You are on page 1of 29

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 1 OF 29

REQUEST FOR BID (RFB) Autodesk Civil 3D Consulting Services

RFB # 270320
Issued by: STATE OF WISCONSIN DEPARTMENT OF TRANSPORTATION Division of Business Management (DBM)

Bids must be submitted No later than 2:00 PM CST August 28, 2012
Important: See building security access restrictions in Section 7

LATE BIDS WILL BE REJECTED For further information regarding this RFB contact Lyman Fuson E-mail: lyman.fuson@dot.wi.gov

Issued: August 1, 2012 Questions Due: August 10, 2012 ALL QUESTION MUST BE SUBMITTED IN WRITING All communication must be in writing to the e-mail listed above.

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 2 OF 29

SPECIAL CONDITIONS OF BID TABLE OF CONTENTS


SECTION SUBJECT PAGE #

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22.

GENERAL INFORMATION AND SCOPE .......................................................................................... 3 CONTRACT TERM .................................................................................................................................. 4 QUESTIONS ............................................................................................................................................... 5 METHOD OF BID ..................................................................................................................................... 5 BID SUBMISSION .................................................................................................................................... 5 MULTIPLE BIDS ...................................................................................................................................... 6 BID RESPONSE REQUIREMENTS ..................................................................................................... 6 METHOD OF AWARD ............................................................................................................................ 6 BIDDER/CONTRACTOR QUALIFICATIONS .................................................................................. 6 METHOD OF ENGAGEMENT, DELIVERY, AND ACCEPTANCE .............................................. 7 CONTRACT QUANTITES/NEW OR DELETED ITEMS ............................................................... 7 TERMS AND CONDITIONS .................................................................................................................. 7 MINORITY BUSINESS PARTICIPATION ......................................................................................... 7 DISABLED VETERAN-OWNED BUSINESS (DVB) ....................................................................... 8 SUBCONTRACTING OR THIRD PARTY PAYMENTS .................................................................. 8 FIRM PRICES ............................................................................................................................................ 8 INVOICING REQUIREMENTS ............................................................................................................. 9 CONTRACT CANCELLATION .............................................................................................................. 9 CERTIFICATION FOR COLLECTION OF SALES AND USE TAX ............................................10 CONFIDENTIALITY ..............................................................................................................................10 APPEALS PROCESS ..............................................................................................................................10 WisDOT WEBSITE DEVELOPMENT REQUIREMENTS FOR CONTRACTORS ................11

ATTACHMENT A VENDOR INFORMATION SHEET ATTACHMENT B REFERENCES SHEET ATTACHMENT C WisDOT MBE PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN FORM ATTACHMENT D MINORITY BUSINESS PARTICIPATION REPORT FORM ATTACHMENT E DETAILED WORK PLAN ATTACHMENT F ESTIMATED TASK RESOURCE HOURS ATTACHMENT G CONSULTANT CLASSIFICATIONS, HOURLY RATES, AND TOTAL COSTS ATTACHMENT H SUBASSEMBLY FUNCTIONALITY DETAIL Attached as separate document

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 3 OF 29

1.

GENERAL INFORMATION AND SCOPE


The Wisconsin Department of Transportation (WisDOT or DOT), through its Purchasing Unit (Purchasing), requests bids to establish a contract for the purchase of consulting, implementation, and training services to deploy and update Autodesk Civil 3D 2012 (Civil 3D) The Wisconsin Department of Transportation is currently deploying Autodesk Civil 3D 2012, the standard for Roadway Design at WisDOT. The implementation will require an external firm (Consultant) to provide consulting services to ensure efficient, cost effective deployment of Civil 3D. Given the nature of the implementation effort, the Consultant will be selected to provide staff to the WisDOT Methods Development (MD) team supplying specific expertise in the use, configuration and customization of Civil 3D, end user and administrator training, and assistance with the hardware and networking environment that will optimally support the Civil 3D deployment. The three primary work activities that will be required in the awarded contract will be Implementation, Training Content Updates, and End User and CAD Support Listed below are the primary work activities associated with this Request for Bid (RFB): A. Implementation Activities a. WisDOT is planning to implement Civil 3D version upgrades on a 2 year cycle. Associated activities include workflow assessment in consideration of new functionality available in latest Civil 3D versions, standards files development in preparation of version deployment, technical solutions regarding integrating Civil 3D software in WisDOT IT infrastructure. During this time period WisDOT will also be expanding its use of Civil 3D to get full benefit of available functionality in Civil 3D. b. WisDOT will be exploring opportunities and implementing use of tools complimentary to Civil 3D. Tools such as Navisworks, Subassembly Composer, Vault, 3DS Max Design, etc. c. WisDOT will be integrating Civil 3D workflow and data with other processes at WisDOT. d. Implementing Model Oriented Workflow. Civil Integrated Management (CIM) is becoming more prevalent in the transportation system industry, and 3D roadway surface models for Automated Machine Guidance (AMG) operations is just one aspect of implementing CIM. WisDOT is looking to maximize utilization of intelligent CIM Roadway Models in the near term and in the future. WisDOT expects that as the potential to add meaningful information to CIM Roadway Models increases, the appetite for use of this information will increase correspondingly. To aid WisDOT in achieving its CIM goals, the consultant must have expertise in model definition, development, and management throughout the roadway facilitys effective lifecycle. B. Training Content Updates a. WisDOT employs a video based Civil 3D training program that is hosted on the internet. This training program will need to be updated to correspond to the version upgrades that WisDOT selects, and expanded to include the additional functionality and complimentary tools WisDOT implements. Training content currently consists of the following video presentations: i. General Civil 3D information ii. Basic Civil 3D usage and user interface instruction iii. Basic Civil 3D objects and tools information iv. Civil 3D data management strategies v. WisDOT specific workflow concepts vi. WisDOT specific workflow exercises/demonstration, Training materials also include:

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 4 OF 29

vii. Workflow exercise Civil 3D data sets, viii. Exercise outline documentation and other presentation documentation.

