Top

WV Transportation

WV Transportation

WV Transportation

WV Department of Transportation

Upcoming Consultant Contract Detail

Status: Closed: Selected

Selected Consultant
HNTB Corporation

Notice of Consulting Services

 

Notice is hereby given by the West Virginia Department of Transportation, Division of Highways, that engineering consulting services will be utilized for the following project:

 

State Project To Be Determined, includes the rehabilitation of fourteen (14) structures and the replacement of four (4) structures along Interstate 79, beginning at the structure near milepost 109.74 and ending at the structure near milepost 160.00.  This grant-funded project also includes a single structure rehabilitation near milepost 0.56 on Interstate 68.  The consultant design team selected for this project will be utilized by the Department in providing contract plans via multiple project delivery methods (Design Bid Build and Design Build) for a final plan delivery for all nineteen (19) projects by June 28, 2022. 

 

The Design Bid Build (DBB) project delivery method will be utilized for the following structural rehabilitations and single structure replacement:

 

Bridge ID (Co-Rt- Mp)

Structure

31-079/00-148.81 (NB)

Uffington Interchange

31-079/00-148.81 (SB)

Uffington Interchange

31-079/00-145.18 (NB)

Toms Run Overpass

31-079/00-145.18 (SB)

Toms Run Overpass

31-079/00-145.65 (NB)

Goshen Road Overpass

31-079/00-145.65 (SB)

Goshen Road Overpass

31-079/00-142.37 (SB)

US Army Cpl. Daniel Frederick Mehringer Memorial Bridge

31-079/00-142.37 (NB)

US Army Cpl. Daniel Frederick Mehringer Memorial Bridge

25-079/00-138.77 (SB)

Sheriff Junior Slaughter Memorial Bridge

25-079/00-138.77 (NB)

Sheriff Junior Slaughter Memorial Bridge

25-079/00-136.64 (NB)

Anthony Joseph Yanero Memorial Bridge

25-079/00-136.64 (SB)

Anthony Joseph Yanero Memorial Bridge (bridge replacement)

17-079/00-109.74 (SB)

Lost Creek Overpass

17-079/00-109.74 (NB)

Lost Creek Overpass

31-068/00-000.56 (SB)

I-68 SB Ramp Bridge

 

For the DBB projects, Preliminary Investigation and Engineering (PIE) plan development tasks include but are not limited to; detailed structural inspection, geotechnical, NEPA (if required), contract plan development, lighting & signage, right-of-way plans, traffic management plans, maintenance of traffic (MOT), and post design services during construction. 

 

The Design Build (DB) project delivery method will be utilized for the below listed structure replacements:

 

Bridge ID (Co-Rt- Mp)

Structure

31-079/00-160.00 (NB)

Wades Run Bridge

31-079/00-160.00 (SB)

Wades Run Bridge

25-079/00-140.37 (NB)

Little Creek Road Overpass

25-079/00-140.37 (SB)

Little Creek Road Overpass

 

For the DB projects, Post Award Review tasks include but are not limited to; post award review of the DB Contractor Team plan submissions, review of any required NEPA submissions, review of right of way submissions, maintenance of traffic management & plan reviews, and any/all post design services during construction as required by the Department.

 

Method of payment shall be Cost Plus Fixed Fee or Lump Sum.

 

A single assignment will be made for this project.

 

Firms interested in being considered for this project must submit a “Letter of Qualification” and one unpriced prospectus to Mr. Kevin A. Hall, P. E., Consultant Services Group Leader, Engineering Division, Division of Highways, by email to DOH.consultantservices@wv.gov prior to 4:00 p.m. on November 3, 2020.

 

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 and as a minimum shall have a professional engineer licensed by the State of West Virginia.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 related to design and plan development to be provided.This individual shall be the person-in-charge overseeing the work and must 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, including experience in rehabilitation and condition assessment of steel truss bridges.As a minimum, the firm 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 firm’s ability to accomplish the work within the Department’s required schedule time frame; personnel dedicated to perform such work.A general critical path method (CPM) flowchart shall be submitted identifying specific assignments for the detailed structural inspections and contract plan delivery tasks to meet the project’s final plan delivery date of June 28, 2022.In addition, the selected consultant team will be responsible for developing an overall schedule for the proposed letting sequence and high-level MOT coordination plan demonstrating critical path to authorizing all nineteen projects, accounting for construction coordination and sequencing allowing for minimal impacts to ongoing, same-time construction of these projects.If accelerated bridge construction (ABC) can be utilized by the managing design team, the proposal shall include experience with ABC construction techniques and other construction management resources for ensuring an efficient and successful project delivery.

        4.        Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.

        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, 2020 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.        The Department is anticipating design teams including multiple consultants for this project.  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.  It shall also be documented that no subconsultants will be necessary.  Except for geotechnical engineering services, all interested consultants shall be included on a single design team, whether as a prime or subconsultant.  A consultant may only appear on a single design team.

       4.        The design team must identify the consultant responsible for developing all traffic management plans, maintenance of traffic related services, and any required railroad coordination efforts.  All traffic activities must be coordinated for all structures, both DBB and DB related activities.

      5.        Identification of software (including design software) that may potentially be utilized for this project.  ProjectWise will be required for this project.

       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 projects.

       7.        Completed copies of the Division’s “Consultant Short List Selection Criteria Technical Evaluation” form limited to no more than two pages of data.  Cross referencing on this form to other parts of the prospectus is not acceptable.  The Department suggests including this evaluation form as a single (stand alone) PDF file when submitting with the prospectus.

       8.        A copy of a valid “Certificate of Authorization” to offer Engineering, Surveying, or other related services within the state, issued by the appropriate West Virginia Board.

 

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 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.  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 firm or any subconsultant when its portion of the fee for the project is less than Five Hundred Thousand Dollars ($500,000.00).  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.

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