Item 4F - Attachment B - Pavement Analysis Services Proposal - ARA,LARA1� APPLIED RESEARCH ASSOCIATES, INC.
C:
NCTCOG Cost Estimate for
Pavement Analysis Services
for the City of Southlake, TX
CITY OF
SOU T H L KE
0
April 22, 2025
AL ARA
Attn: Zayne Huff
Business Manager
Public Works Administration
City of Southlake, TX
1400 Main St., Suite 320
Southlake, TX 76092
April 22, 2025
APPLIED RESEARCH ASSOCIATES, INC.
Subject: NCTCOG Cost Estimate for Pavement Analysis Services for the City of Southlake, TX
Applied Research Associates, Inc. (ARA) is pleased to present this NCTCOG (TxShare) cost estimate to the
City of Southlake, TX for providing pavement analysis services.
ARA is a nationwide leader in pavement engineering, management, and design, and has been in business
since 1979. Our Project Manager, Mr. Robert "Reuben" Williams, P.E., Principal Engineer, has over 21
years of experience and has implemented and updated numerous pavement management systems
throughout the United States, with a strong emphasis on Texas agencies. Mr. Williams is pre -certified by
TxDOT for both pavement evaluation and pavement design services. He will serve as the point -of -contact
with the City and can be reached at 512-579-7644 1 rrwilliams@ara.com 1 2217 W Braker Lane, Austin,
Texas 78758.
Thank you for the opportunity to provide this cost estimate.
Please do not hesitate to contact us in case of any questions, concerns, or clarifications.
Sincerely,
Applied Research Associates, Inc.
TBPE Firm Registration No. F-4631
Z,,�, ;0 J/ .�� :a-4,6
Robert R. Williams, P.E., APMP
Principal Engineer
Email: rrwilliams@ara.com
Applied Research Associates, Inc. (ARA)
2217 W Braker Ln, Austin, TX 78758
Mike Harrell, P.E.
Principal Engineer/Vice President
Email: mharrell@ara.com
[f A"IN M To
T77Ln
1 ARA INTRODUCTION AND BACKGROUND
Applied Research Associates, Inc. (ARA) is an internationally recognized APPLIED
engineering, research, and technology deployment firm that features a REJEA�H
transportation sector focused on municipal government pavement �� RUER11 Er, Inc.
engineering and infrastructure management. Founded in Albuquerque An Employee Owned Company
in 1979, ARA has grown steadily and now has offices throughout North
America, serving clients worldwide. With over 2,200 employees, most of whom have advanced degrees
in engineering and the physical sciences, we have the breadth to tackle the most challenging technical
problems. ARA is an employee -owned company dedicated to producing innovative solutions in a timely
and cost-effective manner. Our Transportation Sector has locations in Florida, Illinois, Pennsylvania,
Maryland, North Carolina, Toronto, Wisconsin, Texas, and California.
ARA has over 40 years of experience in pavement engineering and ARA engineers and scientists have
played a key role in the development of many currently in -use pavement management technologies. Our
staff played lead roles in pioneering the widely used
Pavement Condition Index (PCI) standard and the ongoing
0 Q 0 0 development of vehicle -based data collection systems and
Q W v�w evaluation methodologies. We have since leveraged these
pioneering efforts to develop and deploy lower -cost
0 options for assessing pavement conditions on municipal
road networks.
The keys to our success include a commitment to clearly
understand each client's unique needs, our ability to apply the right set of technologies for each agency,
and our commitment to provide outstanding service. Our approach has resulted in critical products used
on a long-term basis in many cities. With approximately 150 pavement -focused staff and the largest fleet
of pavement condition assessment equipment, ARA is prepared to provide the City of Southlake with
outstanding and responsive pavement analysis services.
ARA's equipment does not just test the surface condition of the pavement in the traditional sense
(identifying surface defects). We also have the capabilities to test the structural capacity, subgrade
suitability, and skid resistance of each agency's pavement if needed. ARA also has experience integrating
these non-PCI results into pavement management systems, leading to better, more cost-effective
improvement plans that go beyond just improving PCI and into addressing the core problems cities and
counties face when maintaining their infrastructure.
The below figure shows ARA's unrivalled fleet of pavement testing equipment and services. Our team's
experience lies not only in accurate data collection, but also in providing consulting engineering expertise
to State, County, City, Municipal and private agencies for roadways and airports.
ARA's engineers are experts in implementing and updating pavement management systems, pavement
performance models, policies, life cycle cost analyses, pavement design, and most importantly, helping
agencies develop practical paving, preservation, and maintenance plans.
ARA NCTCOG Cost Estimate
This project will be managed out of our Austin, Texas office by experienced pavement engineering
professionals. No other professional engineering firm in Texas has the number of professionally registered
pavement engineering experts as ARA. Our managing office has four in-house engineers registered in
Texas, providing redundancy of personnel and assurance that an experienced registered professional
engineer in the state of Texas will always be assigned to the project should any key personnel become
unavailable.
5
M0150
4
2
Falling weight Deflectomeler
Engineers & Technicians
Z0004 combined years of Experience
LCM$ Pavement Survey vehicle
3D Survey vehicle + LIDAR
- 3
7
---� ----- 4
4
Heavy Weight Degectometer
Highspeed Profiler
Pavement Marking
Retroreflectometer
Pavement Friction Tester
3
4
-: 2
2
Lightweight Deflectometer
Ground Penetrating Radar
MIT Scan for Dowel Alignment
Runway Friction Tester
Figure 1.1 ARA's Pavement Testing Equipment Fleet
Key Personnel
Selecting the ARA team offers a range of strategic advantages for the City of Southlake. No other project
team has the history, in-depth knowledge, previous experience, and expertise of Southlake-specific
pavement data collection strategies as this ARA team. We have the ability to quickly hit the pavement
running on this project thereby providing efficiencies in both cost and time savings to the City.
Our team strictly adheres to the tried and tested protocols of the ASTM D6433-20 "Standard Practice for
Roads and Parking Lots Pavement Condition Index Surveys" used by government agencies across the
country and our team is comprised of multiple Texas -certified professional engineers experienced in
working in the State of Texas. Our pavement data collection equipment holds certifications for laser
profilometry data collection from both the Texas A&M University Transportation Institute in College
Station, TX and the National Center for Asphalt Technology at Auburn University in Auburn, AL, affirming
our expertise and commitment to accurate pavement data gathering.
ARA is committed to serving the City of Southlake and to providing the highest level of quality in meeting
the City's unique pavement management needs. We have assembled a team of professionals with over
100 years' experience in pavement management. Roles for our primary key personnel are summarized
below. We also have several additional pavement engineers and asset management specialists available
to provide additional support to the project team should the need arise.
