0
PROPRIETARY INFORMATION: Any restrictions on the
use of data contained within a request, must be clearly
stated in the bid/proposal itself. Proprietary information
submitted in response to a request will be handled in
accordance with applicable State of Wisconsin
procurement regulations and the Wisconsin public records
law. Proprietary restrictions normally are not accepted.
However, when accepted, it is the vendor's responsibility to
defend the determination in the event of an appeal or
litigation.
27.1
Data contained in a bid/proposal, all documentation
provided therein, and innovations developed as a
result of the contracted commodities or services
cannot be copyrighted or patented. All data, documentation, and innovations become the property of
the State of Wisconsin.
27.2
Any material submitted by the vendor in response to
this request that the vendor considers confidential
and proprietary information and which qualifies as a
trade secret, as provided in s. 19.36(5), Wis. Stats.,
or material which can be kept confidential under the
Wisconsin public records law, must be identified on
a Designation of Confidential and Proprietary
Information form (DOA-3027). Bidders/proposers
may request the form if it is not part of the Request
for Bid/Request for Proposal package. Bid/proposal
prices cannot be held confidential.
DISCLOSURE: If a state public official (s. 19.42, Wis.
Stats.), a member of a state public official's immediate
family, or any organization in which a state public official or
a member of the official's immediate family owns or controls
a ten percent (10%) interest, is a party to this agreement,
and if this agreement involves payment of more than three
thousand dollars ($3,000) within a twelve (12) month
period, this contract is voidable by the state unless
appropriate disclosure is made according to s. 19.45(6),
Wis. Stats., before signing the contract. Disclosure must be
made to the State of Wisconsin Ethics Board, 44 East
Mifflin Street, Suite 601, Madison, Wisconsin 53703
(Telephone 608-266-8123).
State classified and former employees and certain
University of Wisconsin faculty/staff are subject to separate
disclosure requirements, s. 16.417, Wis. Stats.
29.0
RECYCLED MATERIALS: The State of Wisconsin is
required to purchase products incorporating recycled materials whenever technically and economically feasible.
Bidders are encouraged to bid products with recycled
content which meet specifications.
State of Wisconsin
Department of Administration
Division of Agency Services
Bureau of Procurement
DOA-3681 (01/2001)
ss. 16, 19 and 51, Wis. Stats.
Supplemental Standard Terms and Conditions
for Procurements for Services
1.0 ACCEPTANCE OF BID/PROPOSAL CONTENT:
The
contents of the bid/proposal of the successful contractor will
become contractual obligations if procurement action ensues.
2.0 CERTIFICATION
OF
INDEPENDENT
PRICE
DETERMINATION:
By signing this bid/proposal, the
bidder/proposer certifies, and in the case of a joint
bid/proposal, each party thereto certifies as to its own
organization, that in connection with this procurement:
2.1 The prices in this bid/proposal have been arrived at
independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as to
any matter relating to such prices with any other
bidder/proposer or with any competitor;
2.2 Unless otherwise required by law, the prices which have
been quoted in this bid/proposal have not been knowingly
disclosed by the bidder/proposer and will not knowingly be
disclosed by the bidder/proposer prior to opening in the
case of an advertised procurement or prior to award in the
case of a negotiated procurement, directly or indirectly to
any other bidder/proposer or to any competitor; and
2.3 No attempt has been made or will be made by the
bidder/proposer to induce any other person or firm to
submit or not to submit a bid/proposal for the purpose of
restricting competition.
2.4 Each person signing this bid/proposal certifies that:
He/she is the person in the bidder's/proposer's
organization responsible within that organization for the
decision as to the prices being offered herein and that
he/she has not participated, and will not participate, in any
action contrary to 2.1 through 2.3 above; (or)
He/she is not the person in the bidder's/proposer's
organization responsible within that organization for the
decision as to the prices being offered herein, but that
he/she has been authorized in writing to act as agent for
the persons responsible for such decisions in certifying
that such persons have not participated, and will not
participate in any action contrary to 2.1 through 2.3 above,
and as their agent does hereby so certify; and he/she has
not participated, and will not participate, in any action
contrary to 2.1 through 2.3 above.
3.0 DISCLOSURE OF INDEPENDENCE AND RELATIONSHIP:
3.1 Prior to award of any contract, a potential contractor shall
certify in writing to the procuring agency that no
relationship exists between the potential contractor and
the procuring or contracting agency that interferes with fair
competition or is a conflict of interest, and no relationship
exists between the contractor and another person or
organization that constitutes a conflict of interest with
respect to a state contract.
The Department of
Administration may waive this provision, in writing, if those
activities of the potential contractor will not be adverse to
the interests of the state.
3.2 Contractors shall agree as part of the contract for services
that during performance of the contract, the contractor will
neither provide contractual services nor enter into any
agreement to provide services to a person or organization
that is regulated or funded by the contracting agency or
has interests that are adverse to the contracting agency.
The Department of Administration may waive this
provision, in writing, if those activities of the contractor will
not be adverse to the interests of the state.
4.0 DUAL EMPLOYMENT: Section 16.417, Wis. Stats., prohibits
an individual who is a State of Wisconsin employee or who is
retained as a contractor full-time by a State of Wisconsin
agency from being retained as a contractor by the same or
another State of Wisconsin agency where the individual
receives more than $12,000 as compensation for the
individual’s services during the same year. This prohibition
does not apply to individuals who have full-time appointments
for less than twelve (12) months during any period of time that
is not included in the appointment. It does not include
corporations or partnerships.
5.0 EMPLOYMENT: The contractor will not engage the services
of any person or persons now employed by the State of
Wisconsin, including any department, commission or board
thereof, to provide services relating to this agreement without
the written consent of the employing agency of such person or
persons and of the contracting agency.
6.0 CONFLICT OF INTEREST:
Private and non-profit
corporations are bound by ss. 180.0831, 180.1911(1), and
181.0831 Wis. Stats., regarding conflicts of interests by
directors in the conduct of state contracts.
7.0 RECORDKEEPING AND RECORD RETENTION:
The
contractor shall establish and maintain adequate records of all
expenditures incurred under the contract. All records must be
kept in accordance with generally accepted accounting
procedures. All procedures must be in accordance with
federal, state and local ordinances.
The contracting agency shall have the right to audit, review,
examine, copy, and transcribe any pertinent records or
documents relating to any contract resulting from this
bid/proposal held by the contractor. The contractor will retain
all documents applicable to the contract for a period of not less
than three (3) years after final payment is made.
8.0 INDEPENDENT CAPACITY OF CONTRACTOR: The parties
hereto agree that the contractor, its officers, agents, and
employees, in the performance of this agreement shall act in
the capacity of an independent contractor and not as an officer,
employee, or agent of the state. The contractor agrees to take
such steps as may be necessary to ensure that each
subcontractor of the contractor will be deemed to be an
independent contractor and will not be considered or permitted
to be an agent, servant, joint venturer, or partner of the state.
RFB #A-030-08
SPECIAL CONDITIONS OF BID
FLOODPLAIN STUDIES FOR
STREAMS WITHIN THE UPPER ROCK AND LOWER ROCK WATERSHEDS,
AND STREAMS WITHIN EAU CLAIRE, CHIPPEWA AND RUSK COUNTIES, WI
A. Bid Overview: The WI DNR’s Floodplain Management program is soliciting bids for services in three
separate areas of the state. This bidding process will be used to select up to three different
contractors to perform both new detailed floodplain studies for numerous streams within the Upper
Rock River and the Lower Rock River watersheds and in Eau Claire and Chippewa Counties, and to
