Loading...
HomeMy WebLinkAboutPR 21089: AWARDING OF PAVEMENT MANAGEMENT CONTRACT TO IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC IN THE AMOUNT OF $98,500.00 City of ur1 rtltu�� Teras www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: September 30, 2019 To: The Honorable Mayor and City Council Through: Ron Burton, Interim City Manager From: Alberto Elefano, P.E., Public Works Director RE: P.R. 21089—Awarding of Pavement Management Contract to IMS Infrastructure Management Services, LLC in the amount of$98,500.00 Introduction: The intent of this agenda item is for the acceptance of the proposal for pavement management throughout the City of Port Arthur from IMS Infrastructure Management Services, LLC of Tempe, Arizona, in the amount of$98,500.00. Background: The City of Port Arthur maintains approximately 450 centerline miles of roadway. The current conditions of the roads throughout the City are not uniformly known and are required to properly plan and budget for maintenance and future development projects. The City advertised a request for proposals on August 30, 2019 and September 4, 2019 for pavement management to survey roadway conditions. IMS Infrastructure Management Services, LLC, a pavement and asset management consulting firm that has effectively completed similar work throughout the State of Texas,was the sole respondent to the City's advertised request for proposals. IMS Infrastructure Management Services, LLC will survey all City streets, analyze the survey, and develop a five-year rehabilitation plan, which will be used to prioritize and budget street rehabilitation and maintenance plans. IMS Infrastructure Management Services, LLC proposes to complete the work for the amount of$98,500.00 for the Traffic Division's management of City roads. "Remember,we are here to serve the Citizens of Port Arthur" 444 4a'Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Budget Impact: This contract impacts funds in the Capital Streets Account for the pavement evaluation and analysis, Account No. 307-1601-591.86-00. Recommendation: It is recommended that the City of Port Arthur City Council approve PR 21089 authorizing the City Manager to execute a contract with IMS Infrastructure Management Services, LLC of Tempe, Arizona, for the not-to-exceed amount of$98,500.00. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P.R. 21089 09/27/2019 fcr Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC OF TEMPE, ARIZONA, FOR THE SURVEY AND ANALYSIS OF ALL CITY ROADWAYS AND THE DEVELOPMENT OF A FIVE-YEAR ROADWAY REHABILITATION PLAN IN THE NOT-TO- EXCEED AMOUNT OF $98,500.00. FUNDING IS AVAILABLE IN THE CAPITAL STREETS ACCOUNT NO. 307-1601-591.86-00. WHEREAS, the City of Port Arthur maintains approximately 450 centerline miles of roadway; and, WHEREAS, the roadway conditions throughout the City are not uniformly known and a survey and an analysis of all city roadways must be done in order that proper budgeting and planning can occur for maintenance and development projects; and, WHEREAS, the City advertised the request for proposals for pavement management to survey roadway conditions on August 30, 2019 and September 4, 2019; and, WHEREAS, IMS Infrastructure Management Services, LLC, a pavement and asset management consulting firm, was the sole respondent to the City's advertised request for proposals; and, WHEREAS, IMS Infrastructure Management Services, LLC submitted a proposal for the survey of all City roadways, analysis of the survey, and development of a five- year roadway rehabilitation plan in the not to exceed amount of $98,500.00 (See Exhibit A); now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: P.R. 21089 09/27/2019 fcr Page 2 of 3 THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager of the City of Port Arthur is hereby authorized to execute on behalf of the City of Port Arthur a contract with IMS Infrastructure Management Services, LLC of Tempe, Arizona, for the survey and analysis of City roadways and for the development of a five-year prioritization plan for project development and budgeting in the amount of $98,500.00, in substantially the same form as attached hereto as Exhibit "A"; and, THAT, a copy of the caption of this Resolution No. be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2019 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman "Bill" Bartle Mayor ATTEST: Sherri Bellard City Secretary P.R. 21089 09/27/2019 fcr Page 3 of 3 APPROVED AS TO FORM: APPROVED Fe,R ADMI IST ION: 411111114,.1% ale(/l'n, Esq. Ron Burton V • City '�orne / Interim City Mana!-r APPROVED AS FOR AVAILABILITY OF FUNDS: Kandy Daniel Director of Finance Alberto Elefano, P.E. Director of Public Works rl� Clifto Williams, CPPB Purchasing Manager EXHIBIT A CONTRACT FOR THE PAVEMENT MANAGEMENT OF CITY ROADWAYS THIS AGREEMENT, made this day of , 2019, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and IMS Infrastructure Management Services, LLC a limited liability company herein acting by and through hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 100 days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the sum of $ 98,500.00. 5. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bid c) Addendum d) General Information e) Specifications f) Bid g) Notice of Award h) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A- 1 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2019. ATTEST CITY OF PORT ARTHUR BY Sherri Bellard Ron Burton City Secretary Interim City Manager Signed on the day of 2019. WITNESS IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC BY Print Name: Print Name: Title: A- 2 CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR PROPOSALS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 411 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, September 11, 2019 and all Proposals received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, September 11, 2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: REQUEST FOR PROPOSALS PAVEMENT MANAGEMENT Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. <t.„ ,batt,, Cliftojai.) Williams, CPPB Purchasing Manager FIRST PUBLICATION: August 30, 2019 SECOND PUBLICATION: September 4, 2019 City of CITY OF PORT ARTHUR,TEXAS sc?-r h`--`-r ADDENDUM NO. ONE (1) September 10,2019 Bid For: Pavement Management The following clarifications, amendments,deletions, additions,revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, September 18, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, September 4,2019 in the City Council Chambers,City Hall, 5th Floor,Port Arthur,TX. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C1i Williams,CPPB Purchasing Manager 9/16/2019 Signature of Proposer Date THURMAN BILL BARTIE,MAYOR RONALD BURTON HAROLD DOUCET,SR MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: Cin'2f ) SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. CITY SECRETARY CAL J.JONES THOMAS J.KINLAW III „ r ,• VAL TIZENO CHARLOTTE MOSES � CITY ATTORNEY KAPRINA FRANK Texas August 31,2019 REQUEST FOR PROPOSAL PAVEMENT MANAGEMENT DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, September 11, 2019. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, September 11, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however,only the names of proposers will be read aloud. MARK ENVELOPE: P19-099 DELIVERY ADDRESS: Please submit one (I) oriv,inal and three (3) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writing to: City of Port Arthur,TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 1Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL(RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Cleicta.ip Clifton Williams,CPPB Purchasing Manager Page 2 of 19 REQUESTS FOR PROPOSALS PAVEMENT MANAGEMENT (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid,we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 19 Specifications for Pavement Management Scope of Work: The City maintains approximately 450 centerline miles of roadway. The Laser Road Surface Tester (RST) conducts two passes on the major roadways (arterials and collectors) and a single pass on the residential roadways, resulting in an estimated 540 survey miles. The data will be collected following the industry standard ASTM D6433 data collection protocols and longitudinal profile will be reported as the International Roughness Index(IRI). The scope of services includes the acquisition of objective surface condition data network wide, HD digital imagery, pavement analysis modeling, implementation of the Easy Street Analysis (ESA) spreadsheet, and development of a comprehensive 5-year rehabilitation plan that maximizes City resources through the use of cost benefit practices. Page 4 of 19 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no neore than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. EVALUATION CRITERIA: The Proposer shall provide the following information: EXPERIENCE: 1. Proposer's performance in Pavement Management for governmental entities. Proposer should indicate the number of years of experience the firm has in performing Pavement with Cities with a minimum comparable size to the City of Port Arthur. REFERENCES: Include three (3) business references for which similar services have been provided. Include the following: 1. The period for which you have provided this service; 2. A brief description of the scope of work; and 3. Contact name,title,address,and telephone number. The Proposer hereby authorizes and requests any person, firm, corporation and/or government entity to furnish any information requested by the City in verification of the references provided and for determining the quality and timeliness of providing the services. PRICING: Please submit a rate sheet and total cost to provide this Service. PROJECT APPROACH 1. Describe your firm's capability to provide all services required. Below are some items that may be stated. Contractor can discuss other items in the approach. A. Number of employees to provide this service. B. The process for this project C. List of equipment that will be used. D. Time frame to complete this service. Page 5 of 19 SELECTION PROCESS: All applications will be screened by an evaluation committee and those applicants selected for a short list may be invited to attend an interview, at the applicant's own expense. The City shall not incur any costs for applicant preparation and/or submittal of qualifications. The City will evaluate all responses based on the qualifications, past performance and project approach. The City reserves the right to negotiate the final fee prior to recommending any business for a contract. The City's process is as follows: A. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Experience ... 15 points b. References 20 points c. Pricing 40 points d. Project Approach 25 points B. Staff shall recommend the most qualified business to the City Council and request authority to enter into a contract. C. When services and fees are agreed upon, the selected business shall be offered a contract subject to City Council approval. D. Should negotiations be unsuccessful, the City of Port Arthur shall enter into negotiations with the next, highest ranked business. The process shall continue until an agreement is reached with a qualified business. E. This RFP does not commit the City of Port Arthur to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to and attending interviews. Page 6 of 19 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request,over the signature of an authorized individual,to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CI(?). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and fmancial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/fiIinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Page 7 of 19 Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City,or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date' and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively,beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address(office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the(ity of Port Arthur, Attn.: Public Works, P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e.payment is due 30 days from the date of the invoice. Page 8 of 19 SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. Page 9 of 19 While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents,and employees must be named as an additional insured): Page 10 of 19 a. Bodily injury$1,000,000 single limit per occurrence or 51,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage$1,000,000 per occurrence regardless of contract amount;and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 11 of 19 APPENDICES RETURN WITH PROPOSAL A. Letter of Interest Yes B. Affidavit Yes C. Non Collusion Affidavit Yes D. Conflict of Interest Questionnaire If It Applies E. HB 89 Yes F. SB 252 Yes • 1 Page 12 of 19 APPENDIX A LETTER OF INTEREST RFP—Pavement Management Deadline: September 11,2019 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to provide Corporate Target Market Branding for the EDC of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed RFP Letter of Interest Form ❖ Completed Affidavit ❖ Non Collusion Affidavit ❖ Completed Conflict of Interest Form ❖ HB 89 ❖ SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. 