Top

WV Transportation

WV Transportation

WV Transportation

WV Department of Transportation

2022 Contract for Consulting GIS Services

Status: Closed: Selected

Hatch Mott McDonald

NOTICE FOR TRANSPORTATION ASSET MANAGEMENT PLAN PREPARATION

 

Notice is hereby given by the West Virginia Department of Transportation, Division of Highways, that consulting services will be utilized for the development of the Transportation Asset Management Plan (TAMP) that is required as part of the MAP-21 legislation. The TAMP must follow guidelines provided by the Federal Highway Administration that are awaiting final approval. The requirements are summarized below as shown on the FHWA Asset Management web site: 

 

Each State is required to develop a risk-based asset management plan for the National Highway System (NHS) to improve or preserve the condition of the assets and the performance of the system.

 

MAP 21 defines asset management as a strategic and systematic process of operating, maintaining, and improving physical assets, with a focus on engineering and economic analysis based upon quality information, to identify a structured sequence of maintenance, preservation, repair, rehabilitation, and replacement actions that will achieve and sustain a desired state of good repair over the lifecycle of the assets at minimum practicable cost.

States must address pavements and bridges but are encouraged to include all infrastructure assets within the highway right-of-way in their risk-based asset management plan.

 

A State asset management plan shall, as a minimum, be in a form that the Secretary determines to be appropriate and include:

1)    A summary listing of the pavement and bridge assets on the National Highway System in the State,      including a description of the condition of those assets;

2)    Asset management objectives and measures;

3)    Performance gap identification,

4)    Lifecycle cost and risk management analysis,

5)    A financial plan, and

6)    Investment strategies

 

In addition, the project will include services to support the implementation of a bridge management system and enhancements to the pavement management system to meet the requirements of MAP-21, support development of the TAMP, and provide the ability to perform economic trade-off analysis and resource allocation at a strategic level. The consultant shall utilize the WVDOT’s existing Deighton Associates, Limited dTIMS software as a framework for the development of these systems and must:

 

1)    Provide dTIMS implementation and configuration services which will provide WVDOT with the ability to perform economic trade-off analysis as well as resource allocation analysis at the strategic level, resulting in the ability to develop long range strategic asset management plans.

2)    Provide WVDOT with the ability to integrate the data and performance models used in both the current pavement management and the proposed bridge management systems into an enterprise view of asset management that combines operations and maintenance with capital planning and programming decisions across these two program areas. Work with WVDOT to develop a dTIMS bridge management system utilizing the Bentley InspectTech bridge inventory and inspection data. This will include database development, treatment strategies, deterioration models, trigger mechanism or decision trees, cost models, risk based life-cycle cost analysis, and candidate program generation. Provide for additional user licenses of dTIMS software, as may be required, for the WVDOT staff to perform its duties (estimated at 4 to 8 additional concurrent users).

3)    Provide and implement dTIMS wf, which will provide WVDOT the ability to take repetitive tasks and define them as a set of linked activities in the form of a graphical flowchart. Implementation of additional dTIMS md licenses to allow unlimited access to WVDOT staff will also be included. dTIMS md will allow WVDOT the ability to view data within the dTIMS database as well as the results of the analysis using the data and the analysis results within dTIMS.

4)    Develop views which will assist with the interfacing between the WVDOT’s Roads and Highways implementation, as well as the wvOASIS ERP (includes applications for maintenance management, financial management, asset inventory, safety, and CPMS).

5)    Develop and implement an approach to Risk Based Analysis and decision making configuration utilizing WVDOT’s current dTIMS application.

6)    Document and prioritize opportunities for asset management improvement.

 

Work is anticipated to begin in early 2016. One firm will be selected for the work. Firms interested in being considered for this work must submit a letter of interest and unpriced prospectus to W. Kyle Stollings, Director, Maintenance Division, Division of Highways, Building 5, Room A-350, 1900 Kanawha Boulevard, East, Charleston, West Virginia 25305-0430 prior to 4:00 p.m., October 9, 2015.

 

As a minimum, the prospectus will include the following items:

 

1)    A completed copy of the Division’s Consultant Engineering Confidential Qualification Questionnaire, if not already on file, dated January 1, 2015, or later

2)    Overall capabilities to handle this work, including work force available to assign to the project, personnel qualifications, and present workload;


3)    Location of office in which the work would be performed;

 

4)   Type of work anticipated to be subcontracted or performed by a subconsultant;

 

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

6)    A completed copy of the Division’s Short List Selection Criteria Technical Evaluation Form, limited to a single page of data. Cross-referencing on this form to other parts of the prospectus is not acceptable. 

 

A single letter of intent and unpriced prospectus is required. Significant evaluation factors, in order of their relative importance are experience, methodology and/or approach, personnel qualifications and availability, and scheduling.

 

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 Acquisitions Regulations will be made. This requirement will be waived for the selected firm or any subconsultant when its portion of the fee for the project is less than One Hundred Thousand Dollars.  In such instances, a company-computed overhead rate may be utilized.

 

The successful consultant and any subconsultants must be licensed to perform work in the State of West Virginia by the West Virginia Department of Tax and Revenue.

 

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.

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