Loading...
HomeMy WebLinkAboutContract 63944CSC No. 63944 FORT WORTH CITY OF FORT WORTH PURCHASE AGREEMENT BASED UPON AN INTERLOCAL AGREEMENT WHEREAS, Section 271.102 of the Texas Local Government Code allows Local Governments to pursue mutually beneficial and cooperative purchasing programs; and WHEREAS, pursuant to Chapter 791 of the Texas Government Code and Subchapter F, Chapter 271 of the Texas Local Government Code, the City of Fort Worth (City), a Texas home -rule municipality, and North Central Texas Council of Governments (NCTCOG) have entered into an Interlocal Cooperative Purchasing Agreement on November 17, 2016 which provides that when the one of the Local Government Entities enters into a contract with a Vendor for goods and services, the other Local Government is able to enter into a Purchase Agreement with the Vendor under the same terms and conditions offered to the Original Local Government Entity so long as the Vendor is agreeable (Copy Attached as Exhibit A); WHEREAS, Roadway Asset Services, LLC. (Vendor) and NCTCOG entered into a Purchase Agreement on May 24, 2023 for Pavement Analysis Services and this Agreement allows other Local Governmental Entities to enter into a Purchase Agreement with Vendor under the same terms and conditions (Copy attached as Exhibit B). NOW THEREFORE, City and Vendor each of which will individually be referred to as a "Party" and collectively as the "Parties" enter into this Purchase Agreement. The Parties agree that any references to NCTCOG in Exhibit B shall be construed as the City of Fort Worth for the purposes of this Agreement and all rights, benefits, duties, and obligations shall insure to the City as if the contract in Exhibit B were originally executed between the City and Vendor. The Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. Exhibit A — Agreement between the City of Fort Worth and NCTCOG 2. Exhibit B — Contract between NCTCOG and Vendor for Pavement Analysis Services identified as Contract No. 2022-063; 3. Exhibit C — Vendor's Proposal; and 4. Exhibit D — Conflict of Interest Questionnaire. Exhibits A-D, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit B pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. In the event of a conflict between Exhibit B and this Agreement or Exhibit A, then this Agreement and Exhibit A shall control. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City shall pay Vendor in accordance with the fee schedule in Exhibit C and in accordance with the provisions of this Agreement. Total payment made under this Agreement shall be an amount up to One Million, Four Hundred Thirteen Thousand, Two Hundred Seventy -Two Dollars and Eighty Cents ($1,413,272.80). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement shall be for one year beginning on the date of Assistant City Manager signature and ending on November 30, 2026. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent documents and records of Vendor involving transactions relating to this Agreement. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities subject to Vendor's reasonable rules and regulations while at Vendor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits, and all such audits shall be conducted on regular business days during Vendor's regular business hours in a manner that will not unreasonably interfere with Vendor's operations at its facilities. City's auditors shall present proper credentials to the manager of Vendor's facility at the time that they are admitted to such. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 To VENDOR: Roadway Asset Services, LLC Attn: Bart Williamson, Chief Executive Officer 6001 W Partner Lane, Suite 370-1102 Austin, TX 78727 Facsimile: (210) 837-5249 bwilliamson@roadwayassetservices.com With copy to Fort Worth City Attorney's Office at same address [SIGNATURES FOLLOW] The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: By: op� Name: Jesica McEachern Title: Assistant City Manager Date: 09/12/2025 APPROVAL RECOMMENDED: By: Name: Lauren Prieur Title: Director, Transportation and Public Works Qdg44pnb °a P O� FORM dd ATTEST: �. % .,bi�c�asLY �°aubbEza54�� By: Name: Jannette Goodall Title: City Secretary VENDOR: Roadway Asset Services, LLC Name: Bart Williamson Title: Chief Executive Officer Date: September 4, 2025 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. A� �A.uaie) .aaacG By: .A Name: Annie Anand Title: Business Process Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0667 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXHIBIT A FORTWORTH MEMORANDUM DATE: November 15, 2016 TO: Aaron Bovos, Chief Financial Office Will Trevino, Assistant City Attorney Susan Alanis, Assistant City Manager Mary J. Kayser, City Secretary FROM: Jack Dale, Purchasing Manager CC: Laurena Hamilton, Sr. Account Technician SUBJECT: Cooperative Purchasing Agreement with the North Central Texas Council of Governments The attached contract for a cooperative purchasing agreement with the North Central Texas Council of Governments at no cost to the City is forwarded for your review and approval. The North Central Texas Council of Governments has requested that the City of Fort Worth (City) and the North Central Texas Council of Governments enter into a cooperative purchasing agreement. Cooperative purchasing agreements such as this are authorized under Section 271.102 of the Texas Local Government Code. This interlocal agreement will allow the North Central Texas Council of Governments to utilize City contracts that may have value for the North Central Texas Council of Governments. This interlocal agreement will also allow the City to utilize the North Central Texas Council of Governments bids or contracts, should any such contracts present good value and purchasing opportunities to the City. The Fort Worth City Council granted the City Manager the authority to execute cooperative purchasing agreements with other governmental entities on January 15, 2008 (M&C P-10710, copy attached). This is the most recent M&C regarding the execution of interlocal agreements with other governmental entities. Since the agreement has no cost associated with it, no further City Council approval or MBE participation is required. Once completed, please contact Laurena Hamilton, Sr. Account Technician, at extension 8321, to pick up the executed documents. Should you have any additional questions, please let me know. City of Fort Worth & North Central Texas Council of Governments Cooperative Purchasing Agreement FORT WORTH CITY SECRETARY CONTRACT NO. COOPERATIVE PURCHASING AGREEMENT This Cooperative Purchasing Agreement ("Agreement") is made and entered into as of the date written below between the North Central Texas Council of Governments (NCTCOG) and the City of Fort Worth, Texas ("Fort Worth"). WHEREAS, both the North Central Texas Council of Governments and Fort Worth have each determined a need for a cooperative agreement to purchase like goods and services to avoid duplicate procurement efforts and obtain the benefits of volume purchasing; and WHEREAS, the North Central Texas Council of Governments and Fort Worth are authorized by Section 271.102 of the Local Government Code to pursue mutually beneficial and cooperative purchasing programs. NOW, THEREFORE, for and in consideration of the mutual obligations and benefits contained herein, the North Central Texas Council of Governments and Fort Worth agree as follows: SECTION 1. The purpose of this Agreement is to provide the North Central Texas Council of Governments and Fort Worth with additional purchasing options by satisfying the provisions of Section 271.102 of the Local Government Code. SECTION 2. The parties agree that each of the parties shall respectively designate a person to act under the direction of, and on behalf of, the designating party (the "Designated Representative"). SECTION 3. At the request of the other party, a party that enters into a contract with a vendor for goods or services (the "First Purchasing Party") shall attempt to obtain the vendor's agreement to offer those goods and services to the other party (the "Second Purchasing Party") for the same price and on the same terms and conditions as have been offered to the First Purchasing Party. If the vendor so agrees, and if the Second Purchasing Party is agreeable to such terms and conditions, the Second Purchasing Party may enter into its own separate contract with the vendor for the purchase of such goods or services. SECTION 4. NCTCOG administers the North Texas SHARE cooperative purchasing program for the benefit of public sector entities primarily in the North Central Texas region. This Agreement authorizes the City of Fort Worth to participate in North Texas SHARE. This agreement also authorizes NCTCOG to serve as a coordinating agent to administer the use of eligible City of Fort Worth contracts to other participants of the North Texas SHARE program to the extent that the City of Fort Worth's solicitation documents contain such coordinating agent authorization language. Page 1 of 3 City of Fort Worth & North Central Texas Council of Governments Cooperative Purchasing Agreement SECTION 5. Unless otherwise agreed between the Designated Representatives, payments for a purchase made by the Second Purchasing Party shall be paid directly to the vendor and not to the First Purchasing Party. The Second Purchasing Party shall have the responsibility of determining whether the vendor has complied with any provisions in its contract with the vendor, including but not limited to those relating to the quality of items and terms of delivery, and shall be responsible for enforcement of its contract against the vendor, including all cost of enforcement. SECTION 6. This Agreement will be subject to all applicable federal, state and local laws, ordinances, rules and regulations. SECTION 7. This Agreement may be terminated by either party, without cause or penalty, upon not less than thirty days written notice to the other party. SECTION 8. The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. SECTION 9. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. SECTION 10. If any term or provision of this Agreement is held to be illegal, invalid or unenforceable, the legality, validity or enforceability of the remaining terms or provisions of this Agreement shall not be affected thereby, and in lieu of each such illegal, invalid or unenforceable term or provision, the parties shall endeavor to agree to a legal, valid or enforceable term or provision as similar as possible to the term or provision declared illegal, invalid or unenforceable. SECTION 11. Execution of this Agreement does not obligate The North Central Texas Council of Governments, Texas or Fort Worth to make any purchase, to pay any membership fee or to otherwise or in any manner incur any cost or obligation. SECTION 12. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original, and all of which shall constitute but one and the same instrument. SECTION 13. The undersigned officers and/or agents are properly authorized to execute this Agreement on behalf of the parties hereto and each party hereby certifies to the other that any necessary actions extending such authority have been duly passed and are now in full force and effect. Page 2 of 3 City of Fort Worth & North Central Texas Council of Governments Cooperative Purchasing Agreement SECTION 14. All notices, requests, demands, and other communications which are required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given upon the delivery or receipt thereof, as the case may be, if delivered personally or sent by registered or certified mail, return receipt requested, postage prepaid, to the respective city representative set out below, or his/her designee. EXECUTED this day of a"��2016. CITY OF FORT WORTH NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS 1000 Throckmorton Street 616 Six Flags Drive Fort Worth, Texas 76102 Arlington, Texas 76011 By: By: i usa Alanis Monte Mercer Title: Assistant Citv Manager APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney M&C P-10710. January 15. 2008 Contract Authorization Mary J. Kayger,Rit�,Secret q A. Date Recommen ed By:kAS Aaron Bovos, Director of Finance/CFO Title: Deputy Executive Director (Mlew Agency ttorney N/A Contract Authorization N/A Page 3 of 3 Am North Central Texas Council Of Governments November 8, 2016 City of Fort Worth Attn: Jack Dale, CPPO Purchasing Manager City Hall, Lower Level 1000 Throckmorton Street Fort Worth, Texas 76102 Re: Cooperative Purchasing Agreement Jack, Please find enclosed; three original Cooperative Purchasing,Agreements executed by Monte Mercer, Deputy Executive Director for the North Central Texas Council of Governments. Upon execution by the City of Fort Worth, please return one fully executed original to my attention, at: North Central Texas Council of Governments Attn: E.J. Harbin, CPPO Purchasing Manager 616 Six Flags Drive Arlington, Texas 76011 You may contact me at 817-695-9109 or at eharbin@nctcog.org if you require additional information or assistance. Sincere) , Har , CPPO rchasing Manager Enclosures 616 Six Flags Drive, Centerpoint Two R O. Box 5888, Arlington, Texas 76005-5888 (817) 640-3300 FAX: 817-640-7806 G) recycled paper www.nctcog.org View M&C Laurena Hamilton Coordinator 'z = Home Page-=- -- Reports -- ticip Administration Search M&C " I Mac L y N. M&C Legend - Print Preview - A ® _ Print to Microsoft ' Word@ Print Direct to ` Printer Print to PDF - _ Go To Attachments View M&C ® ciPrint Create New From Go to Routine This M&C M&C Finalized 00001 n1_"Cticlw Approved_gn 11,161- . 0 attachments found. DATE: Tuesday, January 15, 2008 REFERENCE NO.: "P-10710 LOG NAME: 13P07-0130 SUBJECT: Authorize Cooperative Purchasing Agreements for Goods and Services Between the City of Fort Worth, Local Govemments and Local CooperativeA Organizations Authorized by the Texas Local Government Code RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Cooperative Purchasing Agreements for goods and services between the City of Fort Worth, local govemments and local cooperative purchasing organizations authorized by the Texas Local Government Code. DISC I4SION: The Purchasing Division will use this authorization to contract with local govemments and local cooperative organizations to obtain goods or services. The use of these contracts allows the City of Fort Worth to take advantage of lower prices without the cost of competitive bidding by obtaining access to existing competitively procured contracts with entities such as Tarrant County, Houston - Galveston Area Council, Texas Association of School BOardsJE— Local Govemment Purchasing Cooperative and U.S. Communities. This authorization will allow other local govemments such as Tarrant County, the City of Arlington and the City of Grand Prairie to participate in contracts awarded by the City of Fort Worth that may result in the addition of other entities' quantities at the next bidding opportunity. Increasing the volume of goods and services bid increases the possibility of lower prices to the City through greater economies of scale. Either of the contract participants may terminate the agreement with written notice to the other party. Section 271.102(a) of the Texas Local Government Code allows local govemments to participate in cooperative purchasing programs. Section 271.102(c) of the Code provides that a local government purchasing goods or services under a cooperative purchasing program satisfies any state law requiring that the local govemment seek competitive bids for purchase of the goods or services. The contracts for goods and services have been competitively bid to increase and simplify the purchasing power of local governments across the Slate of Texas. The Law Department recommends that the Purchasing Division review these agreements hlip((app:.cE<vreta[glecouncilrviewmc.asp7id=8981[10(2412016 3:08:57 PM[ EXHIBIT B I'XShare Your Public Sector Solutions Center MASTER SERVICES AGREEMENT #2022-063 Pavement Analysis and Related Services THIS MASTER SERVICES AGREEMENT ("Agreement"), effective the last date of signed approval ("Effective Date"), is entered into by and between the North Central Texas Council of Governments ("NCTCOG"), a Texas political subdivision and non-profit corporation, with offices located at 616 Six Flags Drive, Arlington, TX 76011, and Roadway Asset Services, LLC. ("Contractor") 6001 W. Parmer Lane, Suite 370-1102 Austin, TX 78727 ARTICLE I RETENTION OF THE CONTRACTOR 1.1 This Agreement defines the terms and conditions upon which the Contractor agrees to provide Pavement Analysis and Related Services (hereinafter, "Services") to governmental entities participating in the Texas SHARE program (hereinafter "Participating Entities"). The Contractor is being retained to provide services described below to Participating Entities based on the Contractor's demonstrated competence and requisite qualifications to perform the scope of the services described herein and in the Request for Proposals #2022-063 (hereinafter, "UP"). The Contractor demonstrated they have the resources, experience, and qualifications to perform the described services, which is of interest to Participating Entities and was procured via the RFP. NCTCOG agrees to and hereby does retain the Contractor, as an independent contractor, and the Contractor agrees to provide services to Participating Entities, in accordance with the terms and conditions provided in this Agreement and consistent with Contractor's response to the RFP. ARTICLE II SCOPE OF SERVICES 2.1 The Contractor will provide Services described in a written Purchase Order issued by NCTCOG or a SHARE Participating Entity. Any such Purchase Order is hereby incorporated by reference and made a part of this Agreement and shall be subject to the terms and conditions in this Agreement. In the event of a conflict between any term or provision in this Agreement and any term or provision in a Purchase Order, the term or provision in this Agreement shall control unless the conflicting term or provision in this Agreement is referenced, and expressly stated not to apply, in such Purchase Order. 2.2 All Services rendered under this Agreement will be performed by the Contractor: i) with due care; ii) in accordance with generally prevailing industry standards; iii) in accordance with Participating Entities' standard operating procedures and applicable policies, as may be amended from time to time; and iv) in compliance with all applicable laws, government regulatory requirements, and any other written instructions, specifications, guidelines, or requirements provided by NCTCOG and/or Participating Entities. 