ARA NCTCOG Cost Estimate
Reuben Williams, P.E., APMP — Project Manager: Mr. Williams is located in our Austin, Texas office and
will be the primary contact for the City's project management team. He will coordinate communications
between all parties while ensuring that scope, budget, schedule, and client expectations are met
throughout the project. Mr. Williams has more than 21 years of experience in pavement engineering and
management and has worked on more than 200 pavement -related projects. Partial list below:
• Waco, TX
•
Pflugerville, TX
• Bexar County, TX (2)
•
Mohave County, AZ
• Universal City, TX
•
San Marcos, TX (4)
• Seattle, WA
•
Nanaimo, BC
• Brazoria County, TX
•
Rockwall, TX
• Crandall, TX
•
Los Alamos, NM (2)
• Georgetown, TX (6)
•
McKinney, TX (5)
• Tyler, TX (4)
•
Austin, TX (2)
• Richardson, TX
•
San Angelo, TX
• Haltom City, TX
•
Missouri City, TX
• Frisco, TX
•
Austin, TX (2)
• Harker Heights, TX
•
Morgans Point Resort, TX
• Commerce, TX
•
SH 130 - Buda, TX (8+)
• Travis County, TX
• Charleston County, SC (2)
• Portland, TX
• Cedar Park, TX
• Corpus Christi, TX
• San Antonio, TX (2)
• Leander, TX (2)
• Coppell, TX
• Irving, TX
• Lytle, TX
• Coppell, TX
• Hudson Oaks, TX
Salil Gokhale, P.E. — Project Principal: Mr. Gokhale is located in our Austin, Texas office. As the Project
Principal, Mr. Gokhale will work with the Project Manager to ensure overall quality of the project. Mr.
Gokhale has more than 24 years of experience in pavement engineering and management and has worked
with more than 50 PCI projects in the past five years. Mr. Gokhale and Mr. Williams have worked together
for over 8 years. In Texas, Mr. Gokhale has managed pavement management projects for the City of Frisco,
City of Wichita Falls, North Texas Toll Road Authority, Dallas -Fort Worth International Airport, San Antonio
International Airport and several other agencies.
Daniel Behnke, PMP, AICP, GISP — Planning and GIS Expert: As a certified planner, project manager, and
GIS professional, Mr. Behnke provides a unique skill set to ARA projects. Mr. Behnke will serve the project
by leveraging his extensive experience and expertise in transportation asset management. With 10 years
of experience managing data collection projects specifically for pavement management and 10 years of
GIS analysis work for various municipal agencies, Mr. Behnke brings a comprehensive understanding of
the intricacies involved in data collection projects and has worked with more than 20 NCTCOG agencies,
including the City of Southlake since 2016. This project will benefit from his previous experiences in
working with the City's pavement and asset data and his extensive background with the VUEWorks
software platform.
ARA NCTCOG Cost Estimate
[f A"IN M To
T77Ln
2 PROPOSED METHODOLOGY
Our proposed methodology for performing pavement analysis services is summarized in Figure 2.1.
Detailed descriptions of individual tasks and potential optional services are provided further on.
Project
Planning
Inventory &
Information
Gathering
,f
Data
■ Analysis
Figure 2.1 Proposed Project Workflow
2.1 Task 1: Kickoff Meeting and Project Planning
0
0
Reporting
>,.0 ,._E,� d.
_
R-1Y ,
ARA will meet with City staff to initiate the project. This meeting will occur following the Notice to Proceed
and at the earliest convenience of the City staff. The purpose of this meeting is to review the current
pavement network and verify the list of pavement sections to be surveyed and to agree upon the project
schedule. Prior to beginning the project, our team will develop a clear communications plan with contact
information and a list of key personnel from both ARA and the City, and a comprehensive project plan,
including detailed schedule and deliverables. All project -related Tasks and Deliverables will be reviewed
during the kick-off meeting.
2.2 Task 2: Inventory and GIS Data Review
As a first critical step in this current project, we propose to conduct a thorough review of the City's GIS
data, including:
■ Segment and Section identifiers
■ Surface type, number of lanes, functional classification
■ From and To descriptions including Begin and End mile points
■ Correctly calculated GIS lengths
ARA team members are very familiar with the City of Southlake's GIS centerline file and anticipate
minimal to no issues with the City's GIS centerline file or data.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
Our team will develop routing and navigation plans for
collecting data on the City's road network. Our routing
plans provide our field survey crew with efficient means
of collecting data while minimizing dead heading. The
routing/navigation software also provides the operators
with driving directions and pertinent section
information, including Road Log/StreetlD numbers,
direction of travel, start/end points etc. The software
also includes capabilities to include field notes or
observations such as areas under construction, different
surface types, or roads with restricted access.
2.3 Task 3: Data Collection
ARA will perform an automated pavement condition survey for this project using industry -standard
pavement imaging equipment. Our new PathRunner pavement evaluation vehicles are equipped with top -
of -the -line electronic sensors, lasers, and cameras. In addition, the acquisition of these vans includes
Pathway's web -based data visualization solution, PathWeb.
Benefits of PathWeb
■ Web -based viewing/data visualization platform that is fast and provides unprecedented
functionality. The software is used by many State DOTs at the Statewide level, including TxDOT
■ Point -and -click, user-friendly interface including 360° Streetview
■ Multi-user, multi -device
■ No software licensing fees
■ No need for local data storage. All data are stored securely in a data center (including redundant
backups)
2.3.1 PathRunner Pavement Evaluation
ARA plans on conducting the pavement condition surveys using a PathRunner van (an example is shown
in Figure 2.2). All ARA evaluation vehicles vans are equipped with a 3D pavement imaging sensor, Right -
of -Way (ROW) cameras for panoramic images, Class-1 roadway surface profilers (including macrotexture)
and sub -meter accurate GPS/IMU location data. The GPS/IMU system can also be used for roadway
geometry if needed.
ARA NCTCOG Cost Estimate
P
s-
�1
Figure 2.2 PathRunner Hardware Components
2.3.2 Inertial Profiler and Transverse Profile/Rutting
F Z" E1:1K: E
■
ilk
■
❑ a
Pathrunnerin Action
Pat hrunnerDetaiIs
The PathRunner van includes a high-speed laser profiler and a 3D pavement imaging sensor that capture
continuous pavement profiles of the roadway surface. The longitudinal profile data is analyzed to calculate
the International Roughness Index (IRI) while the transverse profile data is analyzed to provide a complete
transverse cross section of the surface to determine rutting.
own
OVA
S i \_ r IW Hai
Figure 2.3 PathRunner Profiler and 3D PAS Sensor
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
2.3.3 Right of Way (ROW) Images
The PathRunner van includes 4 high -definition ROW cameras, including 3 forward facing and one rear -
facing camera, each with a resolution of 2750 x 2200 pixels. The cameras are equipped with wide angle
lenses capturing a panoramic -like perspective of the right of way. The forward -facing cameras provide
images for verifying the travel lane and identifying right-of-way zones. The front and rear right-of-way
cameras can assist with the identification and inventory of signs, sidewalks, ADA ramps, pavement
markings and stripings, and other roadway features. The ROW images are typically captured and stored
at 20 ft. intervals. The system also includes a 360° Ladybug camera for continuous images similar to those
found on Google StreetView.
Figure 2.4 Panoramic Front View
Figure 2.5 360° Imaging - StreetView
ARA NCTCOG Cost Estimate
2.3.4 Pavement Sensor
All ARA vehicles include a camera and
laser 3D system to collect high -resolution
2D (intensity) and 3D (elevation) images
of the road surface to view cracks as small
as 1mm. Using continuously collected
transverse profiles, the software
interpolates the 3D data creating the 3D
pavement surface image. The resulting
data produces a powerful, interactive
image that detects cracking, rutting,
faulting, and even texture. Not only are
the depth readings the most accurate way
to characterize cracking in an automated a
software, but because of the specially
configured laser illumination, the 3D
system is also not susceptible to
environmental shadowing. All 3D images are integrated and tagged with the referenced linear DMI values
and GPS information.