C. End User and CAD Support a. Provide end-user support, application development, and CAD management services for the WisDOT CAE suite of applications. The selected Consultant will provide end-user support for MicroStation, IPlot, Civil 3D, and related WisDOT Computer Aided Engineering (CAE) applications such as CAEPlot, PS Rotate, CAD Utilities, Scale, Move, and Rotate, and DGN Search. This support may be in the form of on-line help desk type services, live support which may include one-on-one assistance and small group support and/or education. b. Additionally, the Consultant may be responsible for maintenance and updates to custom addins and applications developed for the CAE environment. Development of new add-ins and applications may also be requested by WisDOT. Development may be required in any of the following formats: VB.Net, VBA, Visual Basic, MicroStation MDL. c. Finally, the Consultant will be tasked with maintenance and updates to CAD standard resource files and libraries for the CAE applications as necessary. The Consultant will receive requests for all services via email or telephone. The attached Standard Terms and Conditions shall govern this bid unless specifically modified in these Special Conditions of Bid. Conditions of bid that include the word "must" or "shall, describe a mandatory requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification or condition of bid, Purchasing reserves the right to delete that specification or condition of bid. Failure to meet specification requirements shall disqualify your bid. Retain a copy of these Special Conditions of Bid for your files. Should you receive an award, these Special Conditions of Bid become your contract terms and conditions. Definitions: The following definitions are used throughout the RFB documents: Agency means the Wisconsin Department of Transportation Bidder/Vendor means a company or individual submitting a bid response to this RFB Contractor means bidder awarded the contract Department means the Wisconsin Department of Transportation DVB means Wisconsin Disabled Veteran-Owned Business is a business certified by the Department of Commerce under s. 560.0335(3). DOT or WisDOT means the Wisconsin Department of Transportation MBE means Wisconsin-certified Minority Business Enterprise is a business certified by the Department of Commerce under s. 560.036(2). State means the State of Wisconsin

2.

CONTRACT TERM
Three (3) years after date of award, with two (2) one-year renewal options. Any extension must be authorized by mutual agreement of the vendor and WisDOT.

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 5 OF 29

3.

QUESTIONS
If a vendor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFB they shall notify the Purchasing Agent named below of such error and request modification or clarification of the bid document. Any communications or questions regarding the specifications, or special conditions of bid should be written and submitted to the purchasing agent shown on the bid cover sheet and below as soon as possible, but no later than Friday, August 10th, 2012. Purchasing will respond to questions by issuing an official addendum, posted on VendorNet. Any correspondence or submitted documents must include the bid number All questions must be submitted in writing via email to: lyman.fuson@dot.wi.gov

4.

METHOD OF BID
Attachment E, Detailed Work Plan, explains the tasks that will be required. The work is broken into three sections: A. Implementation B. Training C. End User Support Attachment F, Estimated Task Resources, lists the work activity, job classifications, and estimated hours required for the tasks outlined in Attachment E, Detailed Work Plan. Attachment G, Consultant Job Classifications, Hourly Rates, and Total Costs. Bidders must complete the hourly rate, and multiply it by the estimate hours listed (hourly rate x estimated hours). The sum of all costs on Attachment G will then be used as the total bid price. The hours listed on Attachments F and G are estimates and may change if negotiated between the awarded contractor and WisDOT. Bids requiring an order minimum may/shall be disqualified. Bidder must use Attachment G to submit their bid. Any alteration to the bid forms may disqualify your bid.

5.

BID SUBMISSION
Bidders must submit an original, two copies and a electronic copy of all required materials for acceptance of their bid by the date and time listed on the Bid cover sheet. Any bids received after that time and date will be rejected. Receipt of a bid by the State mail system does not constitute receipt of a bid by Purchasing, for purposes of this RFB. Also refer to the Bid Response Instructions. Use one of the options below for return of the bid. Faxed and e-mailed bids are not accepted. U.S. Mail: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 PO Box 7396 Madison, WI 53707-7396 UPS, Fed Ex, etc.: Purchasing WI Department of Transportation 4802 Sheboygan Ave., Room 751 Madison, WI 53705

All bids are to be packaged, sealed, and show the following information on the outside of the package:

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 6 OF 29

-Vendor's Name and Address -Request for Bids Title -Request for Bids Number -Bid Due Date

6. 7.

MULTIPLE BIDS
Multiple bids are not allowed.

BID RESPONSE REQUIREMENTS


In order for your bid to be considered, the following information must be provided. Fill out and submit three hard copies and one electronic copy (CD, DVD, Flash Drive) by the due date and time listed on the bid cover page. Include: 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 Bid Cover (Signature) Pages Addendum Cover (Signature) Page(s), if applicable to this bid request Bid Price Sheet(s) Attachment A, Vendor Information Sheet Attachment B, References Sheet, Attachment C, MBE Program Awareness, Compliance & Action Plan, Attachment D, Minority Business Participation Report Form Attachment G, Consultant Classifications, Hourly Rates, and Total Costs

Failure to provide these forms/information with your bid submittal may disqualify your bid. WisDOT encourages all bidders to print their submission double-sided to save paper Because of increased building security, access to the WisDOT Purchasing Office is restricted and may cause delay if hand delivering your bid. Allow ample time for security clearance to room 751.

8.

METHOD OF AWARD
Award(s) shall be made on the basis of the lowest total cost from a responsive, responsible bidder who meets specifications. Total cost will be based on the total listed on Attachment G.

9.

BIDDER/CONTRACTOR QUALIFICATIONS
To be eligible for a contract award, bidder must be qualified and able to provide the following. 9.1 Bidder must be authorized and certified by Autodesk to provide the resources requested in this RFB. Bidder must have access to source code so new application features and enhancements developed for this implementation can be integrated into the Civil 3D source code stream, making those features part of the standard product in future releases. The bidder must provide WisDOT with access to the Civil 3D product development pipeline for the purpose of influencing future product features and functionality. Bidder must supply at least two references on Attachment B in which similar Civil 3D services have been provided to a comparable State Departments of Transportation, institution or company. Up

9.2

9.3

9.4

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 7 OF 29

to two other general references may be listed. If contacted, all of those references must verify that a high level of satisfaction was provided. 9.5 Bidder must supply well qualified consultants. The minimum qualifications are listed in Attachment G. In addition, the bidder should supply resumes of the consultants as part of this bid. Depending on the scope and nature of the project, as agreed to in a Statement of Work, the work may be performed either in the bidders offices or at WisDOT in Madison. Pursuant to WI State Statute 16.705, all services provided under this contract must be performed in the United States. In carrying out the scope of this contract, the Contractor may/shall be required to perform services on WisDOT property.