2.3 Any agreed -upon changes to a Purchase Order shall be set forth in a subsequent Purchase Order amendment. Contractor will not implement any changes or any new Services until a Purchase Order has been duly executed by Participating Entity. For the avoidance of doubt, the Contractor acknowledges that Participating Entity is under no obligation to execute a Purchase Order. Participating SHARE MSA 2022-063 Pavement Analysis and Related Services Page 1 of 34 Entity shall not be liable for any amounts not included in a Purchase Order in the absence of a fully executed amendment of Purchase Order. 2.4 Pricing for items in Appendix A represent the maximum cost for each item offered by the Contractor. Contractor and Participating Entity may mutually agree to a lower cost for any item covered under this agreement. 2.5 NCTCOG Obligations 2.5.1 NCTCOG shall make available a contract page on its TXSHARE.org website which will include contact information for the Contractor(s). 2.6 Participating Entity Obligations. 2.6.1 In order to utilize the Services, Participating Entities must have executed a Master Interlocal Agreement for Texas SHARE with NCTCOG. This agreement with the Participating Entity will define the legal relationship between NCTCOG and the Participating Entity. 2.6.2 In order to utilize the Services, Participating Entities must execute a Purchase Order with the Contractor. This agreement with the Participating Entity will define the Services and costs that the Participating Entity desires to have implemented by the Contractor. 2.7 Contractor Obligations. 2.7.1 Contractor must be able to deliver, perform, install, and implement services with the requirements and intent of RFP #2022-063 2.7.2 If applicable, Contractor shall provide all necessary material, labor and management required to perform this work. The scope of services shall include, but not be limited to, items listed in Appendix A. 2.7.3 Contractor agrees to market and promote the use of the SHARE awarded contract whenever possible among its current and solicited customer base. Contractor shall agree to follow reporting requirements in report sales made under this Master Services Agreement in accordance with Section 4.2. ARTICLE III TERM 3.1 This Agreement will commence on the Effective Date and remain in effect for an initial term ending on May 5, 2024 (the "Term"), unless earlier terminated as provided herein. This Agreement may be renewed, at NCTCOG's sole discretion, for up to four (4) additional one (1) year terms through November 30, 2028. 3.2 Termination. NCTCOG and/or Participating Entities may terminate this Agreement and/or any Purchase Order to which it is a signatory at any time, with or without cause, upon thirty (30) days' prior written notice to Contractor. Upon its receipt of notice of termination of this Agreement or Purchase Order, Contractor shall follow any instructions of NCTCOG respecting work stoppage. Contractor shall cooperate with NCTCOG and/or Participating Entities to provide for an orderly conclusion of the Services. Contractor shall use its best efforts to minimize the amount of any non -cancelable obligations and shall assign any contracts related thereto to NCTCOG or Participating Entity at its request. If NCTCOG or Participating Entity elects to continue any activities underlying a terminated Purchase Order after termination, Contractor shall cooperate with NCTCOG or Participating Entity to provide for an orderly transfer of Contractor's responsibilities with respect to such Purchase Order to NCTCOG or Participating Entity. Upon the effective date of any such termination, the Contractor shall submit a final invoice for payment in accordance with Article IV, and NCTCOG or Participating Entity shall pay such amounts as are due to Contractor through the effective date of termination. NCTCOG or Participating Entity shall only be liable for payment of services rendered before the effective date of termination. If Agreement is terminated, certain reporting requirements identified in this Agreement shall survive termination of this Agreement. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 2 of 34 3.2.1 Termination for Cause: Either party may immediately terminate this Agreement if the other party breaches its obligations specified within this Agreement, and, where capable of remedy, such breach has not been materially cured within thirty (30) days of the breaching party's receipt of written notice describing the breach in reasonable detail. 3.2.2 Breach: Upon any material breach of this Agreement by either party, the non - breaching party may terminate this Agreement upon twenty (20) days written notice to the breaching party. The notice shall become effective at the end of the twenty (20) day period unless the breaching party cures such breach within such period. ARTICLE IV COMPENSATION 4.1 Invoices. Contractor shall submit an invoice to the ordering Participating Entity upon receipt of an executed Purchase Order and after completion of the work, with Net 30 payment terms. Costs incurred prior to execution of this Agreement are not eligible for reimbursement. There shall be no obligation whatsoever to pay for performance of this Agreement from the monies of the NCTCOG or Participating Entities, other than from the monies designated for this Agreement and/or executed Purchase Order. Contractor expressly agrees that NCTCOG shall not be liable, financial or otherwise, for Services provided to Participating Entities. 4.2 Reporting. NCTCOG intends to make this Agreement available to other governmental entities through its SHARE cooperative purchasing program. Contractor shall submit to NCTCOG on a calendar quarterly basis a report that identifies any new client Participating Entities, the date and order number, and the total contracted value of services that each Participating Entity has purchased and paid in full under this Master Service Agreement. Reporting and invoices should be submitted to: NCTCOG ATTN: Texas SHARE PO Box 5888 Arlington, TX 76005-5888 Email: TexasSHARE(&nctcoa.ora SHARE MSA 2022-063 Pavement Analysis and Related Services Page 3 of 34 ARTICLE V SERVICE FEE 5.1 Explanation. NCTCOG will make this Master Service Agreement available to other governmental entities, Participating Entities, and non-profit agencies in Texas and the rest of the United States through its SHARE cooperative purchasing program. The Contractor is able to market the Services under this Agreement to any Participating Entity with emphasis that competitive solicitation is not required when the Participating Entity purchases off of a cooperative purchasing program such as SHARE. However, each Participating Entity will make the decision that it feels is in compliance with its own purchasing requirements. The Contractor realizes substantial efficiencies through their ability to offer pricing through the SHARE Cooperative and that will increase the sales opportunities as well as reduce the need to repeatedly respond to Participating Entities' Requests for Proposals. From these efficiencies, Contractor will pay an administrative fee to SHARE calculated as a percentage of sales processed through the SHARE Master Services Agreement. This administrative fee is not an added cost to SHARE participants. This administrative fee covers the costs of solicitation of the contract, marketing and facilitation, as well as offsets expenses incurred by SHARE. 5.2 Administrative Fee. NCTCOG will utilize an administrative fee, in the form of a percent of cost that will apply to all contracts between awarded contractor and NCTCOG or participants resulting from this solicitation. The administrative fee will be remitted by the contractor to NCTCOG on a quarterly basis, along with required quarterly reporting. The remuneration fee for this program will be 2% on sales. 5.3 Setup and Implementation. NCTCOG will provide instruction and guidance as needed to the Contractor to assist in maximizing mutual benefits from marketing these Services through the SHARE purchasing program. ARTICLE VI RELATIONSHIP BETWEEN THE PARTIES 6.1 Contractual Relationship. It is understood and agreed that the relationship described in this Agreement between the Parties is contractual in nature and is not to be construed to create a partnership or joint venture or agency relationship between the parties. Neither party shall have the right to act on behalf of the other except as expressly set forth in this Agreement. Contractor will be solely responsible for and will pay all taxes related to the receipt of payments hereunder and shall give reasonable proof and supporting documents, if reasonably requested, to verify the payment of such taxes. No Contractor personnel shall obtain the status of or otherwise be considered an employee of NCTCOG or Participating Entity by virtue of their activities under this Agreement. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 4 of 34 ARTICLE VII REPRESENTATION AND WARRANTIES 7.1 Representations and Warranties. Contractor represents and warrants that: 7.1.1 As of the Effective Date of this Agreement, it is not a party to any oral or written contract or understanding with any third party that is inconsistent with this Agreement and/or would affect the Contractor's performance under this Agreement; or that will in any way limit or conflict with its ability to fulfill the terms of this Agreement. The Contractor further represents that it will not enter into any such agreement during the Term of this Agreement; 7.1.2 NCTCOG is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from, or ineligible for, participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. Contractor and its subcontractors shall include a statement of compliance with Federal and State Debarment and suspension regulations in all Third -party contracts. 7.1.3 Contractor shall notify NCTCOG if Contractor or any of the Contractor's sub -contractors becomes debarred or suspended during the performance of this Agreement. Debarment or suspension of the Contractor or any of Contractor's sub -contractors may result in immediate termination of this Agreement. 7.1.4 Contractor and its employees and sub -contractors have all necessary qualifications, licenses, permits, and/or registrations to perform the Services in accordance with the terms and conditions of this Agreement, and at all times during the Term, all such qualifications, licenses, permits, and/or registrations shall be current and in good standing. 7.1.5 Contractor shall, and shall cause its representatives to, comply with all municipal, state, and federal laws, rules, and regulations applicable to the performance of the Contractor's obligations under this Agreement. ARTICLE VIII CONFIDENTIAL INFORMATION AND OWNERSHIP 8.1 Confidential Information. Contractor acknowledges that any information it or its employees, agents, or subcontractors obtain regarding the operation of NCTCOG or Participating Entities, its products, services, policies, customer, personnel, and other aspect of its operation ("Confidential Information") is proprietary and confidential, and shall not be revealed, sold, exchanged, traded, or disclosed to any person, company, or other entity during the period of the Contractor's retention hereunder or at any time thereafter without the express written permission of NCTCOG or Participating Entity. Notwithstanding anything in this Agreement to the contrary, Contractor shall have no obligation of confidentiality with respect to information that (i) is or becomes part of the public domain through no act or omission of Contractor; (ii) was in Contractor's lawful possession prior to the disclosure and had not been obtained by Contractor either directly or indirectly from the NCTCOG or Participating Entity; (iii) is lawfully disclosed to Contractor by a third party without restriction on disclosure; (iv) is independently developed by Contractor without use of or reference to the NCTCOG's Participating Entity's Confidential Information; or (v) is required to be disclosed by law or judicial, arbitral or governmental order or process, provided Contractor gives the NCTCOG or Participating Entity prompt written notice of such requirement to permit the NCTCOG or Participating Entity to seek a protective order or other appropriate relief. Contractor acknowledges that NCTCOG and Participating Entities must strictly comply with applicable public information laws, in responding to any request for public information. This obligation supersedes any conflicting provisions of this Agreement. 8.2 Ownership. No title or ownership rights to any applicable software are transferred to the NCTCOG by this agreement. The Contractor and its suppliers retain all right, title and interest, including all copyright and intellectual property rights, in and to, the software (as an independent work and as an underlying work serving as a basis for any improvements, modifications, derivative works, and applications SHARE MSA 2022-063 Pavement Analysis and Related Services Page 5 of 34 NCTCOG may develop), and all copies thereof All final documents, data, reports, information, or materials are and shall at all times be and remain, upon payment of Contractor's invoices therefore, the property of NCTCOG or Participating Entity and shall not be subject to any restriction or limitation on their future use by, or on behalf of, NCTCOG or Participating Entity, except otherwise provided herein. Subject to the foregoing exception, if at any time demand be made by NCTCOG or Participating Entity for any documentation related to this Agreement and/or applicable Purchase Orders for the NCTCOG and/or any Participating Entity, whether after termination of this Agreement of otherwise, the same shall be turned over to NCTCOG without delay, and in no event later than thirty (30) days after such demand is made. Contractor shall have the right to retain copies of documentation, and other items for its archives. If for any reason the foregoing Agreement regarding the ownership of documentation is determined to be unenforceable, either in whole or in part, the Contractor hereby assigns and agrees to assign to NCTCOG all rights, title, and interest that the Contractor may have or at any time acquire in said documentation and other materials, provided that the Contractor has been paid the aforesaid. ARTICLE IX GENERAL PROVISIONS 9.1 Notices. All notices from one Party to another Party regarding this Agreement shall be in writing and delivered to the addresses shown below: If to NCTCOG: North Central Texas Council of Governments P.O. Box 5888 Arlington, TX 76005-5888 Attn: Craigan Johnson (817) 695-9186 CjohnsonAnctcog.org If to Contractor: Roadway Asset Services, LLC Attn: Bart Williamson 6001 W Parmer Lane, Suite 370-1102 Austin, TX 78727 (210) 837-5249 bwilliamson@roadwayassetservices.com The above contact information may be modified without requiring an amendment to the Agreement. 9.2 Tax. NCTCOG and several participating entities are exempt from Texas limited sales, federal excise and use tax, and does not pay tax on purchase, rental, or lease of tangible personal property for the organization's use. A tax exemption certificate will be issued upon request. 9.3 Indemnification. Contractor shall defend, indemnify, and hold harmless NCTCOG and Participating Entities, NCTCOG's affiliates, and any of their respective directors, officers, employees, agents, subcontractors, successors, and assigns from any and all suits, actions, claims, demands, judgments, liabilities, losses, damages, costs, and expenses (including reasonable attorneys' fees and court costs) (collectively, "Losses") arising out of or relating to: (i) Services performed and carried out pursuant to this Agreement; (ii) breach of any obligation, warranty, or representation in this Agreement, (iii) the negligence or willful misconduct of Contractor and/or its employees or subcontractors; or (iv) any infringement, misappropriation, or violation by Contractor and/or its employees or subcontractors of any right of a third party; provided, however, that Contractor shall have no obligation to defend, indemnify, or hold harmless to the extent any Losses are the result of NCTCOG's or Participating Entities' gross negligence or willful misconduct. 9.4 Limitation of Liability. In no event shall either party be liable for special, consequential, incidental, indirect or punitive loss, damages or expenses arising out of or relating to this Agreement, whether arising from a breach of contract or warranty, or arising in tort, strict liability, by statute or otherwise, even if it has been advised of their possible existence or if such loss, damages or expenses were reasonably foreseeable. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 6 of 34 Notwithstanding any provision hereof to the contrary, neither parry's liability shall be limited by this Article with respect to claims arising from breach of any confidentiality obligation, arising from such party's infringement of the other party's intellectual property rights, covered by any express indemnity obligation of such party hereunder, arising from or with respect to injuries to persons or damages to tangible property, or arising out of the gross negligence or willful misconduct of the party or its employees. 9.5 Insurance. At all times during the term of this Agreement, Contractor shall procure, pay for, and maintain, with approved insurance carriers, the minimum insurance requirements set forth below, unless otherwise agreed in a Purchase Order between Contractor and Participating Entities. Further, Contractor shall require all contractors and sub -contractors performing work for which the same liabilities may apply under this Agreement to do likewise. All subcontractors performing work for which the same liabilities may apply under this contract shall be required to do likewise. Contractor may cause the insurance to be effected in whole or in part by the contractors or sub -contractors under their contracts. NCTCOG reserves the right to waive or modify insurance requirements at its sole discretion. 9.5.1 Workers' Compensation: Statutory limits and employer's liability of $100,000 for each accident or disease. 9.5.2 Commercial General Liability: 9.5.2.1 Required Limits: $1,000,000 per occurrence; $3,000,000 Annual Aggregate 9.5.2.2 Commercial General Liability policy shall include: 9.5.2.2.1 Coverage A: Bodily injury and property damage; 9.5.2.2.2 Coverage B: Personal and Advertising Injury liability; 9.5.2.2.3 Coverage C: Medical Payments; 9.5.2.2.4 Products: Completed Operations; 9.5.2.2.5 Fire Legal Liability; 9.5.2.3 Policy coverage must be on an "occurrence" basis using CGL forms as approved by the Texas State Board of Insurance. 9.5.3 Business Auto Liability: Coverage shall be provided for all owned hired, and non -owned vehicles. Required Limit: $1,000,000 combined single limit each accident. 