2.3.5 Data Delivery and Image Viewer
All data sets acquired by the PathRunner vehicle (along with distress data) can be visualized through the
PathWeb website. We propose deploying the PathWeb website for City personnel, which retrieves data
from a secure cloud server removing the need to host raw data internally. The website can be used by
multiple City personnel with no loss in speed or functionality. Figure 2.6 shows a screen capture of the
PathWeb web site. All collected data is GIS integrated and includes multiple windows showing the ROW
cameras, 360° Streetview, a map window, transverse profile at any selected location, IRI graph, and
pavement surface images. Users are set up with a single website link and a username/password to access
their data. The website also includes video style "play/stop/forward/rewind/step" buttons on the bottom
so that users can virtually "drive" along a road.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
PANORAMIC
FRONT VIEW
PAVEMENT
IMAGES
TRANSVERSE
PROFILE
RIDE QUALM
(IRI)
Figure 2.6 PathWeb Visualization Website
2.3.6 Distress Rating
GIS AND MAP
WINDOW
360 DEGREE
STREETVIEW
LOCATION
DETAILS
ARA proposes utilizing a 2-step distress rating procedure for the City. In the first step, we plan on using
Pathway's AutoCrack software for identifying and locating the extents of distresses. In the second step,
our team of experienced pavement inspectors will perform enhanced quality control for false positives or
negatives and make changes accordingly. The distress data includes distress types, severities, extents, and
locations in accordance with ASTM D6433 and is exported in XML, CSV or XLSX formats.
Figure 2.7 Pavement Distress Data
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
2.4 Task 4: Deflection Testing
ARA operates a fleet of seven F/HWD units, providing non-destructive pavement evaluation and analysis
to various government agencies across the country, including State, County, City, Tollway, and airport
authorities. In Figure 2.8, you can see one of our units in action.
Our approach is to enhance pavement assessments by combining distress surveys with structural
condition testing. This comprehensive strategy enables agencies to select the most suitable treatments
for each pavement section and make more accurate predictions about pavement lifespan. We conduct
FWD testing in accordance with ASTM standards, specifically ASTM D4694 for deflection measurements
with a falling weight -type impulse load device and ASTM D4695 as a guide for general pavement deflection
measurements. The ARA team will work with the City of Southlake to develop a deflection testing program
that meets the needs of the City without conducting any unnecessary deflection testing. ARA's
recommended strategy for deflection testing includes:
At the network level, we suggest conducting deflection testing every 528 feet (0.1 miles)
to accommodate variations in pavement structure and subgrade conditions. However,
when using our pavement condition survey, we recommend focusing on streets with PCI
scores ranging from 25 to 55 for project -level structural analysis. For project -level
testing, we recommend a maximum spacing of 250 feet between test locations. To
ensure consistent and reliable results, it is essential to conduct all deflection testing
during the same season to minimize the impact of temperature and moisture differences
on the pavement.
During testing, we focus on the right wheel path of one outside lane of each arterial and collector road
centerline, typically the area with the heaviest traffic load. ARA's subcontractor takes care of traffic control
to ensure safety. Our selection of PCI value range is based on practical considerations. Streets with higher
PCI values often require pavement preservation treatments like chip seals, slurry seals, and micro -
surfacing, while streets with lower PCI values may necessitate reconstruction.
The deflection values obtained from our testing help optimize the choice of treatment for the streets
being evaluated, including options like milling and structural enhancements, removing, and replacing the
AC layer only, Cold In -Place Recycling, and Full -Depth Reclamation. This comprehensive approach ensures
that agencies can make informed decisions to extend the life of their pavements effectively.
Figure 2.8 ARA's Fast Falling Weight Deflectometer
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
IN
2.5 Task 5: Pavement Distress Calculations
After all pavement distress records have been collected, analyzed, reviewed, and passed through our
QA/QC measures, ARA will compile the data to calculate final, network wide pavement condition scores.
The ARA team will develop PCI scores for each City street segment in accordance with ASTM D6433-20
and will also calculate the average IRI score for each street segment. Additionally, based on the previously
agreed upon deflection testing frequency and methodology plan, the ARA team will take the results of the
SSI testing and work with the City to come to an agreement on final OCI, SSI deduct, and final PQI scores
for each street segment in the City.
2.6 Task 6: Asset Data Collection
Through the use of the onboard integrated HD LiDAR system, the PathRunner vehicle will collect right-of-
way roadside asset inventory data simultaneously with pavement surface and distress data. This single -
pass solution allows for all forward -facing and 360-degree right-of-way imagery, 3D laser -illuminated
pavement imagery, and high -definition LiDAR point clouds to be collected at the same time without the
need for sending multiple data collection vehicles onto the streets of Southlake multiple times.
Figure 2.9 Right -of -Way HD Cameras and 360' Ladybug Camera
The point cloud generated from the LiDAR data can be used to detect and identify all City -maintained
right-of-way assets including, but not limited to, signs and supports, sidewalks, ADA ramps, and pavement
markings and stripings. After identification, a manual analysis will then be performed to assign required
attributes to each asset type. This 2-step asset extraction process serves as an additional Quality
Assurance check on the asset data being delivered to the City.
The LiDAR data will also be made available to City personnel through the PathPoints Website (including
easy to use measurement tools). Examples of our colorized LiDAR are shown in Figure 2.10 and 2.11 below.
ARA NCTCOG Cost Estimate
Ke M To
,T77@
IN
Figure 2.10 Example of a Collected Street Section using LiDAR Technology
Figure 2.11 PathPoints Software Interface: Where Users Can Extract Assets from LiDAR Data
ARA NCTCOG Cost Estimate
Lend • -r-.•. tc �S • �- ; .
Pavement crown ', , •�� r n� ?� �.i �" � hl 1
Curl, 8 G�IIr•I - t r '� -
• Iirry Inlets
O
i s
• Walrr Varvns5 i •+1s
—r;uars Y p .Li rnanA-vo F R., ri Y'.a•. 1"R �.. to
Point P•vernam Marktnpa _ � ��• «„.,::-_. - .:�a� � �-
IN Him
G] Green
Wbrtc
Yntlox Ir•� ,iSir�-,- , I-}�
l moar Pmrement Mmklnps
tl
tiles I �� o :..:� ;a'�' .• �.w, � _ - -
Green '.. .. - �• `�`� i —r
L a_
_ VeI T,— iM 4' Y
H 11
Figure 2.12 GIS-Based Asset Inventory Deliverables
2.7 Task 7: Final Deliverables and Ongoing Support
This section will present the deliverables, ensuring alignment with their specific needs and expectations.
2.7.1 Pavement Analysis Services
1. Pavement condition survey results;
2. List of all segments not surveyed, with explanation for why it was not surveyed;
3. List of exceptions found in the field;
4. PCI, IRI, SSI, OCI, and PQI scores for all City -maintained streets;
5. Updated City's centerline shapefile including all scores and distresses;
6. Access to PathWeb website for unlimited City personnel
a. City personnel will be able to point and click roadway sections on the map;
b. View all imagery through a seamless interface including 360' imaging;
c. View roadway transverse profiles at any location; and
d. Ability to save year -over -year data in one location.
2.8 Final Data upload into the City's VUEWorks Asset Management System
The ARA team understands that the City of Southlake uses the VUEWorks Asset Management System
(AMS), an AtkinsRealis technology, to manage its assets, including pavement. Specific ARA team members
have been working with the VUEWorks software since 2011 and have been working directly with the City
of Southlake for nearly a decade. The ARA team will work closely with City of Southlake staff to provide
unrivaled VUEWorks integration and support services.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
2.9 Quality Management
Dedication to quality is paramount to the overall success of this project. The ARA team will call on our
extensive experience and previous Data Quality Management Plans (DQMPs) to cover all facets of this
project for the City. An example high-level DAMP chart that spans the life of the project is shown below.