9.6

9.7

10. METHOD OF ENGAGEMENT, DELIVERY, AND ACCEPTANCE


The project is detailed in Attachment E. A Statement of Work (SOW) will be developed for the project and will be mutually agreed to by both WisDOT and the awarded contractor. At a minimum the SOW will determine the scope of the project, incorporate the estimated time and cost of the project from this bid submission, develop deliverables and milestones for each part of the project, and establish acceptance and payment criteria. Once completed, WisDOT will issue a Purchase Order based on the SOW. Any significant changes due to unforeseen circumstances must be reviewed and approved by WisDOT before work commences.

11. CONTRACT QUANTITES/NEW OR DELETED ITEMS


WisDOT does not guarantee to purchase any specific dollar amount. Bids that state WisDOT must guarantee a specific quantity or dollar amount may be disqualified. NEW OR DELETED ITEMS: WisDOT reserves the right to add new projects to this contract based on needs unknown at the time of this bid. The pricing submitted for the consultants will be used as a basis for any project under this contract.

12. TERMS AND CONDITIONS


The Standard and/or Supplemental Terms and Conditions provided with this document represent the terms and conditions which will apply to this contract. Vendors may not submit their own contract document as a substitute for these terms and conditions.

13. MINORITY BUSINESS PARTICIPATION


The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the States purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755. Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and services incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin Department of Commerce under Statute 560.036(2).

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 8 OF 29

Bidders must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan (Attachment C) indicating their proposed utilization of state-certified minority businesses for this contract. Contact the States Minority Business Manager for assistance in locating certified firms at (608) 267-3293 or the WisDOT Minority Business Program Coordinator at (608)-267-2886. A listing of State of Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the State-certified MBE web site: www.doa.wi.gov/mbe Quarterly reports (Attachment D) are requested to be submitted to the WisDOT Minority Business Program Coordinator, itemizing the deliveries and cost of items or services provided by certified firms. Reports should state the costs for the previous contract quarter. The department reserves the right to verify with listed firms their involvement as subcontractors or second-tier suppliers.

14. DISABLED VETERAN-OWNED BUSINESS (DVB)


Wisconsin statutes supports purchasing goods/service from Disabled Veteran Owned businesses located in Wisconsin. Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to state-certified Disabled Veteran-Owned Businesses (DVB) and/or by using such enterprises to provide goods and services incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. An DVB means a business certified, or certifiable, by the Wisconsin Department of Administration under Statute 16.283 (3). "Disabled veteran" means a person who is verified by the Department of Veterans Affairs as being all of the following at the time the person applies for certification: 1. A veteran as defined in s. 45.01(12), 2. A resident of this state, and 3. A person who is in receipt of an award from the U.S. Department of Veterans Affairs of a serviceconnected disability rating under 38 USC 1114 or 1134 of at least 30%. Bidders that feel they qualify should seek certification from the Department of Administration and mark yes in on page 2 #17 of the Official Sealed Bid. Quarterly reports are requested to be submitted to the Department of Transportation, Purchasing Unit, itemizing the deliveries and cost of items or services provided by certified DBV firms. Reporting should state the costs for the previous contract quarter. Any use of DVB firms can be reported via e-mail to DOTTIPSCOrrespond@dot.wi.gov The department reserves the right to verify with listed firms their involvement as subcontractors or second-tier suppliers.

15. SUBCONTRACTING OR THIRD PARTY PAYMENTS


All subcontracting shall be pre-approved by WisDOT. Subcontractors must abide by all terms and conditions of the contract. The prime contractor shall be responsible for all subcontractor(s) work and payment. The WisDOT will not pay any subcontractor or third parties directly.

16. FIRM PRICES


The awarded contractor must hold the accepted costs for the entire contract period. WisDOT will review any adjustment of costs before the beginning of a contract renewal period. Price increase requests must be justified with supporting documentation of industry-wide increases.

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 9 OF 29

17. INVOICING REQUIREMENTS


WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by WISDOT. Before payment is made, it also must verify that all invoiced charges are correct as per this contract. Only properly submitted invoices shall be officially received for payment. Thus, your prompt payment requires that your invoices be clear and complete in conformity with the instructions below. All invoices must be itemized showing: a. b. c. purchase order number vendor name remit to address d. complete product description as stated on your bid. e. prices per the contract

The original invoice and two copies must be sent to the bill-to address shown on the Purchase Order.

18. CONTRACT CANCELLATION


This Contract may be terminated by either party under the following conditions: 18.1 Please review section 13.0 and 24.0 of the Standard terms and Conditions of Bid. WisDOT may terminate the contract at any time at its sole discretion by delivering 30 days written notice to the contractor. If the problem is service performance, contractor will be warned either verbally or in writing of unsatisfactory performance and intent to cancel this contract. Contractor will be given a period of time to cure the performance. If the performance does not improve contractor will be given 30 days written notice that the contract will be cancelled. Upon termination, WisDOTs liability will be limited to the pro rata cost of the services performed as of the date of termination. 18.2 In the event the contractor terminates the contract, for any reason whatsoever, it will require written certified letter notification delivered to the Department purchasing agent not less than 60 days prior to said termination. The contractor will, in turn, refund the Department, within 30 days of said termination, all payments made hereunder by the Department to the contractor for work not completed. If at any time the contractor performance threatens the health and/or safety of WisDOT, WisDOT has the right to cancel and terminate the Contract without notice. If the Contractor fails to maintain and keep in force the insurance as provided in #23.0 of the Standard Terms and Conditions, WisDOT has the right to cancel and terminate the Contract without notice. If at any time a petition in bankruptcy shall be filed against the contractor and such petition is not dismissed within 90 calendar days, or if a receiver or trustee of contractor's property is appointed and such appointment is not vacated within 90 calendar days, WisDOT has the right, in addition to any other rights of whatsoever nature that it may have at law or inequity, to terminate this Contract by giving 90 calendar days notice in writing of such termination.

18.3

18.4

18.5

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 10 OF 29

19. 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.