model and map a select number of streams in those locations and for other streams in Rusk County
(as deemed appropriate and necessary) using an approximate mapping process. The priority of
stream locations and stream lengths being considered for detailed studies were determined through
input from local communities and regional WDNR engineering staff. There are more potential stream
miles that require completion of studies, maps and models than the agency believes may actually be
possible to complete due to project funding limitations. Because of this fact the actual stream
locations and mileage that will be assigned to each awarded contractor for each separate area of the
state will not be determined until after the bids have been received and bid prices have been
evaluated. The agency will have to use the bid prices to determine the best combination of stream
studies for each awarded region that can be accomplished based on the funding limitations. Vendor’s
are encouraged to provide bids for any or all of the three subject areas for which contracts will be
awarded.
B. Contract and Contract Term: The result of this bid process will be multiple contracts between the
selected vendors and the Wisconsin Dept. of Natural Resources (DNR). The initial contract period
will cover the time from bid award through June 30, 2012. This contract will be initiated through
issuance of a Department Purchase Order (PO) document and will include all of the terms and
conditions listed and attached to this bid document, as well as any other terms necessary to clarify the
contract requirements and as deemed to be in the best interests of the agency. Your signed bid
response will be your offer to provide the required services and our PO document and attachments
will be our acceptance of your offer. Initiation of services upon receipt of the PO will be deemed as
your firm’s acceptance of any contractual clarifications attached or referenced to/by the PO
C. Firm Prices: Prices submitted on each Bid Price Sheet will be held firm for the entire contract period.
D. Clarification and/or revisions to the specifications and requirements: Any questions
concerning this RFB must be submitted in writing (e-mail preferred) on or before April 25, 2011
to:
Richard M. Straub FN/2
Senior Procurement Specialist
Wisconsin Department of Natural Resources
101 S. Webster Street
PO Box 7921
Madison, WI 53707
Ph #: (608) 261-6415
Email: richard.straub@wisconsin.gov
Vendors are expected to raise any questions, exceptions, or additions they have concerning the
RFB document at this point in the RFB process. If a vendor discovers any significant ambiguity,
error, conflict, discrepancy, omission, or other deficiency in this RFB, the vendor should
immediately notify the above named individual of such error and request modification or
clarification of the RFB document. The agency expects to supply final written answers for all
submitted questions to all potential bidders before Friday, April 29, 2011.
E. Bidder Qualifications: The qualified bidder will have worked on at least one project within the
past five years where they have followed FEMA’s guidelines to determine floodplain
elevations and delineate floodplain extents. They should have recent experience using
spatially enabled modeling and mapping techniques that are output into GIS format. The
qualified bidder will have complete knowledge and experience following FEMA’s Guidelines
and Specifications for Mapping Partners including Appendices A-M and Procedural
Memorandums. They should have experience and be proficient working with high resolution
topographic data that were collected using Light Detection and Ranging (LiDAR) technology.
All bidders must submit a completed DOA-3478 Vendor Reference form (attached)
which includes references for each qualifying project. On the form in the “Products
and/or Services used” section, bidders must be sure to include the name of the project and
the time period/dates the work was conducted. A bidder’s failure to provide a completed
DOA-3478 Vendor Reference form or a bidder’s failure to supply references which support
their firm’s ability to meet the requirements of this bid are all grounds for elimination of their
bid from further consideration.
Since knowledge of FEMA standards and use of modern technologies are key aspects of this
project, each reference may be checked to ensure these requirements have been met in the
past. Unfavorable references for the floodplain project may constitute grounds for
disqualification of bidders. Bidders shall also submit a completed Vendor Information
Form (DOA 3477). The Department's determination that the bidder lacks adequate
experience, capital or equipment necessary for the satisfactory completion of the work shall
constitute sufficient cause for disqualification as an eligible bidder. In addition, past
performance on similar projects will be assessed and, if determined deficient by the
Department, shall constitute sufficient cause for disqualification as an eligible bidder.
F. Specifications: The specifications for this project can be found in the Specifications/Scope
of Work document attached, which includes Appendix A, Specifications on the Scope of
Work and Appendix B, WDNR Guidelines for Approximate Studies. All work must follow
the requirements outlined in section 2.1 of the Specifications/Scope of Work Document
associated with this RFB. Bidders should have knowledge and experience working with the
Guidelines and Specifications for Flood Hazard Mapping Partners document, which can be
found on FEMA’s website at http://www.fema.gov/library/viewRecord.do?id=2206. Additional
FEMA Procedural Memorandums should also be followed and those can be found on FEMA’s
website at http://www.fema.gov/plan/prevent/fhm/gs_memos.shtm. All of these documents
comprise the minimum acceptable specifications for the services which this bid requires to be
performed. The requirements as listed in these documents will be the basis of any contract
initiated as a result of this solicitation. By signing the Request for Bid form, you are
committing your firm to provide the services listed in this document, at the prices included on
your Bid Price Sheet and in compliance with the specifications and all the terms and
conditions listed.
G. Method of Bid: Bidders must submit their bid prices for each project area on the appropriate
attached Bid Price Sheet. There are three bid price sheets: one for the Upper Rock River
Watershed, a second one for the Lower Rock River Watershed and a third one for required
studies in Eau Claire, Chippewa and Rusk counties. Potential stream sections included in
each project area are detailed in the Appendix A document. That document will tell you the
stream names and the agencies estimates of stream miles for each stream section. For each
of the project area Bid Price Sheets, vendors are required to list their average cost per mile
bid amount for any new detailed floodplain studies and mapping that may be required for
streams in that project area and they must show their average cost per mile bid amount for
any streams in that area that end up only requiring the approximate floodplain modeling and
mapping services as listed in task requirements section of the Specifications. The bid
amounts entered on the Sheet shall be all-inclusive covering all required vendor labor, travel,
profit and materials costs for any stream sections that end up being assigned to the awarded
vendor for that project area. Vendor’s are encouraged to provide completed Bid Price Sheets
for any one, two or three of the subject areas for which contracts will be awarded. A complete
bid package will include the completed Bid Price Sheet(s), a completed and signed DOA-3070
Request for Bid form (bid cover sheet), a bidder’s point by point responses to the
requirements listed in the Bidder’s Qualifications section above and completed DOA-3478
Vendor Reference and DOA-3478 Vendor Information forms. No partial bids will be accepted.
Bidders must provide one original copy of all required documents and one electronic copy of
all items on disk (CD) as part of their bid package. All bidders must indicate on the outside of
their response their company name, the bid number, date and time of bid opening, and in
large letters “SEALED BID ENCLOSED”. Bidders are directed to use the attached Bid
Checklist as a tool to help them submit a complete bid package.
Faxed bid responses will be allowed and should be faxed to 608-264-6277. All faxed bid
responses must have a facsimile transmission cover letter. This letter will include:
Date
Agency fax number (608-264-6277)
Agency name (Wisconsin Dept. of Natural Resources)
Agency contact person and telephone number (Richard M. Straub, 608-261-6415)
Bidder fax number (if available)
Bidder name
Bidder contact person and telephone number
Number of pages (including cover) being transmitted