We will provide the DAMP prior to beginning data collection. ARA defines quality as the degree to which
our products and services meet our client's requirements and expectations. Meeting the proposed
technical, cost, and schedule requirements of a project is an absolute prerequisite for quality
performance.
ARA understands that quality is not something that is added at the end of the project but is the
aggregation of the entire team's effort and each employee's individual work product through each phase
of the project. ARA's culture hinges on both individual and corporate responsibility. The ARA quality
philosophy follows the same approach, as embodied in the following statements:
• Be Responsible: Employees of ARA are responsible for the quality of his/her work products on a
daily basis, and to communicate quality issues to the appropriate manager.
• Two Person Rule: Essential work deliverables and external communications will be reviewed by a
second person competent in the task at hand before transmittal to a customer.
To help ensure the integrity and quality of data collected in the field, ARA's field team will adhere to the
following requirements:
• Data will be collected only during daylight hours, beginning no earlier than one hour after sunrise
and ending no later than one hour before sunset to minimize flare and ensure even lighting.
• Data will be collected only under dry weather conditions. Clear, dry pavements yield the most
accurate and consistent data.
• Data will be collected while driving at posted speed limits and under prevailing traffic
conditions. For this reason, no traffic control is required during the data collection phase.
• Our team members will perform daily and real-time QC checks of vehicle sensor data to ensure
it is within acceptable ranges.
• We also perform real-time visual quality reviews of the imagery and video during collection to
ensure acceptable focus and clarity.
Throughout the processing and analysis steps of the project, specific quality control checks will include:
• GIS coverage review of collected data to ensure no areas were missed.
• Quality checks on no less than 10% of the data to confirm confidence in the validity of the distress
ratings and associated scores.
Specific quality acceptance measures will include:
• Regular correspondence with the City to review all collected information.
• Submission of all deliverables in draft form for review and feedback prior to final delivery.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
• Develop Data Quality Management Plan
PROJECT SETUP • Local Control Sites before Mobilization
!+� • Equipment Calibrations
• Equipment Certifications
INVENTORY REVIEW
,LITY DATA COLLECTION
CEMENT
DATA PROCESSING Ad
BUDGET ANALYSIS Aft
2.10 Schedule
• Review of GIS Inventory
• Review of Pavement Management Inventory
• Pilot Survey to confirm processes
Daily equipment checks
Daily data quality checks
Weekly control sites
• Completeness verification
• Distress rating quality control
• Office audit of inspections
• IRI and Rutting
• Final audit of PCI scores
Data Delivery
Distress and IRI geodatabase
Pavement and ROW images, Viewing software
Figure 2.13 Example Data Quality Management Plan
ARA currently has the capacity to complete the required services for the City and will work with the City
to produce an updated, date -specific schedule before the kick-off meeting and upon receiving the
Notice to Proceed (NTP).
Task
Kick-off Meeting
ProposedWork
1 day
2 days (can be completed before the
Kick-off Meeting)
1 days
1 days
5 days
Route Planning
Mobilization
Calibration
Data Collection
Deflection Testing
5 days
Pavement and Asset Evaluation
60 days
Pavement Distress Calculations
2 weeks
Final Deliverables
2 weeks
VUEWorks Data Upload
2 days
QA/QC and Support
Ongoing and Continuous
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
Additional Optional Pavement Management Items Could Include:
2.11 Pavement Performance Models Update
Once the PCI values for each segment are calculated, our team could work closely with City staff to review
and refine pavement performance models (based on local experience with pavement repairs, expected
life and construction types), update construction history records, incorporate up to date unit construction
costs, and repair/preventive maintenance/rehabilitation strategies. These critical items form the basis of
all further budgetary analyses. Figure 2.14 is an example of the pavement deterioration models that ARA
developed in similar projects. In that example, ARA developed two deterioration models to differentiate
between the performance of the pavement sections that constructed on Low and High plasticity index
subgrade.
100
90
80
70
60
C] 50
a 40
30
20
10
0
0 5 10 15 20 25 30
Age (years)
Low PI_ Average -a-High PI _Average
Figure 2.14 Pavement Deterioration Models
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
2.12 Pavement Rehabilitation Matrix
One of the capabilities of a pavement management system is to analyze different scenarios and determine
how the decisions made in the paving department (treatments) and in the City Council impact the future
performance of the pavement network and the budget needs in the future. These treatments need to be
defined in a logical manner so that the software tools used at the City know when those treatments should
be applied and what the consequence of those treatments are (e.g., an increase in PCI for a given
segment). A simple way to represent these treatments is through a treatment matrix, such as the one
shown in Figure 2.15. In this example, treatment only depends on two factors: the current pavement
condition and the functional classification of the roadway. There are other matrices that might be
appropriate to the City. For example, ARA has worked with a County that has a load capacity issue on
their highways; their factors were functional classification, surface condition (represented by their state's
evaluation system), and structural capacity measured with our falling weight deflectometers. This step is
about customizing a system that represents what the agency will actually do.
Once the rehabilitation matrix is developed, the next step is to insert it into the City's pavement
management software. This process is highly dependent on the software but ARA's experienced
pavement management implementation specialists have used a variety of products and understand how
to reflect the treatment matrix in parameters that the software can use in the next phase of the process.
PCI AC Arterial &
100 Collectors AC Residential PCC
None
Very Good
Crack Seal & Asphalt
80
Rejuvenator
1.5 in Resurface
Good
60
2 in Resurface
Fair
40
2 in Resurfacing
with
Poor
Base Repairs
20
Deep Pavement
Very Poor
Repair
ARA NCTCOG Cost Estimate
None
Crack Seal &
Asphalt
Rejuvenator
Thin Overlay
1.5 in Resurface
1.5 in Resurfacing
with Base Repairs
Deep Pavement
Repair
Figure 2.15 Example treatment matrix
None
Crack & Joint
Sealing
Concrete
Pavement Repairs
Full -Depth Repairs
& Asphalt Overlay
Reconstruction with
Asphalt Pavement
Ke A"IN M To
T77Ln
2.13 Budget Analysis
After successfully importing all pavement condition data into the selected pavement management
software, our team could proceed to analyze the overall pavement condition for the entire network. Based
on the results, we could work with City staff to develop practical pavement work plans to:
■ Perform network level budget analyses,
■ Evaluate Maintenance and Rehabilitation Strategies,
■ Identify streets that require immediate maintenance to address safety concerns,
■ Identify streets that are good candidates for pavement preservation treatments such as chip
seals, micro surface, or slurry seals,
■ Identify streets that are good candidates for rehabilitation/new paving,
■ Recommended practical management plan project groupings and with recommendation repair
activities with estimated costs.
Our team members have extensive experience with pavement management systems including
StreetSaver°, Cartegraph (OpenGov), CRAB/Mobility, PAVER, and other systems.