1\46 nF•-ct c#ce c,-e Mvng47e e7' c ci/5/Zd/9 Firm Name Date II?2.0 AJ. Om kt ,Or; , S(i r,1Q 10'9 lee p.e //IL/ 8'S'2_R3 Address woe, City/State/Zip Authorized Signature Title Dery 7 unnc.r N10) g3?—y3I? Name(please print) Telephone QTv�h ec.0.I l 1 S analy,-i t- , co Email Page 13 of 19 APPENDIX B CITY OF PORT ARTHUR,TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: v•ece k ,- Title: Company: M,S , 06.12 c7Er 6,16, Mc.. / Se.•. .c ps Date: /S/ Zo rct SUBSCRIBED and swo n to before me by the above named 4—/2/e ' �//-A67- on this the `1``- day of 4ii G"- , 20 /q_. y; 4F wary POO= ARIZONA Notary Public in and for the ,4•-e,I MARIOOPA ON State of Tsps-jier7 i' a' Cpmmjsygfl N0.506824 ,� My Expires 3r31 12020 /���� cl My commission expires: Page 14 of 19 APPENDIX C AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: D I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as theybecome due. p IMs .Ln'rict„{r-oc'1�-..t iv.-,r"'At rA� SPiar%11 e/3/2al`l Firm Name Date lit 2-0 Drzy k ,o„'y.e _ .ro:A. 101E re.1,o.1 /AZ/g.r 3 Address City/State/Zip C.:1 .----- Authorized Signaure Tide Dee-e. / r,„.,-.-- (c j 2.??—ce 1-7 Name(please print) Telephone Email STATE: 4 2 COUNTY: N1 GriCe/ict SUBSCRIBED AND SWORN to before me by the above named 1.e 7 71/4f" v� ) on this the `� , : • . - o J�/ iu/" ,20 1 l Vii. Notary ' .' _ARIZONA --— i- - •r- MNtICOAA COUNT/ (✓'�-- r ' 3 Commission No.506824 •- t.: MyConvnisaonExpires3r3tr020 No Public RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 15 of 19 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes mads to Al.Pew by H.B.20,84Th Leg.,Regular Setslon. OFFICE USE ONLY nos grrett yvlal•e.c Wag Ned in.w..trd:oce win Chewer 176,local Government Code,by o rand.who Icon a 1/1151,1.0s S.retaeonituo .defiled by Section 179.001(1..;will"a local governmental entry and the onto a«cared vwvfor moots r:gtnoinants under S.::t..I760061o) By law ant q.ucnrnn.we m.,t be 11..0•:ne1 It..rte.mdc srtmarisaalor of Ina local goverrvnenral envy net lour than tte 7th R,.rras de"'after e»4,tv sue rervhr tvx:.r os anon of tock that regvire the eto7mom to be flied Sw Secaon 178 000,.I:Lxa1 Govete nem Code A vendor commits an elf nse v the venom knotnngty violates Sector 178 006 Local Government Code An offense under this Latton is a misdemeanor I Name of vendor who hes a business relationship wilt local governmental entity. -1r/,•L+ .L wg-usb-c^7c/-e /11 wn ye n.r.-7 -�ei?'t/i rR!- QCheck this boa it you are filing an update to a previously filed questionnaire.i The law requrrvu that you hie an updated colnpieled questionnaire with the apuropriete limo adlhOtriy not later than the 7th business day alter the date on which you became dove:o that the or.ginaiy Med questionnaire was in00eptste or netcurate.) LI Name of local government officer about whom IM information I.being dachoeed. 1V/A Name Of Officer .i1 Describe each employment or other butaness relationship with the loots government officer,or a family member of the officer.es described by Section t76.003(a)(2XA).Also describe any family relationship with the local government officer. Completesubparts A and 8 for each employment or business retail one hip described.Attach additional pages to this Form CIO as necessary. A Is the local government ollice,or a family member at the calmer receiving or likely to reserve taxable income, other than investment income.horn the vendor? nYes n No 8 is the venoor receivng or leafy to receive taxable income.otter than.vestment income.trot',or at the direction of the local government officer or a rarely member of die officer AND the axe income is not received from the local governmental entay? vet n Yo J Describe each employment or business relationship that the vendor named in Section I main ins with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest Of one percent or more. J Check this box It the vendor has given the local government dicer a a tangy memcor 01 the officer one or more gifts as described In Seaton t 70.003(a)(21(3l excluding gifts described h Section 176003(a-l) J ' --� 9/572e/g So.,a• — nondn CO.,...nrr.ts:vnln eu 9-cv.rrwta.rtat.,Cry Dow Form provided by Texas Erica Cor misoion wwwethics slaw to us R.vleod 11:70:20r5 Page 16 of 19 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.slatutes.legis.statelx.us/ Docs/LGfilm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):'Business relationship'means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A)a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reponIng to,that agency. Local Government Code§176,003(a)(2NA)and(Int (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an ernployment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income,other than investment income, that exceeds$2,500 during the 12-month period preceding the data that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; cr (ii) the local governmental entity is considering entering into a contract with the vendor; (B)has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed:or (Ii) the local governmental entity is considering entering into a contract with the vendor, Local Government Code 4176.006(a)and(a-11 (a) A vendor shall file a completed conflict of interest questionnaire it the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section I76.003(a)(2)(A); (2) has given a focal government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids,correspondence,or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130.2015 Page 17 of 19 APPENDIX E House Bill 89 Verification I, Dere k (Person name), the undersigned representative (hereafter referred to as "Representative") of l M S - Tnfrac-4-rrc71vr-c Mcola`y.enseri 71- 520%-^ , .s (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE SUBSCRIpED AND SWORN TO BEFORE ME, the undersigned authority, on this day of .J-( 7-t I v . 20 y�.,t„Y� Am D Maori�� Notary Public-ARIZONA MARICOPA COUNTY • ;' Commis 3111 Commission NO. 24 '��J.�..• My Commission Expires 3�3 t'2020 Notary Public Page 18 of 19 APPENDIX F SB 252 CHAPTER 2252 CERTIFICATION I, Derek rU�,, �. the undersigned and Representative of I MS 1z -/ -e f1/1Q.7070,+7C°4, r (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Name of Company Representative (Print) / Signature of Company Representative Date Page 19 of 19 M Infrastructure Management Services IMS Intastructure Management Seruces 1820 W.Drake Dr.Ste. 104.Tempe,AZ85283 Phone:(480)839-43 47 Fax:(480)839-4348 September 16'h, 2019 WWW.imsanak9s.00m City of Port Arthur City Secretary 444 4'h Street, 41h Floor Port Arthur, Texas 77640 Reference: Addendum Acknowledgment Dear Evaluation Committee: IMS acknowledges the receipt of the addendum for the City of Port Arthur Pavement Management RFP. Based on the addendum, IMS does not have any alterations to the proposal that was delivered to the City on September 10'h, 2019. The official contact person for any questions regarding the IMS proposal is: Jeff Myers–Central Regional Manager of Client Services IMS Infrastructure Management Services, LLC 1820 W. Drake Drive, Suite 104, Tempe, AZ 85283 Phone: (417) 372-7021, Fax: (480) 839-4348 Email:jmvers(aimsanalvsis.com We want to thank you for the opportunity to assist The City of Port Arthur with its pavement management needs. Based on careful review of the project scope, we are confident that we can provide the City with the requested services in a cost effective and time efficient manner that will provide a return of substantial savings. Thank you for your time and consideration. Regards, IMS Infrastructure Management Services - Jeff Myers Central Regional Manager of Client Services Infrastructure Management and Related Services Cover Letter IMS Coy of CITY OF PORT ARTHUR,TEXAS to2r��«r ADDENDUM NO. ONE (1) rSeptember 10, 2019 Bid For: Pavement Management The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, September 18, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, September 4, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C aid/A.241E4- Clififedi Williams, CPPB Purchasing Manager 9/16/2019 Signature of Proposer Date M Infrastructure Management Services IMS Intastructure Management Services 1820 W.Drake Dr.Ste. 104.Tempe,AZ85283 Phone:(480)839.4347 Fax:(480)839-4348 www.imsanalwis.com September 11th, 2019 City of Port Arthur City Secretary 444 4th Street, 4th Floor Port Arthur, Texas 77640 Reference: RFP for Pavement Management Dear Evaluation Committee Members: IMS Infrastructure Management Services, LLC is pleased to submit our cost proposal for the City of Port Arthur project. The following pages document the requested tasks. The fee structure is presented with unit base costs where necessary along with mileage rates. All pricing is exclusive of any City, State or Federal taxes, levies or duties. These fees are based on the IMS work plan and deliverables as presented in our Technical Proposal. IMS has included our fees in this separate, sealed envelope in case this project is categorized as Professional Services, thus disallowing fees from being considered per Texas State law. We want to thank you for considering the IMS team as a viable solution for your pavement management program. Based on careful review of the intended Port Arthur project scope, we are confident that we can exceed the City's expectations in a cost effective and time efficient manner that would provide a substantial savings to each agency. Thank you for your time and consideration. Sincerely. IMS Infrastructure Management Services Jeff Myers Central Region Client Services Manager 2019 Detailed Fee Schedule, Project Tasks, & Not-To-Exceed Total: Port Arthur,Texas 2019 Pavement Condition Update Task Activity _ —- Ouant Units Unit Rate Total Project Initiation 1 Project Initiation 1 LS $3,000.00 $3.000.00 2 Network Referencing&GIS Linkage 540 T-Mi $15.00 $8.100.00 3 Network inventory Checks&Survey Map Development 540 T-Mi $5.00 $2.700.00 Field Surveys 4 RST MobilaatioNCalibration 1 LS $3.000 00 $3,000.00 5 RST Field Data Collection-Pavements 540 T-Mi $105 00 $56,700.00 Data Management 6 Data QAIQC,Processing,Format,&Supply(Excel.shaven!.KMLW 540 T-Mi $20.00 510,800.00 7 Pavement Analysis.Budget Development.&Final Report 1 LS $8,000.00 $8,000.00 a 'ESA•Easy Street Analysts'Basemen Managemere Spreadsheet Software included in Base ActiNhes h Customizable Pncnkraeon&Cost-Senora Analysts tickled in Base Activrees c Oxine ESA Spreadsheet Trattng ra wedEa tckraed in Base AWMtes 8 Project Management 1 LS $6,200.00 $6,200.00 P1 ect'To aI $98,6000.00 Supplemental Activities: 9 Provision of Digital Images at 20-30 foot Intervals(Per Mewl 540 T-MI $14.00 $7,560.00 10 ESA GIS Auto Sync Configuration 1 LS $6,000.00 $6.000.00 11 Functional Class Review 540 T-MI $8.00 $4.320.00 12 Dynaflect Mobilization 1 LS $2,500.00 $2,500.00 a Deflection Testing(Annals&collectors) 180 T-Mi $145.00 $26.100.00 13 GIS Clean-Up Services 12 I#2 $175.00 62,100.00 14 Right-of-Way Asset Data Collection(GPS&ROW imagery) 540 T-Mi $20.00 $10,800.00 a. Pavement Markings&Stripings Database(Linear Features' 540 T-Mi $60.00 $32.400.00 b. Curb&Gutter Database 540 T-Mi $50.00 $27.000.00 c. Signs&Support Database 540 T-Mi $100.00 $54.000.00 d. ADA Ramp&Obstructions Database 540 T-Mi $60.00 $32.400.00 e Street Lights Database 540 T-Mi $50.00 $27.000.00 f Sidewalk&Obstructions Database 540 T-Mi $50.00 527,000.00 15 Council Presentation 1 LS $3,500.00 $3,500.00 16 Web Hosted Digital Image Viewer 1 LS $7,000 00 $7.000.00 17 Additional or Specialty Maps for Reporting'beyond typical z mud 1 EA $175.00 $175.00 18 Additional Hard Copies of the Final Report'Above Typical 2 Sets Included) 1 EA $200.00 $200.00 I MS 1.1/S Port Arthur rthur c Ost Proposal 1'gyral IMS IMS Infrastructure Management Services Consultants 1 Engineers I 1:. r � ice__ ir44` ,, {fir :'• ,� '1 ti ' '; 'I r x ;' .......