20. CONFIDENTIALITY
Contractor acknowledges that some of the data and documentation it may become privy to in the performance of this contract is of a confidential nature. Contractor shall make all reasonable efforts to ensure that it or its employees and subcontractors do not disseminate such confidential information. Contractor or its employees and subcontractors will not reuse, sell, or make use in any format the data researched or compiled for this contract for any venture, profitable or not, outside this contract. Contractor agrees to observe complete confidentially with respect to all aspects of any confidential information, proprietary data and/or trade secrets and any parts thereof, whether such contents are the State's or the manufacturer's, bidder's, or distributor's whereby Contractor or any Contractor's personnel may gain access while engaged by the State or while on State premises. The restrictions herein shall survive the termination of this contract for any reason and shall continue in full force and effect and shall be binding upon the Contractor or its agents, employees, successors, assigns, subcontractors, or any party claiming an interest in this contract on behalf of or under the rights of Contractor following any termination. Contractor shall advise all Contractor's agents, employees, successors, assigns and subcontractors which are engaged by the State of the restrictions, present and continuing, set forth herein. Contractor shall defend and incur all costs, if any, for actions that arise as a result of noncompliance by Contractor, its agents, employees, successors, assigns and subcontractors regarding the restrictions herein.

21. APPEALS PROCESS


The appeals process applies only to those requests for bids for services that result in a contract greater than $50,000. Notices of intent to protest and protests must be made in writing. Protestors should make their protests as specific as possible and should identify Wisconsin Statutes and Wisconsin Administrative Code provisions that are alleged to have been violated. The written notice of intent to protest the intent to award a contract must be filed with Mark Gottlieb, P.E., Secretary, Wisconsin Dept. of Transportation, 4802 Sheboygan Avenue, PO Box 7910, Madison, WI 53707, phone number 608-266-1114, facsimile number 608-266-9912, and received in his office no later than five (5) working days after the notice of intent to award is issued. The written protest must be received in his office no later than ten (10) working days after the notice of intent to award is issued. The decision of the head of the procuring agency may be appealed to the Secretary of the Wisconsin Dept. of Administration within five (5) working days of issuance, with a copy of such appeal filed with the procuring agency. The appeal must allege a violation of a Wisconsin Statute or a provision of the Wisconsin Administrative Code.

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 11 OF 29

22. WisDOT WEBSITE DEVELOPMENT REQUIREMENTS FOR CONTRACTORS


Prior to building a website for WisDOT, the vendor must contact the WisDOT contract manager (primary WisDOT contact for the contract) to begin these requirements/reviews. Internet Web pages and applications that represent the Wisconsin Department of Transportation (WisDOT) must be uniform and consistent to assist customers in accessing information and to present the agency in a professional manner. Any party working to develop Internet, extranet or intranet pages or applications for WisDOT must adhere to certain procedures related to branding, usability and accessibility, and all applications must meet additional requirements obtained from BITS. In general, all web pages and applications developed for WisDOT must: A. Be developed in coordination with the three business units that oversee Web activities for the department Bureau of Information Technology Services (BITS), Bureau of Business Services Web Unit (BBS/Web) and Office of Public Affairs (OPA). The WisDOT contract manager is the contact point for the vendor and for these three WisDOT entities. B. Comply with the following requirements, whether the pages/applications reside on WisDOT servers or on external, non-WisDOT servers. Any exemptions must be obtained from both BITS and the BBS/Web Unit. Our goal is to meet the following minimum requirements: 1. Pass WisDOT reviews scheduled by the WisDOT contract manager. These reviews are to be attended by the WisDOT contract manager, representatives from the contractor/agency, the Office of Public Affairs, the Bureau of Business Services Web Unit, and the Bureau of Information Technology Services. These reviews take place at three points: the conceptual stage, partway through development, and prior to implementation. Reviews will address presentation requirements outlined in this document. In cases of applications being developed, additional security and other requirements will be identified on a case-by-case basis at the first review and discussed at the remaining two reviews. 2. Use WisDOT provided branding (header, footer, style sheets) a. Use the provided URLs to link to the WisDOT files directly (preferred), or b. Request the files to be sent to you 3. Follow all requirements of Section 508 of the Rehabilitation Act (29 U.S.C. 794d) http://www.access-board.gov/sec508/standards.htm#Subpart_b and W3C WCAG 2.0 Guidelines http://www.w3.org/TR/WCAG20/ 4. Pass validations at www.section508.info, and www.wave.webaim.org 5. The site must look and function properly in all browsers that account for 5% or more of total usage, as reported at http://www.w3schools.com/browsers/browsers_stats.asp, unless you were given a shorter browser list by WisDOT BITS, in writing. 6. Pages must not scroll horizontally at 1024x768 resolution. 7. Use the WisDOT style sheets to control fonts, link attributes, bullets, headings, backgrounds, leading, kerning, margins, and the appearance of text fields, text field labels, drop-down box text, text entered by user, radio button/check box labels, and buttons. Do not override the WisDOT style sheets. 8. Ensure that label tags identify field labels, heading tags accurately convey page structure, all images have alt tags, and underlining is reserved for hyperlinks only. Heading1 style is limited to the page title only. 9. Do not use Shockwave, Flash, ActiveX, Silverlight, Applets, or frames, unless agreed to at the conceptual review meeting with OPA, BITS and BBS/Web. If any of these are approved

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 12 OF 29

10. 11. 12. 13.

at the conceptual review, an alternative that does not use these technologies must also be provided to site users. Provide a link for users to obtain the appropriate viewer for any non-HTML files used. For multimedia files, provide the file size, playing time, and full transcripts. Use a .gov domain obtained and registered through WisDOT. Additional domains that redirect to the .gov domain are permissible. Adhere to WisDOTs graphic identity standards for use of the WisDOT logo listed at http://www.dot.wisconsin.gov/library/publications/graphic-standards.htm.

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 13 OF 29

STATE OF WISCONSIN
DOA-3477 (R05/98)

ATTACHMENT A

VENDOR INFORMATION
1. BIDDING COMPANY NAME: _________________________________________________________ OR Social Security # (if Sole Proprietorship)

FEIN (Federal Employer ID Number) _________________________________ Phone ( ) ______________________ Fax ( ) ______________________

___________________________________ Toll Free Phone ( ) __________________________ Email Address ( ) __________________________

Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________

2. Name the person to contact for questions concerning this bid. Name Phone ( Fax ( __________________________ ) ______________________ ) ______________________ Title Toll Free Phone ( Email Address ( ______________________________ ) __________________________ ) __________________________

Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________

3. 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 Phone ( Fax ( __________________________ ) ______________________ ) ______________________ Title Toll Free Phone ( Email Address ( ______________________________ ) __________________________ ) __________________________

Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________

4. Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings. Name Phone ( Fax ( __________________________ ) ______________________ ) ______________________ Title Toll Free Phone ( Email Address ( ______________________________ ) __________________________ ) __________________________