100
Good
90
- - - - - - - - - - - - - -
80
- - - - - - - - - - - - - - - - - - - - -
Satisfactory
70
Fair
v 60
a
50
Poor
40 — — — — — — — — — — — — — —
— — — — — — — — — — — — — — — — —
30
20
10
—Do Nothing
Project Budget
Maintain Current PCI
Reach PCI of 60
—Reach PCI of 65
Backlog Elimination in 10 Years
Very Poor
0
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033
Fiscal Year
Figure 2.16 Budget Analysis
2.13.1 Data Analysis
1. Updated pavement performance models;
2. Updated treatment matrix;
3. The results of budget analysis;
4. The results for different budget scenarios; and
5. The results of the maintenance and rehabilitation treatment plan.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
2.13.2 Final Report
ARA could furnish the City with a comprehensive report outlining the intricacies of the project,
encompassing each step taken, assumptions made, and constraints encountered. This report could
feature detailed tabular and graphical summaries, offering insights into the condition of the city's street
surfaces. Additionally, it could present the outcomes of budget analyses and scenarios, providing a clear
picture of financial considerations. Based on the findings of the treatment plan, the report could present
the recommended pavement maintenance and rehabilitation activities, aimed at optimizing the longevity
and efficiency of the City's infrastructure.
2.13.3 Council Presentation
Once the final pavement report has been accepted by City staff, this report could be used for reporting
budget needs or shortfalls to boards, commissions, and committees. ARA has performed this task for
many municipal government staff members on past projects and is well -versed in presenting relevant
information to local officials and constituents that support the proposed fiscal budget requests. ARA's
Project Manager could work with City staff to present a report to the City Council that has been agreed
upon by all project stakeholders. This presentation could provide a summary of the pavement network,
PCI update, outcomes of the budget analyses and scenarios, and the recommended pavement
maintenance and treatments strategies.
ARA NCTCOG Cost Estimate
Ke A"IN M To
" 31 n7 7Ln
wo L 0
ON A
3 ADDITIONAL SERVICES
3.1 Ground Penetrating Radar (GPR)
ARA owns a variety of GPR units, including both 2D and 3D systems. These GPR units are crucial for
determining pavement layer thicknesses and locating underground utilities. Our team offers GPR
consulting services to multiple agencies across the country, supporting pavement investigation and design
projects. Accurate knowledge of pavement structure is vital for these projects, helping to reduce changes
needed during construction and number of cores along a pavement section to determine variability in
pavement structure in case as -built plans were not available.
Figure 3. 3.1 displays two of our GPR units: a 2D unit on the left and a 3D unit on the right. We collect GPR
data using a multi -channel digital radar system along the outside lane of each tested street, and it could
be used for a variety of subsurface exploration including buried utility detection. The GPR equipment can
detect pavement layers thicker than 3 inches to a depth of around 2 feet below the pavement surface.
Data are collected at a one -foot scan interval, and we recommend summarizing the data at intervals of 10
to 25 feet for most applications. Our analysis focuses on summarizing pavement layer thicknesses in major
layer types, such as asphalt layers, granular or bound base, and subbase. We use the RADAN 7 software
package to estimate the dielectric properties of pavement layers and determine their thicknesses. These
GPR results are calibrated using pavement cores provided by the cores to ensure consistency in the
subsurface across the project.
Integration with our FWD system enhances accuracy. Each FWD station corresponds to a reading from
the GPR system, and we report pavement thicknesses for every FWD -tested station. This continuous
reporting improves the quality of pavement evaluation and design, making it more likely to identify
localized anomalies that might be missed by coring alone. This comprehensive approach ensures a higher
level of accuracy and quality in our pavement assessment and design work. Therefore, GPR is
recommended to be used with the FWD testing at project level on the selected streets.
ANN#
o �
`y•
Figure 3.1 ARA's GPR Units.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
IN
3.3 Pavement Rehabilitation Design Report
After performing the overall pavement Non -Destructive Testing (NDT) and analysis for each pavement
section, the modulus will be backcalculated for each layer in the pavement structure. Multiple Pavement
rehabilitation designs will be performed using the techniques included in AASHTO 1993 design manual,
mechanistic -empirical methods (AASHTOWare Pavement ME, ELMOD... ) or any preferred local design
standard. The optimal design will be recommended based on the Life -Cycle Cost Analysis of each
alternative in addition to the engineering judgment provided by our experienced staff.
Deliverables will include KML files showing FWD testing location with deflection values and pavement
thicknesses every 10 to 25 ft based on City preference. In addition, ARA can provide a report, detailing the
findings and conclusions. After City staff review, ARA will make all necessary changes and submit all data
and the report in electronic format (pdf, excel, word, etc.).
3.4 Friction Testing
ARA owns and operates four (4) locked -wheel friction testers and two (2) runway friction testers, and our
team performs friction testing on thousands of miles of roads and runways each year. Friction testing is
performed in accordance with ASTM E274 and can be performed with either a 'blank' or 'rib' tire in wheel
path. The testing is typically performed at 40 or 50 mph, and a resulting Skid Number (SN) provides an
indication of the pavement friction. Friction testing is also used to investigate wet weather crash incidents
and to assess the effectiveness of high friction surface treatments applied on intersections or bridges.
Figure 3.2 shows a photo of one of our friction testers.
Figure 3.2 ARA's Friction Testing Unit.
ARA NCTCOG Cost Estimate
[f A"IN M To
T77Ln
3.5 Retro-reflectivity Testing of Pavement Markings
ARA owns and operates several Mobile Retroreflectivity Units (MRUs) and provides pavement marking
evaluation services to numerous State, County, and other municipal agencies throughout the country.
ARA uses the Laserlux G7 (LLG7) MRU unit compliant with ASTM E 1710. Data collected with these units
are analyzed to provide an objective measure of the retro-reflectivity of pavement markings.
Figure 3.3 ARA's MRU Units.
4 REFERENCES
City of San Antonio, TX
Otoniel (Otto) Trevino
Project Control Manager
Asset Management & Program Development
Public Works Department
Mailing: P.O. Box 839966 1 San Antonio, TX
78283-3966
Work: 100 W. Houston St., 15t" Floor I San
Antonio, TX 78205
0: 210.206.8464 1 C: 210.685.4841
otrevino@sanantonio.gov
City of Leander, TX
Gina M. Ellison, P.E.
Public Works Director
City of Leander
O: 512.259.2640
gellison@leandertx.gov
City of Austin, TX
Veena Prabhakar, P.E.
Consulting Engineer
Office of the City Engineer, Pavement
Maintenance
City of Austin Public Works Department
4411-A Meinardus Drive
Austin, TX 78744
Office: 512-974-8745
veena.prabhakar@austintexas.gov
City of San Marcos, TX
Sabas Avila, P.E., CFM
Assistant Director -Transportation I Public
Services
630 E Hopkins, San Marcos, TX 78666
512.393.8018
savila@sanmarcostx.gov
SH 130 Concession Company, LLC
Jason Kerby, P.E., Quality Manager
10800 N US 183 Hwy NB, Buda, TX 78610
Direct: (512) 371-4807 Mobile: (512) 618-0893 Fax: (512) 371-4899
jkerby@sh130cc.com
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
5 PROJECT PRICING
Project pricing is set via the agreed upon rates in the North Central Texas Council of Governments
(TxShare) contract. Please see attached spreadsheet for the requested cost estimate. This comes to a
price of $154,300.
ARA welcomes the opportunity to discuss any questions regarding our pricing. Our estimate is based on
typical assumptions we use to address the scope of work as we understand it. Further clarifications
regarding available information, the attributes requested for asset extraction, as well as any support from
City resources has the potential to lower our pricing.
ARA will provide the services noted in this proposal on a firm fixed price basis and ARA will invoice monthly
on a percent complete basis for payment to be made within 30 days of receipt of invoice (Net 30).
6 GROUND RULES AND ASSUMPTIONS
ARA's offering is based on the following ground rules and assumptions. Should any of these be adjusted
during negotiations, the proposed offer, including pricing may be subject to change.
