Top

WV Transportation

WV Transportation

WV Transportation

WV Department of Transportation

Upcoming Consultant Contract Detail

Status: Closed: Selected

Link to Prequalified Firms
Approved Consultants
A. Morton Thomas and Associate, Inc.
AECOM Technical Services, Inc.
Aurora Research Associates, LLC
Burgess & Niple, Inc.
CDM Smith Inc.
Decota Consulting Company, Inc.
EnviroScience, Inc.
GAI Consultants Inc.
H. W. Lochner, Inc.
HNTB Corporation
Johnson, Mirmiran & Thompson, Inc.
Mead and Hunt, Inc.
Michael Baker International, Inc.
Mott MacDonald, LLC
ms consultants, inc.
Neff, Longest and Beam & Associates, LLC
P. JOSEPH LEHMAN, Inc.
Potesta & Associates, Inc.
Rummel, Klepper & Kahl, LLP
SKELLY and LOY, Inc.
Stantec Consulting Services Inc.
TERRADON Corporation
The Mannik & Smith Group, Inc.
The Markosky Engineering Group, Inc.
The Thrasher Group, Inc.
TRC Engineers, Inc.
Whitman, Requardt and Associates, LLP

Notice For Consultant Services

(Request For Qualifications)

 

Notice is hereby given that the West Virginia Department of Transportation, Division of Highways (DOH) is soliciting qualifications for the purpose of making available a list of pre-qualified Consultants to be utilized to provide NEPA services for compliance with the National Environmental Policy Act. Successful Consultants must be capable of performing 51% of the work as the prime Consultant.  This list of prequalified Consultants will be made available on the WVDOH website and will be open for submission of qualifications through July 31, 2019.

 

Once approved, that Consultant’s name shall be placed on the list of Consultants prequalified to participate in this program. Those Consultants selected and placed on a master list MUST resubmit their CCQQ each year on or shortly after the first day of January to remain on the list, or at any time any of the required information changes.

 

Pre-qualifications of consultant(s) shall be based on an evaluation of the criteria requested which shall include, but is not limited to: FHWA NEPA related experience; technical competence; capability to perform; and past performance.

 

The areas of work required for the NEPA services will include, but are not limited to, the following items:  Preparation of Programmatic Categorical Exclusions, Categorical Exclusions, Environmental Assessments, Environmental Impact statements, Reevaluations of NEPA documents, section 4F analysis, section 6F analysis, Section 106, Section 7 of the Endangered Species Act, Noise and air quality analysis, related surveys and related documents.

 

All elements shall meet all current DOH and FHWA policies and procedures.  These procedures include, but are not limited to:  Design Directives are available at the DOH website http://www.wvdot.com/engineering/TOC_engineering.htm.  Additionally, all NEPA documents shall meet all current appropriate FHWA guidelines and procedures.

 

Consultants interested in being considered for pre-qualification must submit a “Letter of Qualification” and one unpriced prospectus to DOH.consultantservices@wv.gov beginning September 11, 2018 through July 31, 2019.

 

As a minimum, the prospectus shall include the following evaluation information factors:

 

       1.        Professional qualifications necessary for consideration and satisfactory performance of the required work shall be provided for that person-in-charge of overseeing the work.  That person shall be located within the office where the work is to be performed, and shall demonstrate sufficient past experience performed for the State of West Virginia, Department of Highways (THIS REQUIREMENT IS BEING REMOVED) related to design and plan development to be provided. This individual shall be readily accessible to the Department, preferably located in-state.

 

       2.        Consideration shall be given to specialized experience and technical competence. Specialized experience shall focus on the qualifications of the staff working on the project with emphasis placed on individual specialized expertise required for the project.  As a minimum, the Consultant shall provide a Résumé of those individuals who will be committed to the needs of the project.  Strong considerations will be based on the professional and non-professional staff specialized experience and technical competence stationed within the office where the work is to be performed.

 

       3.        Capacity consideration shall be made on the Consultant’s ability to accomplish the work within the Department’s required schedule time frame; personnel dedicated to perform such work.

 

       4.        Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. In addition, the information provided for past work performed should include:

 

  1. Information sufficient to show the minimum qualifications stated in items above.

     

  2. A list of all project experience in the past five (5) years.

     

  3. The name of owner for whom the work was performed.

     

  4. The names and phone numbers of owner’s representatives who can verify and discuss the Consultant’s participation in these projects.

     

  5. A brief description of each project size and type, including any unusual features.

 

       5.        Location shall be based on the geographic location of the Consultant’s office relative to the project site along with past experience and knowledge of the area where the project site is located with the significant importance being given to accessibility of the office location relative to the Department.

 

In addition to the above evaluation factors, the prospectus shall include, as a minimum, the following items:

 

       1.        A completed copy of the Division’s Consultant Confidential Qualification Questionnaire dated January 1, 2018 or later, if not already on file.  It must specifically indicate the staff levels by classification located in-state vs. out-of-state.

 

       2.        Location of office or office(s) in which the work, or part of the work, will be performed.

       3.        Identification of subconsultants by name as to the type of work anticipated to be subcontracted or performed, if proposed as part of the design team.

 

       4.        Identification of software (including design software) that may potentially be utilized for this project.

 

       5.        Indication of whether a cost accounting system has been maintained and is in effect such that it is capable of segregating and identifying accumulating costs for each job that is performed under cost type projects.

 

       6.        Completed copies of the Division’s “Consultant Short List Selection Criteria Technical Evaluation” form limited to a single page of data.  One loose leaf copy of form is to accompany the bound unpriced prospectus.  Cross referencing on this form to other parts of the prospectus is not acceptable.

 

A single “Letter of Qualification” and one unpriced prospectus are required and must contain all of the above information required to be considered.  Failure to provide the required information and/or insufficient information will cause disqualification and the prospectus will be returned. All evaluation factors as noted herein before will be given equal consideration in the selection process, unless a project specific weighting of the evaluation factors is shown in the Notice for Consulting Services.

 

Prior to entering into any contract negotiations, the selected Consultant and any subconsultants shall submit a current audited overhead rate computation performed by a State or Federal government agency or independent CPA firm.  The submitted overhead audit shall contain a detailed exhibit of the computations with all applicable eliminations and references.  The audit shall be done in accordance with Government Auditing Standards issued by the Comptroller General of the United States and all eliminations required by the Federal Acquisition Regulations will be made.  The submitted certified audited overhead (Indirect Cost Rate) report shall include the certification, certifying that the allowability of costs used to establish the final indirect cost rate are in accordance with the FAR cost principles, or a verification indicating this certification was previously submitted and accepted by the cognizant agency.  This requirement will be waived for the selected Consultant or any subconsultant when its portion of the fee for the project is less than Two Hundred Fifty Thousand Dollars ($250,000.00).  In such instances, a company computed overhead rate may be utilized.

 

It is the policy of the West Virginia Department of Transportation, Division of Highways, that Disadvantaged and Women-owned Business Enterprises shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.

 

 

​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​​