9.5.4 Professional Errors and Omissions liability: 9.5.4.1 Required Limits: $1,000,000 Each Claim $1,000,000 Annual Aggregate 9.6 Conflict of Interest. During the term of this Agreement, and all extensions hereto and for a period of one (1) year thereafter, neither party, shall, without the prior written consent of the other, directly or indirectly, whether for its own account or with any other persons or entity whatsoever, employ, solicit to employ or endeavor to entice away any person who is employed by the other party. 9.7 Force Majeure. It is expressly understood and agreed by both parties to this Agreement that, if the performance of any provision of this Agreement is delayed by force majeure, defined as reason of war, civil commotion, act of God, governmental restriction, regulation or interference, fire, explosion, hurricane, flood, failure of transportation, court injunction, or any circumstances which are reasonably beyond the control of the party obligated or permitted under the terms of this Agreement to do or perform the same, regardless of whether any such circumstance is similar to any of those enumerated herein, the party so obligated or permitted shall be excused from doing or performing the same during such period of delay, so that the period of time applicable to such requirement shall be extended for a period of time equal to the period of time such party was delayed. Each party must inform the other in writing within a reasonable time of the existence of such force majeure. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 7 of 34 9.8 Ability to Perform. Contractor agrees promptly to inform NCTCOG of any event or change in circumstances which may reasonably be expected to negatively affect the Contractor's ability to perform its obligations under this Agreement in the manner contemplated by the parties. 9.9 Availability of Funding. This Agreement and all claims, suits, or obligations arising under or related to this Agreement are subject to and limited by the receipt and availability of funds which are received from the Participating Entities by NCTCOG dedicated for the purposes of this Agreement. 9.10 Governing Law. This Agreement will be governed by and construed in accordance with the laws of the State of Texas, United States of America. The mandatory and exclusive venue for the adjudication or resolution of any dispute arising out of this Agreement shall be in Tarrant County, Texas. 9.11 Waiver. Failure by either party to insist on strict adherence to any one or more of the terms or conditions of this Agreement, or on one or more occasions, will not be construed as a waiver, nor deprive that party of the right to require strict compliance with the same thereafter. 9.12 Entire Agreement. This Agreement and any attachments/addendums, as provided herein, constitutes the entire agreement of the parties and supersedes all other agreements, discussions, representations or understandings between the parties with respect to the subject matter hereof. No amendments hereto, or waivers or releases of obligations hereunder, shall be effective unless agreed to in writing by the parties hereto. 9.13 Assignment. This Agreement may not be assigned by either Party without the prior written consent of the other Party. 9.14 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision(s) hereof, and this Agreement shall be revised so as to cure such invalid, illegal, or unenforceable provision(s) to carry out as near as possible the original intents of the Parties. 9.15 Amendments. This Agreement may be amended only by a written amendment executed by both Parties, except that any alterations, additions, or deletions to the terms of this Agreement, which are required by changes in Federal and State law or regulations or required by the funding source, are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulation. 9.16 Dispute Resolution. The parties to this Agreement agree to the extent possible and not in contravention of any applicable State or Federal law or procedure established for dispute resolution, to attempt to resolve any dispute between them regarding this Agreement informally through voluntary mediation, arbitration or any other local dispute mediation process, including but not limited to dispute resolution policies of NCTCOG, before resorting to litigation. 9.17 Publicity. Contractor shall not issue any press release or make any statement to the media with respect to this Agreement or the services provided hereunder without the prior written consent of NCTCOG. 9.18 Survival. Rights and obligations under this Agreement which by their nature should survive will remain in effect after termination or expiration hereof. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 8 of 34 ARTICLE X ADDITIONAL REQUIREMENTS 10.1 Equal Employment Opportunity. Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, or national origin. Contractor shall take affirmative actions to ensure that applicants are employed, and that employees are treated, during their employment, without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10.2 Davis -Bacon Act. Contractor agrees to comply with all applicable provisions of 40 USC § 3141 — 3148. 10.3 Contract Work Hours and Selection Standards. Contractor agrees to comply with all applicable provisions of 40 USC § 3701 — 3708 to the extent this Agreement indicates any employment of mechanics or laborers. 10.4 Rights to Invention Made Under Contract or Agreement. Contractor agrees to comply with all applicable provisions of 37 CFR Part 401. 10.5 Clean Air Act, Federal Water Pollution Control Act, and Energy Policy Conservation Act. Contractor agrees to comply with all applicable provisions of the Clean Air Act under 42 USC § 7401— 7671, the Energy Federal Water Pollution Control Act 33 USC § 1251-1387, and the Energy Policy Conservation Act under 42 USC § 6201. 10.6 Debarment/Suspension. Contractor is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. Contractor and its subcontractors shall comply with the Certification Requirements for Recipients of Grants and Cooperative Agreements Regarding Debarments and Suspensions. 10.7 Restrictions on Lobbying. Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. 10.8 Procurement of Recovered Materials. Contractor agrees to comply with all applicable provisions of 2 CFR §200.322. 10.9 Drug -Free Workplace. Contractor shall provide a drug free work place in compliance with the Drug Free Work Place Act of 1988. 10.10 Texas Corporate Franchise Tax Certification. Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit corporations that are delinquent in making state franchise tax payments. 10.11 Civil Rights Compliance Compliance with Regulations: Contractor will comply with the Acts and the Regulations relative to Nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation SHARE MSA 2022-063 Pavement Analysis and Related Services Page 9 of 34 (USDOT), the Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made part of this agreement. Nondiscrimination: Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 45 CFR Part 21. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of obligations under this contract and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, sex, or national origin. Information and Reports: Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations or directives. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish this information, Contractor will so certify to NCTCOG, the Texas Department of Transportation ("the State") or the Federal Highway Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of Contractor's noncompliance with the Nondiscrimination provisions of this Agreement, NCTCOG will impose such sanctions as it or the State or the FHWA may determine to be appropriate, including, but not limited to: withholding of payments to the Contractor under this Agreement until the Contractor compiles and/or cancelling, terminating or suspension of this Agreement, in whole or in part. Incomoration of Provisions: Contractor will include the provisions of the paragraphs listed above, in this section 10.11, in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. Contractor will take such action with respect to any subcontract or procurement as NCTCOG, the State, or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, Contractor may request the State to enter into such litigation to protect the interests of the State. In addition, Contractor may request the United States to enter into such litigation to protect the interests of the United States. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 10 of 34 10.12 Disadvantaged Business Enterprise Program Requirements Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any U.S. Department of Transportation (DOT) -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. Contractor shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of DOT -assisted contracts. Each sub -award or sub -contract must include the following assurance: The Contractor, sub -recipient, or sub -contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration ofDOT- assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate. 10.13 Pertinent Non -Discrimination Authorities During the performance of this Agreement, Contractor, for itself, its assignees, and successors in interest agree to comply with the following nondiscrimination statutes and authorities; including but not limited to: a. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. b. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects). c. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits discrimination on the basis of sex). d. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27. e. The Age Discrimination Act of 1975, as amended, (49 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age). f. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). g. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not). h. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. i. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex). J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. k. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, the parties must take reasonable steps to ensure that LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to 74100). i. Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). SHARE MSA 2022-063 Pavement Analysis and Related Services Page 11 of 34 10.14 Ineligibility to Receive State Grants or Loans, or Receive Payment on State Contracts In accordance with Section 231.006 of the Texas Family Code, a child support obligor who is more than thirty (30) days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least twenty-five (25) percent is not eligible to: a. Receive payments from state funds under a contract to provide property, materials or services; or b. Receive a state -funded grant or loan. By signing this Agreement, the Contractor certifies compliance with this provision. 10.15 House Bill 89 Certification If contractor is required to make a certification pursuant to Section 2270.002 of the Texas Government Code, contractor certifies that contractor does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation. If contractor does not make that certification, contractor state in the space below why the certification is not required. 10.16 Certification Regarding Disclosure of Conflict of Interest. The undersigned certifies that, to the best of his or her knowledge or belief, that: "No employee of the contractor, no member of the contractor's governing board or body, and no person who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this contract shall participate in any decision relating to this contract which affects his/her personal pecuniary interest. Executives and employees of contractor shall be particularly aware of the varying degrees of influence that can be exerted by personal friends and associates and, in administering the contract, shall exercise due diligence to avoid situations which give rise to an assertion that favorable treatment is being granted to friends and associates. When it is in the public interest for the contractor to conduct business with a friend or associate of an executive or employee of the contractor, an elected official in the area or a member of the North Central Texas Council of Governments, a permanent record of the transaction shall be retained. Any executive or employee of the contractor, an elected official in the area or a member of the NCTCOG, shall not solicit or accept money or any other consideration from a third person, for the performance of an act reimbursed in whole or part by contractor or Department. Supplies, tools, materials, equipment or services purchased with contract funds shall be used solely for purposes allowed under this contract. No member of the NCTCOG shall cast a vote on the provision of services by that member (or any organization which that member represents) or vote on any matter which would provide a direct or indirect financial benefit to the member or any business or organization which the member directly represents". No officer, employee or paid consultant of the contractor is a member of the NCTCOG. No officer, manager or paid consultant of the contractor is married to a member of the NCTCOG. No member of NCTCOG directly owns, controls or has interest in the contractor. The contractor has disclosed any interest, fact, or circumstance that does or may present a potential conflict of interest. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 12 of 34 No member of the NCTCOG receives compensation from the contractor for lobbying activities as defined in Chapter 305 of the Texas Government Code. Should the contractor fail to abide by the foregoing covenants and affirmations regarding conflict of interest, the contractor shall not be entitled to the recovery of any costs or expenses incurred in relation to the contract and shall immediately refund to the North Central Texas Council of Governments any fees or expenses that may have been paid under this contract and shall further be liable for any other costs incurred or damages sustained by the NCTCOG as it relates to this contract. 10.17 Certification of Fair Business Practices That the submitter affirms that the submitter has not been found guilty of unfair business practices in a judicial or state agency administrative proceeding during the preceding year. The submitter further affirms that no officer of the submitter has served as an officer of any company found guilty of unfair business practices in a judicial or state agency administrative during the preceding year. 10.18 Certification of Good Standing Texas Corporate Franchise Tax Certification Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit corporations that are delinquent in making state franchise tax payments. The undersigned authorized representative of the corporation making the offer herein certified that the following indicated Proposal is true and correct and that the undersigned understands that making a false Proposal is a material breach of contract and is grounds for contract cancellation. 10.19 Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment. Pursuant to Public Law 115-232, Section 889, and 2 Code of Federal Regulations (CFR) Part 200, including §200.216 and §200.471, NCTCOG is prohibited from using federal funds to procure, contract with entities who use, or extend contracts with entities who use certain telecommunications and video surveillance equipment or services provided by certain Chinese controlled entities. The Contractor agrees that it is not providing NCTCOG with or using telecommunications and video surveillance equipment and services as prohibited by 2 CFR §200.216 and §200.471. Contractor shall certify its compliance through execution of the "Prohibited Telecommunications and Video Surveillance Services or Equipment Certification," which is included as Appendix D of this Contract. The Contractor shall pass these requirements down to any of its subcontractors funded under this Agreement. The Contractor shall notify NCTCOG if the Contractor cannot comply with the prohibition during the performance of this Contract. 10.20 Discrimination Against Firearms Entities or Firearms Trade Associations Pursuant to Texas Local Government Code Chapter 2274, Subtitle F, Title 10, prohibiting contracts with companies who discriminate against firearm and ammunition industries. NCTCOG is prohibited from contracting with entities, or extend contracts with entities who have practice, guidance, or directive that discriminates against a firearm entity or firearm trade association. Contractor shall certify its compliance through execution of the "Discrimination Against Firearms Entities or Firearms Trade Associations Certification," which is included as Appendix D of this Contract. The Contractor shall pass these requirements down to any of its subcontractors funded under this Agreement. The Contractor shall notify NCTCOG if the Contractor cannot comply with the prohibition during the performance of this Contract. 10.21 Boycotting of Certain Energy Companies Pursuant to Texas Local Government Code Chapter 2274, Subtitle F, Title 10, prohibiting contracts with companies who boycott certain energy companies. NCTCOG is prohibited from contracting with entities or extend contracts with entities that boycott energy companies. Contractor shall certify its compliance through execution of the "Boycotting of Certain Energy Companies Certification," which is included as Appendix D of this Contract. The Contractor shall pass these requirements down to any of its subcontractors funded under this Agreement. The Contractor shall notify NCTCOG if the Contractor cannot comply with the prohibition during the performance of this Contract. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 13 of 34 10.22 Domestic Preference As appropriate and to the extent consistent with law, the Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Consistent with §200.322, the following items shall be defined as: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. IN WITNESS WHEREOF, the parties have executed this Agreement as of the Effective Date. Roadway Asset Services, LLC Signature Bart Williamson Printed Name 05/24/2023 Date North Central Texas Council of Governments Signature Michael Eastland Executive Director Date SHARE MSA 2022-063 Pavement Analysis and Related Services Page 14 of 34 APPENDIX A Statement of Work The Contractor shall provide or implement one or more of the following Contract Items for Pavement Analysis and Related Services for existing SHARE Member Entities. The following selection of anticipated tasks is not all -encompassing, and additional Pavement Analysis and Related Services tasks may be requested by SHARE Members; if desired. The following categories of pavement analysis services comprise the essential elements of the contracted services available under this Agreement: • Pavement Data Collection • Asset Inventory • Pavement Management Analysis • Electronic Products • Pavement Structural Analysis • GIS Related Services • Value Added Services Contract Item #1 Pavement Data Collection: Automatically and continuously measure pavement cracking, texture, rutting and geometrics. Equipment used for rut measurement shall be capable of measuring both wheel track ruts simultaneously. 