-- - gli . , . Technical Proposal Request for Proposals For Pavement Management I September 11th, 2019 3:00 PM City of Port Arthur City Secretary 444 4th Street, 4th Floor /1 Port Arthur, Texas 77640 consulting engineering IMS Office Location data collection 1820 W Drake Drive, Suite 104 software Tempe,AZ 85283 (480) 839-4347 ph (480) 839-4348 fax IMSanalysis.com I TABLE OF CONTENTS 1.0 EXPERIENCE 1 1.1 Executive Summary 1 1.2 Company Profile 2 1.3 Roles & Responsibilities 4 1.4 Technical Staff Qualifications 5 1.5 Team Ownership & Collaboration 7 1.6 Regional Experience 8 2.0 REFERENCES 9 3.0 PRICING 10 4.0 APPROACH & METHODOLOGY 11 4.1 Understanding Data Collection in the City of Port Arthur 11 4.2 Objective Distress Identification & Quantification (ASTM D6433) 13 4.3 GIS Integration & Mapping 14 4.4 Cameras & Equipment Configuration 15 4.5 PCI Development, Analysis Configuration, & Five-Year Plan 16 4.6 Developing Logical Projects 19 4.7 Interactive Analysis Spreadsheet— Easy Street Analysis (ESA) 20 4.8 Project Work Plan 22 4.9 Quality Assurance& Control 25 4.10 Anticipated Schedule 28 IMSP19-099 Request for Proposal Pavement Management TOC 1.0 EXPERIENCE 1.1 EXECUTIVE SUMMARY With over 30 years of direct experience in the pavement data collection and analysis industry, IMS Infrastructure Management Services (IMS) is the premier pavement and right-of-way (ROW) asset management firm in the United States. We complete 60 to 70 pavement and asset management implementations annually, and we stand second to none in our ability to establish cost-effective maintenance management programs using industry standard deliverable formats such as interactive Excel spreadsheets, GIS geodatabases, and even simple to use Google Earth KML/KMZ mapping files. IMS's licensed professional engineers have completed projects across Texas, the U.S., and Canada, in municipalities such as Pearland, Beaumont, Huntsville, Flower Mound, Celina, Carrollton, Grand Prairie, Denton, Friendswood, The Colony, Cleburne, Travis County, and many more listed in this proposal. The primary objective of this Pavement Management project is to provide the City of Port Arthur (City) with the tools, skills, and information needed to manage their roadway network in a manner that provides ratepayers with an optimal blend of level of service and annual expenditures. To accomplish this goal, IMS will conduct automated field surveys that meet and exceed the data collection protocols provided by ASTM D6433. We will interpret this pavement distress data to apprise the City of the status and needs of their roadway network. This data will then be utilized to develop comprehensive multiyear street rehabilitation plans that optimize pavement quality and minimize annual expenditures. Final rehabilitation plans will be developed using Priority Weighting Factors customized to meet the evolving needs of City staff and optimized using cost-benefit techniques. IMS recognizes that not all municipalities have the resources to run a dedicated pavement management program. Accordingly, IMS has engineered a user-friendly interactive Excel spreadsheet: Easy Street Analysis (ESA). ESA distills the core metrics of any good pavement management system, including industry standard performance curves, ASTM D6433 distress protocols, custom prioritization, and cost- benefit optimization. The ESA data is kept in an industry standard format such that it is easily consumable by most"Commercial Off-the-Shelf" software applications like CarteGraph, Cityworks, and Lucity. This proposal will highlight the following activities: • Implementation of the IMS team's innovative approach to objective automated data collection. • Delivery of comprehensive results in industry standard formats such as Excel spreadsheets, Access databases, GIS geodatabases, shape files. or Google Earth KMUKMZ files • Implementation of an interactive analysis spreadsheet that allows a user to input work completed, commit projects, develop projects (multiple segments aggregated to form homogenous projects), group projects into zones, and run budget models without having to become a software expert • Collaboration with City Staff to guide an iterative analysis process designed to fine-tune the results to meet the City's specific level of service needs. • Develop a five-year pavement rehabilitation and maintenance plan that prioritizes the City's needs and optimizes the rehabilitation plan based on cost-benefit techniques such as "Cost of Deferral." '�� P19-099 Request for Proposal Pavement Management Page 1 1.2 COMPANY PROFILE IMS is a pavement management consulting firm with over 30 years of direct experience in the industry, and we are the premier automated pavement •t management firm in North America. We ;t are a professional engineering firm that is • 100% dedicated to pavement and asset _. f management, and as such we perform all work according to our philosophy on '44$ project ownership. Every project is • • T limpai��. .— "' limmi assigned a team of dedicated • • professionals, with the core group comprised of a Project Principal, Project •"� • Engineer, and Client Services Manager. IMS Infrastructure Management Services is based in Tempe, AZ. Since our inception in 1985. IMS has progressively developed new technologies together with real-world software applications to become a recognized international leader in the field of pavement and infrastructure management. Our software solutions provide the tools required to meet the complex challenges within both modern urban and rural environments A Brief History of IMS 1983 1985 1997 2000 2004 2012 2014 2019 •Road •IMS formed as a •Terracon •RST capability•Employee •Data •NOMAD •LCMS2 RST: Surface partnership purchases is expanded purchase of Processing (mobile Added 3 state- Tester(RST) between Novak IMS—expands with the IMS Capability mappingof-the-art 3D technology Dempsey, its services addition of •Western expanded application) high-speed introduced to Swedish and expertise GPS and United States through deployed for canning s the North National Roads aanning and digital camera and Canadian automated all RSTs and pattern American Authority.and capabilities for presences programs and SSTs recognition market Deccan.Ltd. asset data expanded routines analysis vans Since 2004, IMS has completed more than 850 pavement management assignments for government agencies and private-sector companies throughout North America. IMS's achievements include the following: • Certified for ASTM D6433 data collection and participation in ASTM sub-committee E1741 and TRB subcommittee AFD20 on pavement monitoring and valuation • Awarded projects by 850 City and county agencies plus 25 large-scale public works departments • Awarded projects by 10 State agencies, DOTs. MPOs and COGs. and transportation authorities • Collected data for more than 15 different software platforms, ranging from our own proprietary systems to third-party programs such as PAVER, Lucity. Cartegraph. and Cityworks. and others. ' P19-099 Request for Proposal Pavement Management Page 2 Equipment Inventory In addition to providing professional engineering and software services, IMS operates an advanced, state- of-the-art fleet of data collection units. All equipment is owned and operated by IMS. Laser RST Vans The RST is capable of collecting automated pavement condition data and a full suite of right-of-way asset information in a single x. pass. The RST incorporates lasers, distance measuring • instruments, accelerometers and rate gyroscopes, high-definition cameras positioned for 360-degree high-resolution video ,.....„ziiii;ii i� including forward, rear, right-of-way, and side view high-definition — imagery and video and inertial navigation-based GPS. The RST is equipped with 11 laser sensors; 7 specifically dedicated to rutting and 4 high-speed lasers for cracking. IMS can meet ASTM, FHWA LTPP, PASER, and other standards 2 Dynaflects . _�. _ Dynaflects provide nondestructive, multi-sensor dynamic i— deflection data for pavement structure analysis. Dynaflects have 4WD*" a 30 year history of collecting dependable, repeatable data, and they may be used on asphalt and concrete roads. Through the 1144-0114 use of load wheels and an oscillating weight, the unit applies a nondestructive 1,000Ib load to the pavement and measures the load's deflections through a series of sensors. kik 4 Sidewalk Surface Testers (SSTs) The Sidewalk Surface Tester (SST) is a purpose-built field data a'.,E collection unit designed primarily for surveying municipal sidewalks, rights-of-way, and parking lots. The SST employs the NOMAD data collection software that integrates the survey inventory (GIS), field maps, GPS, and field data collection into a single platform. NOMAD may be customized for virtually any type of survey ranging from sidewalk and trail ADA compliance programs, to parking lot assessments, to full sign surveys. ---- Interactive Easy Street Analysis (ESA)Spreadsheet j d li i i ,L 1E.JlL`.` l''T 1. IMS has engineered a user-friendly interactive spreadsheet . �,:�;�, called Easy Street Analysis (ESA). ESA incorporates Priority J a LI "tall Weighting Factors and cost-benefit techniques to meet the - _ _ needs of municipalities large and small. This optimization is - .. a = completed within ESA, and the final projects can then be programmed back into a third-party software application if desired. This solution has proven to be a cost-savings measure for many IMS clients throughout North America. MSP19-099 Request for Proposal Pavement Management Page 3 1.3 ROLES & RESPONSIBILITIES The IMS team is built around a core Prdect Principals/Maneoen group of key project members who Mark Kramer PE Stephen Smith.PE stay with the project from inception through delivery of the final results. client Services Mareaers Jeff Myers—Central Region This core group assesses Zat ThOmason.MBA•Drnctw decisions, implements them, and completes follow-up. The corenyvx,NJ r, team, led by Mark Kramer, P.E. and Stephen Smith, P E., (ProjectFkltlManaaer GISManaperlAssetManaaer Marty Shaeffer PE John Day Principals), also includes David ALe.Mourtsen Butler. P.E. as the Quality Quality Assurance Menace., Protect Enptneennq Assurance Manager, Zac c3 RoyBaamen PE Dave Bretton Thomason, M.B.A. as the Project Director, and Jeff Myers as the ! �MS City of Port Arthur,Texas '�Sl Client Services Manager. Project Organization The team is structured into two streams that follow the logical work activities and flow of the project. Each work stream is headed by a specialist in their respective field of practice. For this assignment, activities relating to the acquisition and quality of field data are undertaken and managed by David Butler, P.E. David was selected for this role due to his 250,000 miles and over 30 years of technical data management experience. David also has experience as a Project Manager for the neighboring City of Beaumont and is familiar with the unique challenges of the area. Marty Shaeffer, P.E. will manage the GIS linkage and optional activities such as asset inventories and image deliverables. Roy Barkman, P.E. and David will manage the post-processing routines. pavement condition data formatting, and verification programs. We separated the field surveys from the data management and consulting functions in order to ensure the continual flow of data from the field, through post-processing, and then on to the City. We believe that the person who collects the data cannot be the same one who validates it. • The entire team will operate under the direction of Principal Engineers Stephen Smith, P.E. and Mark Kramer, P.E. This project organization has been intact at IMS for over 15 years, providing a team approach that is proven and effective in delivering customized pavement management programs. The IMS team is organized and based on a few mission-critical items: • Nearly 100 years of combined engineering and project management experience with a focus on pavement and right-of-way asset data collection projects. IMS staff has experience in roadway design, construction, municipal engineering and pavement analysis, putting them in a strong position to develop real-world solutions and budgets. • IMS staff understands the needs and constraints of the modern public agency. Our knowledge of industry software modules, and their strengths and weaknesses, will provide the City with a unique perspective on the implementation of a Pavement Management System. ' P19-099 Request for Proposal Pavement Management Page 4 1.4 TECHNICAL STAFF QUALIFICATIONS The project roles, qualifications, and responsibilities of the key team members are highlighted in the following table and summarized below. Team Member Project Role & Experience Stephen Smith, P.E. Stephen is responsible for ensuring technical resources are available for Project Principal the data collection and processing, and he is directly involved with the pavement analysis and reporting. He ensures that the project remains on Summary time and that the draft memo and final reports are reviewed with City staff. 