All faxed replies to bid requests will be signed. Each page will be initialed and
numbered "page 1 of 5, page 2 of 5," etc. Faxed bids will be rejected if they do not
arrive on time, i.e., the last page of the fax transmission must be completed prior to
the bid opening due date and time. Bidders who fax their bids must also submit an
original copy of the bid and an electronic copy on disk (CD) within one week of the bid
opening.
Bids must be submitted by Thursday, May 12, 2011 at 2:00 PM CDT to one of the following two
addresses depending on the bidders planned method of delivery:
USPS
Richard M. Straub FN/2
WI Department of Natural Resources
PO Box 7921
Madison, WI 53707-7921
COMMON CARRIER AND HAND
DELIVERY ADDRESS
Richard M. Straub FN/2
WI Department of Natural Resources
101 S. Webster St.
Madison, WI 53703
Receipt of a bid by the State mail system does not constitute receipt of a bid by the
Purchasing Office, for purposes of this RFB. All bidders are responsible for the delivery
of their bid package to this purchasing office prior to the stated bid opening time. Late
bids and unsigned bids will be rejected.
H. Bid Opening: There will be a public bid opening on Thursday, May 12, 2011 at 2:00 PM
(CDT) at 101 S. Webster Street, Madison, WI 53703, 2nd Floor, Room 223 (Bureau of
Finance Conference Room).
I.
Method of Award: Due to the size of each project area and the volume of work associated
with each project area, the agency desires to limit the number of contracts awarded to any
single vendor and as such plans to limit vendor awards to only one contract and project area,
unless the number of qualified bids preclude following this plan. Contract Awards will be
made to the responsive and responsible bidders judged as being qualified to provide the
needed services and who have submitted the lowest “Total Average Cost per Mile, Bid
Amount” covering all bid line items as indicated on each of the three Bid Price Sheets for this
project. If any of the low bids submitted do not meet the required Bidder Qualifications it will
be rejected and the submission of the next lowest bidder for that project area will then be
reviewed for compliance with Bidder Qualifications. This process will be repeated as
necessary until a qualified responsive and responsible low bidder is determined for each
project area. If any of the vendors submitting bids are determined to be the lowest responsive
and responsible bidder for more than one project area, the agency may determine which
project area to award to the low bidder and then make it’s award in a second and possibly
third project area as necessary to the next lowest responsive and responsible bidder for those
project areas as appropriate. If such a scenario occurs the agency will make the awards
based on the combination of qualified bids that result in the lowest “Total Average Cost per
Mile, Bid Amount” for the total of all three project area awards.
J.
How to get on the State of Wisconsin’s Bidders List: Vendors are directed to the State of
Wisconsin’s computerized vendor information system, ”VendorNet”, for additional electronic
copies of this bid package, and for information on receiving automatic notification of all state
agency procurements over $25,000 in a vendors particular area of interest. The web address
for VendorNet is http://vendornet.state.wi.us. If there is a need to solicit bids for additional
services upon the completion of the contract initiated by this procurement, only vendors
registered with “VendorNet” will receive automatic notification of the bid. Your firms’ receipt of
this bid in the mail does not guarantee receipt of future bids for these services.
K. Certification for Collection of Sales and Use Tax: The State of Wisconsin shall not enter
into a contract with a vendor, and reserves the right to cancel any existing contract, if the
vendor or contractor has not met or complied with the requirements of s. 77.66, Wis. Stats.,
and related statutes regarding certification for collection of sales and use tax.
L. Minority Business (MBE) requirements: The State of Wisconsin is committed to the
promotion of minority business in the state's purchasing program and a goal of placing 5% of
its total purchasing dollars with certified minority businesses. Authority for this program is
found in ss. 15.107(2), 16.75(4), 16.75(5) and 560.036(2), Wisconsin Statutes. The
contracting agency is committed to the promotion of minority business in the state's
purchasing program. The State of Wisconsin policy provides that minority-owned business
enterprises certified by the Wisconsin Department of Commerce, Bureau of Minority Business
Development should have the maximum opportunity to participate in the performance of its
contracts. The supplier/contractor is strongly urged to use due diligence to further this policy
by awarding subcontracts to minority-owned business enterprises or by using such
enterprises to provide goods and services incidental to this agreement, with a goal of
awarding at least 5% of the contract price to such enterprises.
M. Appeals Process: The appeals procedure applies only to those requests for bids that are greater
than $25,000. Notices of intent to protest and protests shall be made in writing. Protesters shall
make their protests as specific as possible and should identify statutes and Wisconsin Administrative
Code provisions which are alleged to have been violated. Any protest of this DNR solicitation or of
any intent to award issued as a result of this RFB process, must be made as provided by the
Wisconsin Administrative Code and the State Procurement Manual. No later than five (5) working
days after the date of this solicitation or no later than five (5) working days after any intent to award is
issued by DNR, a written notice of a vendor’s intent to protest must be received by:
Cathy Stepp – Secretary
c/o Tim Sell – Purchasing Section Chief
Wisconsin Department of Natural Resources
101 S. Webster Street
PO Box 7921
Madison, WI 53703-7921
The complete written protest must then be received by the DNR Secretary (and/or his designee) at the
above address, no later than ten (10) working days after any notice of intent to award is issued, or no
later than ten (10) working dates after the date of this solicitation. All properly filed protests will be
reviewed and the DNR Secretary will issue a decision regarding the protest. The decision of the DNR
Secretary may then be appealed to the Secretary of the Department of Administration within five (5)
working days of its issuance, with a copy of such appeal filed with the DNR, provided that the appeal
alleges a violation of a statute or a provision of a Wisconsin Administrative Code.
RFB #A-030-08
SPECIFICATIONS/SCOPE OF WORK
FLOODPLAIN STUDIES FOR
STREAMS WITHIN THE UPPER ROCK AND LOWER ROCK WATERSHEDS,
AND STREAMS WITHIN EAU CLAIRE, CHIPPEWA AND RUSK COUNTIES, WI
1. PROJECT BACKGROUND
The Federal Emergency Management Agency (FEMA) has contracted with the Wisconsin Department of
Natural Resources (WDNR) Floodplain Management program through their Cooperating Technical Partners
(CTP) agreement and Risk MAP funding source. WDNR is tasked with coordinating all of the work to complete
new Digital Flood Insurance Rate Maps (DFIRM) and Flood Insurance Studies (FIS) for a number of streams
within the Upper and Lower Rock watersheds and for some streams in Eau Claire, Chippewa and Rusk
counties in Wisconsin. The work will be separated into three projects and each project will be contracted
separately. The three projects are: the Upper Rock Watershed, the Lower Rock Watershed and Eau Claire,
Chippewa and Rusk Counties.
The scope of work for the Eau Claire, Chippewa and Rusk County projects includes two parts; detail and
approximate studies. The stream miles and study types are listed in Appendix A and are also included in the
“contractor” shapefile available for download from our web page at
http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html. The scope of work may be adjusted to change some
of the study miles from approximate to detail if final awarded bid prices allow for it.
Currently the scope of work for the Upper and Lower Rock Watershed projects listed in Appendix A and
available for download from our web page at http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html include
only streams to be studied with detail study methodologies. Limited funds are available, so if final awarded bid
prices come in high, we may need to change some of these from detail studies to approximate studies. This
is why we are asking for a price to be submitted for both types of studies.
2. SCOPE OF WORK
The objective of this Flood Map Project is to conduct flood studies along numerous streams in the Upper and
Lower Rock watersheds, and Eau Claire, Chippewa and Rusk counties. The work shall be completed in
accordance with the “Guidelines and Specifications for Flood Hazard Mapping Partners” and Procedural