Address: __________________________________________________________________________ City ____________________________ State ________ Zip + 4 _______________________

WISCONSIN DEPARTMENT OF TRANSPORTATION STATE OF WISCONSIN DOA-3478 (R12/96)

BID #270320 PAGE 14 OF 29

ATTACHMENT B

REFERENCES

Vendor:

_______________________________________________________________________

Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided to customers similar to those requested in this solicitation document. Potential subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be listed on a separate id page. State Department of Transportation: ___________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: E-Mail Address: ____________________________________ Phone No. __________________________

__________________________________________________________________________ ____________________________________________________

Product(s) Used and/or Service(s) Provided:

State Department of Transportation: __________________________________________________________ Address (include Zip + 4) ____________________________________________________________________ Contact Person: E-Mail Address: ____________________________________ Phone No. __________________________

__________________________________________________________________________ ____________________________________________________

Product(s) Used and/or Service(s) Provided:

Company Name:

_________________________________________________________________________

Address (include Zip + 4) ____________________________________________________________________ Contact Person: E-Mail Address: ____________________________________ Phone No. __________________________

__________________________________________________________________________ ____________________________________________________

Product(s) Used and/or Service(s) Provided:

Company Name:

_________________________________________________________________________

Address (include Zip + 4) ____________________________________________________________________ Contact Person: E-Mail Address: ____________________________________ Phone No. __________________________

__________________________________________________________________________ ____________________________________________________

Product(s) Used and/or Service(s) Provided:

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 15 OF 29

ATTACHMENT C

WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN
As a matter of sound business practice, the Wisconsin Department of Transportation is committed to supply diversity by promoting the use of minority business and disabled veteran-owned business whenever and wherever possible. Additionally, as an agency of the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing dollars with state-certified minority and disabled veteran-owned businesses. State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) and Disabled Veteran-owned Businesses (DVB) certified by the Wisconsin Department of Administration should have the maximum opportunity to participate in the performance of its contracts/projects. You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to MBEs and DVBs by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. Authority for these programs is found in Wisconsin Statutes 15.107(2), 16.283(3), 16.75(3m), 16.755 and 560.036(2), and details about the program can be found at: http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0 Monthly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the previous contract/project month. Your complete response on the following form must address the following components of your companys/organizations commitment/action plan: a) Indication that you understand the WisDOTs goal, b) Listing of any MBE/DVB vendors with which you intend to subcontract, c) Description of the various second tier MBE/DVB expenses (goods and services procured that are incidental to the contract/project; examples are: specific office supplies to perform the contract, percentage of cost for uniforms for contract staff, travel to perform the contract/project, percentage of facility maintenance services for your facility used directly by your staff during the contract/project period) your company/organization will be able to report that are in direct connection with the administration of this contract, d) Statement expressing your commitment to complete the required monthly reports that will reflect your subcontracts and second-tier expenditures for the period. For information on certified State of Wisconsin Minority Business Enterprises, please contact: June Robinson MBE Program Coordinator WisDOT Division of Business Management 4802 Sheboygan Avenue, Room 751 Madison, WI 53705 Phone: 608-267-2886 Fax: 608-267-3609 www.dot.wisconsin.gov/business/mbe june.robinson@dot.wi.gov A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is available at: http://commerce.wi.gov/BD/BD-MBD-Index.html

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 16 OF 29

ATTACHMENT C WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN Complete, sign, and include in your bid response. Failure to complete this form as a component of your bid may result in rejection of your bid.

Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE) Our company/organization is a Wisconsin-certified Disabled Veteran-owned Business (DVB)
Our company/organization is a minority business but has not yet received Wisconsin certification (please provide details): _____________________________________________ Our company/organization is a disabled veteran-owned business but has not yet received Wisconsin certification (please provide details): _____________________________________________ We are aware of the WisDOTs goal to spend at least 5% of their total annual purchasing dollars with state certified MBE /DVB firms.

Yes Yes

No No

Yes Yes

No No

Yes

No

We are aware that if awarded this contract/project our company/organization will provide monthly or quarterly reports to WisDOT reporting all expenditure activity directed to MBE/DVB subcontractors or second-tier MBE/DVB suppliers that directly relate to this contract. (Any noncertified minority or non-certified disabled veteran-owned businesses could be a potential subcontractor/second-tier supplier--indicate these on your plan. WisDOT will work with those businesses for possible certification.)
Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified MBE/DVB firms listed below (names, addresses, telephone numbers):

Yes

No

Yes

No

Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5% goal by managing your second-tier MBE/DVB purchases. Second-tier business refers to incidental business expenses your company may spend with Wisconsin-certified MBE/DVB firms as it pursues the normal course of business supplying the WisDOT-contracted products or services. Here are some examples: Percentage of your office supplies specifically used during the course of this contract/project. Percentage of uniform costs for staff performing this contract/project. If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that expense. Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this contract/project. These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and report your efforts in this regard on a monthly basis. *************************************************************************************************** In paragraph form, describe your company/organizations commitment/action plan with regard to the planned use of state certified MBE/DVB businesses in subcontracting efforts, as well as developing MBE/DVB second-tier suppliers. Please list your specific commitments (attach sheet, if necessary).

SIGNATURE: ______________________________________ DATE: __________________________________ PRINTED NAME & TITLE: ____________________________________________________________________ COMPANY: ________________________________________PHONE NUMBER: ________________________

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 17 OF 29

ATTACHMENT D

MINORITY BUSINESS DISABLED VETERAN-OWNED BUSINESS PARTICIPATION REPORT


Wisconsin Department of Transportation DT1230 8/2006 s.16.75(3m) Wis. Stats.