19 Years with IMS Cartegraph Software: Yes • B.S. in civil engineering, over 30 years engineering experience. Automated Data: Yes • P.E. in Arizona &Delaware and P. Eng. in Alberta. Pavement Management: Yes • 17 years specializing in pavement and right of way asset ROW Assets: Yes management for cities and counties. • In excess of 100 pavement and right-of-way asset management and implementation projects in the last 5 years. Most involved development of inventories, GIS integration, analysis and reporting, and asset management systems. • in excess of 300,000 miles of data collection and QA/QC using automated, manual and sampling technologies. Recent projects: Denton, Friendswood, Huntsville, Hurst, Grapevine, Euless, Grand Prairie, Flower Mound, Pearland, Denton, Carrollton, Farmers Branch, Keller, Beaumont, Richardson, Weatherford, Cleburne, TX; Peoria, Pinal County, Glendale, Paradise Valley. Casa Grande, Goodyear, Scottsdale, and ADOT AZ. Zac Thomason Zac is responsible for overall project and client management activities. He develops the project scope, schedule, team, and ensures the scope is Director of Client Services adhered to throughout the project. Summary • B.S. in global business from Arizona State University 13 Years with IMS • Master's in Business Administration 3`d Party Software: Yes • 9+ years of project management experience in the engineering Pavement Management: Yes industry. Automated Data: Yes • Has led over 180 successful pavement management assignments. ASTM D6433: Yes Recent projects: Beaumont, Denton, Friendswood, Huntsville, Hurst, Grapevine, Euless, Grand Prairie, Flower Mound, Pearland, Denton, Carrollton, Farmers Branch, Keller, Richardson, Weatherford, & Cleburne, TX; Denver, Longmont, Boulder County, Fort Collins, & Lafayette, CO; Long Beach, CA. '�� P19-099 Request for Proposal Pavement Management Page 5 Mark Kramer, P.E. Mark works closely with Stephen to ensure technical resources are Project Principal&Vice available for the data collection and processing. He is also involved President of Operations with the analysis and reporting phase of the project. Mark will be integral throughout the analysis and reporting phase, using his 17 Summary years of pavement management experience to benefit the City. 1 Year with IMS 17 years of Engineering • B.S. and M.S. in Civil Engineering, over 17 years of experience. Automated Data: Yes • Over 17 years specializing in infrastructure management, Pavement Management.: Yes software implementation, analysis, and training. Software Evaluation: Yes • Over 17 years of GIS integration experience in relation to ROW Assets: Yes infrastructure management. Software Implementation: Yes Recent projects: Beaumont, TX, Bremerton, Bainbridge Island, Mason County, Yakima County, WA: Forest Grove, OR. Marty Shaeffer, P.E. Marty is a professional engineer who has dedicated the last 17 years to GIS& ROW Manager GIS technology. He is responsible for ensuring accurate linkage of the IMS data to the City's existing GIS, and he works closely with the Summary Project Engineer. Marty also facilitates the processing of RST imagery 14 Years with IMS for QA/QC and the development of the database for import to the 3rd Party Software: Yes selected software module. GIS: Yes • B.S. in civil engineering, 27 years engineering experience. ROW Assets: Yes • 15+years specializing in GiS mapping. ▪ P.E. in California, New Mexico, &Arizona. • Registered AutoCAD Developer and member of the ASCE Recent projects: Denton, Friendswood, Huntsville, Hurst, Grapevine, Euless, Grand Prairie, Flower Mound, Pearland, Denton, Carrollton, Farmers Branch, Keller, Beaumont, Richardson, Weatherford, & Clebume, TX; Denver, Longmont, Boulder County, Fort Collins, & Lafayette, CO; Long Beach, CA. Jeff Myers Jeff is responsible for overall project and client management activities. Central Region Client Services He develops the project scope, schedule, team, and he ensures the Manager scope is adhered to throughout the project. Jeff works very closely with the Project Principal, and he is considered a primary point of contact for Summary our clients. 1Years with IMS • M.S. in accounting, University of Phoenix, 2011 3rdParty Software: Yes • B.S. in economics, Missouri State University Automated Data: Yes • C.F.M. (Certified Financial Manager), Regan School of Pavement Management: Yes Business ROW Assets: Yes Recent projects: Beaumont, Celina, Denton, Denton County, TX: Lincoln County, Sioux Falls, SD; Fayetteville, AR; Andover& Derby, KS. IMS P19-099 Request for Proposal Pavement Management Page 6 1.5 TEAM OWNERSHIP& COLLABORATION As a professional engineering firm that is 100% dedicated to asset management, IMS performs the work hand in hand with our philosophy of project ownership and collaboration. The focus of this Pavement Management project is to collect objective pavement condition data that is captured using automated technologies and collaborate directly with the City i ._ in the development of a comprehensive and rational s~ Pavement Management System. This project has been assigned a team of dedicated professionals, with the core group comprised of Project Principals Stephen Smith, P.E., and Mark Kramer, P.E.; Project Engineer Roy Barkman, P.E.; and Project Director, Zac Thomason, M.B.A. Client Services Manager, Jeff Myers, M.S.A. Project ownership begins with establishing a cohesive team dynamic. The Project Principals ensure technical resources are available. They oversee the project in its entirety and lead deliverable discussions to ensure continuity of services and accurate results. The Project Engineer is the "Doer" of the group. He is responsible for preparing the survey maps, reviewing GIS linkage, and processing the condition data. The Client Services Managers, meanwhile, spur the project forward from inception through completion. Their responsibilities include scope negotiation/development, schedule development, project administration, and global project management. The primary benefit of the IMS project ownership philosophy is that all members of the team are points of contact throughout the entire project. No key staff member is replaced with a "B Team." In fact, this project ownership has already begun: The assigned Client Services Manager is leading the development of this proposal. We understand that thoughtful collaboration between IMS and City staff is vital to the success of this project. Key Points of Team Collaboration • Initiation of project kickoff meeting to introduce the IMS team and City staff assigned to this project. Knowing who retains what information from the onset of the project is the key to success. IMS plans to coordinate closely with the City's engineering and planning departments. • Review of the IMS field inventory maps that will be loaded to the RST. The idea is to ensure the City's comfort with the data coverage and network referencing methodology. • Demonstration of equipment to City staff during scheduled RST mobilization meeting • Review of collected segment level condition data and PCI scores with City staff to verify team comfort with the output If any issues arise from the condition data, QA/QC is conducted with City staff utilizing the RST HD imagery. • Iterative analysis and fine-tuning of results to meet the needs of City staff. The City can expect multiple iterations of the analysis as we dial in on rehabilitation activities, unit rates, the sizes of projects or neighborhoods, budget burdens/constraints, and mapping of the results. • Review and comment on the IMS draft report before publishing a final copy ' P19-099 Request for Proposal Pavement Management Page 7 2.0 REFERENCES The following projects are provided as a testament to our ability to provide quality pavement data collection services. IMS utilized industry standard ASTM D6433 data collection protocols. City of Denton,TX(2008, 2009, 2019) Contact: Jeremy Schultz, Project Manager Phone: (940) 349-8439 Email: jeremv.schultz( citvofdenton.com Address: 901-B Texas St, Denton, TX 76209 Since 2008, IMS has been the city's dedicated pavement management consultant. IMS tested approximately 525 test miles of roadway and completed the upload, configuration, and training for Cartegraph Navigator. In 2009, IMS also completed a right-of-way asset inventory of curb/gutter, sidewalks, and barriers complete with three views of GIS-linked images for loading and delivery. The pavement condition survey also included ground penetrating radar (GPR) testing, roughness survey, and falling weight deflection (FWD) testing. IMS then completed a Cartegraph PAVEMENTview Plus analysis and report. IMS is currently performing a network update for the city that will include an updated PMP report. City of Beaumont,TX(2009, 2011, 2015, 2019) Contact: Dr. Joseph Majdalani, PE, Public Works Director Phone: (409) 880-3725 Email: Joseph.maidalani(c�beaumonttexas.uov Address: 2610 Concord, Beaumont, TX 77703 In 2015, the City of Beaumont contracted with IMS for a full pavement condition survey, right-of-way asset inventory, and Lucity software configuration. The RST initially surveyed approximately 800 test miles that included roadway widths, pavement condition, and the development of a sign database. The second phase of the project was for the collection of additional ROW assets, including signals and flashers, sidewalks, ADA ramps, drive pads, curb and gutter, street lights, guard rails, and median & curb drop inlets. IMS loaded all data into Lucity and completed a five-year CIP plan for the city. The city has recently signed a contract for an updated 2019 survey as well. City of Weatherford,TX(2006, 2009, & 2012) Contact: Manny Palacios, Public Works Director Phone: (817) 598-4241 Email: mpalacios(o�weatherfordtx.clov Address: 303 Palo Pinto St, Weatherford, TX 76086 Since 2006, IMS has performed three pavement condition surveys and provided a comprehensive pavement management analysis and report to the city for each project. IMS has also updated the city's Cartegraph Navigator software for each cycle. The 2012-13 project included a full network pavement condition survey, including the development of a sign inventory for loading into Cartegraph PAVEMENTview and SIGNview modules as well as delivering images at 25-foot increments and a City Council presentation. The RST surveyed approximately 180 test miles for each of the data collection assignments. We are currently planning with the City for an update in 2020. ' P19-099 Request for Proposal Pavement Management Page 9 3.0 PRICING The project will be completed using a combination of unit rate—based activities and lump sum activities. The spreadsheet presented in a separate sealed envelope is based on the IMS work plan and deliverables. It represents a realistic budget to complete the work, and we are confident we can maintain an on-time, on-budget approach to the assignment. IMSP19-099 Request for Proposal Pavement Management Page 10 4.0 APPROACH & METHODOLOGY 4.1 UNDERSTANDING DATA COLLECTION IN THE CITY OF PORT ARTHUR Our local experience in Texas and throughout the North America has resulted in an unparalleled level of in-house pavement management expertise that focuses on exceeding client expectations, not simply meeting them. Our understanding of this assignment is as follows. Street Network Inventory & GIS Integration — The City of Port Arthur street network consists of 450 centerline miles of roadway. IMS will perform a linear pavement distress survey on 100% of the paved roadway network. The Laser RST will survey all travel lanes of the City's network, resulting in approximately 540 survey miles. Though the Laser RST will validate roadways' lengths in the field, IMS also validates all segment lengths and widths using aerial photography prior to the field data collection. IMS uses this method to cross-check all measurements and guarantee accuracy. IMS will begin the project by developing the City's pavement segmentation from City-provided GIS in an effort to prepare the survey inventory for field data collection. New roads will be added, and the City's pavement inventory will be reviewed to ensure it meets pavement management requirements. The IMS surveys are tightly coupled with the City's existing GIS environment resulting in a seamless transition of data that is linked to a unique identifier in the City's GIS. Objective Pavement Distress Survey & Technology — IMS is unique to the industry, as an objective and repeatable ASTM D6433 data collection effort will be completed. All data will be collected continuously and recorded in 100-foot intervals in the form of a detailed database complete with GPS coordinates. The detailed data will then be summarized at the segment level (intersection-to-intersection) to develop the Pavement Condition Index (PCI)for each roadway segment. HD Video — IMS can enhance the data collected by utilizing up to seven GPS-referenced HD camera views (1920x1080) for our QA/QC program, optional ROW asset inventory development, virtual drives, and/or other supplemental image deliverables. For this project, IMS will utilize a minimum of three HD cameras that will be proofed out prior to data collection. The views will include Cameras 1, 2, and 5: the Driver Front, Center k-. r Forward and Rear Downward • views. respectively; these views �� ` '' _ _ - ' : • will be utilized by the Project t . * r t Engineer during the IMS QA/QC program Any camera . :_,r:: - _ - I view can be processed in 20-30 - '� L' foot intervals and linked to GIS • • in the form of a Personal •- , Geodatabase as an optional • service. o '�� P19-099 Request for Proposal Pavement Management Page GIS Review&Visual Presentation —With the IMS data linked to the City's GIS, we can deliver the final data in nearly any format, including GIS, AutoCAD, shape files, geodatabases, SDE, or even Google Earth KMUKMZ files. Our deliverables are compatible with all ESRI products and most third-party GIS platforms. Easy Street Analysis (ESA) — The condition data will be delivered to the City of Port Arthur in a navigable and interactive Excel spreadsheet complete with graphs and descriptive terms such as Good/Fair/Poor. The PCI extent and severity distress data are also aggregated into a understandable 