Memorandums. These references are available online at www.fema.gov/plan/prevent/fhm/gs_main.shtm and
http://www.fema.gov/plan/prevent/fhm/gs_memos.shtm.
General: The Contractor shall conduct field reconnaissance of the specific study area(s) to determine the
parameters needed for the hydraulic analysis. Because of the volume of work for each project area, we don’t
expect each chosen vendor to do all the work in their project area at one time, but rather expect that the work in
their project area will be clustered into pieces and submitted separately.
A. Detailed Study Area(s): The Contractor shall perform detailed hydraulic analysis for many of the streams
identified in the shapefile that is accessible from the WDNR’s website at
http://dnr.wi.gov/org/water/wm/dsfm/flood/RiskMap.html . The Contractor will be responsible for obtaining
detailed survey of in-channel survey and structure openings, in accordance with FEMA standards and DNR
specifications (Task 1 – below). The modeling for this detailed hydraulic analysis will include the 10-, 2-, 1-, and
0.2-percent-annual-chance events. The Contractor shall map the 1- and 0.2-percent-annual-chance floodplain
boundaries, regulatory floodway boundaries, cross sections, base flood elevations, and the profile base lines.
B. Approximate Study Area(s): The Contractor may be selected to delineate the 1 percent-annual-chance
floodplain boundaries for the flooding sources identified in the shapefile data accessible from the WDNR’s
website at http://dnr.wi.gov/org/water/wm/dsfm/flood/mapping.htm. The stream locations and mileage will be
determined after the bids have been received. Final awarded bid prices will dictate the number of stream miles
that can be studied and mapped. The Contractor shall use the guidelines presented in Appendix B.
2.1 PERFORMANCE STANDARDS
•
•
•
•
•
FEMA has published performance standards that correspond to various levels of risk. The significance of
risk classes is discussed further in Subsection 7.4.2. of the MHIP document (Version 1 - November, 2004).
The Multi-Year Flood Hazard Identification Plan (MHIP) can be downloaded or viewed at
http://www.fema.gov/plan/prevent/fhm/mh_main.shtm. Mapping quality standards must be consistent with
Procedure Memorandum No. 38, dated October 17, 2007. WDNR will be performing an audit of the
deliverables to ensure these floodplain boundary standards are met. If through the audit of the deliverable
package, DNR determines that these standards have not been met, they will consult with the vendor about
any deficiencies revealed by the audit. WDNR will require the contractor to correct those deficiencies as
part of the bid amount.
All deliverables must follow FEMA’s Guidelines and Specifications for Flood Hazard Mapping Partners at
http://www.fema.gov/library/viewRecord.do?id=2206 and Procedural Memorandums at
http://www.fema.gov/plan/prevent/fhm/gs_memos.shtm.
All deliverables must be submitted according to FEMA’s guidelines for the Technical Standard Data
Notebook in Appendix M. http://www.fema.gov/library/viewRecord.do?id=2206
All metadata must follow Federal Geospatial Data Capture (FGDC) requirements, as well as FEMA’s
requirements. Metadata profiles can be located at FEMA’s Mapping Information Platform,
https://hazards.fema.gov/femaportal/wps/portal. Link to Tools & Links, then Metadata Profiles under the
Additional Resources header.
All deliverables must follow the requirements outlined in section 2.7 below.
2.2 - SUPPLIES AND/OR SERVICES TO BE FURNISHED
The contractor shall provide all labor, materials and facilities (except as expressly set forth in this contract as
furnished by the WDNR) necessary to perform the objective of this Flood Study Project.
The Wisconsin Department of Natural Resources shall provide:
 Peak flood discharges for the 10-, 2-, 1-, and 0.2-percent-annual-chance storm events where detailed
studies will be conducted;
 High Water Marks, where available;
 5 foot resolution Digital Elevation Models (DEM) derived from either LiDAR or DTM, that encompass parts
of the watersheds to be studied;
 Stream information in shapefile format;
 Detailed Specifications for Vertical Control and Hydraulic Structure Survey and Measurement;
 WDNR GIS submittal format specifications; and
 QC reports at the end of each task.
2.3 - REPORTS OF WORK
The Contractor shall submit separate monthly progress reports for all work accomplished during the month of
contract performance. Reports shall be in narrative form and brief and informal in content. A single monthly
report shall be submitted by the 5th working day following the end of the month. Monthly reports shall include:
1. A quantitative description of overall progress.
2. A description of any current problems which may impede performance and proposed corrective action.
2.4 – NOTICE OF DELAY
If any issues arise that could affect the completion of an activity within the proposed scope or budget, the
Contractor shall submit a Special Problem Report (SPR) to WDNR as soon as possible after the issue is
identified. The SPR is to describe the issue and propose possible resolutions. We reserve right to extend
contracts to cover unforeseen delays.
2.5 – COMMUNICATION PLAN
Communication is essential for the success of this project. A meeting will be held at the start of each contract,
between the contractor and key DNR staff, including an engineer, GIS Analyst and, at times, a floodplain
planner. Additional meetings will be scheduled as needed.
2.6 – PERFORMANCE OF WORK
The performance of this contract will be conducted within the following project schedule:
Estimated deliverable schedules for all three projects (assumes a staggered schedule):
Field Surveys
June – September, 2011
Hydraulic Models
November, 2011 – April, 2012
Draft Mapping Files
November, 2011 – April, 2012
Finalize mapping based on DNR QC June, 2012
Estimated DNR deliverable schedule for each project:
Hydrology
June – November, 2011
QC Field Surveys
June – September, 2011
QC Hydraulic Models
November, 2011 – April, 2012
QC Mapping
November, 2011 – April, 2012
Final QC of all deliverables
June, 2012
2.7 – DELIVERY REQUIREMENTS
Delivery of items specified below shall be in accordance with the previously listed project schedule.
Task 1 - Field Surveys and Reconnaissance (detailed studies only)
In accordance with the WDNR Survey Specifications document, which is available for download from WDNR’s
website at http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html:
1. One set of copies of the original field notes and computations as specified under Section II.E of the WDNR
Survey Specifications document;
2. One diagram of the level circuit or of the GPS base stations and intermediate bench marks, specified under
Section II.E1 of the WDNR Survey Specifications document. If digital, the diagram should be provided in
ArcView shape file format or as an ArcInfo coverage;
3. One set of bench mark dossier sheets specified under Section II.E2 of the WDNR Survey Specifications
document;
4. One set of copies of the plan and profile sketches as specified in Section II.E3a of the WDNR Survey
Specifications document;
5. One set of copies of the field notes and computations as specified in Section II.E3b of the WDNR Survey
Specifications document;
6. One set of photographs as specified in Section II.E3c of the WDNR Survey Specifications document;
7. One set of digital files containing all survey points collected for all structures and intermediate channel
sections as specified in Section II.E.4 of the WDNR Survey Specifications document;
8. Certification that all work was done under the direct supervision of a Registered Land Surveyor or
Professional Engineer in Wisconsin.
9. One FGDC/FEMA compliant metadata file.
It is the contractor's responsibility to provide a survey of all hydraulically significant bridges and culverts.
Hydraulically significant structures are any structure that would cause an increase in the 100 year profile of 0.1
ft. or more. All hydraulic calculations shall be performed with sufficient precision and accuracy so that properly
detailed and correct plan and cross-sectional views of the upstream side of the hydraulic structure and adjacent
river channel can be drawn, all adequate for the correct establishment of the hydraulic capacity of the hydraulic
structures for engineering purposes. Sufficient detail of the channel on the downstream side of each structure,
and between structures will be provided, as determined necessary by the certifying Professional Engineer.
Task 2 - Hydraulic Analysis (detailed studies)
The Contractor shall submit the results to the WDNR for an independent QA/QC to be completed within 15 days
of receipt.
In accordance with the Guidelines and Specifications for Flood Hazard Mapping Partners, the contractor shall
make the following products available to WDNR:

