Top

WV Transportation

WV Transportation

WV Transportation

WV Department of Transportation

Upcoming Consultant Contract Detail

Status: Closed: Selected

Selected Consultant
​HDR Engineering, Inc.

​​​​​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 X316-H-125.16  00

(EN) FEDERAL PROJECT NHPP0484117

PROGRAM KEY 1998013623

 

HARDY CO 23/12-VA STATE LINE BRIDGES, located in Hardy County, West Virginia.  This project shall consist of Consultant Services for the design and production of structure plans and related documentation for four dual structures (both northbound and southbound) carrying United States Route (US) 48 along the Hardy County Route (CR) 23/12-VA State Line section of Corridor-H.  The Consultant design team selected for this project will be utilized by the Department to assist Engineering Division's In-House Design Section.  The four new dual structures are described below:

 

  • Trout Run Cutoff Bridge – approximately 425 feet in length spanning over Trout Run Cutoff Road (CR 23/12)
  • Trout Run Bridge – approximately 200 feet in length spanning over Trout Run
  • Trout Run Road Bridge – approximately 150 feet in length spanning over Trout Run Road (CR 23/10)
  • Waites Run Bridge – approximately 1,300 feet in length spanning over Waites Run and Waites Run Road

 

The selected Consultant will be provided the survey, mapping, horizontal and vertical geometry, and all other non-structures related tasks for the selected alignment.  The Department will be responsible for preparing the complete construction contract plan set to be put out to bid.  All required geotechnical investigation for the above referenced structures will be the responsibility of the Consultant, as well as the drilling supervision.  The Consultant shall perform a preliminary and final hydraulic analysis of the streams (Trout Run and Waites Run).  The Consultant shall provide an analysis of hydraulic impacts imposed upon the stream flow by all proposed structures within the flood plain and prepare an appropriate final hydraulic report.  This analysis shall consider all impacts through all construction phases related to the bridge and associated with the construction of causeways, cofferdams, staging platforms, etc.  The Consultant shall perform a scour analysis on each alternative advanced into TS&L in accordance with HEC-18 scour analysis.

 

The selected Consultant will be required to provide all geotechnical investigation for all In-House designed structures, including:

 

  • Leatherman Site Bridge - Approximately 50 feet in length spanning property access
  • Trail Bridge - Approximately 50 feet in length spanning property access
  • Forest Rd Bridge - Approximately 150 feet in length spanning GW Forest access road

 

Post Design Services will be by separate agreement.

 

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

 

Firms interested in being considered for this project must submit a “Letter of Qualification" (LOQ) and one unpriced prospectus to Mr. Kevin A. Hall, P. E., Assistant Director - Consultant Services, Engineering Division, Division of Highways (DOH), 1900 Kanawha Blvd. East, Building 5 – Room 831, Charleston, West Virginia 25305 or preferably by email to DOH.consultantservices@wv.gov prior to 4:00 p.m. on May 9, 2022.

 

Firms submitting LOQ's shall submit a detailed current list of all work assigned by any DOH division or district.  The list shall include division or district of assignment, project name, state project number, project key, percentage of work completed based on maximum amount payable, and the total maximum amount payable.

 

Firms submitting LOQ's shall provide proof of availability to perform work in West Virginia and that all business documents, (registration with the WV Secretary of State Business & Licensing and applicable Certificate of Authorization), including a WVDOT Transportation Auditing approved and current overhead audit, are in order and up to date.  The firm will also provide a list of firms to be used as subconsultants and proof of the ability of the subconsultant(s) to perform work in West Virginia and that all business documents, including a current overhead audit, are in order and up to date.  ALL DOCUMENTATION FOR THE PRIME AND ANY SUBCONSULTANTS MUST BE INCLUDED IN THE PROSPECTUS.  The use of identifying possible tasks to be performed by a subconsultant will no longer be permitted.  If a subconsultant must be replaced, proof of “availability" shall be included for the director's approval.  ​

 

Firms failing to provide proper documentation or failure to meet timelines will be deemed nonresponsive.  In the case of a response to advertisement for services, the firm's LOQ will not be forwarded to the shortlist committee.  In the case of prequalification or statewide selection, another firm will be offered the tasks.

 

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 DOH 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.  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.

     
  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 Department's Consultant Confidential Qualification Questionnaire dated January 1, 2022 or later (a standard Form 330 will suffice as well), 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 Department's “Consultant Short List Selection Criteria Technical Evaluation" form.  Cross referencing on this form to other parts of the prospectus is not acceptable.

     

     

     

    7.   A copy of a valid “Certificate of Authorization" to offer Engineering, Surveying, or other related professional 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.​

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