Instructions: Complete and submit to Wisconsin Department of Transportation by the 20 of each month.

th

Return via FAX to: OR Return via e-mail to:


Report Date

608-267-3609, ATTN: Purchasing Minority Business Coordinator


DOTTIPSCOrrespond@dot.wi.gov
Contract / Purchase Order # Time Period Covered by Report

Monthly:

throu gh

Project Name / Contract Title Prime Vendor / Contractor Name Federal Employer Identification Number FEIN

Contractor Name, Address and Telephone Number Indicate if MBE or DVB

Product / Service Purchased

Subcontract $ Amount

Second Tier $ Amount

If no business was awarded to Minority Business Enterprises (MBE) or Disabled Veteran-owned Business (DVB) for this period, please describe the efforts made to encourage their business participation. If you have questions, please call the WisDOT Minority Business Program Specialist, 608-267-2886.
___________________________________________________________________________________________________________________________________ ___________________________________________________________________________________________________________________________________

I certify that the information contained on this report is true and correct. I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor.
(Prime Vendor/Contractor Authorized Representative Name)

(Title)

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 18 OF 29

Attachment E, Detailed Work Plan, Civil 3D Implementation This document lists the scope of work broken down by individual components, A1A5, B, and C1C3. Bidders must review this document and where indicated, estimate the number of hours required to complete each component. In some cases WisDOT has already estimated hours. The total hours for each of the resources required must then be listed on Attachment G and will be used as a basis for the award of the bid. This Attachment along with Attachments F and G, will be incorporated into a Statement of Work that will guide the implementation. Project Management The Consultant will provide project management for Implementation Activities A1 to A5, Activity B, and Activities C1 C3. They will provide a team of professionals (both working directly for, as well as with third parties subcontracted to, the Consultant) to provide staff for the services provided in this solicitation. WisDOT will have a single Project Manager to escalate issues for resolution. Deliverables include: Monthly progress reports detailing the status of the project for the preceding period. The progress report will describe the status of Autodesk's performance since the preceding report, including the products delivered and the progress expected to be made in the next succeeding period. Each report shall describe Autodesks activities by reference to the schedule of deliverables included in the State's order.

Invoicing will be monthly, detailing labor and expenses for the preceding period.

A. Implementation Activities in Civil 3D 2012


WisDOT has ownership rights to all Civil 3D Standards files, customization, and training material developed under work activities A.1. through A.5. A component of work activities A.1. through A.5. is development of video based training material, all training material developed under these work activities will meet the following requirements: Video captures are to be recorded in Camtasia software in a style and format established in the current training material. Samples of training videos can be obtained by contacting Brad Hollister at 920-492-2380. WisDOT has ownership rights to all training materials developed under this contract. WisDOT intends to share this information publicly using an open website on the Internet. . [Type text] Attachment F, Task Resource Requirements [Type text]

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 19 OF 29

Delivery of workflow exercise content will include: A step-by-step video demonstration of the process captured in the exercise. Delivered video file format shall be wmv files produced in Camtasia at production settings established by WisDOT, and shall include all Camtasia *.camrec and *.camproj files supporting video production. A fresh Civil 3D project data set for each exercise. Outline documentation of the process captured in the exercise.

Delivery of lecture replacement content will include: A video presentation of lecture subject matter. Backdrop will be a presentation slide show or Civil 3D 2012 interface, depending on discussion subject matter. Delivered video file format shall be wmv files produced in Camtasia at production settings established by WisDOT, and shall include all Camtasia *.camrec and *.camproj files supporting video production. Powerpoint slide show files if slides were used in presentation. Civil 3D data files if a Civil 3D demonstration was included in the discussion.

A1. Drainage Analysis Functionality Implementation Civil 3D contains a broad feature set of drainage analysis tools, and WisDOT will implement Hydraflow drainage analysis functionality. In order to aid WisDOT in implementing the Hydraflow drainage analysis tools the consultant will: Work with WisDOT Drainage Engineer to establish current drainage analysis practices and applicable design standards used at WisDOT Work with WisDOT Drainage Engineer and MD to establish Civil 3D drainage analysis workflow goals and concepts Develop proposed WisDOT workflow for drainage analysis in Civil 3D Develop Civil 3D standards and other needed customization to support the proposed drainage analysis workflow. Present proposed drainage analysis workflow to MD and WisDOT Drainage Engineer, obtain comments, make workflow adjustments to address comments Develop video based training material intended to teach WisDOT roadway designers the proposed drainage analysis workflow. It is anticipated the delivered drainage analysis training content will consist of 6 hours of lecture content and 5 one hour long workflow exercise demonstrations and accompanying project data sets

A2. Quantity Takeoff Functionality Implementation

Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 20 OF 29

Civil 3D contains quantity takeoff tools allowing attribution of Civil 3D design data and customized reporting to help estimate roadway design project quantities, and WisDOT will implement this functionality. In order to aid WisDOT in implementing the quantity takeoff tools the consultant will: Work with WisDOT Estimating Engineer to establish current quantity takeoff practices and applicable design standards used at WisDOT Work with WisDOT Estimating Engineer and MD to establish Civil 3D quantity takeoff workflow goals and concepts Develop proposed WisDOT workflow for quantity takeoff in Civil 3D Develop Civil 3D standards and other needed customization to support the proposed quantity takeoff workflow. Quantity Takeoff workflow will include: o Attribution of project data o Creation of quantity takeoff specific objects o Custom table output o Estimate output Develop custom reporting and other customization needed to integrate quantity takeoff process output with AASHTO Transport Software Present proposed quantity takeoff workflow to MD and WisDOT Estimating Engineer, obtain comments, make workflow adjustments to address comments Develop video based training material intended to teach WisDOT roadway designers the proposed quantity takeoff workflow. It is anticipated the delivered quantity takeoff training content will consist of 2 hours of lecture content and 5 one hour long workflow exercise demonstrations and accompanying project data sets

A3. Survey Data Management Workflow Implementation WisDOT will update its Civil 3D survey data management workflow. In order to aid WisDOT in implementing a new survey data management workflow the consultant will: Work with WisDOT Statewide Bureau and Region survey support staff to establish current survey data management practices standards used at WisDOT Work with WisDOT Statewide Bureau and Region survey support staff and MD to establish survey data management workflow goals and concepts Develop proposed WisDOT workflow for survey data management in Civil 3D Develop Civil 3D standards and other needed customization to support the proposed survey data management workflow. Present proposed survey data management workflow to MD and WisDOT Statewide Bureau and Region survey support staff, obtain comments, make workflow adjustments to address comments Develop video based training material intended to teach WisDOT roadway designers the proposed drainage analysis workflow. It is anticipated the delivered drainage analysis training content will consist of 2 hours of lecture Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 21 OF 29

content and 4 one hour long workflow exercise demonstrations and accompanying project data sets

A4. Migration of Custom Subassembly Library to Subassembly Composer Format WisDOT owns a VB.NET developed custom subassembly library used for roadway design in Civil 3D. This subassembly library consists of 30 subassemblies. Specifications describing subassembly functionality detail are attached to this RFB in Attachment H . The consultant will migrate the entire WisDOT subassembly library into a Subassembly Composer based subassembly library. The consultant will perform quality control testing on developed subassemblies to ensure they function as specified. Delivery of finished subassembly library will include all Civil 3D standards files needed to support the function of subassemblies in Civil 3D, and all source code files supporting the development of the subassembly library in Subassembly Composer. The consultant will instruct Methods Development staff on development methods and concepts in Subassembly Composer. This instruction will consist of 3 days of on-site classroom instruction in Madison, Wisconsin. WisDOT will provide the classroom facilities.