1. ARA anticipates a fixed price contract.
2. ARA will submit invoices monthly on a percent complete basis with payment terms of net30.
3. ARA anticipates that the Terms and Conditions hereunder will govern.
4. ARA requires the following support for the effective completion of this project:
a. Latest GIS Street Segment Centerline File
b. City's preferred maintenance activities
7 ACCEPTANCE OF PROPOSAL
Your signature below indicates your acceptance of this proposal in accordance with the scope, price,
schedule, and the terms and conditions contained herein, and will create a binding agreement between
The City and ARA. This acceptance will act as a notice to proceed. If applicable, indicate the Scope Option
you are authorizing on the bottom line.
Name (print)
Title
Signature:
Date:
Option Selected:
(if applicable)
ARA NCTCOG Cost Estimate
LifA"IN MTO
31 n7 7he
wo L 0
TERMS & CONDITIONS
Applied Research Associates, Inc. (ARA) agrees to perform the specified work with the professional skill and care ordinarily
provided by firms practicing in the same or similar locality under the same or similar circumstances. The parties acknowledge that
there has been an opportunity to negotiate the terms and conditions of this Agreement and agree to be bound accordingly.
1. INDEPENDENT CONTRACTOR
ARA will act as an independent contractor and not as Client's agent for any purpose and will have no authority to make any
commitments on behalf of Client or to bind Client in any way whatsoever.
2. PROJECT SUPERVISION AND ASSIGNMENT
ARA shall have wide discretion in the methods used to perform any assigned tasks unless specified otherwise. ARA will cooperate
with the Client to the extent possible to arrange for consultations between the Client, ARA personnel, and others engaged in
rendering services to the Client related to ARA's performance under this agreement. ARA agrees that no tasks shall be performed
or expenses incurred without specific authorization of the Client.
3. OWNERSHIP OF DOCUMENTS
All data, information, software, hardware, and documents produced by ARA under this agreement shall remain the property of ARA
and may not be used by the Client for any endeavor outside of the scope of this agreement without the written consent of ARA,
unless otherwise noted in this agreement.
4. ACCESS TO PROJECT SITE
If required for the performance of this effort, ARA will be granted timely access to the project site as needed. If traffic control or
protection is required, it shall be provided by the Client or specific provisions will be made for ARA to provide traffic control or
protection at an additional cost to the Client. ARA will take precautions to minimize damage when performing its work, but ARA is
not responsible for any items destroyed as a necessary part of the work.
5. PAYMENT
ARA will invoice monthly and at the completion of the project, with payment due net 30 days. Interest will be charged on amounts
outstanding more than 30 days. The interest rate will be 1'/2 percent per month, compounded until paid. In the event of late
payment, the Client agrees to pay all collection costs, legal expenses and attorneys' fees incurred by ARA in collecting payment,
including interest. In the event that some portion of the invoice is disputed, payment for the undisputed portion of the invoice will
be made within 30 days. If the Parties are unable to reach agreement regarding the disposition of the disputed portions of the
invoice within 21 days, the matter will be resolved according to the Dispute Resolution clause of this agreement.
6. HIDDEN CONDITIONS OR HAZARDOUS MATERIALS:
If ARA has reason to believe that a hidden condition may exist, ARA shall notify the client who shall authorize and pay for all costs
associated with the investigation of such condition and if necessary, all costs necessary to correct such condition. If (a) the client
fails to authorize such investigation of the correction after due notification, or (b) ARA has no reason to believe that such condition
exists, the Client is responsible for all risks associated with this condition, and ARA shall not be responsible for the existing condition
nor any resulting damages to persons or property. ARA shall have no responsibility for the discovery, presence, handling, removal,
disposal or exposure of persons to hazardous materials of any form.
7. TERMINATION OF SERVICES:
This agreement may be terminated upon 10 days written notice by either party. In the event of termination, the Client shall pay
ARA for all services performed to the date of termination, all reimbursable expenses and reasonable termination expenses.
8. CONFIDENTIALITY
Unless required by law or Court order to do so, the Parties shall not disclose Confidential Information to anyone other than receiving
Party or its authorized employees, agents or representative on a need -to -know basis authorized in writing by the disclosing Party.
For purposes of this Article, "Confidential Information" shall mean (1) data, information, processes, or documents, financial
information in any form, tangible or intangible, provided to the receiving Party on behalf of disclosing Party for use in performing
the services; (2) information generated by a Party in the course of performing the services of this Agreement that has been
designated as confidential. Neither Party shall use such Confidential Information for any other purpose than the performance of
Agreement.
ARA NCTCOG Cost Estimate
Ke A"IN M To
T77Ln
Confidential Information does not include information that:
a. is already known by or generally available to the public at large; or
b. is already in the possession of the information without confidentiality restrictions; or
c. becomes known to the receiving Party from a source other than disclosing Party, and not subject to an obligation of
confidentiality; or
d. was already independently developed by the receiving Party.
9. INDEMNIFICATION
Each party (indemnitor) shall indemnify and hold harmless the other party (indemnitee) from and against any and all (including
third party) claims, damages, losses and expenses (including reasonable attorney's fees) arising out of or resulting from the
performance of services, to the proportional extent that any such claims, damage, loss or expense is caused by the negligent act
or omission and/or liability of the indemnitor, anyone directly or indirectly employed by the indemnitor.
10. CONSEQUENTIAL DAMAGES
Neither Party shall be liable to the other for consequential damages, including, without limitation, loss of use or loss of profits,
incurred by one another or their subsidiaries or successors, regardless of whether such damages are caused by breach of contract,
willful misconduct, negligent act or omission, or other wrongful act of either of them.
11. FORCE MAJEURE
Neither party shall be liable for any failure of or delay in performance of its obligations under this Subcontract to the extent such
failure or delay is due to circumstances beyond its reasonable control, including, without limitation, acts of God, acts of a public
enemy, fires, floods, wars, civil disturbances, sabotage, accidents, insurrections, blockades, embargoes, storms, explosions, labor
disputes , acts of any governmental body, failure or delay of third parties or governmental bodies from whom a party is obtaining
or must obtain approvals, authorizations, licenses, franchises or permits, or inability to obtain labor, materials, power, equipment,
or transportation (collectively referred to herein as "Force Majeure"). Each party shall use its reasonable efforts to minimize the
duration and consequences of any failure of or delay in performance resulting from a Force Majeure event.
12. GOVERNING LAW
This Agreement shall be governed by and construed in accordance with the laws of the State of New Mexico, excluding its principles
of conflicts of laws. The United Nations Convention for the International Sale of Goods is expressly excluded from this Agreement,
and shall have no force or effect on the parties.
13. DISPUTE RESOLUTION
Any controversy or claim arising out of or relating to this agreement, or breach thereof, which may be properly submitted to
arbitration, shall be settled by arbitration. The substantially prevailing party shall be entitled to recover from the non -prevailing party
all costs and expenses and attorney's fees it incurred in connection with any suit or legal or administrative action or appeal with
respect to this order or the transaction under it.
14. NO THIRD PARTY RIGHTS
This Agreement shall not create any rights or benefits to parties other than Client and ARA. No third party shall have the right to
rely on ARA opinions rendered in connection with the Services without ARA written consent and the third party's agreement to be
bound to the same conditions and limitations as Client.
15. COMPLETE AGREEMENT; MODIFICATIONS
This Agreement constitutes the entire Agreement of the parties hereto, and all previous communications between the parties,
whether written or oral with reference to the subject matter of this Agreement, are hereby canceled and superseded. No
modification of this Agreement shall be binding upon the parties hereto, unless in writing and duly signed by a duly authorized
representative of the parties authorized to bind the party to this agreement.