Digital profiles of the 10-, 2-, 1- and 0.2-percent-annual-chance water-surface elevations representing
existing conditions using the FEMA RASPLOT program or similar software;

Digital versions of the Floodway Data Table for each flooding source that is compatible with the DFIRM
database;

Digital versions of all hydraulic modeling (input and output) files;

Digital versions of table with range of Manning’s “n” values;

Explanations for unresolved messages from the CHECK-2 or CHECK-RAS program, as appropriate;

Digital versions of all backup data used in the analyses;

Digital versions of draft text for inclusion in the FIS report.

Metadata that follows the FEMA NFIP Metadata Profile for Hydraulics Datasets;

A Summary Report that describes and provides the results of all automated or manual QA/QC review steps
taken during the preparation of the Hydraulic models.

For GIS-based modeling, deliverables include all input and output data, intermediate data processing
products, GIS data layers, and final products in the format of the preliminary DFIRM database structure.
Task 3 - Floodplain Mapping (Detailed)
The Contractor shall submit the results to the WDNR for an independent QA/QC review to be completed within
30 days of receipt.
In accordance with the Guidelines and Specifications for Flood Hazard Mapping Partners, the contractor shall
make the following products available to WDNR:

Digital work maps showing the 1- and 0.2-percent-annual-chance floodplain boundary delineations,
regulatory floodway boundary delineations, cross sections, BFEs, flood insurance risk zone labels, and all
applicable base map features;


Metadata that follows the FEMA NFIP Metadata Profile for Floodplain Mapping and Redelineation Datasets;

Any backup or supplemental information used in the mapping required for the independent QA/QC review;
and

Mapping shapefiles according to GIS Submittal Format noted in WDNR guidance, which is available from
the WDNR website at http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html; and

Digital versions of Section 3.2 from the FIS report (Hydraulic Analysis), Floodway data tables in either Excel
or Word and RASPLOT created profiles in both .mdb and .dxf format for each stream studied.
A Summary Report that describes and provides the results of all automated or manual QA/QC review steps
taken during the preparation of the digital floodplain mapping data.
Mapping quality standards must be consistent with Procedure Memorandum No. 38, dated October 17, 2007.
Task 4 - Floodplain Modeling and Mapping (Approximate)
In accordance with the Data Capture Standards format specified in Appendix N of the Guidelines and
Specifications for Flood Hazard Mapping Partners and in accordance with WDNR Guidelines for Approximate
Studies (Appendix B of this bid document), the contractor shall make the following products available to WDNR:

Peak Flow values at ‘flow change' locations throughout each watershed, based on 2003 Regression
Equations from USGS. http://wi.water.usgs.gov/publications/flood/index.html

Digital work maps showing the 1- -percent-annual-chance floodplain boundary delineations, cross section
locations, and all applicable base map features;

Metadata that follows the FEMA NFIP Metadata Profile for Floodplain Mapping Datasets;

Digital versions of all hydraulic modeling (input and output) files;

A Summary Report that describes and provides the results of all automated or manual QA/QC review steps
taken during the preparation of the flood hazard data;