2. Collect pavement surface distress and structural condition information through automated means for all Participant -owned roadways. Provide a customized digital condition rating system to collect user defined severity/extent- based pavement distresses and pertinent roadway attributes to accommodate a standardized approach to collecting data. 4. Collect dual -wheel path roughness data to International Roughness Index standards. 5. Collect pavement performance information that includes rutting using a minimum of seven (7) sensors (include pricing for nine (9) sensors as well), fatigue cracking, transverse cracking using a minimum of four (4) sensors, and longitudinal cracking 6. Perform friction testing 7. Measure lane striping reflectivity quality Contract Item #2 Asset Inventorv: 8. Collect sidewalk data to include location, length, width, location in relation to curb and if greenspaces exist between curb and sidewalk, and sidewalk condition to create shapefiles (.shp) for incorporation into the Participant's GIS system, if applicable. 9. Collect sidewalk Barrier Free Ramp data to include location, configuration, presence of SHARE MSA 2022-063 Pavement Analysis and Related Services Page 15 of 34 truncated domes or other detectable warning feature, and condition and create shapefiles (.shp) for incorporation into the Participant's GIS system, if applicable. 10. Collect roadway sign data to include type and location and create shapefiles (.shp) for incorporation into the Participant's GIS system, if applicable. 11. Collect photos of Barrier Free Ramps, sidewalks, curb condition, drive approach, and/or roadway signs inventoried under items 8, 9, and 10 above. 12. Collect location of curb and gutter and create shapefiles (.shp) for incorporation into the Participant's GIS system, if applicable. 13. Collect location and type of visible in -pavement features such as valves, manhole covers, etc. and create shapefiles (.shp) for incorporation into the Participant's GIS system, if applicable. 14. Collect locations of trees, including height and spread 15. Collect bike lane locations, including width, length, and associated signage and striping. 16. Utilize Ground Penetrating Radar for relocating utilities (for maintenance plans). 17. Collect data on location and surface condition of bridge approaches 18. Collect information on bridge deck condition 19. Perform Parking Lot Pavement Condition Assessment (Thru-Travel Lanes) w/ Inventory, Attribute, & Geodatabase Development 20. Right of Way Assets Database Development (GPS & Camera Configuration): a. Sign & Support Database Development b. Markings & Striping Database Development C. Traffic Signals/ Flashers. Controllers Database Development d. Street Lights Database Development e. Drop Inlets Database Development f. Drivepads Database Development g. Bridges Database Development h. Speed Humps Database Development i. Street Furniture Database Development j. Cattle Guards Database Development k. Guardrails & Roadside Pedestrian Fence Database Development 1. Culverts and Ditches in. Cabinets n. Utility Poles o. Fire Hydrant P. Medians Database q. Valves r. Manhole Covers S. Trees t. Catch Basins/ Drainage Inlets from Master Drainage Plan U. Sidewalk Database Development V. Curb & Gutter Database Development Contract Item #3 Pavement Management Analvsis: 21. Calculate the International Roughness Index (IRI) for each road segment in accordance with ASTM E1926. Provide results compatible with the Participant's GIS database, if applicable. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 16 of 34 22. Calculate a Pavement Condition Index (PCI) score for each road segment using an approved pavement management system and in accordance with ASTM D6433 or ASTM E3303. Provide results compatible with the Participant's GIS database, if applicable. 23. With input from Participant's staff, devise a weighing system taking into account PCI, IRI, average daily traffic for thoroughfares (traffic count raw data provided by Participant), public safety emergency routes, and apply this 0-100 numeric index to the roadway information collected for the entire jurisdiction. Provide results compatible with the Participant's GIS database, if applicable. 24. Estimate the annual budget required to meet the long-term goals regarding desired pavement condition levels. 25. Create a five-year and ten-year pavement rehabilitation plan with input from Participant's staff. 26. Recommend the computer hardware and software needed for successful implementation, potentially including recommendations for licenses of pavement management system software and other geodatabase software as needed. 27. Train Participant staff and provide assistance to the Public Works and IT Department as needed for the use of data collected through the fully automated system. Contract Item #4 Electronic Products: 28. Roadway information that shall be collected and provided to the Participant at a minimum includes: a. Street Name b. Endpoint One, Endpoint Two, and Segment ID Segment Length and Pavement Width d. Inventory Date Pavement Type f. Segment Functional Classification g. Pavement condition scored depending on the requirements of local government Participant(s) (Example: Pavement condition scored as one of the MicroPaver 19 surface distress codes with corresponding unit of measure scored every 100 feet longitudinally) h. Pavement performance information that includes rutting, fatigue cracking, transverse cracking, and longitudinal cracking Pavement age (if necessary to develop pavement life curves) 29. Collect digital images at 25-foot intervals of the road surface condition and link to a geodatabase (minimum forward facing imagery). 30. Load assessment data for all Participant -maintained pavements into a pavement management system required by local government Participant(s), if applicable. (Example: MicroPaver). The assessment data shall include visual observations, photographs and measurements collected by instrumentation. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 17 of 34 31. Implement map module so that pavement condition and other data can be integrated, displayed, and accessed through the map interface in a format consistent with the Participant's horizontal and vertical control network system, if applicable. 32. Provide to the Participant the pavement condition data in a pavement management system database approved by Participant. Coordinate with the Participant's IT department to provide pavement condition data in a format compatible with the Participant's Environmental Systems Research Institute (ESRI) GIS database, if applicable. 33. Asset management tools or systems (not just collection) (i.e. 15-year plan about how to fix or repair assets). Contract Item #5 Pavement Structural Analvsis: 34. Collect and analyze pavement structural condition information through the use of a falling weight deflectometer in accordance with industry standards on designated participant -owned roadways. 35. Collect and analyze pavement structural condition information through the use of Ground Penetrating Radar (GPR) in accordance with industry standards on designated participant - owned roadways. 36. Collect and analyze pavement structural condition information through the use of pavement cores in accordance with industry standards on designated participant -owned roadways (traffic control included). Contract Item #6 GIS Related Services: 37. GIS Clean -Up Services 38. GIS Support Services 39. GIS Remote Training Sessions from GIS Manager/ Expert (2-Hour Sessions) Contract Item #7 Value Added Services: 40. Full Written Final Report- Firm shall prepare and submit a written project report summarizing the work performed, dates of collection, methodology, and results. 41. Project Presentation- Firm shall prepare and present a written project report summarizing the work performed, dates of collection, methodology, and results to the Participant's legislative body. 42. Provide Curb Ramp and ADABarrier Free Ramp Compliance Survey. 43. Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy and abilities to use data for attribute registration and conditions. a. Photogrammetry b. Mobile Lidar 44. Generic asset types, allowing for any item within line of sight of the collection vehicle. a. Above ground point asset b. Above ground linear asset c. At grade point asset SHARE MSA 2022-063 Pavement Analysis and Related Services Page 18 of 34 d. At grade linear asset 45. Provide consultancy services to develop linework in GIS for missing sidewalks in order to quantify and identify on a map. Contractor Pledged Services: The awarded Contractor(s) shall provide all necessary field inspectors, vehicles, tools, equipment, traffic control and other services required to perform this work. No engineering services are available under this contact. Any activities that Participant and/or Contractor deem to require the service(s) of an engineer must be procured separately and are the sole responsibility of that party. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 19 of 34 SHARE MSA 2022-063 Pavement Analysis and Related Services Page 20 of 34 APPENDIX A.1 Pricing for Txshare Cooperative Purchase Program Participants For Pavement Analysis and Related Services, Contractor shall quote participating SHARE Entities the rates and/or discount required for a custom implementation of the services specified by the RFP. Contractor's proposed rates for related Pavement Analysis and Related Services are found below. Proposed % Category # Description Yes No Discount 1 Pavement Data Collection X 10 % 2 Asset Inventory Management X 10 % 3 Pavement Management X Analysis 10 % 4 Electronic Products X 10 % 5 Pavement Structural X Evaluations 10 % 6 GIS Related Services X 10 % 7 Value Added Services X 10 % SHARE MSA 2022-063 Pavement Analysis and Related Services Page 21 of 34 RFP 2022-063 Pavement Analysis and Related Services Attachment A (per Exhibit D) - Pricing Proposal Form Proposed prices shall include all field inspectors, vehicles, tools, equipment, traffic control, contractor maintenance, and customer service support necessary to provide the desired services. Respondents must not include mobilization fees in their pricing and may not include them in any contract(s) that result from this RFP. If a respondent elects to submit a percentage discount off their catalog pricing for any or all of their services, the corresponding price for each numbered activity listed in Attachment A must account for the proposed discount listed in Exhibit C. If you are not proposing a percentage -discount, please use your established list price for each for each numbered pavement analysis and related services activity. [Example: If your catalog price is $100 per unit, and you indicate a 5% discount from catalog pricing in Exhibit C, your pricing form in Attachment A should reflect a unit price of $95. Conversely, if your catalog price is $100 per unit, and you indicate a 0%discount or N/A in Exhibit C, your pricing form in Attachment A should reflect a unit price of $100.] Service Category #1: Pavement Data Collection Provide Price Per Tiered Group A B C=AxB Activity # Activity Description Unit Unit Base Cost ($) Unit Cost ($) 0-200 Unit Cost ($) 201-700 Lane Mlles Lane Mlles Unit Cost ($) 70. Total units Agreed Upon Cost Lane Mlles ($)/Unit Total Agreed Upon Cost ($) 1 Automatically and continuously measure pavement cracking, texture, rutting and geometric,. Equipment used for rut measurement shall be capable of measuring both wheel track ruts simultaneously. Lane Mile $147 $121 $97 0 2 Collect pavement surface distress and structural condition information through automated means for all Participant -owned roadways. Lane Mile' $1 $1 $1 0 3 Provide a customized digital condition rating system to collect user defined severity/extent based pavement distresses and pertinent roadway attributes to accommodate a standardized approach to collecting data Lump Sum $2,500 0 4 Collect dual -wheel path roughness data to International Roughness Index standards. Lane Mile' S1 51 $1 0 5 Collect pavement performance information that includes rutting using a minimum of seven (7) sensors (include pricing for nine (9) sensors as well), fatigue cracking, transverse cracking using a minimum of four (4) sensors, and longitudinal cracking Lane Mile' $1 $1 $1 0 6 Perform friction testing Lane Mile' $200 $200 $200 0 7 Measure lane striping reflectivity quality Lane Mile' $70 $65 $60 0 Service Category #2: Assest Inventory Provide Price Per Tiered Group A B C=AxB Activity Description Unit Unit Base Cost ($) Unit Cost ($) 0-200 Unit Cost ($1,201-700 Lane Mlles Lane Mlles Unit Cost ($) 700t Total Units Agreed Upon Cost Lane Mlles ($)/Unit Total Agreed Upon Cost ($) g Collect sidewalk data to include location, length, width, location in relation to curb and if greenspaces exist between curb and sidewalk, and sidewalk condition to create shape (,hp) files for incorporation into the Participant's GIS system, if applicable Lane Mile' $s0 $as $a0 0 0 9 Collect sidewalk Barrier Free Ramp data to include location, configuration, presence of truncated domes or other detectable warning feature, and Lane Mile 1 $50 condition and create shape (.shp) files for incorporation into the Participants GIS system, if applicable 10 Collect roadway sign data to include type and location and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable. Lane Mile 1 $75 0 11 Collect photos of Barrier Free Ramps, sidewalks, curb condition, drive approach, and/or roadway signs inventoried under items 8, 9, and 10 above. Lane Mile 1 $1 0 12 Collect location of curb and gutter and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable. Linear Feet $0.02 0 13 Collect location and type of visible in -pavement features such as valves, manhole covers, etc. and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable. Lane Mile 1 $40 0 14 Collect locations of trees, including height and spread Lane Mile 1 $85 0 15 Collect bike lane locations, including width, length, and associated signage and striping. Linear Feet $0.02 0 16 Utilize Ground Penetrating Radar for relocating utilities (for maintenance plans). Linear Feet $2.35 0 17 Collect data on location and surface condition of bridge approaches Each $10.00 0 18 Collect information on bridge deck condition Each $5.00 0 19 Perform Parking Lot Pavement Condition Assessment (Thru-Travel Lanes) w/ Inventory, Attribute, & Geodata base Development Square yard $0.15 0 20 (a-v) below: Fight of Way Assets Database Development (GPS & Camera Config ): 20a Sign & Support Database Development Each $3.00 0 201, Markings& Striping Database Development Each $4.00 0 20c Traffic Signals/ Flashers and Controllers Database Development Each $2.50 0 20d Street Lights Database Development Each $2.25 0 20e Drop Inlets Database Development Each $2.25 0 20f Drivepads Database Development Each $2.25 0 20g Bridges Database Development Each $4.00 0 20h Speed Humps Database Development Each $2.50 0 20i Street Furniture Database Development Each $2.75 0 20j Cattle Guards Database Development Each $2.50 0 20k Guardrails & Roadside Pedestrian Fence Database Development Each $4.00 0 201 Culverts and Ditches Database Development Each $2.75 0 20m Cabinets Database Development Each $4.00 0 20n Utility Poles Database Development Each $2.25 0 20o Fire Hydrant Database Development Each $2.25 0 20p Medians Database Development Each $4.00 0 20q Valves Database Development Each $2.25 0 20r Manhole Covers Database Development Each $2.25 0 20s Trees Database Development Each $3.50 0 20t Catch Basins/ Drainage Inlets from Master Drainage Plan Database Development Each $2.50 0 20u Sidewalk Database Development Each $3.00 0 20v Curb & Gutter Database Development Each $3.00 0 Service Category #3: Pavement Management Analysis 10 Provide Price Per Tiered Group A B C=A.B kAlfwily Unit Unit Base Cost unit Cost M 0-200 unit Cost M 201-700 Unit Cost ($) 700e total Units, Agreed Upon Cost Total Agreed Upon Activity Description ($) Lane Mlles Lane Mlles Lane Mlles ($)/Unit Cost M Calculate the International Roughness Index (IRI)for each road segment in accordance with ASTM E1926. Provide results compatible with the 21 Participant's GIS database, if applicable. Lane Mile' $1 $1 $1 0 Calculate a Pavement Condition Index (PCI) score for each road segment using an approved pavement management system and in accordance with $29 $29 $29 22 ASTM D6433 or ASTM E3303. Provide results compatible with the Participant's GIS database, if applicable. Lane Mile' 0 With input from Participant's staff, devise a weighing system taking into account PCI, IRI, average daily traffic for thoroughfares (traffic count raw data 23 provided by Participant), public safety emergency routes, and apply this 0-100 numeric index to the roadway information collected for the entire Lane Mile' $7,500 $0 $1 $2 0 jurisdiction. Provide results compatible with the Participant's GIS database, if applicable. Cost includes base cost plus lane mile unit cost. 24 Estimate the annual budget required to meet the long-term goals regarding desired pavement condition levels. Cost includes base cost plus lane mile Each Participant $5,000 $0 $1 $2 o unit cost. 25 Create a five year and ten year pavement rehabilitation plan with input from Participant's staff. Cost includes base cost plus lane mile unit cost. Each Participant $2,500 $0 $1 $2 0 26 Recommend the computer hardware and software needed for successful implementation, potentially including recommendations for licenses of Each Participant $1,500 0 pavement management system software and other geodatabase software as needed. 