0- 10 index to assist in data review. While not a replacement for a comprehensive asset management system, this spreadsheet is a solution for agencies that simply do not have the staff or resources to run a dedicated Pavement Management System. IMS's proprietary ESA spreadsheet retains the core metrics of a comprehensive pavement management system such as ASTM D6433 data protocol integration, roughness in the form of IRI, subgrade strength incorporation, environmental attributes, development of logical projects (multiple segments aggregated to form homogenous projects), prioritization based on Port Arthur-specific priorities, and optimization through the integration of "Cost of Deferral" techniques. ESA allows the user to input work completed, modify project lengths, change annual budgets, commit projects, and easily re-run the analysis on the fly, all while keeping the incorporated graphs current and up to date. Analysis Configuration — A solid pavement management larinw CwnF.Co program will allow the rehabilitation plan to be prioritized '-^—°^�men.K°°—M-^�- based on City priorities as they relate to functional classification, pavement type, structural adequacy, and f potentially districts. The ability to also utilize deflection data g and/or the sum of load associated surface defects (alligator, longitudinal, and edge cracking: rutting, distortions, and patching/potholes) for the development of the structural 111111111 index (SI) is also beneficial. In addition, the deterioration curves will be modeled for the City of Port Arthur with the integration of critical set points that catch roadways before they fall into a more expensive treatment category. This modeling is how we introduce cost of deferment into municipal optimization techniques. The parameters described above can be completed by the IMS ESA spreadsheet and select pavement management systems. Five-Year Pavement Management Report & Optional Council Presentation — With the analysis complete and approved by City staff, IMS will aggregate the information into a bound report that reviews the concepts of pavement management, PCI calculations. condition results, network value, operating parameters of the analysis, budget scenarios, and five-year pavement management reports. The analysis and report may go through several iterations of review before being finalized and presented to City staff. As an optional service, IMS can also provide an onsite council presentation/workshop that educates elected officials on the benefits of pavement management and preventative maintenance. In addition, an IMS presentation reviews the results of the survey in a comprehensible manner such that all attendees can follow the logic of the project without having to be an expert. The idea is to simplify pavement management, not make it needlessly complicated and difficult to understand. IMS P19-099 Request for Proposal Pavement Management Page 12 4.2 OBJECTIVE DISTRESS IDENTIFICATION &QUANTIFICATION (ASTM D6433) Distortions, Raveling, Potholes, Scaling, Spalling, & Other ASTM D6433 Distresses - The RST platform can be configured to collect nearly any pavement distress, attribute, or other associated data using the Digital Direct Collection Rating System (DDCRS). By means of a touchscreen-based tablet computer, highly trained IMS technicians input changes in observed distress severities and extents or identify specific roadway assets or attributes. The DDCRS is integrated into the data flow through time code, GPS, DMI distance, and inventory control. The DDCRS data is then post-processed in the office to generate extent quantities for each observed distress severity level throughout every surveyed road section. Rutting -Wheel track rutting is calculated in real time from transverse profile data collected by the RST. Each of our RST units is equipped with 11 laser cameras that fire simultaneously to collect continuous- transverse profile data at 4-inch intervals at highway speed. This configuration is far superior to other types of vehicles that utilize three lasers or sonic transducers to calculate "relative rutting." Even five sensor units are sensitive to driver error since it is essential in that case that the driver keep the data collection vehicle's wheel exactly in the rutted wheel tracks (assuming that they fit). The wire method is used to calculate the rut depth in both the right and left wheel track on a continuous basis. Either the right or deeper of the two wheel path ruts may be used for rut depth calculations with the average rut depth for that wheel path reported for each section. Rut depth results, quantified by 3-4 seventy thresholds (with break points at user-defined levels such as 0.25, 0.50 and 0.65 inches) and percentage of section will be provided for every segment. Cracking, Faulting, & Texture - The RST allows IMS to conduct an objective crack survey, thus increasing the accuracy of an otherwise subjective manual survey. High-speed lasers and an on-board processing computer, accurately measure the "4:c,'",. surface profile of the road. Included in this profile i .•) are all cracks and faults as small as 1/8" (2 mm) wide that pass beneath the lasers. Processing MEN . software then reduces and filters this information to I lIMe - determine the total number of cracks, crack width, r- as well as the crack interval, plus faulting • . information. From this information, quantified crack data can be determined at both the survey and summary intervals. Roughness (Enhanced Measurement) - Dual wheel path International Roughness Index (IRI) data is calculated in real time from continuous longitudinal profile data collected by the RST. Data is simultaneously obtained from three devices to determine the road profile: a pulse transducer-based distance-measuring instrument (DMI), laser sensors operating at 32 kHz, and an accelerometer in conformance with ASTM E 950. Each of our RST units conform to a Class I profiling device and are equipped with laser sensors and accelerometers in both wheel paths so that 1/4 car IRI calculations can be performed for each wheel path. The RST can also 'pause" over non-valid roadway sections such as localized maintenance activities or brick inlays and not affect the overall IRI value ' P19-099 Request for Proposal Pavement Management Page 13 4.3 GIS INTEGRATION& MAPPING The role of GIS in pavement management cannot be overstated. It is a powerful tool that provides the ability to handle vast amounts of data in an efficient manner. Not only does GIS allow an agency to visually plot textural data, it also establishes an easy access portal to the data through an efficient integration with many third-party pavement management applications. IMS kicks off every project by completing a review of the City's GIS environment to assess suitability for network referencing, survey map preparation, and pavement management purposes. Our team will consume the City's existing GIS centerline files and pavement management inventory. While IMS will process all data on a block-to-block and/or intersection- to-intersection basis, the final data can be rolled up to match the existing segment limits or new projects can be developed. The data collected by IMS is linked to the existing GIS environment and is supplied as a personal geodatabase, spatial database engine, AutoCAD files, or a series of shape files. IMS collects XY coordinates for all data elements using GPS technology coupled with inertial navigation and integrates with most third-party GIS applications, including ESRI. At a minimum, the GIS supplied by the City should have an ownership attribute, Segment IDs, functional classifications, and contiguous line work, and it should be in a digital format such as shape files and/or personal/file geodatabases. As a supplemental task, IMS also offers full service "GIS Clean-Up" and "Functional Class Review" activities for agencies that require additional GIS development above and beyond standard network referencing activities. For this assignment, GIS will be used in four key areas of work: 1. GIS will be used to verify the streets to be surveyed and to create the routing maps for use during the field surveys. 2. The survey productivity will be tracked through the plotting of the GPS data collected during the field surveys. This plotting will allow IMS to review all streets that have been covered, identify anomalies in the referencing, and spot missed streets. 3. GIS will be used in processing the distress and inventory data. By plotting the data, we can QA the data and identify data exceptions in addition to proofing out the GIS. 4. Personal geodatabases, spatial database engines, shape and/or KML/KMZ files can be created for the visual presentation of condition data and analysis results. '�� P19-099 Request for Proposal Pavement Management Page 14 4.4 CAMERAS & EQUIPMENT CONFIGURATION IMS can mount up to seven high definition cameras on the RST platform depending on the scope of the project and the inclusion of image a�*+!"-�• deliverables. Based on our understanding of this '•` * :^ E assignment, IMS proposes a minimum . configuration of three cameras as depicted (in blue) in the RST image below for internal QA/QC purposes. If requested, IMS can supply a center- Ft 2018/0 S1262019:58 forward view from the field surveys, spaced at 20- 30 foot intervals. As an example of the camera configuration for similar data collection projects, the image above illustrates the center-forward view (Camera 2 below). At a minimum, IMS will utilize the high-definition video as a part of a comprehensive processing QA program and could potentially use the HD video for right-of-way asset inventory development if requested by City staff. Prior to commencing the field surveys, our team will confirm the requested views for collection and delivery. If the City desires image deliverables, the camera angles should be proofed out at the calibration stage, as it may be desirable to relocate or change the orientation of a camera. If image deliverables are selected, each image would be linked with the PCI data and to the City's existing GIS. This is provided via a personal geodatabase with image hyperlinks. Rather than simply housing the data as a layer in GIS, IMS can also load the imagery to a third-party asset management application and/or a lightweight browser-based data viewing tool such as IMSvue. Our experience has been that not all roads require two-pass testing as residential roads can be passed in one direction. On select roads, sufficient information may be collected in a single pass with a rear-facing camera. This rear-facing camera, orientated to collect information on the face of signs in the other direction, is also sufficient for collection of markings and striping, sidewalks, shoulders and other features. Proposed Camera Configuration for This Project Camera 1: Left-front view offering a forward-facing view that is angled toward the centerline of the roadway Camera 2: Center-forward offering a panoramic pavement width and right-of-way view(illustrated above) 1141 * Camera 3: Right-front view used for 180-degree forward view and for right-of-way asset data extraction. Camera is oriented to capture most signs and not too much horizon Camera 4: Oriented to capture ditch, shoulder, and sidewalk imagery or elevated to collect building fronts Camera 5: Oriented in a downward direction to collect video of the pavement distresses I Camera 6: Left-rear view oriented to collect reverse-facing signs and es- markings images Camera 7: A driver's side angle for an enhanced ROW view multi Camera HO Imagery ' P19-099 Request for Proposal Pavement Management Page 15 4.5 PCI DEVELOPMENT,ANALYSIS CONFIGURATION, &FIVE-YEAR PLAN Immediately following the completion of the field surveys, IMS will begin processing the pavement distress severity and extent scores in an effort to develop a Pavement Condition Index (PCI) for each roadway segment. The condition results are analyzed by a team of IMS engineers, who then develop the City of Port Arthur five-year pavement rehabilitation and maintenance plans. This section provides a brief summary of the functionality of the IMS enhanced analysis in order to emphasize our implementation expertise as well as the abilities and constraints within a pavement analysis. The purpose of pavement management is to produce cost-effective maintenance programs that maximize available resources and roadway life. By incorporating key components of a cost-benefit analysis into the analysis operating parameters, we can develop a game plan that is optimized to meet the needs of the City of Port Arthur. In addition, the analysis operating parameters described within this section will be delivered in an Excel spreadsheet including the segment PCI data, pavement deterioration curves, triggers (Priority Weighting Factors), and the prioritized rehabilitation and maintenance plans. The end result is an optimized pavement management plan that is programmed to maximize the current availability of funds and improve the efficiency of the decision-making process. Field Inspection Data& Pavement Condition Index (PCI) The IMS analysis allows the City to store information regarding their pavements, including surface types, number of lanes, patching estimates, cross slopes, and sidewalk and curb types with replacement estimates. Pavement condition data, including surface distress, roughness, and deflection results, can be stored and analyzed. Using an in-house Pavement Manager Setup module, we can develop customized condition elements, distress types (load & non-load), Indices (SDI, RCI, & SAI), weightings, and overall PCI calculations. In addition to the yearly programs, the net impact each budget scenario has on the expected condition of the road network over time can be determined. This budget impact can be illustrated both in terms of the yearly increase or decrease in the average network PCI score, PCI distribution, or % Backlog of roads that were not selected by the budgets. IMS converts the complicated ASTM D6433 data to a 0-10 distress rating scale with distress weighted factors (DWF), where DWF={Area under D6433 deduct curves/3000}. Modeling & Performance Curves With an IMS analysis, the City can forecast various budget • Counnol l.P..Co scenarios to help determine an ideal maintenance and " rehabilitation schedule. The IMS approach will help the City decide what rehabilitation activities should be performed, 1- r�— when and where to perform them, and an ideal budget for L 1. 