Any backup or supplemental information used in the mapping; and

Mapping shapefiles according to GIS Submittal Format noted in WDNR guidance, which is available from
the WDNR website at http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html.
3. PAYMENTS
Invoices will be accepted from awarded vendors for payment at the end of each month during the course of the
contract. These invoices must include the Purchase Order (PO) number assigned to that vendor’s project area
contract. The Contractor will submit to the DNR Project Manager a brief progress report that summarizes the
accomplishments for each time period being billed along with an original and one copy of the invoice. Each
invoice must clearly show the services being billed and include a breakdown of the invoice total by project task
as detailed in Section 2.8 above and further by assigned stream sections.
Eighty percent (80%) of the amount of each approved monthly invoice will be paid under the states standard net
30 payment terms. The remaining twenty percent (20%) of each approved monthly invoice will be held back for
payment with the Contractors final invoice/payment request. No further monthly invoices will be accepted after
eighty percent (80%) of the not-to-exceed contract total amount as shown on their PO has been paid to the
vendor. Please note that the not-to-exceed contract total amount for each project area will be calculated based
on the Average Cost per Mile Bid Amounts, the actual stream sections assigned to the Contractor for their
awarded project area and the type of studies required (new detailed or approximate) for those assigned
streams.
A final invoice will be accepted for payment upon the completion of all four tasks listed in Section 2.8 above and
after the completion of any required deliverable deficiency corrections that may be required under the
performance standards listed in Section 2.1 above. In no event will the payment of a final invoice amount be
allowed which would cause the total vendor amount paid under this contract to exceed the contract total amount
indicated on the Purchase Order (PO) that initiates this contract for services. The final Contractor
invoice/payment request should indicate the holdback amounts due along with requests for payment of any
services not covered by previous monthly invoices, subject to the not-to-exceed contract total amount.
Appendix A
Specifications on the Scope of Work
*Note: The estimates provided for stream mileage are based on calculations from DNR’s 1:24,000 scale
hydrography layer and other sources. To find the extent of each stream, download the “contractor”
shapefile from the DNR website at http://dnr.wi.gov/org/water/wm/dsfm/Flood/RiskMap.html. It is the
responsibility of the contractor to independently verify this information for their bid proposal. There are no
bridge or other structure count estimates included with this bid. It is the responsibility of the contractor to
research these numbers so that their average cost per mile bid price will cover the cost to survey all
structures.
For all tables below the following definitions apply.
New Study Type = The type of study that will be conducted as a result of this RFB. AE = Detailed flood
study and A = Approximate flood study.
Current Flood Zone = This is the flood zone that is mapped currently on effective maps. AE = Detailed
flood study, A = Approximate flood study and N/A = not currently mapped.
Project Area 1: Lower Rock Watershed streams
Project
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Water Name
Miles
New Study
Type
Current Flood
Zone
Allen Creek
0.70
AE
AE
Allen Creek
2.25
AE
A
Badfish Creek
6.32
AE
A
Bark River
12.32
AE
AE
Bark River
3.75
AE
AE
Bark River
20.61
AE
A
Bass Creek
0.54
AE
A
Blackhawk Creek
4.27
AE
AE
11.67
AE
A
Galloway Creek
1.96
AE
AE
Greenbelt Trib 1
2.48
AE
AE
Greenbelt Trib 2
1.36
AE
AE
Greenbelt Trib 3
0.82
AE
AE
Greenbelt Trib 4
1.85
AE
AE
Greenbelt Trib 5
2.25
AE
AE
Hubertus Ditch No. 1
1.49
AE
AE
Koshkonong Creek
14.28
AE
AE
Koshkonong Creek
5.18
AE
AE
Koshkonong Creek
19.05
AE
AE
Door Creek
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Koshkonong Creek
4.44
AE
AE
Koshkonong Creek
0.64
AE
AE
Koshkonong Creek
1.73
AE
A
Koshkonong Creek
5.17
AE
A
Lake Ripley
1.25
AE
A
Little Door Creek
2.80
AE
A
Morningside Trib
2.80
AE
AE
Oregon Branch Badfish Creek
1.23
AE
AE
Oregon Branch Badfish Creek
5.44
AE
A
Rice Lake
0.97
AE
A
Saunders Creek
9.20
AE
A
Scenic Brook
0.60
AE
AE
School Section Lake and Trib
0.59
AE
A
Scuppernong Creek
12.60
AE
A
Scuppernong Creek
0.45
AE
A
Scuppernong River
1.75
AE
AE
Scuppernong River
1.22
AE
A
Scuppernong River
0.95
AE
A
South Trib to Scupernong Creek
1.44
AE
A
Spring Brook
2.56
AE
AE
Spring Brook
4.89
AE
AE
Spring Brook
1.56
AE
A
Spring Brook
0.40
AE
AE
Spring Creek
1.55
AE
A
Spring Creek
8.02
AE
AE
Spring Creek
1.06
AE
A
Token Creek
9.84
AE
AE
Trib to Delavan Lake
0.20
AE
A
Trib to Fisher Creek
Trib to Galloway Creek
1.16
3.75
AE
AE
N/A
A
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Lower
Rock
Trib to Little Turtle Creek
2.88
AE
A
Trib to Whitewater Creek
3.51
AE
A
Trib to Yahara(Leutens Cr)
1.56
AE
A
Turtle Creek
23.84
AE
AE
Turtle Creek
11.79
AE
AE
Unnamed Ditch (Bark River)
1.20
AE
AE
Unnamed Trib 1 to Turtle Creek
2.30
AE
AE
Unnamed Trib 2 to Turtle Creek
3.15
AE
AE
UT to Bark River
1.19
AE
AE
UT to Bark River
0.83
AE
A
UT to Koshkonong Creek/Lake Ripley
0.75
AE
AE/A
UT to Lake Koshkonong
1.68
AE
A
UT to Scuppernong River
0.39
AE
A
UT to Yahara River
0.60
AE
A
Whitewater Creek
6.43
AE
AE
Whitewater Creek
7.25
AE
AE
Yahara River
10.78
AE
AE
Yahara River
8.39
AE
AE
Yahara River
6.60
AE
AE
Yahara River
2.69
AE
AE
Yahara River
4.39
AE
AE
Project Area 2: Upper Rock Watershed streams
Project
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Water Name
Miles
New Study
Type
Current Flood
Zone
2nd Ward Creek
1.60
AE
AE
2nd Ward Creek Tributary
1.41
AE
AE
2nd Ward Creek/Trib
0.68
AE
N/A
Ashippun River
8.21
AE
AE
Ashippun River
Ashippun River
1.66
0.22
AE
AE
AE/A
A
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Ashippun River
2.96
AE
A
Battle Creek
1.07
AE
AE
Carriage Hill Dr Trib
1.69
AE
AE/A
Coney River
4.38
AE
AE
Crawfish River
27.00
AE
A
Crawfish River
18.19
AE
A
Crawfish River
7.16
AE
AE
Crawfish River
1.12
AE
A
Crawfish River
0.24
AE
AE
Crawfish River
2.25
AE
AE
Crawfish River
0.79
AE
AE
Crawfish River
9.01
AE
A
Crawfish River
9.78
AE
AE
Crawfish River
1.89
AE
AE
Crawfish River
0.50
AE
AE
Davy Creek
1.65
AE
AE
Davy Creek
2.88
AE
A
Davy Creek
0.34
AE
A
East Branch Rock River
7.71
AE
AE
East Branch Rock River
1.42
AE
AE
East Branch Rock River
1.73
AE
AE
East Branch Rock River
1.67
AE
A
East Branch Rock River
5.42
AE
A
East Branch Rock River
9.71
AE
A
East Branch Rock River
3.63
AE
A
East Branch Rock River
11.29
AE
A
Flynn Creek
1.17
AE
A
Harris Creek
1.14
AE
AE/A
Johnson Creek
1.95
AE
AE
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Kohlsville River
1.55
AE
AE
Kohlsville River
2.70
AE
A
Lac La Belle
2.09
AE
AE
Little Oconomowoc River
0.42
AE
AE
Little Oconomowoc River
6.57
AE
A
Mason Creek
2.10
AE
A
Mason Creek
1.29
AE
A
Maunesha River
0.75
AE
AE
Maunesha River
0.35
AE
AE
Maunesha River
10.00
AE
AE
Maunesha River
0.39
AE
AE
Maunesha River
0.15
AE
A
Maunesha River
2.69
AE
A
Maunesha River
14.28
AE
A
Maunesha River
3.16
AE
A
No Name Creek
1.25
AE
A
North Branch Crawfish River
15.73
AE
A
North Branch Crawfish River
2.63
AE
A
North Branch Crawfish River
4.14
AE
AE
North Lake
1.37
AE
AE
39.98
AE
AE
Putter Creek
0.40
AE
AE
Robbins Creek
2.19
AE
AE/A
Robbins Creek
1.42
AE
A
Rock Creek
3.85
AE
A
Rock Creek
2.68
AE
A
Rubicon River
1.75
AE
AE
Rubicon River
11.38
AE
A
Rubicon River
Silver Creek
9.07
3.39
AE
AE
A
AE
Oconomowoc River
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Upper
Rock
Silver Creek
10.07
AE
A
Spring Brook
0.50
AE
AE
Stony Brook
4.03
AE
A
Unnamed Trib
3.10
AE
A
Unnamed trib to Crawfish River
1.30
AE
N/A
Unnamed/Johnson Creek
1.35
AE
A
UT to Ashippun River
0.40
AE
AE
UT to Ashippun River
0.46
AE
AE
UT to Ashippun River
1.91
AE
A
UT to Ashippun River
0.56
AE
A
UT to Crawfish River
5.02
AE
A
UT to Lake Keesus
0.78
AE
A
UT to Mason Creek
1.20
AE
A
UT to North Branch Crawfish River
0.98
AE
A
UT to North Branch Crawfish River
1.34
AE
A
UT to North Branch Crawfish River
4.07
AE
A
UT to Oconomowoc River
1.33
AE
A
UT to Robbins Creek
1.65
AE
AE/A
Project Area 3: Eau Claire, Chippewa and Rusk County Streams
Project
Chippewa
Chippewa
Chippewa
Chippewa
Chippewa
Chippewa
Chippewa
Chippewa
Chippewa
Eau Claire
Eau Claire
Eau Claire
Eau Claire
Eau Claire
Water Name
Chippewa River
Duncan Creek
Elk Creek
Jump River
Sherman Creek
Stillson Creek
Unnamed
Wolf River and Unnamed Streams in Stanley
Yellow River
Bears Grass Creek
Beaver Creek
Chippewa River
Coon Creek
Lowes Creek
Miles
1.40
18.88
1.71
5.73
5.71
5.04
3.14
6.36
8.65
9.08
8.46
7.97
2.25
1.94
New Study
Type
AE
AE
A
AE
AE
AE
AE
AE
AE
A
A
AE
A
AE
Current Flood
Zone
AE
AE
A
A
A
A
N/A
A
AE
A
A
AE
A
AE
Eau Claire
Eau Claire
Eau Claire
Eau Claire
Eau Claire
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Rusk
Lowes Creek
Otter Creek
Taylor Creek
Thompson Valley Creek
West Creek
Alder Creek
Bear Creek
Chippewa River
Crazy Horse Creek
Deer Tail Creek
Jump River
Jump River
Little Jump River
Main Creek
Middle Fork Main Creek
Mud Creek
North Fork Main Creek
North Fork Skinner Creek
North Fork Skinner Creek
Shoulder Creek
Skinner Creek
Skunk Creek
South Fork Flambeau River
South Fork Main Creek