ARA NCTCOG Cost Estimate
RFP 2022-063 Pavement Analysis and Related Services
Attachment A (per Exhibit D) - Pricing Proposal Form
Proposed prices shall include all field inspectors, vehicles, tools, equipment, traffic control, contractor maintenance, and customer service support necessaryto provide the desired services. Respondents must not include
mobilization fees in their pricing and may not include them in any contract(s) that result from this RFP.
If a respondent elects to submit a percentage discount off their catalog pricing for any or all of their services, the corresponding price for each numbered activity listed in Attachment A must account for the proposed discount listed in Exhibit C. If you are not proposing a
percentage -discount, please use your established list price for each for each numbered pavement analysis and related services activity.
(Example: If your catalog price is $100 per unit, and you indicate a 5%discount from catalog pricing in Exhibit C, your pricing form in Attachment A should reflect a unit price of $95.
Conversely, if your catalog price is $100 per unit, and you indicate a 0%discount or N/A in Exhibit C, your pricing form in Attachment A should reflect a unit price of $100.]
Service Category #1: Pavement Data Collection
Provide Price Per Tiered Group
A
B
c=Axe
Unit Base Cost
Unit Cost ($) 0-200
Unit Cost ($) 201-700
Unit Cas[ 1517aw
Total Units
Agreed upon Co.
Total Agreed Upon
Activity #
Activity Description
Unit ($1
Lane Miles
Lane Miles
Lane Miles
I51/Unit
Cost($)
Automatically and continuously measure pavement cracking, texture, rutting and geometrics. Equipment used for rut measurement shall be capable of
1
ring both wheel track ruts simulta neously.
Lane Mile'
$lw.00
$1w.00
$100.00
250
9s
$23,7W.00
2
Collet[ pavement surface distress and structural condition information through automated means for all Participant -owned roadways.
Lane Mile 9M
$5ow
$soon
$s0.0o
z50
4o
$to,000.00
Provide a customized digital condition rating system to collect user defined severity/extent based pavement distresses and pertinent roadway attributes to
3
accommodate a standardized approach to collecting data
Lump Sum $s,000.00
1
Saoo
$s,om.w
4
Collect dual -wheel path roughness data to International Roughness Index standards.
lane Mile'
$e.0o
$e.0o
$8.00
2so
2
ssoo.00
Collect pavement performance information that includes rutting using a minimum of seven (7) sensors (include pricing for nine (9) sensors as well), fatigue
5
racking, transverse cracking using a minimum of four (4) sensors, and longitudinal cracking
Lane Mlle'
Siam
$18.00
$18.00
zso
z
$500.00
6
Perform friction testing
Lane Mile'
$170.00
$113.00
$94.00
$0.00
7
Measure lane striping reflectivity quality
Lane Mile'
$675.00
$mz.00
$176.00
$0.00
Service Category p2: Assest Inventory
Provide Price
Per Tiered Group
A
e
c-a„ e
Unit
Unit Base cost ($)
Unit cost M 0-200
unit cost M 201-
unit Cort ($) )Ow
Tobl Units
Agreed upon Cort
Total Agreed upon
Activity q
Activity Description
tare Mil.ane
L Miles
Lane Miles
($)/Unit
Cost($)
Collect sidewalk data to include location, length, width, location in relation to curb and if greenspaces exist between curb and sidewalk, and sidewalk
g
condition to create shape (.shp) files for incorporation into the Participant's GIS system, if applicable
Lane Mlle'
$34.50
$34.50
$3a.50
250
$34.50
$8,625.00
Called sidewalk Barrier Free Ramp data to include location, configuration, presence of truncated domes or other detectable warning feature, and condition
9
and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable
lore Mllel
$34so
zso
$34-50
$8,6..00
30
Collet[ roadway sign data to include type and location and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable.
Lane We 1
$34.50
zso
$34.50
$8,625.00
11
Collect photos of Barrier Free Ramps, sidewalks, curb condition, drive approach, and/or roadway signs inventoried under items 8, 9, and 10 above.
Lane Mlle 1
$20.7o
zso
$20.70
$5,175.00
12
Collect location of curb and gutter and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable.
Linear Feet
$0.03
$0.00
Collect location and type of visible in -pavement features such as valves, manhole covers, etc. and create shape (.shp) files for incorporation into the
13
Participant's GIS system, if applicable.
Lane Mile 1
434so
$0.00
14
Collet[ locations of trees, including height and spread
Lane Mile 1
$34.50
$0.00
15
Collet[ bike lane locations, including width, length, and associated signage and striping.
Linear Feet
$0.05
$0.00
16
Utilize Ground Penetrating Radar for relocating utilities (for maintenance plans).
Linear Feet
$50.00
$0.00
17
Collet[ data on location and surface condition of bridge approaches
Each
$60.00
$0.00
18
Collet[ information on bridge deck condition
Each
$60.00
$0.00
19
Perform Parking Lot Pavement Condition Assessment (Thru-Travel Lanes) w/ Inventory, Attribute, & Geodatabase Development
Square Yard
$o.os
$0.00
20 (a-v) below:
aght of Way Assets Database Development (GPS & Camera Configuration):
20a
Sign & Support Database Development
Each
$6000.00
1
$61000.00
$6,000.00
20b
Markings& SO pi ng Data base Developme nt
Each
$6000.00
1
$6,owoo
$6,000.00
20c
Traffic Signals/ Flashers and Controllers Database Development
Each
$6000.00
$0.00
20d
Street Lights Database Development
Each
$61000.00
$0.00
20e
Drop Inlets Database Development
Each
$6,000.00
$0.00
20f
Drivepads Database Development
Each
$6,000.00
$0.00
20g
Bridges Database Development
Each
$6,000.00
$0.00
20h
Speed Humps Database Development
Each
$6,000.00
$0.00
20i
Street Furniture Database Development
Each
$6,000oa
$0.00
20]
Cattle Guards Database Development
Each
$6,000.00
$0.00
201,
Guardrails & Roadside Pedestrian Fence Database Development
Each
$6,000.00
$0.00
201
Culverts and Ditches Database Development
Each
$6,000.00
$0.00
20m
Cabinets Database Development
Each
$6,000.00
$0.00
20n
Utility Poles Database Development
Each
$6,000.00
$0.00
20o
Fire Hydrant Database Development
Each
$6,000.00
$0.00
20p
Medians Database Development
Each
$6,000.00
$0.00
20q
Valves Database Development
Each
$61000.00
$0.00
20r
Manhole Covers Database Development
Each
$6000.00
$0.00
20s
Trees Database Development
Each
$6,000.00
$0.00
20t
Catch Basins/ Drainage Inlets from Master Drainage Plan Database Development
Each
$6,000.00
$0.00
20u
Sidewalk Database Development
Each
Korn no
1
$6,owoo
;6,000.00
20v
Curb & Gutter Database Development
Each
$6,000 00
$0.00
Service Category p3: Pavement Management Analysis
Provide Price Per Tiered Group
A
B
Cade
Unit
Unit cost ($) 0.2m
Unit Base Cost ($1
Unit cost ($) 2.11.
unit cost ($) 7"Agreed
-1 Units
Upon cos[
Total Agreed Upon
Activity H
Activity Description
Le Miles
an
Lane Miles
Lane Miles
($)/Unit
Cost($)
Calculate the International Roughness Index (IRI)for each road segment in accordance with ASTM E1926. Provide results compatible with the Participant's
21
GIS database, if applicable.
lore Mlle'
$3.00
$3.00
$3.0o
250
3
$750.00
Calculate a Pavement Condition Index (PCI) score for each road segment using an approved pavement management system and in accordance with ASTM
22
D6433 or ASTM E3303. Provide results compatible with the Participant's GIS database, ifapplicable.