1\ \'.; their system to maintain it at a specific level of service. • L IMS engineers use pavement deterioration models that can `� r be customized to reflect the climatic conditions and l —__ structural characteristics of the City of Port Arthur's road network. As a result, performance curves can be developed on factors such as functional class, pavement type, and subgrade strength. '�� P19-099 Request for Proposal Pavement Management Page 16 Set Points& Operating Parameters One of the most important aspects of the IMS approach is determining the "set points" or thresholds of the performance curves and other factors. In general, these set points determine what type of treatment will be selected given the current or predicted condition of a road segment over time. For example. the scatter plot displayed below illustrates a potential rehab selection process that may be incorporated for the City Each dot represents the outcome of a pavement condition assessment on each segment in the road network. The X-axis is the pavement distress scores while the Y-axis is a Structural Index (developed with the sum of load associated distresses). The boundaries created by the intersection of the vertical green lines and horizontal dashed black lines represent the potential rehabilitation strategy for those given conditions. Each maintenance and rehabilitation strategy is programmed to take place in the ideal year for each roadway segment. The color bands are also an effective way of illustrating the activity priorities through an analysis that takes into account critical PCI drops. also known as 'cost of deferral." The IMS analysis specifically targets `critical segments." which are defined as segments that will drop into a more expensive treatment category if they are not selected now. By presenting the rehab strategies in a visual format such as this one. City staff. management, and Councils can easily understand, follow. and potentially modify the results with confidence. 100 _.___ __ —r- -1 1 . .0 . . I i _ Pavement Condition Index MCI)Rehab Priority Chart so . _ r Naiadi g 70 PRI • \ Moderate Pavements Weals Pav Ns MI a ..--' •'.. . '• I id-R Modj LI ell m w Rol run ,s•▪ • °ni 111.111 Li Ricca '. •, pot Ihklt • i33)Thin - -r-: � cr o .7.o ••••• 4. • Oley 3rd Priority o . _ �`t•m 1,'n,Sup 4th/Sm Priority` C � ♦•• 2.0 ✓ .- I �I 7 0 I )hki ie'_ I aur• • A.••-..�.•� 001 min • 1 • • I RR? '---•r'+♦• Oh 4 • r (l%Mum/ [-Strong Pavements 1 Rit2 J . • 1. :'-' ---:••• 10 OMThin i761 su•t .•••4 •••.' O1 7• innmt• '•'-' . RIO HH1 1161 Sud 1 • . _....—.___. 'limn! •i::'T. limn! . .. 0 .. .• - y .. .L 0 10 20 4, 10 `.4.1 60 70 au "kJ 100 Pavement Condition Index(PCI) IMS P19-099 Request for Proposal Pavement Management Page 17 Rehabilitation Analysis An unlimited number of pavement maintenance and City of Durango Annual Pavement Condition Index IPCI)by Year rehabilitation strategies can be defined within our system. An analysis is then run, incorporating the b. r:°... ..... fG -s L w.on,.r 1,41. performance curves, set g a points, filter criteria, and u° woe so.r1 rehab alternatives to identify the overall need in terms of rehab strategies and costs for the City's road network, for today as well as year-by- year for the next 5 to 10 years. , Year . The IMS approach allows the City to input any number of"what-if" budget scenarios and produce an unlimited number of prioritized yearly rehabilitation programs. Typical budget scenarios include Budget $/Year, Unlimited Budget $, "Do Nothing" Budget, and a Target PCI Budget. What is included in an IMS analysis &report? • Road ownership and inventory/attribute report • Present condition ranking—detailed and summary condition data, including Good/Fair/Poor, Load Associated Distresses (LAD), Non-LAD, and segment reviews of each road in the network, as well as the network as a whole. • Fix-all budget analysis—identifies the upper limit of spending by rehabilitating all roads assuming unlimited funding • Do nothing analysis—identifies the effects of not performing roadway rehabilitation projects • Steady state rehabilitation life cycle analysis—identifies the minimum amount of rehabilitation that must be completed in order to maintain the existing level of service over 3, 5, 10, or 20 years • PCi &funding levels—what funding will be necessary to maintain a PCI of 65, 70, 75, &80 • Plus or minus 50% and other additional runs —Additional budget runs are completed at rates of +50% and-50% of the suggested steady state analysis. Up to 10 budget scenarios will be run. • Integration of capital projects and Master Plans — Ongoing and proposed projects that affect roadway rehabilitation planning will be incorporated into the analysis. • Draft five-year rehabilitation and prioritized paving plans — based on need, available budget and level of service constraints; a minimum of three budget runs will be completed • Final prioritized paving plan— incorporating feedback from stakeholder departments and utilities, complete with budget and level of service constraints IMS P19-099 Request for Proposal Pavement Management Page 18 4.6 DEVELOPING LOGICAL PROJECTS While the condition data will be collected continuously level and summarized at the block/segment level for GIS linking purposes, the pavement analysis will be completed at the project level. The IMS team in conjunction with City staff will develop projects (multiple segments aggregated to form a logical project) that meet the needs of City staff and available funding sources. Developing projects is completed using a series of constraints that include similar PCI tolerances, pavement type, and a project length upset limit that is largely based upon available funding and typical City project sizes. In our experience, there are four types of projects that can be developed as a part of this assignment: 1. Block to Block-The rehabilitation plan is developed on a block-by-block basis. This method is inefficient in terms of cohesiveness of approach, and it generally ends up looking like a paint splatter against the map. This methodology, unfortunately, is typically relied upon by extremely underfunded agencies. It is used as a last resort and not very popular. However, if done correctly, it can be made to work to buy time until an agency's budget improves. 2. On-Street-The rehabilitation plan is created by aggregating „...,-„-41f-7-47, W670N R.-- .. like segments to form a homogeneous project, typically 1/:to 1 I ,°'-=„ '/% miles in length. All projects stay on a single street and do ,._. not cross a major roadway. The shortest length is a single tri , ; CI. i block if it is different from all adjacent ones, the longest would "`A- t3 L i l I . y,,u.rua be 8 to 10 blocks. The length would also be governed by , t "'r4. 'Rf' .. condition - The better the score, the longer the project can ” be. No single project should soak up more than 25% of the ,s, ".�;;;' 4 annual budget. Ii " � t - 3. On-Street/Side Street - Similar to the on-street plan, this option also picks up smaller side streets as the project passes by them. This is the most popular method is the most popular and often the most cost-efficient through the combination of functional classes: for example, a small, local cul-de-sac would be picked up with a collector. The idea is to prevent orphaned segments being left alone and forgotten. However, projects are selected by need instead of geography. So, within a neighborhood, one project could get selected and another deferred. This approach can also be used to "knit" together the patchwork quilt nature of pavements into a more homogeneous blend. 4. Neighborhood-Based - This method primarily serves fully funded agencies. Under this option, all streets within a defined geographical boundary (a neighborhood or some other similar definition) may be blended together to form a single project. With the neighborhood-based approach, all streets must be of the same functional classification and condition -otherwise the analysis fails as there is too wide of a range of conditions for a one-size-fits-all approach. The IMS approach has a feature that allows projects to be"linked" together in zones, such that when one project is selected, all projects that are"linked" to it also get selected in the same year. The benefit of this approach is that projects within a linked group receive the rehabilitation appropriate for their conditions and functional classes - thus allowing a whole neighborhood or zone to be completed in a single year. The downside is there will be a loss of efficiency as some projects will be selected before their need year. IRAS P19-099 Request for Proposal Pavement Management Page 19 4.7 INTERACTIVE ANALYSIS SPREADSHEET—EASY STREET ANALYSIS(ESA) It is imperative that City staff have direct access to the pavement condition and analysis results without having to become software experts. While the results of the survey will certainly be documented and bound into a final report that illustrates the findings of the survey, those results will remain static. To provide interactive results that enhance our final report, we have engineered a simple and easy-to-use Excel spreadsheet called Easy Street Analysis (ESA). ESA utilizes the core metrics of any great pavement management system, such as the ability to prioritize and optimize the multiyear plans, and ESA can be consulted independently or integrated into third-party pavement management applications. ESA will be programmed to develop a multi-year maintenance and rehabilitation plan using "cost of deferral" as a rehabilitation candidate selection constraint in an effort to introduce cost-benefit techniques into the City's pavement management plan. In addition, ESA will have referenced deterioration curves for each functional classification, pavement type, and even pavement strength rating. Storing the data in this open architecture empowers the City to utilize third-party software in the future if desired. ESA will also contain a full suite of maintenance and rehabilitation techniques, unit rates, and associated PCI resets. The parameters of the analysis (Priority Weighting Factors) can also be modified and reprioritized whenever required. This flexibility will allow the City's data to evolve with the priorities of elected officials and department staff. Programmed Priority Weighting Factors include functional classification, pavement type, and pavement strength, while actual candidate selection is based on the incremental cost of deferral. As demonstrated in the image below, the analysis data in the spreadsheet is supplemented with many cells highlighted in yellow. The yellow highlighted cells indicate that they are "HOT" and can be modified by the end user. Two of the yellow cells shown below represent the Annual Budget and the Project ID. The Annual Budget cell can be modified with a new budget, and the five-year plan will automatically re- prioritize. Although IMS will have already aggregated the City's segments (intersection-to-intersection) into viable projects (multiple segments strung together to form a logical project), the user has the ability to aggregate additional segments into a project or even remove a segment from a project without having to become a software expert. — e _ mos I Il , t i { ; -- _Li t , i _i 1 I /I 1 I ! r.MSS P19-099 Request for Proposal Pavement Management Page 20 ESA also allows an agency to refresh the five-year plan by entering the maintenance and rehabilitation work completed. As seen in the image below, ESA contains "PCI Override" functionality. When work has been completed on a particular segment the user inserts the override PCI value along with a date. ESA then removes the segment from the