Unnamed Stream
Unnamed Stream
Unnamed Stream
Unnamed Stream
Unnamed Stream
Breakdown by Project
Total Detail Study Miles
for Upper Rock
Total Approximate Study
Miles for Upper Rock
Total Detail Study Miles
for Lower Rock
Total Approximate Study
Miles for Lower Rock
Total Detail Study Miles
for Eau Claire, Chippewa,
Rusk
Total Approximate Study
Miles for Eau Claire,
Chippewa, Rusk
Mileage
343.25
0.00
305.57
0.00
71.04
301.29
22.17
14.36
5.57
6.14
5.14
9.20
6.65
6.24
13.02
36.91
6.77
3.86
29.65
21.09
14.73
0.96
11.11
5.66
0.50
2.44
10.31
8.49
4.02
26.26
2.49
1.74
0.78
9.39
0.38
A
A
A
A
A
A
A
AE
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
AE/A
A
A
A
A
A
A
AE/A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
Apprendix B
WDNR Guidelines for Approximate Studies
Overall approach to hydraulic modeling
Attempt to make a reasonable hydraulic model from the available terrain data, keeping in mind that this is
Approximate mapping. All engineering modeling decisions are based on the more conservative answer
given the range of choice available to the modeler. Therefore, use the following default for development
of Zone A mapping:
1. The channel definition will be added to the extracted cross sections based on available DOT bridge
plans or other data that will provide an approximatation of the channel size and depth. A channel
mannings N value shall be assigned as well.
2. The default, when bridge/culvert data is available will be to replicate the bridge plans into the hydraulic
model. When bridge plans are NOT available, the bridge opening will be approximated with a notch to
represent the width of the apparent bridge or culvert., (Inline structure in RAS) This gives the best
approximation for the effect of the constriction of the structure opening. The downstream cross section
should be a distance from the road grade so that the entire cross section can be considered for effective
flow. (The rule is 1:1 ratio from each abutment, especially downstream of the road.) The upstream
cross section can be placed as the RAS guidance directs, because the cross sectional area will be used to
balance energy upstream.
3. The default will be to NOT use ineffective flow limits. The extracted cross sections should therefore
be placed so that the entire cross section can be considered effective. Error on the side of making the
cross section shorter rather than longer if you believe that making it longer will add ineffective areas to the
cross section. The procedure should be to locate cross sections at natural valley constrictions, away from
backwater areas and old oxbows that you would not consider effective. Using ineffective limits overly
complicates the model, and may actually cause an error in balancing energy grade due to the fact that we
are not getting surveyed channel sections and/or extracting cross sections at an adequate distance. Make
all assumptions on the conservative side with regard to the flood elevation calculation.
We recommend that development of the hydraulic model and floodplain mapping be performed using
ArcMap 9.3.1 using the Hec-GeoRAS 4.3.93 or greater extension.
Note: These are the steps that DNR staff use for Approximate mapping. We are including this in
the bid as a reference, but following this exact procedure is not mandatory. Contractors are able
to use their own tools as long as the result is the same as what we would get using the process
outlined below.
HEC-GeoRAS GEOMETRY SETUP
1. Gather the 5’ foot DEM from DNR staff. All DEMs will be projected to State Plane, NAD83, feet.
2. Save the project in a unique directory and reset the target locations if ‘saving as…’ from an
existing project so that pre-RAS layers will be written to unique geodatabase.
3. Define the coordinate system for the project to State Plane South, NAD 83, feet for the Rock
watersheds and State Plane Central, NAD83, feet for Eau Claire, Chippewa and Rusk county
projects.
4. Create Stream Centerline layer. Create a profile baseline layer by digitizing the stream centerline
from the DOP. Ensure connectivity and direction of line(s). Attribute all river reaches.
5. Create Flowpath Centerlines layer. Click ‘yes’ to copy stream centerline. Do not extract left and
right flowpaths! For the channel flowpath, follow the direction of flow, especially if the channel is
very sinuous. Do not follow the stream centerline, especially if the channel is shallow compared to
the projected 100 year flood depth. In most cases, the 24k centerline should be fine. Do not
create a left or right flowpath in GeoRAS.
6. Create XS Cut Lines layer. Digitize cut lines so there is at least 10 feet from the channel bottom.
7. Create Inline Structures layer (to be used if DOT plans are not available). RAS will be set-up to
model only the road grade as a weir. This should NOT be a bridge/culvert. Only add a bridge or
culvert, (use Bridge/Culvert layer instead), IF the RAS solution with the default ‘Inline structure’
method is not a reasonable solution. The default method is to: a. digitize top of road cross
section, b. add a notch in the road grade equal in width to the measured width of the structure on
the base map Ortho, (this step is done in the HEC-RAS model, below), c. Populate NodeName
with the road name, d. Measure and populate USDistance and TopWidth from ortho (enter in
Coordinate system units), and e. Select the correct terrain DEM in the Layer Setup menu.
8. Run XS Cut Line Attributes -> All .(except Bank Stations.)
9. Run Manning’s N Values -> Extract N Values using the statewide N layer based on the dissolved
Wiscland polygons used for CN data. Alternatively, ONE Manning’s N value may be used for
each XS if the engineer prefers to ‘visually’ determine roughness values from the Ortho. (The ‘N
layer’ is only to be used as a tool to efficiently build the RAS model, it does NOT replace
‘engineering judgment’ for roughness values to be used in the model.) If a channel is entered, a
channel mannings N must also be assigned.
10. Run Inline Structures -> All (or Bridges/Culverts -> All if modeling structure openings).
11. Run Extract GIS Data.
HEC-RAS MODELING
1. Create a new HEC-RAS project (leave units as US Customary).
2. Import the GIS2RAS.RASImport.sdf file in the geometric data window (File -> Import Geometry
Data -> GIS Format…). Import data as coordinate system units (so they will be converted from
metric to US Customary if necessary). Round river stations to zero decimals.
3. Go to Tables -> Reach Lengths… Copy the Channel column to the LOB and ROB columns.
4. Open Inline Structure and/or Bridge/Culvert Data editor. Fix weir coefficient if necessary.
Estimate high chord elevation (single elevation) from DRG, RMs,. Manually add a notch in the
TOR data at this step, as defined in step 6. above. DO NOT use ineffective flow limits on the
upstream and downstream cross sections! Locate sections an appropriate distance from the
road grade so that the assumption of full conveyance across the entire cross section is valid.
5. Calculate 100-year discharges at key locations (either Regression/basin comparison, or HMS).
Quickly QC watershed delineation, longest flowpath, and parameter values. Enter discharges into
the HEC-RAS model.
6. Enter downstream boundary condition for the model. Use a known water surface if available.
Otherwise use normal depth. For the normal depth slope, use the slope between the lowest
contour crossing to the next contour.
7. Run the model and review the results. If possible, eliminate critical depths using interpolated
cross sections.
8. Export the GIS data (File -> Export GIS Data…).
HEC-GeoRAS MAPPING
1. Convert the RAS .SDF file to an .XML.
2. Run RAS Mapping -> Layer Setup. Create a New Analysis, specify the RAS export file (XML),
specify the terrain Grid, and specify the output directory. When using a DEM, the Rasterization
cell size will be automatic.
3. Run RAS Mapping -> Read RAS GIS Export File.
4. Open the cross section attribute table and convert the flood elevations from meters to feet if
necessary. Note, you can recalculate the elevation field using the original values (i.e. PF1 =
PF1*3.2808). (Have not tested this in ArcMap).
5. Run RAS Mapping -> Inundation Mapping -> Water Surface Generation.
6. Run RAS Mapping -> Inundation Mapping -> Floodplain Delineation. (Do not choose to smooth
at this point)
7. If there are portions of the floodplain that get cut off between sections (i.e up tributaries), you can
extend the cross sections and bounding polygon and rerun the delineation. First delete the WS
TIN, depth grid, and floodplain polygon from the project. Manually overwrite the water surface TIN
by creating a new one in 3D Analyst from the modified cross sections. Rerun step 5.
8. Convert GeoRAS output polygon to lines (shapefile).
9. Convert lines back to polygons. This creates a small poly where there were previously islands, or
holes in the delineation.
10. Create a new field and calculate the Area for each polygon.
11. Select all polygons that are less than 2000 square feet. With all of these small island polys
selected, manually go through and select the major floodplain polygons as well. Merge all
selected polys together. This will eliminate most of the unwanted islands.
12. Convert this singlepart layer to a multipart layer.
13. From the multipart layer, go through and manually select the major floodplain polys (for a simple
study this could just be one polygon). Export these selected polys to another shapefile. This