Lane Mile'
$is.00
$1s.00
$is.00
zso
1s
$3,7so.00
With input from Participant's staff, devise a weighing system taking into account PCI, IRI, average daily traffic for thoroughfares (traffic count raw data
23
provided by Participant), public safety emergency routes, and apply this 0-100 numeric index to the roadway information collected forthe entire
Lane Mlle'
$4,000.00 $aao
$4.00
$4.00
250
4
$51000.00
jurisdiction. Provide results compatible with the Participant's GIS database, if applicable. Cost includes base cost plus lane mile unit cost.
Estimate the annual budget required to meet the long-term goals regarding desired pavement condition Ievels.Cost Includes base cost plus lane mile unit
24
cost.
Each Participant
$s,000.00 $50.00
$10.00
Slum
10
$0.00
25
Create a five year and ten year pavement rehabilitation plan with input from Participant's staff. Cost Includes base cost plus lane mile unit cost.
Each Participant
55,000.ou $tu.w
$moo
$low
10
$0.00
Recommend the computer hardware and software needed for successful implementation, potentially including recommendation for licenses of pavement
26
management system software and other geodatabase software as needed.
Each Participant
$3,50100
$0.00
Train Participant staff and provide assistance to the Public Works and IT Department as needed for the use of data collected through the fully automated
27
system. (20 person maximum per class)
Day
$10,000.00
$o.00
Service Category p4: Electronic Products
Provide Price Per Tiered Group
A
e
Coda
Unit Base Cost($)
Unit Cost M 0.200
unit Co. M 201IN
Unit Cost ($) 70a
Tobl Units
Agreed Upon Cost
Total Agreed Upon
Activity H
Activity Description
Lane Miles
Lam.
ne Miles
Lane Miles
($)/Unit
Cost($)
28
Roadway information that shall be collected and provided to the Participant at a minimum includes items a. through I. in Exhibit B
Lane Mlle'
Siam
$t8.00
$1a.Co
250
1a
4500
29
Collect digital images at 25-foot intervals of the road surface condition and link to a geodatabase (minimum forward facing imagery).
Lane Mile'
$6.00
$6.00
$boll
250
6
ISM
Load assessment data for all Participant -maintained pavements into a pavement management system required by local government Participant"), if
30
applicable. (Example: MicroPaver). The assessment data shall include visual observations, photographs and measurements collected by instrumentation.
Each Participant
$5,000.00
$8.00
$6.00
$4.0o
zs0
a
$6,000.00
Cost includes base cost plus lane mile unit cost.
Implement map module so that pavement condition and other data can be integrated, displayed, and accessed through the map interface in a format
31
consistent with the Participant's horizontal and vertical control network system, if applicable. Cost Includes base cost plus lane mile unit Cast.
Each Participant
54,500.00
$10.00
$10.00
$10.00
10
$o.00
Provide to the Participant the pavement condition data in a pavement management system database approved by Participant. Coordinate with the
32
Participant's IT department to provide pavement condition data in a format compatible with the Participant's Environmental Systems Research Institute
Each Participant
$3,000A0
$8.00
$6.00
$400
250
6
$S,000.ao
(ESRI) GIS database, if applicable. Cost includes base cost plus lane mile unit cost.
Provide ass et management tools or systems (not just collection)(i.e., 15-year plan about how to fix or repair assets). Cost Includes base cost plus lane mile
33
unit cost.
Each Participant
no bid
no bid
no bid
no bid
So -
Service Category 05: Pavement Structural Analysis
Provide Price Per Tiered Group
A
e
C=Axe
Unit
Unit Base Cost ($)
Unit Can ($) 04W
Unit Cost ($) 201-700
Unit Cost ($) 700s
Total Units
Agreed Upon Cost
Total Agreed Upon
Activity p
Activity Description
Lane Mlles
Lane Miles
Lane Mlles
I51/un11
cost 151
Collect and analyze pavement structural condition information through the use of a falling weight deflectometer in accordance with industry standards on
34
designated participant -awned roadways.
Day
5
7800
131.000.00
Collet[ and analyze pavement structural condition information through the use of Ground Penetrating Radar (GPR) in accordance with industry standards
35
on designated participant -owned roadways.
**
So-
Collect and analyze pavement structural condition information through the use of pavement cores in accordance with industry standards on designated
36
participant -owned roadways (traffic control included)'
Service Category p6: GIS Related Services
Provide Price Per Tiered Group
A a
c=Ada
Unit
Linn co -zap
n ($) o
Unit Base cost
Linn cost ($l zolaoo
tort 1517ow Unit
Agrees upon CostToeal
Total Unit1$1/Unit
Agreed upon
Activity H
Activity Description
Lane Miles
Lane Miles
Lane Miles
Cost($)
37
GIS Clean -Up ServicesEach
Participant
$14,000.00
$0.00
38
GIS Support Services
Each Participant
$54,000.00
as
GIS Remote Training Sessions from IMS GIS Manager/ Expert (2-Hour Sessions)
Each Pareicipant
$S,000.00
$0.00
Service Category 07: Value Added Services
Provide Price
Per Tiered Group
A
B
c=Axe
Base
Unit Cost ($) 0-200
Unit Cost ($) 201-700
Unit Cost is) 700s
Agreed Upon Cost
Total Agreed Upon
Activity fY
Activity Description
Unit
Unit Cost ($1
Lane Miles
Lane Miles
Lane Miles
TotalU'
(51/Unit
Cast ($)
Full Written Final Report- Firm shall prepare and submit a written project report summarizing the work performed, dates of collection, methodology, and
ao
Each Participant
$20,000.00
So -
Project Presentation- Firm shall prepare and present a written project report summarizing the work performed, dates of collection, methodology, and
41
results to the Participant's Iegi,lative body.
Each Participant
$28,000.00
$0.00
Provide Curb Ramp and ADA/Barrier Free Ramp Compliance Survey
Each Participant
$5000
$0.00
Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy and abilities to use data for attribute registration
43
and conditions. Cost includes base cost plus lane mile unit Cast.
$2,30000
$l0000
$l0000
$100.00
$0.00
a. Photogrammetry
Zane Mile'
b.Mobile Lidar
Generic asset types, allowing for any item within line ofsight ofthe collection vehicle. Asset types include items a. through d. in Exhibit B.
a4
Cost includes base cost plus lane mile unit Cast.
tare Mile'
$1,15000
$34,50
$34,50
$34-
$0.00
4s
Provide consultancy services to develop Iinework in GIS for missing sidewalks in order to quantify and identify on a map
Hour
$200,00
$0.00
TOTAL
51s4,3oo.00
Lane mile is to be defined as a mile traveled as
1. A single pass on alleyways
2. A centered single pass on residential streets
3. Includes the outside lane in each direction for collectors and arterials (2 total).
'Spacing for pavement cores to be negotiated with each participant.
** The awarded Contractor(s) shall provide all necessary field inspectors, vehicles, tools, equipment, traffic control and other services required to perform this work. No engineering services are available under this contact.
Any activities that Participant and/or Contractor deem to require the service(s) of an engineer must be procured separately and are the sole responsibility of that party."