A5. Statewide Vault Implementation Analysis The Consultant will work with WisDOT to understand the potential for Autodesk Vault deployment. As Vault supports multiple installation strategies, the team will look at various scenarios, including required networking capacity, to determine that strategy that best supports Step A: Planning Effort Work with WisDOT staff to develop a list of requirements Determine benefits of implementation of Vault Develop scope of work of Vault implementation Identify additional costs of Vault implementation

Step B: If Decision is to Implement Vault Develop Implementation Plan Develop workflow documentation Develop training materials Identify and train users and administrators B. Update WisDOT Civil 3D New User Training content to Civil 3D 2012 Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 22 OF 29

WisDOTs Civil 3D New User Training curriculum contains 40 hours of training video material that is custom developed specifically to teach WisDOT workflows in Civil 3D. 12 hours of this material is made of a lecture type of presentation, 28 hours of this content is workflow exercise demonstration. This content was recorded using Civil 3D 2010. The consultant will familiarize himself with the WisDOT Civil 3D workflows Identify opportunities to improve workflow. Propose these changes to WisDOT Methods Development team. MD will decide which proposed changes will be incorporated into training material Redevelop the 40 hours of training video in Civil 3D 2012

WisDOT Training Content Delivery Requirements: Video captures are to be recorded in Camtasia software in a style and format established in the current training material. Samples of training videos can be obtained by contacting Brad Hollister at 920-492-2380. WisDOT has ownership rights to all training materials developed under this contract. WisDOT intends to share this information publicly using an open website on the Internet. . Delivery of workflow exercise replacement content will include: A step-by-step video demonstration of the process captured in the exercise; presentation format similar to WisDOTs existing videos. Delivered video file format shall be wmv files produced in Camtasia at production settings established by WisDOT, and shall include all Camtasia *.camrec and *.camproj files supporting video production. A fresh Civil 3D project data set for each exercise. Outline documentation of the process captured in the exercise.

Delivery of lecture replacement content will include: A video presentation of lecture subject matter. Backdrop will be a presentation slide show or Civil 3D 2012 interface, depending on discussion subject matter. Presentation format will be similar to WisDOTs existing videos. Delivered video file format shall be wmv files produced in Camtasia at production settings established by WisDOT, and shall include all Camtasia *.camrec and *.camproj files supporting video production. Powerpoint slide show files if slides were used in presentation. Civil 3D data files if a Civil 3D demonstration was included in the discussion.

C. End User and CAD Support WisDOT staff are in the process of transitioning between the previous roadway design workflow based in CAiCE and MicroStation, and the new roadway design workflow in Civil Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 23 OF 29

3D. Some currently active WisDOT roadway design projects were started before WisDOTs deployment of Civil 3D, and some of these projects will be completed in CAiCE and MicroStation. There is an ongoing need for configuration and standards maintenance, customization development and programming, and end user support of WisDOT staff still working in the CAiCE/MicroStation based roadway design workflow. There is also an ongoing need for configuration and standards maintenance, customization development and programming, and end user support of WisDOT staff working in the Civil 3D based roadway design workflow. C.1. Configuration and Standards Maintenance, End User Support of MicroStation and Iplot, and CAE customization The Consultant will provide end user support and CAD management services for MicroStation, Iplot, and WisDOT Computer Aided Engineering (CAE) applications. WisDOT CAE applications include CAEPlot, PSRotate, CAD Utilities, DGNSearch, Scale Move & Rotate. This support may be in the form of on-line help desk type services, live support which may include one-on-one assistance and small group support and/or education. To effectively provide end user support the Consultant msut have thorough knowledge of the function and WisDOT workflows utilizing MicroStation, Iplot, and the WisDOT CAE applications. The Consultant will develop and maintain MicroStation, Iplot, and CAE applications standards files and resource libraries to support WisDOT design standards and workflows. The Consultant will have thorough knowledge of the server resources that provide licensing, printing, and standards file hosting for MicroStation, Iplot, and the CAE applications. The Consultant must also have thorough knowledge of the required procedures for performing CAD standards updates in the WisDOT IT environment. It is expected the level of effort required to complete this task will amount to 720 hours over the 3 year duration of this contract WisDOT retains ownership of all deliverables under this task. WisDOT intends to share publicly over the internet all standards and configuration files supporting WisDOT design workflows.

C.2. Configuration, Maintenance, and End User Support of existing WisDOT customization that supplements the CAiCE/MicroStation workflow and the Civil 3D workflows WisDOT employs workflow and software customization to maximize staff efficiency, improve engineering output, and enable design output to comply with WisDOT roadway design standards. This customization often takes the form of Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 24 OF 29

Macros which directly manipulate or reformat design data customized reports which extract information from project data and present it in a useful format custom CAE applications accomplishing tasks or filling gaps in design workflow

The Consultant will maintain existing customization in support of WisDOTs CAiCE/MicroStation and Civil 3D workflows. The Consultant will work with Methods Development to specify proposed customization as new needs are identified. The Consultant will also develop customization as specified. To effectively maintain and develop customization the Consultant must have relevant development experience in the following programming languages: VB.NET 2008 and 2010 o Development and maintenance of Class Libraries for Civil 3D add-ins and Subassemblies o Development and maintenance of Class Libraries for MicroStation add-ins o Development and maintenance of Windows Forms applications VBA o Development and maintenance of MicroStation macros o Development and maintenance of Excel macros Visual Basic o Maintenance of legacy VB6 applications MicroStation MDL o Maintenance of legacy MicroStation MDL applications

It is expected the level of effort required to complete this task will amount to 360 hours over the 3 year duration of this contract. WisDOT retains ownership of all deliverables under this task. WisDOT intends to share publicly over the internet all customization supporting WisDOT design workflows.