effectively removes all of the ‘puddles’ on the outside of your main floodplain polygon delineation.
14. Up to this point, all layers are temporary scratch files. Convert the exported poly layer to a line
and save as your 100-year line layer (this is where all edits are made before smoothing). Perform
all remaining necessary edits, such as removing additional unwanted islands, connecting
subterranean gaps, fixing very shallow areas where the LiDAR delineation just doesn’t come out
well, etc. Keep the original GeoRAS output displayed (semi-transparent) so that you can
constantly see where original islands, puddles, gaps, etc. were.
-A note on removing islands – before removing any additional islands, check the ortho for
a structure or subdivision (if something there, do not remove). Consider whether any
island of significant size has contours inside it (i.e. contours higher than the flood
elevation). If there are no contours, place much less significance on it.
15. Smooth the lines using the PAEK smoothing method w/ a 20 meter smoothing tolerance.
RFB #A-030-08
BID PRICE SHEET
FLOODPLAIN STUDIES FOR
STREAMS WITHIN UPPER ROCK WATERSHED
Line #1: Average cost per mile bid amount to complete tasks 1-3 for new detailed floodplain study
and mapping as described in the Specifications/Scope of Work document for all stream sections that
may be assigned to the awarded vendor for the Upper Rock Watershed Project Area:
$ ___________________________
Line #2: Average cost per mile bid amount to complete task 4 for approximate studies as outlined in
Appendix B and described in the Specifications/Scope of Work document for all stream sections that may
be assigned to the awarded vendor for the Upper Rock Watershed Project Area:
$ ___________________________
Line #3: Total Average Cost per Mile, Bid Amount (Vendor is required to provide the sum of Line #1
and Line #2 amounts above)(This amount will be used for bid evaluation purposes only. Total project area
not-to-exceed purchase order amounts will be calculated based on actual stream sections assigned and
on type of studies required for those assigned streams.):
$ ___________________________
Note: Bidders being considered for award may be required to provide a further detailed breakdown of the
cost of the work. If so requested, the bidder shall substantiate any price or prices with a detailed price
breakdown.
Company Name & Address
______________________________________________
______________________________________________
______________________________________________
______________________________________________
______________________________________________
Name
______________________________________________
Title
______________________________________________
Signature
______________________________________________
Date
______________________________________________
RFB #A-030-08
BID PRICE SHEET
FLOODPLAIN STUDIES FOR
STREAMS WITHIN LOWER ROCK WATERSHED
Line #1: Average cost per mile bid amount to complete tasks 1-3 for new detailed floodplain study
and mapping as described in the Specifications/Scope of Work document for all stream sections that
may be assigned to the awarded vendor for the Lower Rock Watershed Project Area:
$ ___________________________
Line #2: Average cost per mile bid amount to complete task 4 for approximate studies as outlined in
Appendix B and described in the Specifications/Scope of Work document for all stream sections that may
be assigned to the awarded vendor for the Lower Rock Watershed Project Area:
$ ___________________________
Line #3: Total Average Cost per Mile, Bid Amount (Vendor is required to provide the sum of Line #1
and Line #2 amounts above)(This amount will be used for bid evaluation purposes only. Total project area
not-to-exceed purchase order amounts will be calculated based on actual stream sections assigned and
on type of studies required for those assigned streams.):
$ ___________________________
Note: Bidders being considered for award may be required to provide a further detailed breakdown of the
cost of the work. If so requested, the bidder shall substantiate any price or prices with a detailed price
breakdown.
Company Name & Address
______________________________________________
______________________________________________
______________________________________________
______________________________________________
______________________________________________
Name
______________________________________________
Title
______________________________________________
Signature
______________________________________________
Date
______________________________________________
RFB #A-030-08
BID PRICE SHEET
FLOODPLAIN STUDIES FOR
STREAMS WITHIN EAU CLAIRE, CHIPPEWA AND RUSK COUNTIES
Line #1: Average cost per mile bid amount to complete tasks 1-3 for new detailed floodplain study
and mapping as described in the Specifications/Scope of Work document for all stream sections that
may be assigned to the awarded vendor for the Eau Claire, Chippewa & Rusk Counties Project Area:
$ ___________________________
Line #2: Average cost per mile bid amount to complete task 4 for approximate studies as outlined in
Appendix B and described in the Specifications/Scope of Work document for all stream sections that may
be assigned to the awarded vendor for the Eau Claire, Chippewa & Rusk Counties Project Area:
$ ___________________________
Line #3: Total Average Cost per Mile, Bid Amount (Vendor is required to provide the sum of Line #1
and Line #2 amounts above)(This amount will be used for bid evaluation purposes only. Total project area
not-to-exceed purchase order amounts will be calculated based on actual stream sections assigned and
on type of studies required for those assigned streams.):
$ ___________________________
Note: Bidders being considered for award may be required to provide a further detailed breakdown of the
cost of the work. If so requested, the bidder shall substantiate any price or prices with a detailed price
breakdown.
Company Name & Address
______________________________________________
______________________________________________
______________________________________________
______________________________________________
______________________________________________
Name
______________________________________________
Title
______________________________________________
Signature
______________________________________________
Date
______________________________________________
STATE OF WISCONSIN
Bid / Proposal #
A-030-08
DOA-3477 (R05/98)
Commodity / Service
FLOODPLAIN STUDY SERVICES
VENDOR INFORMATION
1.
BIDDING / PROPOSING COMPANY NAME
FEIN
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
2.
State
Zip + 4
Name the person to contact for questions concerning this bid / proposal.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
3.
State
Zip + 4
Any vendor awarded over $25,000 on this contract must submit affirmative action information to the
department. Please name the Personnel / Human Resource and Development or other person responsible
for affirmative action in the company to contact about this plan.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
4.
State
Zip + 4
Mailing address to which state purchase orders are mailed and person the department may contact
concerning orders and billings.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
5.
State
Zip + 4
CEO / President Name
This document can be made available in accessible formats to qualified individuals with disabilities.
STATE OF WISCONSIN
Bid / Proposal #
DOA-3478 (R12/96)
A-015-08
FLOODPLAIN STUDY SERVICES
VENDOR REFERENCE
FOR VENDOR:
Provide company name, address, contact person, telephone number, and appropriate information on the
product(s) and/or service(s) provided by your firm for four (4) or more projects with requirements similar to those
included in this solicitation document. If vendor is proposing any arrangement involving a third party, the named
references should also be involved in a similar arrangement.
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
This document can be made available in accessible formats to qualified individuals with disabilities.
State of Wisconsin
Department of Natural Resources
Request for Bid No. A-030-08
BID CHECKLIST
Bidders are to complete, sign and return the following items. Use the list below to check off the items as they are completed
and as a mailing check list. A complete bid package must contain all the items.
1.
______ DOA-3070, Request for Bid Form (signed)(bid cover sheet)
2.
______ Bid Price Sheet (signed) (Submit up to three sheets depending on if your firm is bidding all project areas.)
3.
______ DOA-3477, Vendor Information form
4.
______ DOA-3478, Vendor Reference form
5.
______ Completed response to requirements as listed in Special Conditions of Bid, Section E, Bidder Qualifications
that includes a point by point response to all items listed in the section.
6.
______ All bidders must indicate on the outside of their response the bid number, date and time of bid opening, and in
large letters “SEALED BID ENCLOSED. All fax bids must follow the instructions listed in Special Conditions
of Bid, Section G, Method of Bid, for fax bid submission.
7.
______ Bidders must provide one original copy of all required documents and one electronic copy of all items on disk
(CD) as part of their bid package.
NOTE:
The State reserves the right to reject incomplete bids.
Download