27 Train Participant staff and provide assistance to the Public Works and IT Department as needed for the use of data collected through the fully Day $3,000 automated system. (20 person maximum per class) 0 Service Category #4: Electronic Products Provide Price Per Tiered Group A B C=A.B Unit Unit Base Cost unit Cost M 0-200 unit Cost ($) 201-700 Unit Cost ($) 700e total Units AgreedUponCost Total Agreed Upon Activity # Activity Description ($) Lane Mlles Lane Mlles Lane Mlles ($)/Unit Cost M 28 Roadway information that shall be collected and provided to the Participant at a minimum includes items a. through i. in Exhibit B Lane Mile' $12 $10 $3 0 29 Collect digital images at 25-foot intervals of the road surface condition and link to a geodatabase (minimum forward facing imagery). Lane Mile' $13 $10 $3 0 Load assessment data for all Participant -maintained pavements into a pavement management system required by local government Participant(s), if 30 applicable. (Example: MicroPaver). The assessment data shall include visual observations, photographs and measurements collected by Each Participant $5,000 $1 $5 $7 0 instrumentation. Cost includes base cost plus lane mile unit cost. 31 Implement map module so that pavement condition and other data can be integrated, displayed, and accessed through the map interface in a format Each Participant $7,000 $1 $5 $10 consistent with the Participant's horizontal and vertical control network system, if applicable. Cost includes base cost plus lane mile unit cost. 0 Provide to the Participant the pavement condition data in a pavement management system database approved by Participant. Coordinate with the 32 Participant's IT department to provide pavement condition data in a format compatible with the Participant's Environmental Systems Research Each Participant $2,5W $5 $7 $7 0 Institute (ESRI) GIS database, if applicable. Cost includes base cost plus lane mile unit cost. Provide asset management tools or systems (not just collection) (i.e., 15-year plan about how to fix or repair assets). Cost includes base cost plus lane 33 mile unit cost. Each Participant $7,5W $5 $10 $12 0 Service Category #5: Pavement Structural Analysis Provide Price Per Tiered Group A B C=AxB Unit Unit Base Cost Unit Cost ($) 0.200 Unit Cost ($) 201-700 Unit Cost ($) 70M Total Units Agreed Upon Cost Total Agreed Upon Activity # Activity Description ($) Lane Miles Lane Miles Lane Miles ($)/Unit Cost ($) Collect and analyze pavement structural condition information through the use of a falling weight deflectometer in accordance with industry 34 standards on designated participant -owned roadways. 0 Collect and analyze pavement structural condition information through the use of Ground Penetrating Radar (GPR) in accordance with industry 35 ,t standards on designated participant -owned roadways. 0 Collect and analyze pavement structural condition information through the use of pavement cores in accordance with industry standards on 36 i* designated participant -owned roadways (traffic control included? 0 Service Category #6: GIS Related Services Provide Price Per Tiered Group A e C=A.B Unit Base Cost Unb Cost M 0-200 Unit Cost ($) 201-700 Unit Cost M 7" Agreed Upon Cost Total Agreed Upon Activity # Activity Description Unit ($) Lane Mlles Lane Mlles Lane Mlles Total Units ($)/Unit Cost M 37 GIS Clean -Up Services Each Participant $4,500 0 38 GIS Support Services Each Participant $4,500 0 Be GIS Remote Training Sessions from GIS Manager/ Expert (2-Hour Sessions) Each Participant $500 0 Service Category #7: Value Added Services Provide Price Per Tiered Group A B C=AxB Unit Unit Base Cosc Unit Cost ($) 0.200 Unit Cost ($) 201J00 Unit Cost ($) 7005 Total Units Agreed Upon Cost Total Agreed Upon Activity # Activity Description ($) Wne Miles Lane Miles Lane Miles ($)/Unit Cost ($) I 0 Full Written Final Report- Firm shall prepare and submit a written project report summarizing the work performed, dates of collection, methodology, Each Participant $10,000 O and results. q1 Project Presentation- Firm shall prepare and present a written project report summarizing the work performed, dates of collection, methodology, and Each Participant $3,000 0 results to the Participant's legislative body. az Provide Curb Ramp and ADA/Barrier Free Ramp Compliance Survey Each Participant $5,000 0 Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy and abilities to use data for attribute 43a registration and conditions. Cost Includes base cost plus lane mile unit cost. Lane Mile' $6,500.00 $123 $105 $95 O a.Photogrammetry Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy and abilities to use data for attribute 43b registration and conditions. Cost includes base cost plus lane mile unit cost. Lane Mile' $4,000 $173 $160 $147 0 b. Mobile Lidar Generic asset types, allowing for any item within line of sight of the collection vehicle. Asset types include items a. through d. in Exhibit B. $4,500 $130 $Ils $10o o Cost includes base cost plus lane mile unit cost. Lane Mile' 45 Provide consultancy services to develop linework in GIs for missing sidewalks in order to quantify and identify on a map Hour $150 1 1 o ' Lane mile is to be defined as a mile traveled as 1. A single pass on alleyways 2. A centered single pass on residential streets 3. Includes the outside lane in each direction for collectors and arterials (2 total). 'Spacing for pavement cores to be negotiated with each participant. ** The awarded Contractor(s) shall provide all necessary field inspectors, vehicles, tools, equipment, traffic control and other services required to perform this work. No engineering services are available under this contact. Any activities that Participant and/or Contractor deem to require the service(s) of an engineer must be procured separately and are the sole responsibility of that party." 50 APPENDIX A.2 Service Area Designation Forms RFP 2022-063 Texas Service Area Designation or Identification Proposer Name: Roadway Asset Services, LLC Notes: Indicate in the appropriate box whether you are proposing to service the entire State of Texas Will service the entire State of Texas Will not service the entire State of Texas X If you are not proposing to service the entire State of Texas, designate on the form below the regions that you are proposing to provide goods and/or services to. By designating a region or regions, you are certifying that you are willing and able to provide the proposed goods and services. Item Region Metropolitan Statistical Areas Designated Service Area 1. North Central Texas 16 counties in the Dallas -Fort Worth Metropolitan area 2. High Plains Amarillo Lubbock 3. Northwest Abilene Wichita Falls 4. Upper East Longview Texarkana, TX -AR Metro Area Tyler 5. Southeast Beaumont -Port Arthur 6. Gulf Coast Houston -The Woodlands- SugarLand 7. Central Texas College Station -Bryan Killeen -Temple Waco 8. Capital Texas Austin -Round Rock 9. Alamo San Antonio -New Braunfels Victoria 10. South Texas Brownsville -Harlingen Corpus Christi Laredo McAllen -Edinburg -Mission 11. West Texas Midland Odessa San Angelo 12. Upper Rio Grande ElPaso SHARE MSA 2022-063 Pavement Analysis and Related Services Page 25 of 34 RFP 2022-063 Nationwide Service Area Designation or Identification Form Proposer Name: Roadway Asset Services, LLC Notes: Indicate in the appropriate box whether you are proposing to provide service to all Fifty (50) States. Will service all Fifty (50) States Will not service Fifty (50) States 1) If you are not proposing to service to all Fifty (50) States, then designate on the form below the States that you will provide service to. By designating a State or States, you are certifying that you are willing and able to provide the proposed goods and services in those States. If you are only proposing to service a specific region, metropolitan statistical area (MSA), or city in a State, then indicate as such in the appropriate column box. Item State Region/MSA/City Designated as a Service Area 1. Alabama 2. Alaska 3. Arizona 4. Arkansas 5. California 6. Colorado 7. Connecticut 8. Delaware 9. Florida 10. Georgia 11. Hawaii 12. Idaho 13. Illinois 14. Indiana 15. Iowa 16. Kansas 17. Kentucky 18. Louisiana 19. Maine 20. Maryland SHARE MSA 2022-063 Pavement Analysis and Related Services Page 26 of 34 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. Massachusetts Michigan Minnesota Mississippi Missouri Montana Nebraska Nevada New Hampshire New Jersey New Mexico New York North Carolina North Dakota Ohio Oregon Oklahoma Pennsylvania Rhode Island South Carolina South Dakota Tennessee Texas Utah Vermont Virginia Washington West Virginia Wisconsin Wyoming SHARE MSA 2022-063 Pavement Analysis and Related Services Page 27 of 34 APPENDIX B DEBARMENT CERTIFICATION Bart Williamson being duly (Name of certifying official) sworn or under penalty of perjury under the laws of the United States, certifies that neither Roadway Asset Services, LLC (Name of lower tier participant) are presently: debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in , nor its principals this transaction by any federal department or agency Where the above identified lower tier participant is unable to certify to any of the above statements in this certification, such prospective participant shall indicate below to whom the exception applies, the initiating agency, and dates of action. Exceptions will not necessarily result in denial of award but will be considered in determining contractor responsibility. Providing false information may result in criminal prosecution or administrative sanctions. EXCEPTIONS: Signature of Certifying Official Chief Executive Officer Title 05/24/2023 Date of Certification Form 1734 Rev.10-91 TPFS SHARE MSA 2022-063 Pavement Analysis and Related Services Page 28 of 34 APPENDIX C RESTRICTIONS ON LOBBYING Section 319 of Public Law 101-121 prohibits recipients of federal contracts, grants, and loans exceeding $100,000 at any tier under a federal contract from using appropriated funds for lobbying the Executive or Legislative Branches of the federal government in connection with a specific contract, grant, or loan. Section 319 also requires each person who requests or receives a federal contract or grant in excess of $100,000 to disclose lobbying. No appropriated funds may be expended by the recipient of a federal contract, loan, or cooperative agreement to pay any person for influencing or attempting to influence an officer or employee of any federal executive department or agency as well as any independent regulatory commission or government corporation, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered federal actions: the awarding of any federal contract, the making of any federal grant, the making of any federal loan the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. As a recipient of a federal grant exceeding $100,000, NCTCOG requires its subcontractors of that grant to file a certification, set forth in Appendix B.1, that neither the agency nor its employees have made, or will make, any payment prohibited by the preceding paragraph. Subcontractors are also required to file with NCTCOG a disclosure form, set forth in Appendix B.2, if the subcontractor or its employees have made or have agreed to make any payment using nonappropriated funds (to include profits from any federal action), which would be prohibited if paid for with appropriated funds. SHARE MSA 2022-063 Pavement Analysis and Related Services Page 29 of 34 LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension continuation, renewal amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, US Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature Chief Executive Officer Title Roadway Asset Services, LLC Agency 05/24/2023 Date SHARE MSA 2022-063 Pavement Analysis and Related Services Page 30 of 34 APPENDIX D ATTESTATION OF CONTRACTS NULLIFYING ACTIVITY The following provisions are mandated by Federal and/or State of Texas law. Failure to certify to the following will result in disqualification of consideration for contract. Entities or agencies that are not able to comply with the following will be ineligible for consideration of contract award. PROHIBITED TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT CERTIFICATION This Contract is subject to the Public Law 115-232, Section 889, and 2 Code of Federal Regulations (CFR) Part 200, including §200.216 and §200.471, for prohibition on certain telecommunications and video surveillance or equipment. Public Law 115-232, Section 889, identifies that restricted telecommunications and video surveillance equipment or services (e.g. phones, internet, video surveillance, cloud servers) include the following: A) Telecommunications equipment that is produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliates of such entities). B) Video surveillance and telecommunications equipment produced by Hytera Communications Corporations, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliates of such entities). C) Telecommunications or video surveillance services used by such entities or using such equipment. D) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, Director of the National Intelligence, or the Director of the Federal Bureau of Investigation reasonably believes to be an entity owned or controlled by the government of a covered foreign country. The entity identified below, through its authorized representative, hereby certifies that no funds under this Contract will be obligated or expended to procure or obtain telecommunication or video surveillance services or equipment or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system prohibited by 2 CFR §200.216 and §200.471, or applicable provisions in Public Law 115-232 Section 889. i/The Contractor or Subrecipient hereby certifies that it does comply with the requirements of 2 CFR §200.216 and §200.471, or applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: Bart Williamson Roadway Asset Services, LLC 05/24/2023 SHARE MSA 2022-063 Pavement Analysis and Related Services Page 31 of 34 -OR - El The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of 2 CFR §200.216 and §200.471, or applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: SHARE MSA 2022-063 Pavement Analysis and Related Services Page 32 of 34 DISCRIMINATION AGAINST FIREARMS ENTITIES OR FIREARMS TRADE ASSOCIATIONS This contract is subject to the Texas Local Government Code chapter 2274, Subtitle F, Title 10, prohibiting contracts with companies who discriminate against firearm and ammunition industries. TLGC chapter 2274, Subtitle F, Title 10, identifies that "discrimination against a firearm entity or firearm trade association" includes the following: A) means, with respect to the entity or association, to: I. refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; and 11. refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or III. terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association. B) An exception to this provision excludes the following: I. contracts with a sole -source provider; or 11. the government entity does not receive bids from companies who can provide written verification. The entity identified below, through its authorized representative, hereby certifies that they have no practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and that they will not discriminate during the term of the contract against a firearm entity or firearm trade association as prohibited by Chapter 2274, Subtitle F, Title 10 of the Texas Local Government Code. V The Contractor or Subrecipient hereby certifies that it does comply with the requirements of Chapter 2274, Subtitle F, Title 10. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: Bart Williamson 1e/:1ulxe]9K6JuIW."Wrd DATE: Roadway Asset Services, LLC 05/24/2023 IDIM ❑ The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of Chapter 2274, Subtitle F, Title 10. SIGNATURE OF AUTHORIZED PERSON: NFAu1063a .All0.to]RrXII0991'Wel►F NAME OF COMPANY: DATE: SHARE MSA 2022-063 Pavement Analysis and Related Services Page 33 of 34 BOYCOTTING OF CERTAIN ENERGY COMPANIES This contract is subject to the Texas Local Government Code chapter 809, Subtitle A, Title 8, prohibiting contracts with companies who boycott certain energy companies. TLGC chapter Code chapter 809, Subtitle A, Title 8, identifies that "boycott energy company" means, without an ordinary business purpose, 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 with a company because the company: I. engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; and II. does business with a company described by paragraph (I). The entity identified below, through its authorized representative, hereby certifies that they do not boycott energy companies, and that they will not boycott energy companies during the term of the contract as prohibited by Chapter 809, Subtitle A, Title 8 of the Texas Local Government Code. VThe Contractor or Subrecipient hereby certifies that it does comply with the requirements of Chapter 809, Subtitle A, Title 8. SIGNATURE OF AUTHORIZED PERSON NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: Bart Williamson Roadway Asset Services, LLC 05/24/2023 ❑ The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of Chapter 809, Subtitle A, Title 8. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: SHARE MSA 2022-063 Pavement Analysis and Related Services Page 34 of 34 Rjle45 Roadway Asset Services May 14, 2025 City of Fort Worth 900 Monroe Street Fort Worth, TX 76102 EXHIBIT C Attention: Annie Anand, Business Process Manager Reference: RAS Pavement Management Services Proposal (NCTCOG) Dear Ms. Anand, We have enjoyed the discussions we have had with the City staff regarding pavement management services. We appreciate the opportunity to provide this proposal to provide pavement and asset management services for the City of Fort Worth. Roadway Asset Services, LLC (RAS) is headquartered in Austin, Texas with a regional office in Denton County, and our team is a full -service pavement and asset management consultant that collects pavement performance data using laser based automated technologies and analyzes the data per ASTM D6433 protocols (PCI) and International Roughness Data (IRI). In addition, RAS is a partner of Brightly, and we have the ability to import the pavement condition data and optimized pavement analysis data to the Predictor module. In the last 3 years, RAS has managed over 100,000 miles of pavement condition and right-of-way asset inventory data. RAS has invested in the most sophisticated fleet of roadway asset collection (RAC) vehicles and pavement analysis tools for automated data collection that provides a 100% linear assessment of the roads driven. This methodology removes the subjectivity of rating small sample areas of the road segment. Furthermore, RAS' RAC vehicles have received independent inertial profiler certification for accuracy and repeatability from Texas A&M Transportation Institute (TTI). RAS has a fleet of 5 RAC vehicles to ensure the City that we have the staff and resources to complete this assignment in a timely manner. Our team is fully committed to providing the highest level of service to the City. The RAS team consists of 10 staff members that have previously been involved with Fort Worth pavement analysis projects. We are familiar with the unique complexities of managing your roadway network, and our aim is to offer the technology, resources and innovative tools to exceed expectations. RAS is an approved vendor through the NCTCOG-TXShare purchasing cooperative for Pavement Analysis services. We look forward to building a long-term relationship with the City of Fort Worth. Our team is prepared to deliver a scope of work that is tailored to the needs and goals of the City Stakeholders. Please do not hesitate to reach out with any questions or comments regarding these services. Sincerely, Bart Williamson, FCLS Chief Executive Officer Roadway Asset Services, LLC * 6001 W Parmer Lane #370-1102 * Austin, TX 78727 * 210-837-5249 RJ0415 Roadway Asset Services FIRM OVERVIEW City of Fort Worth Pavement Management Services 1US Roadway Asset Services, LLC (RAS) is a Texas Engineering Firm (License #: F-22104) R-d.W Asset Services headquartered in Austin. Our team is the only North Central Texas Council of Governments (NCTCOG) qualified firm that is headquartered in Texas with a local Dallas Metroplex office. RAS' Senior Pavement Engineer, Scot Gordon, PE, IAM manages our Highland Villages location and retains extensive knowledge on the challenges of managing pavement in Fort Worth due to his active involvement in the City's 2017 previous pavement condition assessment. No team can claim more familiarity with the City's pavement management needs and goals than RAS. Ten (10) of RAS employees were involved in either the 2017 or 2021 pavement management project for the City of Fort Worth. These staff members include: • Scot Gordon, PE, IAM • Rafael Rivera • Sandra Marrero, El • Bart Williamson, FCLS • Mark Kramer, PE, MBA • Mike Powell • Jeff Myers, MSA • Zac Thomason, MBA • Dan White, MBA • Caitlin Parsons The listed staff members, along with 20 other team members, manage automated data collection, perform onsite QA/QC, conduct detailed right-of-way asset _ condition assessments, develop financially optimized budgetary models, supply GIS based deliverables, and_ - provide imports to cities, counties, and transportation agencies across the United States. RAS offers comprehensive experience and subject matter expertise in the fields of engineering, surveying, asset management, transportation planning, and GIS. The RAS team has extensive experience rating pavement per the ASTM D6433 methodology utilizing the 100% continuous linear coverage approach that harnesses advanced line scan laser -based technology (hardware), powerfully engineered sensor -based processing algorithms for distress quantification (software), and an augmented 21st century artificial intelligence for quality assurance. Since 2020, RAS has been contracted to perform pavement management services and ROW asset surveys for agencies of varying sizes across Texas including: • San Antonio • Austin • Frisco • Garland • Seguin • Corpus Christi • Little Elm • Grapevine • Round Rock • Rowlett • Rockwall • North Richland Hills • Amarillo • Galveston • Ennis • Conroe • New Braunfels • Lewisville In addition to local clients, RAS has vast experience with conducting pavement and ROW asset management consulting services for large municipalities. Throughout their careers, the RAS leadership team has managed pavement data and ROW asset collection for 10 of the 20 largest U.S. Cities. This list includes major agencies with complex networks such as: • Chicago, IL (CMAP) • Houston, TX • San Antonio, TX • El Paso, TX • Austin, TX • Fort Worth, TX • Columbus, OH • Charlotte, NC • Indianapolis, IN • Denver, CO • Kansas City, MO • Harris County, TX 2 RA,e*5 Roadway Asset Services City of Fort Worth Pavement Management Services RAS TEAM-S EXPERIENCE WITH PAVEMENT AND ASSET MANAGEMENT SOFTWARE As a software agnostic company, RAS retains diverse experience with right I pavement and asset management software including Brightly and y VUEWorks. RAS is a preferred business partner with Brightly and understands financial analysis and modeling capabilities of the software. RAS has formatted data for import or conducted analysis work in Brightly Predictor or Confirm for: Spalding County, GA; Pueblo, CO; Topeka, KS; Kerrville, TX; Fruita, CO; amongst others. Our team is uniquely qualified to exceed the requirements of this project through our understanding of the local conditions in the City, the use of advanced data collection technology, Artificial Intelligence (AI) processing routines, and rigorous hands-on Quality Control (QC) by an experienced pavement engineering team. RAS understands the VUEWorks data load specifications which is paramount to the success of any active integration. RAS team members have managed pavement or Right -of -Way (ROW) data collection projects that were imported into VUEWorks for: • Amarillo, TX • Galveston, TX • Rowlett, TX • Sioux Falls, SD • Central Texas RMA, TX • Rochelle, IL EXPERIENCE • Farmington, NM • Albuquerque, NM With Deep Texas Roots, RAS is excited to present a strong team with first-hand experience in the complexities of pavement and asset management, processing, analysis, etc., as well as the in-depth knowledge of the technology and methodology needed to complete the work. In addition to data collection, we have a comprehensive understanding of the decentralized asset maintenance process and the need for clear and consistent communication with Stakeholders throughout this project. The RAS leadership team consists of seasoned pavement management professionals who bring over 100 years of database integration and pavement condition survey management. Our team will provide prompt and relevant services as demonstrated by RAS leadership's direct involvement in each project the Firm undertakes. RAS ACTIVE INVOLVEMENT WITH TEXAS AGENCIES A unique feature of the RAS team is our local presence and local knowledge. Scot Gordon recently served as President of the ACEC Tarrant County Chapter and was the Senior Pavement Design Engineer at Kleinfelder. This experience enabled Scot to become familiar with the local roads, local paving materials, and soil conditions. He will be actively involved in daily pavement distress evaluations and QA/QC of the data as it is received. This starts with the pilot data review and onsite field validation that RAS conducts on all assignments. Mr. Gordon will meet with the agency's staff to review the results, discuss the details of the evaluation to verify the measured distresses, and answer any questions that may arise. In addition, RAS is an active member with the American Public Works Association (APWA) and actively presents on the topic of "Pavement Management Innovations" with our clients. RAS co -presented with the City of Galveston on "Rethinking Pavement Management" at the Texas Public Works Association Annual Conference. 3 RJ0415 Roadway Asset Services I Texas �oA�f of Trenspwistlan �� GARYLAND DENTON _J� T99 V` F City of 1 ` New Braunfels Cm'oF Ct11ArGF.STA71r w..qr ndMV i_'y F d ENNIS "A MOBILITY AUTHORITY iexns 1T PROPOSED METHODOLOGY SUMMARIZED SCOPE OF WORK City of Fort Worth Pavement Management Services (ITYOF SAN ANTONIO 01, RAJ Roadway Assel Se-ces City of Rockwall City of� Bellaire `oa4us cy9� ; i O k . J h iesz During our discussions with City staff over previous meetings, RAS understands that the preference for this pavement data collection cycle includes collecting additional data on the local concrete (Rigid-PCC) roadways. This increased sample size will provide valuable information for local PCC roadways that may have differentiating conditions in each thru lane. Please see the mileage calculations to the right. This approach will result in a proposed 5,686 test miles. The standard test -mileage approach, where all locals are surveyed in a single pass, would have summed to a total of 4,436 test miles. For the selected right-of-way asset inventories with a GIS deliverable (signs & guardrails) RAS will review imagery on each side of the roadway, resulting in 7,112 lane miles, or double the centerline. As for the curb & gutter percentage of presence along the segment, that data will be provided as an attribute in the pavement inventory across the 7,112 lane miles. Major Arterial All 466.43 2 932.86 Minor Arterial All 152.79 2 305.58 Collector All 252.25 2 504.5 Local Residential Others 1177.26 1 1177.26 Local Residential Rigid-PCC 1249.78 2 2499.56 Park Street Others 25.02 1 25.02 Park Street Rigid-PCC 1.57 2 3.14 Rural Road Others 222.07 1 222.07 Rural Road Rigid-PCC 6.89 2 13.78 Service Road All 1.36 1 1.36 Ramp All 0.07 1 0.07 Roundabout All 0.55 1 0.55 Totals 3556.04 5685.75 *Gravel and Unpaved roads will not be collected. RAS will also deliver a PowerBl QC portal, deliver a final executive summary report, and format the data for import to Brightly Predictor and VUEWorks. 4 RA,e*5 Roadway Asset Services City of Fort Worth Pavement Management Services PAVEMENT CONDITION SURVEY EQUIPMENT. ROADWAYASSET COLLECTION (RAQ VEHICLES The pavement data will be processed per road segment for the entire roadway network using the continuous and detailed 20-foot linear samples acquired by the RAC Laser Crack Measurement System (LCMS-2) vehicle. RAS will adopt the City's existing GIS linked centerlines and the detailed 20- foot LCMS samples will be processed into 2,500 sq.ft samples following the ASTM D6433 logic. These 2,500 sq.ft samples can then be loaded as sample inspections for every City segment, thus creating multiple inspections for each segment. Alternatively, RAS can also aggregate the 2,500 sq.ft samples to match the City's existing segmentation, thus creating one inspection record for every segment. The RAS approach is comprehensive and nimble enough to evolve with City expectations. The City will receive the condition and analysis results in several formats such as Excel Spreadsheets, geodatabases, and ArcGIS Online prior to the final Brightly Predictor production load and running budget scenarios for the final report. To ensure adequate coverage and exceed ASTM D6433 requirements, the RAC vehicle will A-71P survey arterial, collector, and all rigid-PCC roadways in two directions, while single pass testing the remaining local residential roadways and lesser functional class roads. This will 4 1 be confirmed with the City prior to commencement of field work during the GIS prep ASTIA INTERNATIONAL stages. RAS will calculate an ASTM D6433 PCI score using the detailed extent and severity �`a�EazaaKer�f distress data captured in the field for every segment, for all street functional classifications, and the overall network. In addition, IRI values will be provided for all ' street functional classifications in accordance with the AASHTO R 57. The result will be any 1914 Pavement Condition Index (PCI) with distress quantity, density and deducts for each segment. Once the field pilot and verification of data is completed, processing will continue, and a PowerBl data portal will be delivered with condition data and linked forward -view imagery for City QC. At the completion of the project, the roadway and right-of-way images will be delivered. The pavement condition database for the network will be formatted for import to Brightly Predictor, VUEWorks and the City's GIS environment. To complete the automated pavement condition survey, the RAS team will dedicate RAC vehicles equipped with: • The LCMS-2 camera is a downward -facing laser array providing images used to evaluate data that conforms with ASTM D6433 protocols, which uses two 1-millimeter-pixel resolution line scan cameras to provide a customized digital condition rating system to collect user defined severity/extent-based pavement distresses and rutting. • The pavement distress type, density, severity, and extent are collected with the LCMS-2 and are used to calculate a Pavement Condition Index (PCI) score, between 0-100, that represents the condition of 100% of the driven lanes. • Linear distance measuring to within +/-0.5%. 5 Rile*5 Roadway Asset Services City of Fort Worth Pavement Management Services • High -Definition cameras (utilized for accurate ROW asset capture, extraction, and pavement QA/QC). • A class 1 inertial profiler for simultaneously capturing dual -wheel path _TexasA&M (left and right) International Roughness Index (IRI) measurements to the /Transportation - Institute hundredth inch and RCI measurements, in accordance with AASHTO R48. The profiler has gone through ASTM E-950 certification and has been independently certified by Texas A&M Transportation Institute (TTI). The inertial profiler meets the requirements and will be operated in accordance with AASHTO Standards R 57-10, M 328, R 56-10, and R43M/R43-7. • Applanix POS/LV with DGPS (Provides accurate internal GPS navigation for geo-locating pavement and right of way asset information). The RAS team will conduct pavement survey work on dry pavement and in lighting conditions that ensure accurate crack detection. We will collect imagery during daylight hours only, with no rain, fog, or snow visibility obstructions. Any road segment(s) that exhibits low image quality due to lighting will be recollected at a later time. While RAS is confident our fleet is sufficient to complete the project in a timely manner, it's worth noting we have the ability to lease additional equipment if needed. The industry is currently migrating toward sensor -enhanced artificial intelligence (AI) rating for 100% linear assessment of the roads, in accordance with guidelines within the ASTM D6433 and ASTM E1656. This methodology removes the subjectivity of rating small sample areas of the segment where the sample may not represent the condition of the entire segment. PAVEMENT DATA PROCESSING: AUTOMATED CRACKANALYSIS WITH ROADTRIPT' While the field data collection is on -going, the data will be uploaded to the office environment, where it is imported to the RAS Al enhanced pavement rating tool RoadTRIPT°" (Technical Rating Intelligence Program). The RAS team will be concurrently processing the field data using the RoadTRIP'm software to link, calculate distress densities, classify distress types, calculate an initial PCI, and perform a final QC of the dataset. RoacITRIPTM was programmed with sophisticated algorithms that use sound geometry and distress density to properly classify and quantify pavement distress types. Once the data is imported into o............ 18525 5] RoadTRIP"', the major data processing tasks also occur, such as generation of right-of-way and pavement image streams; calculation of profile, roughness, rutting, detection of cracks, lane- markings, man-made objects, and other - 18528 52 ._.. ° Z .�»_m distresses for HMA and Rigid-PCC _ _ _°1° _ roadways. RoaclTRIPT"' was designed around the ASTM D6433 data collection protocols and contains a PCI calculator that uses ASTM D6433 distress deduct curves and Q-correction in a similar manner as software such as PAVER. This PCI is used for Quality Assurance before importing detailed extent/severity distress data into a hosted PowerBl QC Data Portal and the Brightly Predictor test and production imports. 6 RA,e*5 Roadway Asset Services City of Fort Worth Pavement Management Services DETAILED QUALITY ASSURANCE & QUALITY CONTROL WORK PLAN While the 10-mile pilot data reviewed by RAS and City Staff will illustrate the completeness and accuracy of the RAS data stream, RAS has also developed a detailed 30-page Data Quality Management Plan (DAMP) to provide our clients with a systemized method for assuring data is representative of the conditions present. Included in the DAMP is a description of condition survey procedures, data collection vehicle and system calibration/verification, ranges of accuracy, roadway segment review/verification, and integration into asset management programs. Quality Assurance Step #1 Completeness / Gap Analysis While a simple routine in every project, the cornerstone to project initiation is conducting a complete diagnostic of the GIS inventory, including a full and thorough assessment of the City's GIS centerline and pavement database. This will include a review of the City's data requirements (i.e., what information is needed/desired) and subsequent data gap analysis (what is missing). RAS will include the following in this initial review: a. Base inventory information, (i.e., Functional Class, lengths, areas, surface type, etc.) b. Historical condition information c. Status of survey history d. Construction and maintenance history e. Review of maintenance and rehabilitation treatments and unit costs f. Review of existing pavement deterioration curves Quality Assurance Step #2 — Field Pilot Validation Study The importance of the field pilot cannot be understated as it has become a routine milestone for the RAS Team on all pavement condition projects. The pilot allows RAS to collect, process, and review condition data with City staff to ensure accuracy with the data collection and interpretation protocols. The field pilot will consist of approximately 10 miles. The review of the RAS condition data will be hosted by Senior Pavement Engineer, Scot Gordon, PE, IAM in the field, where he will review site conditions with City Staff. Scot uses a field tablet that contains the segment PCI scores along with the deduct points assigned to each distress such that everyone understands the PCI impacts of distresses that are present. If issues are confirmed in the field, then corrective action to the initial field pilot will be processed for City review prior to commencing the full network data processing activities. The field pilot allows the RAS team to accommodate local roadway design, soil conditions, modify the distress processing software, and proceed forward with network -level data processing. Discussions during the field visit help calibrate the actual distress conditions that trigger treatment options. "The pilot data field validation was crucial to our acceptance and buy -in on our pavement quality assessment. Mr. Gordon explained each condition, the methods of measurement of the distresses, and how the PCI score calculations could help us understand the meaning and relationship of the values to our perceptions of pavement performance. This personalized process allowed us to make maintenance decisions from the data provided with confidence." Zayne Huff, City of South lake 7 RA,e*5 Roadway Asset Services City of Fort Worth Pavement Management Services As a part of this step, a PowerBl QC Data Portal will be delivered to the City. This portal is fully customizable to the City's needs and will include filters for OCI data, pavement types, Districts, and Pilot areas. Specific distress data (quantity, density, and deducts), widths, and a link to imagery is included with the portal. As a cornerstone to the development of quality data deliverables, Scot Gordon, PE has performed a pilot data field validation with city staff on hundreds of pavement condition surveys. Throughout his career, Scot has worked with agencies on the field pilot data validation including but not limited to: • Harris County, TX • Corpus Christi, TX • Chicago MAP, IL • Galveston, TX • Houston, TX • Indianapolis, IN • Fort Worth, TX • Salt Lake City, UT Quality Assurance Step #3 — Subsystem Monitorinq in the Field • San Antonio, TX • Denver, CO • Albuquerque, NM • Charlotte, NC During the survey, the collection software monitors the GPS subsystems and alerts the operator if the GPS feed drops out or if GPS quality is compromised. It displays the satellite count, which should