five-year plan and updates all referenced network PCI averages. Pavement Condition Summary Today: 3/30/2015 PCI: 76 Current Network PCI: 74 CI) ... U c Ux c m ER' c y 8 0x mrnm m C 2 iz c co 0 c uO N W U co U Q m15 m 13 m y av mc c E E d C E ° 0 > 0m •_ < oJQ 0�. Cl) c a 0 0 t ao a � - ? a dt0 ad U 0 .. Z 0 74 53 67 6/1/2014 MOD Good 0 0 66 55 63 57 6/1/2014 MOD Fair 27 18 55 70 63 68 6/1/2014 MOD Good 19 10 66 Additional Features of the IMS Easy Street Analysis Spreadsheet • Red triangle tips that trigger a dialogue box explaining cell contents • Ability to spontaneously add new road segments and attributes • Modifiable distress indices for City field inspections • Input work completed and override segment level PCI scores • Prioritize by neighborhoods, zones, or districts • Ability to modify project lengths-includes aggregating and splits • Commit projects and force"Must Do's"or"Must Never Do" • Program-varying annual budgets over a five-year horizon • Commit a percentage of the budget to surface treatments if desired • Automated rehabilitation plan prioritization and optimization • Macros that automatically sort and filter simple rehabilitation and inventory lists • Ability to sync the spreadsheet with the Data Viewer though a .CSV file export Although the spreadsheet is not meant to replace pavement management systems, it serves as an alternative for agencies that do not have the resources or staff to maintain a dedicated application. If a dedicated system is still desired, IMS can assess other alternatives if the application is not meeting the needs of City staff. IMSP19-099 Request for Proposal Pavement Management Page 21 4.8 PROJECT WORK PLAN Over the course of implementing and collecting roadway performance data for over 850 transportation and municipal agencies, IMS has developed a logical sequence of activities to maximize efficiency for each project. IMS has 54 employees, all of which are dedicated to the field of pavement management. IMS will use a series of Task Activities to define a work plan and then assign appropriate resources to fulfill the contractual requirements, schedule, and budget. The tasks are used to monitor performance and productivity and link them directly to a contract unit of measure. For this assignment we have developed three tasks, each with activities and deliverables within them Project Initiation renew pro)ect deliverables optional actmtias team rales ` documentation requirements evadable data.GIS and schedule • Task 1: Project Initiation — I This task will set the tone for scopes Data ir Iresw esoftware setup Easy Street Anaiys s c the overall assignment, as well , \ GIS distresses confirm data formats Routings List I 3 as document the scope, roadway nnentory naps , • 7C &routing Survey Protocols deliverables, and formats. ` confirm p ocedures for ` data collection&transfer • • Task 2: Field Surveys — This ' Confirmed Scope3 task is the heart of the project, database Quantities approach ` protocols&detnerables I and as such it encompasses 1 all activities relatingto the fieldr____7:( Mob&Calibrations iii equipment mobilization surveys. Starting with the , calibration a ralydon x ai Routing Inventory o equipment calibration, the field update and nag imentory charges and segment lengths Pavement Surveys Optional HD image Survey s ` surveys have been designed to parem.nt acv..s cps and Complete 3camera HO image s nbine surveys(ACP PCC suck) survey for sternal QA processes up collect the most data in the 1 . andRovdassetdevelopment - C most efficient manner possible. 'Field Quality Assurance' I ,nitrate Q:JQC process Field surveys will also be used . and data MAI* I to undertake quality assurance I 1 activities that relate to a Optional Deflection Testing • ' Pavement Data • IMS can mobilize a Dynadect deuce process distress rut IRI coverage (making sure all to assess the subgrade of the Towns GPS condition a image data roads are surveyed) and gena roadway network ' 1 it :r sl sensor validation (making sure , Data Quality assurance o integrate a QA data format data• ' the data was collected and • I r recorded). ' Data Formatting a Data Load 3 prepare PCI and inventory data for loading Data mil be formatted and segmented to ■ the Cit of Pon Arthur Task 3: Data Management — . y specs Process my options data eternities at This is the task that takes the e Multi-year Pavement Analysis and Report De.elop me mute-rear pavement anat,sis with oudget sc.nanos ma dols raw information collected in the PCI factcrs costol deferral and doorre:alon The finalr.pon will oe ` incrust.*of snape d*geodata ases.andg42 ! field and processes it into a series of deliverables. The task will also complete the quality assurance process, formatting, and delivery of the pavement condition data on a segment-by-segment basis. Upon completion of the distress data processing, IMS will begin a detailed pavement analysis whereby we identify the steady-state PCI and backlog (full and partial recon) requirements network wide. During this analysis, the five-year rehabilitation plan is developed and the final report is drafted for City review and comment. IMS P19-099 Request for Proposal Pavement Management Page 22 Task 1 — This task will be used to set the working environment for the project and finalize the project scope and schedule. The task will also be used to allow City of Port Arthur team members to become more familiar with the IMS approach, data collection, QA process, and proposed analysis. Project Kickoff Meeting IMS will schedule a meeting with City staff to discuss the following task activities: • Introduce the project team, roles, and relationships; confirm goals and objectives. • Review project documentation, including insurance requirements, permits, safety, Project Information Form, and any other City documentation. • Conduct an introductory information seminar with key project participants. • Review existing pavement data, level of implementation, current configuration, and user skill set. • Review quality assurance plan with City staff. • Identify and confirm existing database quality. • Confirm preferred delivery methodology and deliverable format for the City. • Confirm roadways to be surveyed, as well as referencing, length and directional issues. • Work with City staff so they are comfortable with the overall project and data collection. Deliverables • Kickoff meeting and scope confirmation • Roads list and roadway inventory maps Task 2—The object of this task is to complete a field data collection program for acquiring representative pavement condition, inventory and attribute data and imagery, and initiate the QA/QC process. Roadway Attributes • Assign unique segment identifications (SegID) with station zero set at lowest address value and at a minimum from intersection to intersection or intersection to road end • Define route name, from —to description, test section length (and any variation from published values), direction &survey lane • Update the road inventory—include attributes such as pavement type, width, & length • Identify surface type(and any changes within a section)and date • Measure length—Collect and confirm length via distance measurements and GPS coordinates • Conduct GPS Survey—Collect and distribute GPS data (used for data processing and QA/QC) Roadway Distresses • All distresses are rated as per ASTM D6433 protocols. • Cracking — Identify alligator, map, longitudinal, transverse, and edge cracking: divided/shattered slab, corner break, and joint spelling. Quantify them by extent& severity through the LCA. • Rutting—Continuously measure the depth of wheel path rutting. • Roughness Survey—Calculate International Roughness Index at defined intervals. • Pavement distresses — Quantify distresses such as raveling, patching and potholes, bleeding, distortions, faulting, polished aggregate, and scaling by severity and extent. • Optional Element — Measure cross slope, radius of curvature, and grade with a patented road geometric instrumentation system (US 5,440,923)that is integrated with the RST system. ' P19-099 Request for Proposal Pavement Management Page 23 Deliverables • Completion of network data collection effort. Task 3 — The main components to this task are assembly, processing, and verification of the network segmentation and pavement condition data for the development of the final analysis and report Quality Control, Data Processing, and Delivery—Data Management Functions • Complete project QA/QC program. • Update the roads inventory to add new roads. Ensure the link between all roads and GIS is correct. Provide an exceptions report of roads that do not link up. • Take the electronic, digital and inventory data outputs from the RST and make them ready for processing (remove skips, repeats, invalid data, etc. —Do not delete any data in the field). • Process the detailed and aggregated data to develop the condition scores on a section-by-section basis following the existing and updated road network definition. • Provide and record to one decimal place one score per segment for each of the following parameters: RCI, SDI, SAI and PCI. • Prepare the data for delivery and uploading; complete the uploading and systems tests. • Finalize the PCI report: supply electronic files in Excel, PDF, KML/KMZ, and DWG file formats. Pavement Analysis, Reporting, Five-Year Plan After calculating the segment level PCI scores, begin a comprehensive analysis that will also incorporate roadway roughness (IRI). Develop logical projects by aggregating multiple like-segments throughout the network and perform a prioritization that assesses the cost of deferral for each identified project. The end deliverable is a five-year plan that identifies appropriate rehabilitation and maintenance candidates. • Develop pavement analysis operating parameters (Priority Weighting Factors such as functional class, pavement type, and strength) and performance curves. • Develop reference guide for the PCI and sidewalk condition scales • Develop homogenous projects by aggregating multiple segments of similar conditions and pavement types. The types of projects to be developed will be discussed with City staff. • Develop prioritization and critical set points and begin running analysis routines. • Run multiple budget scenarios and deliver results of analysis to City staff. • Optimize the five-year plan through "cost of deferral"analysis routines. • After selecting a target annual budget, develop a five-year maintenance and rehabilitation plan. • Summarize the analysis in a draft report for City review. • Finalize report and supply electronic files in PDF. KMLJKMZ, and shape file format. Deliverables • Quantified surface distresses, rut, and roughness data delivered to City in DWG files, Excel spreadsheets, GIS geodatabases, shape files, KMLIKMZ and data loading (Excel). • Draft Pavement Analysis and meeting with City • Final Pavement Analysis and comprehensive five-year road maintenance and capital improvement program completely specific to the City of Port Arthur, including an overall ranking of the road network as a whole and a reference guide for the PCI scales • Easy Street Analysis Spreadsheet formatted and delivered ' P19-099 Request for Proposal Pavement Management Page 24 4.9 QUALITY ASSURANCE&CONTROL The strength of the RST platform is best demonstrated by its ability to collect and verify a wide array of pavement distresses, HD digital images, and GPS coordinates in a single pass. Through the integration of the LCA, DDCRS, and the GPS system, the RST can collect the required data elements with one sensor and then often check the validity of the data with another. The QA/QC review process chart on the following page summarizes how each data element is collected, quantified, and verified. All data will be verified—in multiple QA/QC stages—before data delivery commences. At the Start of the Survey • A Project Information Form (PIF)that details the survey scope and data to be collected is created. • The project protocols is documented and approved. • The PIF is compared against the RST setup and the data collection protocols. • Equipment is calibrated. • Field crew meets with the City to review the maps and overall project. On a Daily Basis • Equipment is calibrated and daily reports completed. • All sensors are continually monitored to ensure they are receiving data in specification. • The RST operator also manually monitors the laser, HD digital images, GPS, and DDCRS data. • Production is tracked and records of coverage are taken — Each roadway is noted on the inventory and map, as well as through GPS and assignment of the RST Number. • A select roadway section (control) is re-surveyed to ensure image quality and repeatability. • A precision verification plan and corrective action plan is also followed as necessary. • All data is backed up and sent for processing. At the End of the Survey • Field crew meets with the City again to review the maps and overall project. • Data production and coverage is reviewed to ensure all roadways have been captured. • Field verification survey is conducted. After Data Collection • The data is scrubbed and processed for anomaly reduction. • The data is verified by the Project Engineer. • The detailed 30m data is aggregated into the approved segmentation for client review. • The data will be run through a"PCI Calculator"and"Index"aggregator for City review purposes. • The final deliverable format is populated and QA'd by the Project Principal. Calibrations& Demo: All digital camera, GPS, DMI units, laser-camera arrays and switch-input keys. are calibrated prior to data collection and then daily during the project. A similar routine is completed for the camera angle setup. Daily Survey Control: Each day, selected roadway sections will be re-tested to confirm repeatability of the data. Camera and video quality assurance checks are performed. ' P19-099 Request for Proposal Pavement Management Page 25 Validations: Range limits and data validation routines are integrated in the on-board processors and post-processing routines Validation checking routines monitor "out-of-range" data, extraneous data, and missing data. Confirm pavement distress Inventory & GIS Review: All protocols&procedures& data is plotted and compared Cairbrate RST and Dynadect to the City's GIS. This compete equipment demo comparison will identify new Adrysl RSTiDyna settings Adjust survey roadways, missed roadways, and recatxate e_ vs.