C.3. Configuration and Standards Maintenance, and End User Support of Civil 3D The consultant will provide end user support and CAD management services for Civil 3D. This support may be in the form of on-line help desk type services, live support which may include one-on-one assistance and small group support and/or education. To effectively provide end user support the Consultant must have thorough knowledge of the WisDOT workflows in Civil 3D. The Consultant will develop and maintain Civil 3D standards files and resource libraries to support WisDOT design standards and Civil 3D workflows. Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 25 OF 29

It is expected the level of effort required to complete this task will amount to 480 hours over the 3 year duration of this contract WisDOT retains ownership of all deliverables under this task. WisDOT intends to share publicly over the internet all Civil 3D standards and configuration files supporting WisDOT design workflows.

Attachment E, Detailed Work Plan

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 26 OF 29

Attachment F, Task Resource Estimates


This Attachment shows the expected Consultant Classifications and estimated hours to complete each of the tasks listed in Attachment E. A 0 in a cell indicates that the classification is not intended to be used on any portion of that task. The total hours for each classification in Table 1 and 2 below will be used as a basis for the estimated hours in Attachment G. Actual hours may vary and changes will be mutually agreed on by the awarded contractor and WisDOT Task Resource Requirements Table 1
Work Activity A1 A2 A3 A4 A5a A5b B Subtotals Sen. Bus. Cons.
12 12 8 25 10 12 24 103

Proj. Spec.
5 5 3 10 4 5 10 42

Consultant III
40 40 0 0 80 0 0 160

Consultant II
200 160 120 500 80 200 0 1260

Consultant I
0 40 0 0 0 40 0 80

Training Consultant
0 0 0 0 0 0 480 480

Support Consultant II
0 0 0 0 0 0 0 0

Support Consultant I
0 0 0 0 0 0 0 0

Task Resource Requirements Table 2


Work Activity C1 C2 C3 Subtotals Sen. Bus. Cons.
36 18 24 78

Proj. Spec.
15 8 10 33

Consultant III
0 0 0 0

Consultant II
0 0 0 0

Consultant I
0 0 0 0

Training Consultant
0 0 0 0

Support Consultant II
720 360 0 1080

Support Consultant I
0 0 480 480

Totals Table 1 and 2


Sen. Bus. Cons. Totals
181

Proj. Spec.
75

Consultant III
160

Consultant II
1260

Consultant I
80

Training Consultant
480

Support Consultant II
1080

Support Consultant I
480

Attachment F, Estimated Task Resource Hours

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 27 OF 29

Attachment G, Consultant Job Classifications, Hourly Rates, and Total Costs


The following table details the title, expected experience, hourly rate and estimated hours for each classification. Estimated hours shown for each classification match the Total Hours Attachment F, Task Resource Requirements, Tables 1 and 2. Bidder will provide hourly rate, total computed cost for each Classification Title. The Hourly Rate will become the contract pricing and will be used as a basis for payment for all work done by that resource.

Classification Title and Description


Senior Business Consultant (SBC) The Senior Business Consultant will have 10 or more years experience managing the implementation of software technology into large user organizations, specifically state departments of transportation. The Senior Business Consultant will handle all requests for resources and determine availability on a case-by-case basis by supporting the implementation team needs and balancing the schedules. The Senior Business Consultant will be the primary point of contact for the Consultant. Project Specialist (PS) The Project Specialist will support the project team, Consultants, and sub-consultants through back office content management. The Project Specialist will handle all invoicing and project documentation, accounting, and closeout.

Hourly Rate

Estimated Hours

Total for Title (Rate x Hours)

$ _______

181

$ _______

$ _______

75

$ _______

Consultant III A Consultant III will have 7 or more years experience with Autodesk civil engineering tools, including not less than 3 years experience with Civil 3D, Navisworks, Vault, and QTO, and able to provide advice, subassembly development expertise, assistance and mentoring to WisDOT on the use, configuration and production deployment of Civil 3D, including the Civil 3D API, and experience with AASHTO product integration. A Consultant III will be able work independently with WisDOT staff, reviewing and approving documentation and development work and ensuring that deliverables meet specifications. Autodesk Civil 3D Certified Expert credentials are required.

$ _______

160

$ _______

Attachment G, Consultant Job Classifications, Hourly Rates, and Total Costs

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 28 OF 29

Classification Title and Description


Consultant II A Consultant II will have 4 or more years experience with Autodesk civil engineering tools, including not less than 2 years experience with Civil 3D, Navisworks, Vault, and QTO. A Consultant II will execute project tasks as identified and work in collaboration with WisDOT to achieve identified goals. Autodesk Civil 3D Certified Expert credentials are required.

Hourly Rate

Estimated Hours

Total for Title (Rate x Hours)

$ _______
Consultant I A Consultant I will have 1 or more years experience with Autodesk Civil 3D. A Consultant I will execute project tasks with supervision and work in collaboration with WisDOT to achieve identified goals. Autodesk Civil 3D Certified User/Application Proficiency credentials are highly recommended. Training Consultant A Training Consultant will have 4 or more years experience with delivering training on Autodesk civil engineering tools, including not less than 2 years experience with training Civil 3D. A Training Consultant will execute training development tasks as identified and work in collaboration with WisDOT to achieve identified goals. Training Consultant will have experience with the WisDOT Roadway Design environment. Support Consultant II A Support Consultant II will have a minimum of 7 years experience in operation, configuration, and providing end user support of the following software: MicroStation V8 and V8i, Civil 3D, and Iplot Client, Server, and driver packs. A Support Consultant II will a minimum of 7 years experience in supporting and maintaining the WisDOT CAE IT infrastructure including server resources that provide licensing, printing, and standards file hosting for the CAE applications. A Support Consultant II will have relevant development experience in the following programming languages: VB.NET 2008 and 2010, VBA, Visual Basic, and MicroStation MDL.

1260

$ _______

$ _______

80

$ _______

$ _______

480

$ _______

$ _______

1080

$ _______

Attachment G, Consultant Job Classifications, Hourly Rates, and Total Costs

WISCONSIN DEPARTMENT OF TRANSPORTATION

BID #270320 PAGE 29 OF 29

Support Consultant I A Support Consultant I will have a minimum of 7 years experience in operation, configuration, and providing end user support of Civil 3D. A Support Consultant I will develop and maintain WisDOT Civil 3D Standards, and provide training and end user support of Civil 3D.

$ _______

480

$ _______

Total Total of all titles and hours required to fulfill the tasks on Attachment F, Detailed Work Plan.

$ _______

Attachment G, Consultant Job Classifications, Hourly Rates, and Total Costs

You might also like