normally remain above four (4). If Qu"� the satellite count falls below that threshold due to the vehicle entering a tunnel, driving under a bridge, or driving in a region with tall buildings, this will ( • be displayed for the operator. The IMU will provide acceleration -based corrections during this time to ensure that GPS accuracy is maintained as much as possible. Depending on the grade of IMU used in the system, even total GPS outages of 1-3 minutes can be tolerated with almost no degradation in positional accuracy. The collection software monitors the status of the subsystems that have been installed and enabled. A summary screen is displayed for the operator which shows representative data values and images in real- time, along with any warnings or errors being generated based on real-time diagnostics. As part of standard practice, the operator continuously monitors the validity of data being collected and reported by the quality monitoring systems. Internal Daily Progress Reports are produced by uploading sensor, GPS, and event data and matching against the road network definition. Progress reports include the following, road sections collected, length discrepancies, and remaining sections to be completed. Calibration of the laser profiling system includes laser sensor checks and block tests to ensure the accuracy of the height sensors, accelerometer calibration "bounce tests" to verify proper functioning of the height sensors and accelerometers, and distance calibration to ensure accuracy of the DMI. Calibration of the DMI and some accelerometers occurs during field testing, and each is checked and recalibrated regularly. Quality Assurance Step #4 — Automated Crack Analysis & Engineer Review The automated crack analysis in RoadTRIPTm detects cracks that are overlaid on the pavement images and offset to assist with the verification of the detected distresses. The longitudinal and transverse crack distresses, which are transformed from the LCMS-detected cracks, are used during reporting to identify where the LCMS-detected cracks are found to result in an unacceptable level of false positives. These affected distress cracks are eventually deleted. During reporting, the distress cracks are defined by road zone and accumulated according to the units defined in the client specification. The RAS data reduction 8 RJ0415 Roadway Asset Services City of Fort Worth Pavement Management Services routine is built into the RoadTRIPTM software as the application was built to consume the detailed LCMS files and reduce them into individual distress extent and severity scores, based on the defined limits (ASTM D6433). The software takes this an additional step by reducing the detailed distress data into a calculated Pavement Condition Index (PCI) for each segment of roadway maintained by the City. The severity levels are verified for resolution through visual quality control checks of image files. Senior Pavement Engineers and Principals of RAS, Mark Kramer, PE and Scot Gordon, PE, will lead a team of experienced pavement inspectors to perform a minimum 10% QC to confirm the distresses and severity of the pavement condition data collected by the automated technology. This manual quality review is performed, in accordance with the principles of the ASTM D6433 standard, using the LCMS pavement images gathered during collection with the distresses superimposed and color coded, such as what can be seen in the corresponding image. Qualitv Assurance Step #5: RAS Data Validation Portal Each RAS client is presented with the raw and processed pavement condition data via Excel, Access, GIS, and Google Earth files. In addition, we provide our clients with a Data Validation Portal (hosted in PowerBl) that can be accessed via connected devices in the field. The RAS Data Validation Portal resides within PowerBl. City staff will have easy access to a map that displays the pavement condition data on a segment -by -segment basis. The user can filter by unique ID, PCI range, pavement type, or functional classification depending on what they would like to visualize. The filters are sz;o ss A a, y �. n^aer�Ha�n,lueg �110 �.� ennyv d e.pn..I, Ps M1� Pn�Ydaco 1ph. Abe kpi wpna. nc urya V' �� ., ..� Y�ij,, c1 avn,i, nu. _ w peen nbema,lry ue v nii wyn e2o65 nuy.mr wyn a�s,s Nhyaoe Hign -. „ � MSw�.. j.mr 9.m ,Z n, mar �w ,sfl3uo nn gaw Moe sx9se3 ' aa,a,ea �� r- .F, Valle H�9h �Faalo a,�rrv�9h � nky pLowh l - `.Mem,ys care gHlaw rawrrvsmm aw b9w �u;ns mm Ht'ng .awx�g Moa ms ... ra,a� ia,g r�.�w Hyn ��� x,e,.3 °ns rc.�. Hyn uszaac., �o�r�rc H�yn y,wn - also fully customizable, as clients have included districts and other factors to make the filter process more streamlined. Example: Upon clicking on the desired segment for inspection, the distress deducts are then displayed in the lower right-hand side of the screen, indicating that this particular segment with a PCI of 68 is largely impacted by high and moderate severity alligator cracking in addition to low severity longitudinal/transverse cracking. 9 RJ0415 Roadway Asset Services ile i-r Export - L' snare In CharmTeams Q Get insights T' Sob —bet- report .. City of Fort Worth Pavement Management Services 1R 95251 66 334 56 m I=1-1=1 Asphalt Biesterfield Or a AMARiuo PAaR 95610 62 297 52 Asphalt Big Oak Dr Rtrouwoo°J¢ 95820 54 439 4o Asphalt Big River Rd nEv.x 95821 49 456 37 Asphalt Big River Rd TexclEwoon ANllMNWd 96130 67 289 53 Asphalt Billings Park Dr as 96353 61 274 65 1 Asphalt Billl ngsley Rd '�' peN"�r xippFu FnrtrEs 96357 53 297 62 r'� Asphalt Billingsley Rd oRuio Hei xpRtx x.Mix, sourx 96810 45 427 42 oi� Asphalt Ed— OR Av 96820 62 304 6o Asphalt Bilmark Av _ EE 5 F` suwRcnEaR 96B40 62 390 47 `rJ' Asphalt Bilmark Av i kr a'Rd 96850 58 282 64 Asphalt Bil—k Av i ATAxm VN IOx IUNRER 197432 64 258 68 `@J Asphalt Bingham Dr 97433 96 316 59 ". Asphalt Bingham Or —1-lRE HR 97620 69 418 43 Asphalt Birch Ct Rrox Hies 99440 70 150 84 Asphalt Birnen Dr caFFnv�cu: euu.-sxAMROFR^ sHutxon PJu<x Alligator High 3.1 Alligator High 0.6 ,m Alligator Low 4.4 Alligator Low 0.9 o MSJ PARR Alligator Mod 2.2 Alligator Mod 0.4 PfAEA xuss ' sn.m ° Block Low 37.8 Block Low 7.7 Long Trans Low 106.7 Long Trans Low 6.6 _ r" Long Trans Mod 3.3 Long Trans Mod 02 R �= —a— Wxq Rut Low 0.3 Ruf Low 01 Miow°oo GiJiS Weathering High 111 —all enng Lnw 1000 - Weathenng Low 493.2 t z! Weathering Mad 0.0 We: BRg <xfkAY &iMR(REER-Vp�P}i[ Tan.®2R2yf.4.mmL;:po�aaon T_ Condition 5 - Fair RASID On Street Pavement Type Alligator High 24.5 Alligator Low 9.5 Alligator Mod 14.0 Block Low 6.7 Long Trans Low 133 Long Trans Mod 0.8 Rut Low 07 Weathering Low 50 The user can then click on an image link to verify the displayed distress deducts by virtually driving down the segment, spaced every 20-feet. After clicking the image link for that pavement segment, the high - resolution images are then populated such that the user can virtually drive the segment in question to visually verify the average PCI or even the detailed distress deducts. The purpose of this application is to assist the City in their review of the RAS inspection data and create a highly visualized space in which to do so. 10 RA,e*5 Roadway Asset Services RIGHT-OF-WAYASSET INVENTORIES City of Fort Worth Pavement Management Services All collected pavement and ROW imagery will be provided in appropriate state plane coordinates, while being collected during the field surveys. The imagery for Signs and Guardrails will be delivered in .jpeg format, on a hard drive, associated with a Personal Geodatabase. The HD images can be post -processed using RAS software to collect attributes for each asset type requested and captured by City staff. For Curb & Gutter, the deliverable will be included as an attribute in the pavement database. For all ROW asset inventories, RAS reviews and performs attribution on both sides of the centerline, resulting in a total of 7,112 total lane miles for these tasks. Signs, listed as a point feature, the following attributes are commonly captured (the final list of attributes will be determined with input from the City staff): AssetlD, X,Y location, sign type (MUTCD code), sign text, photo image link, physical condition rating (good, fair, poor), location, support structure type, sign direction, and comments. Guardrails will be captured with the following attributes: AssetlD, Travel Direction (E, NE, etc.), Side of Road, Type (Bike/Pedestrian Rail, Cable, Concrete Barrier, Other, W-Beam), Condition (Good, Fair, Poor), Location (Street Name asset located on), Photo Image link, Length. Curb & Gutter data has been requested by the City, and RAS would identify the amount of curb present on each segment by percentage on the "left side" and the "right side" of the road relative to the segment length. The percentage of "Curb Unacceptable" is based on damaged curbs as a percent of the segment. This curb & gutter data will be included as an attribute to the pavement centerline. This will not include digitizing curb/gutter linework as a separate feature class as this type of inventory development remains optional. The RAS asset extraction system is not limited to the assets identified above as we can inventory and extract attributes on nearly any asset that can be identified in the images. Other common roadside features for capture include: pedestrian curb ramps, sidewalk obstructions, signs, traffic signal, streetlight, fire hydrants, bus stop shelters, medians, pavement markings, pavement striping, drop inlets, speed humps, cabinets, utility poles, medians, manhole covers, culverts, cattleguards, and many others. Data Dictionary Development for GIS Deliverables (Signs and Guardrails) The attributes/fields identified in the table below represent the standard attributes included for most RAS clients. The signs and guardrails will be linked to the adjacent pavement section ID and GIS-hyperlinked imagery. XY locations for each sign and sign support will be plotted to GIS, whereas guardrails will be a linear feature class. For the Fort Worth Gap Analysis of the existing inventories, attribution will be confirmed prior to extraction activities RJ0415 Roadway Asset Services Sign & Support Data Dictionary City of Fort Worth Pavement Management Services Signs AssetlD Integer 100000 Unique GIS identifier for each sign XY Location Integer 41.40338, 2.17403 GPS location in decimal degrees Route Name Text Michigan Ave. Name of the roadway the asset is located on Photo Image Link Text Hvperlink Link to the imagery (provided via external hard drive) MUTCD Code Text R1-1 MUTCD code Sign Text Text Stop Auto populated from MUTCD Manual Condition Text Fair Visual rating of the condition of the structure: 1-Good, 2-Fair, 3-Poor Sign Face Direction Text S Direction of the sign face: E-W-N-S-NW-NE-SW-SE Obstructed Text No Identifies if the sign is obstructed: Yes or No Legend Color Text White Auto populated from MUTCD Manual Back Color Text Red Auto populated from MUTCD Manual Comments Text Faded Text Comments generated from GIS technician Supports Asset ID Integer 200000 Unique GIS identifier for each support XY Location Integer 41.40338, 2.17403 GPS location in decimal degrees Road Name Text Michigan Ave. Name of the roadway the asset is located on Photo Image Link Text Hvperlink Link to the Ladybug imagery (provided via external hard drive) Construction method of support structure: Post (Freestanding), Bridge, U- Support Structure Type Text Post Channel, Utility Pole, Mast Arm, Streetlight, Signal Support Material Text Wood Comments generated from GIS technician Condition Text Fair Visual rating of the condition of the structure: 1-Good, 2-Fair, 3-Poor Post Total Integer 3 Number of signs affixed to support structure Comments Text None Comments generated from GIS technician 1-Good: sign is visible, not faded, straight/upright, legible, no graffiti 2-Fair: sign has minor to no visual defects with good visibility, not faded, straight/upright, legible, no graffiti = sign that may need replacement after 5 or more years 3-Poor: sign has many visual defects with poor visibility faded, bent, or pushed over (sign panel or post), heavy graffiti; obstructed; not visible or legible = sign needs immediate replacement Guardrails AssetlD Integer 100000 Road Name Text Michigan Ave Photo Image Link Text Hyperlink Condition Text Fair Side of Road Text E Travel Direction Text N Type Text Cable Comments Text Misc. Guardrails Data Dictionary Unique GIS identifier for each structure Name of theroadway the asset is located on Linkto the Ladybug imagery (provided via external hard drive) Visual rating of the condition of the structure: 1-Good, 2-Fair, 3-Poor Location of the structure on the road (for that travel direction): E-W-N-S Placement of the guardrail structure relative to travel direction: E-W-N-S- N W-N E-S W-S E The construction methodology of the structure: cable, concrete barrier, w- beam, barrier -bar, other Comments generated from GIS technician 1-Good: structure has no visible damage 2-Fair: structure has minor visible damage such as scuffs, dents or graffiti 3-Poor: structure has visible structural damage such as sections with gaps or missing components; twisted/bent/down sections 12 Task Description / Milestone Month 7 8 9 10 11 12 13 14 15 1 Project Initiation, Kick -Off, & Centerline Identification 2 Field Set -Up & GPS Network Creation 3 --------------------------------------- Roadway Asset Collection (RAC) Vehicle Mobilization -------------------------------------------- L4 ------------------------------------- RAC Pavement Distress & Imagery Collection ----------------------------------------•-----I j5 Pavement Data Extraction, Processing & Image Linking j r-------------------------------------'---- ---- --- ---- ---- - — — — -- - -- --- - — -- - I 6 ---------------------------------------------- ASTM D(i433 Rating and IRI and --- ---- ---- --- J ---- t---- L--- J ---- I t------------------- 7 On -site Pilot Validation and City Reviews 8 Delivery of PCI Data and PowerBI GIC Portal 9 --------------------------------------- Data Format for Brightly's Predictor -------------- ----------------------------- ------ — ---- ---- 1 10 Review of Draft Report & Final OCI Data --------------------------------------- 11 Delivery of Final Report ---- ---------- ---- ---------- ---- ---------- ---- -- ----- ---- 12 ROW Asset Inventory Database Development PM Scheduled Project Meetings (Weekly Dashboard Updates) ' Prep/GISDatabase Work Field Workl Client Reviews/Meetings Extraction/Evaluation/QC Work 1Fi na l Deliverable CRITICAL PATH COMPONENTSI I L - J L Cu m rD Cu Z3 n v_ 00 ,� 3 -0, rD h 0 L" M �• 0 n � rD '* cn S t RJ0415 Roadway Asset Services COST PROPOSAL City of Fort Worth Pavement Management Services Below you will find a summary of the budget associated with the services discussed during our meeting and in this document. The RAS services are available for procurement on the local TX Share - NCTCOG purchasing co-operative. The link to the RAS contract documents can be reviewed at this link: htti)s://txshare.orR/ava ila ble-contracts/pavement-a naivsis-services/roadwav-asset-services-I Ic The budget summary below lists the total fee for performing a pavement condition assessment, a PowerBl QC Portal, data import to Brightly Predictor data import, and final executive summary report. The summary table below has been derived from the NCTCOG budget sheet approved by NCTCOG. The sheet for the selected services has been appended to this proposal. City of Fort Worth, Texas Pavement Management Program Update Pavement Analysis Sub -Total: $1,001,120.00 ROW Asset Inventories Sub -Total: $1,173,480.00 Project Sub -Total: $2,174,600.00 Discount on Published Rates: $761,327.20 Project Total: $1,413,272.80 RAS Task Correlation to NCTCOG Fee Schedule To simplify the complexity of the NCTCOG fee sheets, the Activity # from the NCTCOG sheet is correlated to the RAS tasks in the table below. 2 Field Set -Up & GPS Network Creation 28 3 Collect Street Network (5,686 Test Miles) 1,2,3,4,5 4 & 5 Roadway Asset Inventory - ASTM D6433 surveys 21,22,23 (PCI+IRI) (5,686 Test Miles) 5 Onsite RAS Data Review of Pilot + PowerBl Data Portal 27 6 Delivery of PCI Data 28,29 7 Imagery Hosting (12 Months Included from Go -Live) 31 8 Data Import to Brightly 30,32 9 ROW Asset Inventory (Signs, Guardrails & Curb/Gutter) Alt — 20a, ALT — 20k Alt — 20v 10 Final Report and Ongoing Support 40 • Italicized Activities (28) are split between multiple RAS Tasks (1,2, & 6) 14 NC`rCOG Fee Schedule City of Fort Worth _ Pavement Asset Management Program Update RA6.5 North Central Texas Councll of Govern — RFP 2022-063 Pavement Analysis and Related Services Attachment A (per Exhibit D) - Pricing Proposal Form Proposed prices shall include all field inspectors, vehicles, tools, equipment, traffic control, contractor maintenance, and customer service support necessary to provide the desired services. Respondents must not include mobilization fees in their pricing and may not include them in any contract(s) that result from this RFP. If a respondent elects to submit a percentage discount off their catalog pricing for any or all of their services, the corresponding price for each numbered activity listed in Attachment A must account for the proposed discount listed in Exhibit C. If you are not proposing a percentage -discount, please use your established list price for each for each numbered pavement analysis and related services activity. [Example: If your catalog price is $100 per unit, and you indicate a 5% discount from catalog pricing in Exhibit C, your pricing form in Attachment A should reflect a unit price of $95. Conversely, if your catalog price is $100 per unit, and you indicate a 0% discount or N/A in Exhibit C, your pricing form in Attachment A should reflect a unit price of $100.1 Service Category #1: Pavement Data Collection Provide Price Per Tiered Group A B C=AxB Unit Cost ($) Unit Cost ($) Unit Cost ($) Unit Base Cost Agreed Upon Total Agreed Upon Unit 0-200 201-700 700+ Total Units Activity # Activity Description ($) Lane Miles Lane Miles Lane Miles Cost ($)/Unit Cost ($) Automatically and continuously measure pavement cracking, texture, rutting and geometries. Equipment 1 used for rut measurement shall be capable of measuring both wheel track ruts simultaneously. Lane Mile' $147 $121 $97 5686 $97.00 $ 551,542.00 Collect pavement surface distress and structural condition information through automated means for all 2 Participant -owned roadways. Lane Mile' Provide a customized digital condition rating system to collect user defined severity/extent based pavement 3 distresses and pertinent roadway attributes to accommodate a standardized approach to collecting data. Lump Sum 4 Collect dual -wheel path roughness data to International Roughness Index standards. Lane Mile' Collect pavement performance information that includes rutting using a minimum of seven (7) sensors 5 (include pricing for nine (9) sensors as well), fatigue cracking, transverse cracking using a minimum of four Lane Mile' (4) sensors, and longitudinal cracking $2,500 $1 $1 $1 $1 $1 5686 1 $1 5686 $1 5686 6 Perform friction testing Lane Mile' $200 $200 $200 7 Measure lane striping reflectivity quality Lane Mile' $70 $65 $60 Service Category #2: Asset Inventory Provide Price Per Tiered Group Unit Cost ($) Unit Cost ($) Unit Cost ($) Unit Unit Base Cost ($) 0-200 201-700 7I Activity k Activity Description Lane Miles Lane Miles Lane Miles Collect sidewalk data to include location, length, width, location in relation to curb and if greenspaces exist 8 between curb and sidewalk, and sidewalk condition to create shape (.shp) files for incorporation into the Lane Mile' $50 $45 $40 Participant's GIS system, if applicable Collect sidewalk Barrier Free Ramp data to include location, configuration, presence of truncated domes or 9 other detectable warning feature, and condition and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable Collect roadway sign data to include type and location and create shape (.shp) files for incorporation into 30 the Participant's GIS system, if applicable. 