-•. protocols accoromgiy _ duplicates, and non-City roadways. Conduct field surveys Length Reviews: All section lengths are compared against Ongoing FWD results Ongoing RST systems RST operator mondonng monitoring redo suspect tests momtonng data production GIS review published values to identify survey under/over runs. Identify data errors and Daily data edd.review back up , Adjust distress protocols Test of Reasonableness: reprocess or re-collect &make ready for processing f� ac cordmgly RST data and digital image Day,aldahon of surrey control secton production reports data are processed and compared at specified Client status&productmty meetings locate mussing sectrons&renew maps reporting intervals. Individual distress and overall condition 1 ratings are compared, and GPS data processing Inventory data processing length re'news,corrections non-compatible data locations are identified and _ Locate survey over or under Surface distress.rut rile runs update streets fist defection&image processing reprocessed accordingly. Site visits to select sections will also be part of the test of Plot distress data shape fle(sl compete data an trend analysis reasonableness. Quality Assurance R Reports Format data complete data QA test of reasonableness Isdeiimage review) A series of Quality Control reports are generated by both Fy aue ant,'"da.,ct field and office personnel on °° ° protocols a regular basis to ensure a ( " quality product is produced. Load end accept data The following QA/QC reports are produced for each project: • Equipment Calibration Report—documents calibration results • Vehicle Condition Report—records vehicle, camera, and sensor configuration and condition • Set List Report—documents data collection set points for crack widths, rut depths, tolerance, etc. • Field Surveys Daily Activity Report—documents survey progress and any problems encountered • Data Processing Quality Checklist—results of QA/QC process ' P19-099 Request for Proposal Pavement Management Page 26 Quality Assurance—Field Data Collection In addition to the QA procedures discussed herein, specific survey protocols are followed: • Pavements are only surveyed when there is sufficient daylight and they are dry and free of debris. • Pavements are surveyed in a single lane to provide true, consistent data. Lane changes are made only when absolutely necessary, and the location of the lane change is noted. • Every effort is made to collect data during off-peak times on heavily traveled roadways to minimize variations in speed. Sun angle is also considered during the field surveys. • Re-inspections will be performed randomly. • IMS condition data is unaffected by shadows and thus does not require artificial lighting. The RST is equipped with high-speed lasers that measure cracking, roughness, and rutting regardless of lighting conditions as they measure the physical texture of the pavement. • Images will only be utilized to verify distress identification as a part of the QA process. Distress identification is a semi-automated approach conducted using time-tested high-speed lasers and an integrated touch screen event board in the RST. • Index calculation is an automated process that is conducted during the post-processing phase of the assignment. No conclusions are drawn in the field as the focus is the acquisition of objective performance data. Indexes can be calculated using pavement management software or even an in-house calculator that adheres to industry standard practices. • Downward-facing HD digital video is captured on all roadways and is incorporated in the IMS data processing and QA/QC to validate the distress extent and severity measurements. The downward video can be processed at nearly any interval (e.g. 20-30 foot intervals) and can also be delivered on a hard drive as a raw video file with playback functionality. • • • - •• j l " l r • t� 1 t ktr • ,' MM ti a•`' RDE000IM5 rr' ..�. .. 2016;34115 17;40:17 '�� P19-099 Request for Proposal Pavement Management Page 27 4.10 ANTICIPATED SCHEDULE Currently, IMS has the survey capacity for approximately 2,500 miles/month, so we will be able to complete the City of Port Arthur surveys in a timely fashion. Field surveys are expected to progress at a rate of 40 to 60 miles per day and are expected to proceed at 6 days per week depending on weather. Elapsed time for the City of Port Arthur field surveys is estimated at 12-15 days for the pavement distress data collection survey. IMS has the available staff, equipment, and resources to manage a timely project for the City of Port Arthur. In general, it is not the time spend conducting surveys but rather the time spent handling the data that can derail project schedules. On all projects, three rate-determining functions are most critical in maintaining the proposed project schedule: 1. Finalizing the inventory and maps to be used for the field surveys—The potential for delay in this step stems from unexpected issues encountered while obtaining the maps or GIS topology, confirming the streets list, and then validating the limits of the surveys. To mitigate such issues and proceed with the survey on time, IMS will confirm the available resources with the City during the project kickoff meeting. 2. Reviewing the field data and exceptions reports delivered to the City — As part of the QA/QC process, only quality data can pass through to the analysis. Thus, it is critical that once the data passes through the IMS QA/QC process, it is accepted and signed off by the City. 3. Obtaining feedback and acceptance of the final format and load—No matter how much planning work goes into a schedule, the bottom line is that the project must be able to conform to the City Council's schedule. Task Activity J"�s I 2 3 .1 5 6 .4 _ 13 Project Initiation Scope Confirmation&Contract Execution. Notice to Proceed&Project Initiation GIS Review&Validation Survey Routing&Mapping Field Surveys RST Mobir¢ation&Calibration RST Field Data Collection Data Management Data DA/OC,Processing.&Format Data Supply&Client Review Pavement&ESA Data Load 1 Pavement Analysis&Reporting Ongoing Pavement Management Consulting IMS P19-099 Request for Proposal Pavement Management Page 28 APPENDIX A LETTER OF INTEREST RFP—Pavement Management Deadline: September 11,2019 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals(as amended by any Addenda), issued by the City of Port Arthur, TX (City) to provide Corporate Target Market Branding for the EDC of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed RFP Letter of Interest Form ❖ Completed Affidavit ❖ Non Collusion Affidavit ❖ Completed Conflict of Interest Form ❖ HB 89 • SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. .� MS I ne.-a.s ce'/&,e ManQ/ll'eon ei/ - .Se,-&.'re c (//S/20/9 Firm Name Date 1g 2,0 till. Dra,Ec ,p,-,'C-Y . so;)le io4i Teinoe /4Z./ 8szg3 Address 4400, City/State/Zip L. ,'v{ £J'r c o 1)6 r 0 ,'Cea,-- Authorized Signature Title Der4 k, rumen N*0 ) 8,3ceCR.,7 Name(please print) Telephone D Tor„er 0.1 I S anafyP`c , Com Email Page 13 of 19 APPENDIX B CITY OF PORT ARTHUR,TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Ale 'PI- - Printed Name: Dere TUrnQr Title: Cly;cf Er.ecb¢;‘,.e o,c'e-r. Company: N1S Kea(7<" 74b-rr Ma447P7 « 7` Sir.- !t- Date: 9 lS! Zo!et SUBSCRIBED and swo n to before me by the above named /e 71;i,e/ on this the .�f`' day of .ki G°.- 20 /9 . ��" Mabry a PubMc-11�RIIZn � ONA Notary Public in and for the �►i. ;* I,OPkCOUNTY State of Texas-//', ..— i , a' Commission No.506824 My Common Expires 36112020 :VP/Aid My commission expires: Page 14 of 19 APPENDIX C AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: DT I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. TMS Ic MrAvVA, r,,f SPiv:r j 41/5/2dl et Firm Name Date (no CV- (),-,y A ,-,v, . rG.74 JOgF /AZ/8S-2,e3 Address City/State/Zip C�� f C,1�,re 4{iSne,- Authorized Signa ure Title / ere (4Bd..) F.3?—'431-7 Name(please print) Telephone TV,-/he,- Z/Y1S a- comer Email STATE: 14- Z COUNTY: MO1•icpfig SUBSCRIBED AND SWORN to before me by the above named l rci 7/://4-o" on this the I I oye ,1//y /" . 20 11 • Wiwi 4� ARIZONA L/ r• • MAR COPA COUNTY canmi�sion No.508824 s J , . my commssbn Expires 3r7�'202o No��Pu blic RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 15 of 19 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity ?Ns questionnaire reflects changes mads to the les by H.B.7.3,64th Leg.,Regular Session, OFRCE USE ONLY firs wrecaavtnuo is being pod i1 accordance will Chapter 176.Local Government Coda.by a vendee who oane wecerred has a business reLlbonsiuo as detned by Sexton 176001(1.o)with a local governmental entity and the vseske moats reanomanho under Sextet I76.006(a) ®y law ass cssesitannare mixt be hind with tie nee.ordc.c@ulniswaror of Old local governmental entry eel inter than ew 7th(.smote day altar the doer the vendor beccvrres aware el tecta that require the elotornwm to be fled See Section 178 Mete,I;Local Government Cade. A vendor commits an aeons d the vendor knowingly violates Season 176 006.Local Government Code An oeense under Cts section is a misdemeanor !J Nome of vendor who hes a business relationship with local governmental entity. -!./Q.\ .1,07.4"CISArc,e 7 o,_ 1144,0s9tty yr/ ri c�as QCheek this box if you are filing an update eoapreviously filed questionnaire.Inv law requires that you file in u(XW1Bd completed questionnaire with the apploIriate tiling atonally not later than the 7th business day aIle,tile date on which you became aware that the originally filed questionnaire was Incomplete or inaccurate.) ?I Name of local government officer about whom IN.lnlorrnalion I.being sdo..d. !V/,¢ Name of°nicer I Describe each employn int or other business relationship with the local government officer,or a lamily member of the officer,as described by Section 176.003(aX2XA).Alio describe any family relationship with the local government officer. Complete subpart.A and B lot each employment or business roletlonehip described.Attach additional pages to this Form CIQ as necessary. A Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other leen investment name.from the vendor? QYes n No ti Is the vendor receiving or likely to receive taxable income.other than investment Income.from or at the direction of the local government officer or a faintly member of the oflice,AND the taxable income is not received tram the local governmental entity? OYes n No J Describe each employment or business relationship that the vendor named In Election 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. ^ I I Check this box It the vendor has given the local government officer era family member of the olllcer one or more gifts as described in Section 176.1:103(a)l2)(B).excluding gilts described In Section 176003(a-1) J /s/Zd/q aw vend«dam t,oness earn ow 3.rv.wnmwrtd entity Dale Fant presided by Texos Ethics Cwrmissiat www.ethics state 1x uv Revised 11!70.2015 • Page 16 of 19 APPENDIX E House Bill 89 Verification i, Dere k (Person name), the undersigned representative (hereafter referred to as "Representative") of .L M S Tn rizc71-e-vciore Mcioq: .emSer2f- e. /c-es (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE e SUBSCRIAJD ED AI SWORN TO BEFORE ME, the undersigned authority, on this day of ,J-c7l- IIP✓ , 20/4 . NohAmy l Bu-ARIZOnion ry ublic NA MARICOPA COUNTY r- ' Commission No.508824 '`.." " My Commission Expires 3r31'2020 Notary Public Page 18 of 19 APPENDIX F SB 252 CHAPTER 2252 CERTIFICATION Dere k rU/A the undersigned and Representative of 1 MS .2/-,,�,-0M,,n, „�r�,� (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization. I will immediately notify the City of Port Arthur Purchasing Department. Name of Company Representative (Print) Signature of Compa itepresentative Date Page 19 of 19