Top

WV Transportation

WV Transportation

WV Transportation

WV Department of Transportation

Upcoming Consultant Contract Detail

Status: Closed: Withdrawn

·         Greenman-Pedersen, Inc. – All Design/Proposal Development Oversight and Construction/Materials Oversight for Three Buildings Listed Below.

   Wetzel County

   Mason County

   Webster County

·         Terradon  - Only Construction/Materials Oversight for Three Buildings Listed  Below.

   Wayne County

   Lincoln County

   Ravenswood Substation

·         Thrasher- Only Construction/Materials Oversight for Three Buildings Listed Below.

   Logan County

   Harmon Substation

   Grant County

NOTICE FOR CONSULTING SERVICES

QUALITY ASSURANCE MANAGER

PUBLIC PRIVATE PARTNERSHIP

BUILDINGS & GROUNDS FACILITIES

STATEWIDE

 

Notice is hereby given that consulting services will be utilized by the West Virginia Department of Transportation, Division of Highways (WVDOH), for Quality Assurance Management (QAM) services and related duties as required for the design and construction of nine (9) headquarter facilities for county and substation organizations located throughout West Virginia.  This project is being developed as a Public-Private-Partnership (P3) procurement for the following locations:

 

  1. Grant County Headquarters Facility, Grant County, West Virginia
  2. Harman Substation Headquarters Facility, Randolph County, West Virginia
  3. Lincoln County Headquarters Facility, Lincoln County, West Virginia
  4. Logan County Headquarters Facility, Logan County, West Virginia
  5. Mason County Headquarters Facility, Mason County, West Virginia
  6. Ravenswood Substation Headquarters Facility, Jackson County, West Virginia
  7. Wayne County Headquarters Facility, Wayne County, West Virginia
  8. Webster County Headquarters Facility, Webster County, West Virginia
  9. Wetzel County Headquarters Facility, Wetzel County, West Virginia

 

The QAM may be required to assist in developing the upcoming contract for the PPP B&G facilities project. In addition the QAM will be responsible for all quality assurance duties normally performed by the WVDOH in regards to design review, construction inspection, and quality assurance and materials certification. The QAM will certify all materials and inspection on the project and provide record keeping to document certifications.  QAM shall provide an independent certified lab for testing of materials. QAM will work with and act on WVDOH’s behalf in the review of all plan submissions. All work will be performed in accordance with the West Virginia State Building Code and related codes and standards, specifications, applicable federal, state and local codes, covenants, ordinances and standards, WVDOH Standard Specifications (2010), as amended by the Supplemental Specifications (2015), WVDOH Construction Manual (2002), and current Materials Procedures. Anticipated duration of the agreement is approximately 36 months. It is anticipated that appropriately accredited and qualified construction technicians, Levels I-V, for the area of assignment may be required. Plan reviews and general oversight of these services will be performed by Architect(s) and Professional Engineer(s) licensed in the state of West Virginia. 

QAM shall also be responsible for reviews of schedules and progress payments; field survey verification; assurance of environmental compliance; project record keeping including oversight of as-built plans preparation; and related duties as required. QAM shall provide all tools and equipment needed to perform these tasks. 

The general guidelines for performance of the project inspection are as follows: 

  1. The consulting architectural and engineering services required may consist of all quality assurance tasks, documentation services, and related duties as required.

     

  2. The consultant will supply experienced construction and materials inspection personnel. All inspectors must be certified through DOH Technician Certification Board and/or applicable building inspection certifications and qualifications.

     

  3. The personnel shall have a working knowledge of building construction standards and testing methods, WVDOH standards, specifications and materials testing procedures as well as being certified by the WVDOH for sampling and testing aggregate, Portland cement concrete, compaction testing and possess nuclear certifications in the State of West Virginia. The knowledge and certifications required of a given individual will depend on the specific item(s) being inspected and /or sampled/tested.

     

  4. It is the intent that the majority of the required materials testing be conducted by personnel capable of performing the complete field inspection of the affected items.

     

  5. In addition the inspectors shall be knowledgeable of good construction and surveying practices and procedures; able to interpret contracts, special provisions, plans and specifications; able to exercise good architectural/engineering judgment; able to use engineering, test and office equipment; be accurate and neat in recording data and preparing records and able to maintain a harmonious relationship with the WVDOH, other governmental agencies, contractors and the public.

     

  6. The consultant will supply all necessary transportation for its personnel.

     

  7. The WVDOH will supply field offices, storage buildings and office equipment per normal construction contract specification items or reasonable access to same as it deems necessary.

     

  8. The WVDOH will familiarize appropriate Consultant personnel with the use of its Site Manager and ProjectWise software for preparation and maintenance of project records and documentation and supply WVDOH required forms to the Consultant. However, the QAM is expected to provide and maintain the appropriate version of Primavera P6 Scheduling software and also the experience level to afford proper review of the Contract Schedule.

     

  9. All testing equipment and incidental tools and supplies are to be furnished by the Consultant unless the WVDOH elects to supply same on a given project.

     

  10. The Consultant agrees that neither it, nor any of its subsidiaries, affiliates, the parent company, or Subconsultants shall contract for the construction of the work contained in the upcoming PPP B&G Facilities project. The Consultant also agrees that it shall not perform services for any contractor, subcontractor, or supplier participating in bidding or construction of the work contained in the project, nor shall the Consultant negotiate, contract, or make any agreement with contractor, subcontractor, or any supplier participating in bidding or construction of the work contained in the PPP B&G Facilities project with regard to any of the work or any services, equipment, or facilities to be used during bidding or construction without the express written approval of the WVDOH.

 

Firms interested in being considered for this work must submit a letter of interest and unpriced prospectus to Mr. Jason M. Boyd, Director, Contract Administration Division, West Virginia Department of Transportation, Division of Highways, Building Five, Room A-722, 1900 Kanawha Boulevard, East, Charleston, West Virginia 25305 prior to 4:00 P.M. on June 12, 2015.  Responses received after this time will not be considered.

 

As a minimum, the letter of interest will include the following (submitted in duplicate) along with an electronic copy sent to email at Phillip.s.brown@wv.gov:

 

  1. A completed copy of the Division's Consultant Engineer Confidential Qualification Questionnaire (unless already on file with the Division). The questionnaire should be current as of January 1, 2015 or later.
  2. A completed copy of the "Consultant Short List Selection Criteria Technical Evaluation" form found in Appendix E of the WVDOT Manual for Consultant Services or from the WVDOT web homepage by selecting the following tabs: Business/Upcoming Consultant Contracts/Engineering/Forms and Documents http://www.transportation.wv.gov/highways/engineering/Pages/FormsandDocume nts.aspx
  3. Overall capabilities to handle this work, including work force available to assign to the project, personnel qualifications, and present workload.
  4. Type of work proposed to be subcontracted.
  5. Location of base office for the assigned project staff.
  6. 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 contracts.

 

Submittals shall be prepared simply and economically, providing a straight forward, concise description of the firm's capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content. Elaborate brochures and other representations beyond that sufficient to present a complete and effective proposal are neither required nor desired.

 

Prior to entering into contract negotiations, the selected firm 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. 

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

Any technical questions concerning the requirements for this project should be directed to Mr. Phillip S. Brown, Contract Administration Division, at (304) 558-9565 or E-mail at  Phillip.s.brown@wv.gov

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