11 Collect photos of Barrier Free Ramps, sidewalks, curb condition, drive approach, and/or roadway signs inventoried under items 8, 9, and 10 above. Collect location of curb and gutter and create shape (.shp) files for incorporation into the Participant's GIS 12 system, if applicable. 13 Collect location and type of visible in -pavement features such as valves, manhole covers, etc. and create shape (.shp) files for incorporation into the Participant's GIS system, if applicable. 14 Collect locations of trees, including height and spread 15 Collect bike lane locations, including width, length, and associated signage and striping. 16 Utilize Ground Penetrating Radarfor relocating utilities (for maintenance plans). 17 Collect data on location and surface condition of bridge approaches 18 Collect information on bridge deck condition (must include Activity # 20g) 19 Perform Parking Lot Pavement Condition Assessment (Thru-Travel Lanes) w/ Inventory, Attribute, & Geodatabase Development Lane Mile 1 Lane Mile 1 Lane Mile 1 Linear Feet Lane Mile 1 Lane Mile 1 Linear Feet Linear Feet Each Each Square Yard $50 $75 $1 $0.02 $40 $85 $0.02 $2.35 $10.00 $5.00 $0.15 $1.00 $ 5,686.00 $2,500.00 $ 2,500.00 $1.00 $ 5,686.00 $1.00 $ 5,686.00 A B Agreed Upon Total Units Cost ($)/Unit C=AxB Total Agreed Upon Cost ($) 5/14/2025 Fort Worth NCrCOG Rates 1 of 4 NCTCOG Fee Schedule - City of Fort Worth Pavement Asset Management Program Update RA6.5 North C 1.1 Texas Councll of Gwem-fs 20 (a-v) below: Right of Way Assets Database Development (GPS & Camera Configuration): 20a Sign & Support Database Development Each $3.00 IF $ 20b Markings & Striping Database Development Each $4.00 $ 20c Traffic Signals/ Flashers and Controllers Database Development Each $2.50 $ 20d Street Lights Database Development Each $2.25 $ 20e Drop Inlets Database Development Each $2.25 $ 20f Drivepads Database Development Each $2.25 $ 20g Bridges Database Development Each $4.00 $ $ 20h Speed Humps Database Development Each $2.50 201 Street Furniture Database Development Each $2.75 $ 20j Cattle Guards Database Development Each $2.50 $ $ 201, Guardrails & Roadside Pedestrian Fence Database Development Each $4.00 $ 201 Culverts and Ditches Database Development Each $2.75 tom Cabinets Database Development Each $4.00 $ 20n Utility Poles Database Development Each $2.25 $ 20o Fire Hydrant Database Development Each $2.25 $ 20p Medians Database Development Each $4.00 $ $ 20q Valves Database Development Each $2.25 $ 20r Manhole Covers Database Development Each $2.25 20s Trees Database Development Each $3.50 $ 20t Catch Basins/ Drainage Inlets from Master Drainage Plan Database Development Each $2.50 $ 20u Sidewalk Database Development Each $3.00 $ 20v Curb & Gutter Database Development Each $3.00 L $ Service Category #3: Pavement Management Analysis Provide Price Per Tiered Group A B C=AxB Activity # Activity Description Unit Unit Base Cost ($) Unit Cost ($) 0-200 Lane Miles Unit Cost ($) 201-700 Lane Miles Unit Cost ($) 700+ Lane Miles Total Units Agreed Upon Cost ($)/Unit Total Agreed Upon Cost ($) 21 Calculate the International Roughness Index (IRI)for each road segment in accordance with ASTM E1926. Provide results compatible with the Participant's GIS database, if applicable. Lane Mile' $1 $1 $1 5686 $1.00 $ 5,686.00 Calculate a Pavement Condition Index (PCI) score for each road segment using an approved pavement 22 management system and in accordance with ASTM D6433 or ASTM E3303. Provide results compatible with Lane Mile' $29 $29 $29 5686 $29.00 $ 164,894.00 the Participant's GIS database, if applicable. $ 18,872.00 With input from Participant's staff, devise a weighing system taking into account PCI, IRI, average daily traffic for thoroughfares (traffic count raw data provided by Participant), public safety emergency routes, Lane Mile' 23 and a I Information collected for the entire jurisdiction. Provide ($7,500 base cost pPythis 0-100 numeric index to the roadway results compatible with the Participant's GIS database, if applicable. Cost includes base cost plus lane mile +lane mile unit unit cost. cost) $7,500 $0 $1 $2 5686 $2.00 24 Estimate the annual budget required to meet the long-term goals regarding desired pavement condition levels. Cost includes base cost plus lane mile unit cost. Each Participant $5,000 $0 $1 $2 $ 25 Create a five year and ten year pavement rehabilitation plan with input from Participant's staff. Cost includes base cost plus lane mile unit cost. Each Participant $2,500 $0 $1 $2 $ Recommend the computer hardware and software needed for successful implementation, potentially 26 including recommendations for licenses of pavement management system software and other geodatabase Each Participant $1,500 $ software as needed. $ Train Participant staff and provide assistance to the Public Works and IT Department as needed for the use 27 of data collected through the fully automated system. (20 person maximum per class) Day $3,000 5/14/2025 Fort Worth NCfCOG Rates 2 of 4 NCTCOG Fee Schedule - City of Fort Worth RA6.5 _ Pavement Asset Management Program Update NortM1 C-1.1 Texas Councll of Gwe,nmenfs Service Category #4: Electronic Products Provide Price Per Tiered Group A B C=AxB Unit Cost ($) Unit Cost ($) Unit Cost ($) a�: Unit Base Agreed Upon Total Agreed Upon Unit Cost ($) 0-200 201-700 700+ Total Units Cost ($)/Unit Cost ($) Activity # Activity Description Lane Miles Lane Miles Lane Miles 28 Roadway information that shall be collected and provided to the Participant at a minimum includes items a. Lane Mile' $12 $10 $8 5686 $8.00 $ 45,488.00 through i. in Exhibit B Collect digital images at 25-foot intervals of the road surface condition and link to a geodatabase (minimum Lane $13 $10 5686 $8.00 29 $8 $ 45,488.00 Mile' forward facing imagery). Load assessment data for all Participant -maintained pavements into a pavement management system Lane Mile' 30 required by local government Participant(s), if applicable. (Example: MicroPaver). The assessment data shall ($5,000 base cost $5,000 $1 $5 $7 5686 $7.00 $ 44,802.00 include visual observations,photographs and measurements collected b Instrumentation. Cost includes + Y � lane mile unit base cost plus lane mile unit cost. cost) Implement map module so that pavement condition and other data can be integrated, displayed, and Lane Mile' 31 accessed through the map interface in a format consistent with the Participant's horizontal and vertical ($7,000 base cost+ $7,000 $1 $5 $30 5686 $10.00 $ 63,860.00 control network system, if applicable. Cost includes base cost plus lane mile unit cost. lane mile unit cost) Provide to the Participant the pavement condition data in a pavement management system database Lane Mile' 32 approved by Participant. Coordinate with the Participant's IT department to provide pavement condition ($2,500 base cost $2 500 $5 $7 $7 5686 $5.00 $ 30,930.00 data in a format compatible with the Participant's Environmental Systems Research Institute (ESRI) GIS + lane mile unit database, if applicable. Cost includes base cost plus lane mile unit cost. cost) Provide asset management tools or systems (not just collection) (i.e., 15-year plan about how to fix or repair 33 Each Participant assets). Cost includes base cost plus lane mile unit cost. $7,500 $5 $10 $12 $ - Service Category #5: Pavement Structural Analysis Provide Price Per Tiered Group A B C=AxB Unit Cost ($) Unit Cost ($) Unit Cost ($) Unit Base Agreed Upon Total Agreed Upon Unit Cost ($) 0-200 201-700 700+ Total Units Cost ($)/Unit Cost ($) Activity # Activity Description Lane Miles Lane Miles Lane Miles Collect and analyze pavement structural condition information through the use of a falling weight 34 ** deflectometer in accordance with industry standards on designated participant -owned roadways. $ Collect and analyze pavement structural condition information through the use of Ground Penetrating Radar 35 ** (GPR) in accordance with industry standards on designated participant -owned roadways. $ Collect and analyze pavement structural condition information through the use of pavement cores in 36 **F accordance with industry standards on designated participant -owned roadways (traffic control included)z - Service Cateeory #6: GIS Related Services Provide Price Per Tiered Group A B C=AxB "ActVvity#F Activity Description Unit Unit Base Cost ($) Unit Cost ($) 0-200 Lane Miles Unit Cost ($) 201-700 Lane Miles Unit Cost ($) 700+ Lane Miles Total Units Agreed Upon Cost ($)/Unit Total Agreed Upon Cost ($) 37 GIS Clean -Up Services Each Participant $4,500 $ $ 38 GIS Support Services Each Participant $4,500 $ 39 GIS Remote Training Sessions from GIS Manager/ Expert (2-Hour Sessions) Each Participant $500 Service Category #7: Value Added Services Provide Price Per Tiered Group A B C=AxB Unit Cost ($) Unit Cost ($) Unit Cost ($) Unit Base Agreed Upon Total Agreed Upon Unit Cost ($) 0-200 201-700 700+ Total Units Cost ($)/Unit Cost ($) Activity # Activity Description Lane Miles Lane Miles Lane Miles 40 Full Written Final Report- Firm shall prepare and submit a written project report summarizing the work Each Participant $30,000 1 $10,000 $ 10,000.00 performed, dates of collection, methodology, and results. Project Presentation- Firm shall prepare and present a written project report summarizing the work Each Participant $3,000 41 $ performed, dates of collection, methodology, and results to the Participant's legislative body. $ 42 Provide Curb Ramp and ADA/Barrier Free Ramp Compliance Survey Each Participant $5,000 5/14/2025 FortWorth NCrCOG Rates 3 of 4 NCiCOG Fee Schedule City of Fort Worth North Central Texas Pavement Asset Management Program Update Councll of Gwernmenfs Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy 43a and abilities to use data for attribute registration and conditions. Cost includes base cost plus lane mile $6,500.00 unit cost. Lane Mile' a.0hotogrammetry Stand-alone field operation for collection of asset inventory only, with different levels of position accuracy 43b and abilities to use data for attribute registration and conditions. Cost includes base cost plus lane mile Lane Mile' $4,000 unit cost. bAlobile Lidar Generic asset types, allowing for any item within line of sight of the collection vehicle. Asset types include 44 items a. through d. in Exhibit B. Lane Mile' $4,500 Cost includes base cost plus lane mile unit cost. Provide consultancy, services to develop linework in GIS for missing sidewalks in order to quantify and 45 identify on a map Hour $150 ALT - 20a (Sign & Support Database Development Lane Mile 1 I $75.00 ALT - 20b Markings & Striping Database Development Lane Mile 1 $70.00 ALT - 20c Traffic Signals/ Flashers and Controllers Database Development Lane Mile 1 $30.00 ALT - 20d Street Lights Database Development Lane Mile 1 $30.00 ALT - 20e Drop Inlets Database Development Lane Mile 1 $30.00 ALT - 20f Drivepads Database Development Lane Mile 1 $45.00 ALT - 209 Bridges Database Development Lane Mile 1 $30.00 ALT - 20h Speed Humps Database Development Lane Mile 1 $30.00 ALT - 20i Street Furniture Database Development Lane Mile 1 $40.00 ALT - 20j Cattle Guards Database Development Lane Mile 1 $25.00 ALT -20k (Guardrails & Roadside Pedestrian Fence Database Development Lane Mile 1 I $35.00 ALT- 201 Culverts and Ditches Database Development Lane Mile 1 $80.00 ALT -20m Cabinets Database Development Lane Mile 1 $30.00 ALT- 20n Utility Poles Database Development Lane Mile 1 $30.00 ALT- 20o Fire Hydrant Database Development Lane Mile 1 $25.00 ALT -20p Medians Database Development Lane Mile 1 $60.00 ALT -20q Valves Database Development Lane Mile 1 $25.00 ALT- 20r Manhole Covers Database Development Lane Mile 1 $25.00 ALT- 20s Trees Database Development Lane Mile 1 $100.00 ALT- 20t Catch Basins/ Drainage Inlets from Master Drainage Plan Database Development Lane Mile 1 $80.00 ALT- 20u Sidewalk Database Development Lane Mile 1 $50.00 ALT -20v (Curb & Gutter Database Development Lane Mile 1 I $55.00 NR�s $123 $105 $95 $ $173 $160 $147 $ $130 $115 $100 $ $ 7112 $75.00 $ 533,400.00 7112 $35.00 $ 248,920.00 7112 $55.00 $ 391,160.00 SUB -TOTAL:( $ 2,174,600.00 Discount on Services: $ (761,327.20) PROJECT TOTAL WITH DISCOUNT: $ 1,413,272.80 ' Lane mile is to be defined as a mile traveled as 1. A single pass on alleyways 2. A centered single pass on residential streets 3. Includes the outside lane in each direction for collectors and arterials (2 total). Spacing for pavement cores to be negotiated with each participant. ** The awarded Contractor(s) shall provide all necessary field inspectors, vehicles, tools, equipment, traffic control and other services required to perform this work. No engineering services are available under this contact. Any activities that Participant and/or Contractor deem to require the service(s) of an engineer must be procured separately and are the sole responsibility of that party" 5/14/2025 FortWorth NCiCOG Rates 4 of 4 EXHIBIT D CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. 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 family member of the officer AND the taxable income is not received from the local governmental entity? 71 Yes F1 No J Describe each employment or business relationship that the vendor named in Section 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. J ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J September 4, 2025 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.0010-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 reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment 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 date that 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; (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 § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if 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 176.003(a)(2)(A); (2) has given a local 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 1/1/2021 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 12, 2025 REFERENCE NO.: **M&C 25-0667 LOG NAME: 13P ILA NCTCOG 2022-063 PAVEMENT ANALYSIS SERVICES JH TPW SUBJECT: (ALL) Authorize Execution of an Agreement with Roadway Asset Services, LLC. to Provide Pavement Analysis Services in an Amount Up to $1,413,272.80 for the Transportation and Public Works Department Using an Interlocal Agreement with the North Central Texas Council of Governments RECOMMENDATION: It is recommended that City Council authorize execution of an agreement with Roadway Asset Services, LLC. to provide pavement analysis services in an amount up to $1,413,272.80 for the Transportation and Public Works Department using an Interlocal Agreement with the North Central Texas Council of Governments. DISCUSSION: The purpose of this Mayor & Council Communication is to procure an agreement to provide pavement analysis and related services using an Interlocal Agreement (ILA). The Transportation and Public Works (TPW) Department approached the Purchasing Division to procure an agreement for pavement data collection, asset inventory, pavement management analysis, pavement structural analysis, and related services. These services will allow the TPW Department to get a full picture of the current pavement, related infrastructure assets, and their condition throughout the City's transportation network. This information will be leveraged by other applications to provide forecasting for the remaining lifespan, annual maintenance budget needs, and relevant rehabilitation plans to maintain the City's goals for roadway conditions, thus making the best use of City time and resources. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under an ILA satisfies state laws requiring the local government to seek competitive bids for the purchase of the item. The North Central Texas Council of Governments (NCTCOG) issued Request for Proposal 2022-063 on January 20, 2023, with advertisements published in the Dallas Morning News in English on January 31, 2023, and February 7, 2023, and in Spanish on February 1, 2023, and February 15, 2023. AGREEMENT TERMS: The initial term of this agreement will will begin upon execution and end on November 30, 2026. This action does not require specific City Council approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms. FUNDING: Funding is budgeted in the General Capital Projects Fund for the TPW Department for the purpose of funding the FY25 PAYG SL CFW, FY24 Barricade and Guardrail, and RAS Asset Data Collection projects, as appropriated. This agreement serves ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the FY25 PAYG SL CFW, FY24 Barricade and Guardrail and RAS Asset Data Collection projects to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. BQN\\ FUND IDENTIFIERS (FIDs): HE TO Fundi Department Account Project Program ctivity Budget Reference # Amount ID ID A Year (Chartfield 2) FROM Fund, Department Account Project Program ctivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Reginald Zeno (8517) Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) Reginald Zeno (8517) Oriainatina Department Head: Lauren Prieur (6035) Brandy Hazel (8087) Additional Information Contact: Jordan Henry (8461) ATTACHMENTS 1. 13P ILA NCTCOG 2022-063 PAVEMENT ANALYSIS SERVICES JH TPW funds availability_ .Ddf (CFW Internal) 2. 13P ILA NCTCOG 2022-063 PAVEMENT ANALYSIS SERVICES JH TPW Updated FID.xlsx (CFW Internal) 3. 2022-063-Amend-1-Roadwav-Assets-fullv-executed.Ddf (CFW Internal) 4. Form 1295 Roadwav Asset Services - 101391826.Ddf (CFW Internal) 5. MSA-2022-063-Roadwav-Asset-Services-Sianed-Ddf-final.Ddf (CFW Internal) 6. SAMs-RoadwavAssetServices.Ddf (CFW Internal) 7. SOS - Roadwav Asset Services. pnq (CFW Internal) 2/2