Loading...
HomeMy WebLinkAboutCC Resolution 10334 (Pavement Management Implementation)RESOLUTION NO. 10.334 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAELTO ENTER INTO AN AGREEMENT WITH HARRIS & ASSOCIATES TO PROVIDE PAVEMENT MANAGEMENT IMPLEMENTATION SERVICES IN AN AMOUNT NOT TO EXCEED $49,931 AND AUTHORIZING DIRECTOR OF PUBLIC WORKS TO EXECUTE THE AGREEMENT WHEREAS, the City's existing pavement management system is outdated and can no longer be effectively utilized by staff, and WHEREAS, Staff has identified the necessity for a new pavement management system to facilitate maintenance of the City wide street system in a cost effective manner; and WHEREAS, staff has solicited proposals for implementation of a new pavement management system from two major local pavement management systems consultants, Harris & Associates and Berryman & Henigar; and WHEREAS, Staff has selected Harris & Associates as the most qualified; and WHEREAS, staff finds the content and cost of the proposal to be acceptable and within industry standards; NOW, THEREFORE, IT IS RESOLVED that the City Council of the City of San Rafael accepts the proposal from Harris & Associates to provide Pavement Management System Implementation services in an amount not to exceed $49,931, and authorizes the Director of Public Works to execute the Agreement. BE IT FURTHER RESOLVED, that the Director of Public Works take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on Monday, the 16' day of November, 1998, by the following vote, to wit: AYES: COUNCILMEMBERS: Heller, Miller, Phillips and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Cohen Ake`"E JE M. LEVtIMNI, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES TO PROVIDE PAVEMENT MANAGEMENT SYSTEM IMPLEMENTATION SERVICES 0VVt..1L.r- Kqe This Agreement is made and entered into this`e y of FebFuar3,,-1999, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Harris & Associates, Inc. (hereinafter "CONTRACTOR). RECITALS WHEREAS, the CITY has determined that professional consulting services are required to develop and implement the City's Pavement Management System (hereinafter "PROJECT"); and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Director of Public Works (Public Works) is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Steven Roberts is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to provide professional services as a Civil Engineering Consultant to provide Pavement Management System Implementation Services, as outlined in the Proposal from CONTRACTOR dated October 14, 1998, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Payment will be made monthly within 30 days of receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. is complete. 6. TERM OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project 7. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. Contractor may retain copies made at its sole expense. Agreement o 2 S. OWNERSHIP OF DOCUMENTS The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. City understands that the documents prepared by consultant are specific to the project named in this Agreement. Therefore, City shall indemnify and hold harmless Consultant from any liability or financial loss, including attorney's fees and costs, for any damages arising from the reuse of the documents prepared by Consultant for projects not contemplated by this Agreement. 9. INSPECTION AND AUDIT Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILTY The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A., shall also meet the following requirements: Agreement o 3 I . The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; 3. Except for professional liability insurance and workers compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, employees, and volunteers as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER, ten (10) days written notice for nonpayment of premium. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney, C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the RISK MANAGER and the Agency Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 12. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any Agreement o 4 kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement, excepting only the sole active negligence of City. 13. NONDISCRIMINATION CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinance, codes or regulations. 15. NO THIRD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi, (Project Manager) City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Mr. Steven Roberts, (Project Director) 220 Mason Circle Concord, CA 94520 Agreement o 5 17. INDEPENDENT CONTRACTOR For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY OF SAN RAFAEL. CONTRACTOR and CITY OF SAN RAFAEL expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY OF SAN RAFAEL. 18. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. WAIVERS The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. COSTS AND ATTORNEY's FEES Agreement o 6 The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 22. CITY BUSINESS LICENSE/OTHER TAXES CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 94-2385238, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL CONTRACTOR r Harris & Associates Director of Public Works /� By: /'g fi71 Title: �II GPS —Pr2S lae—r- ' ATTEST: 1��Clerk Agreement o 7 CITY OF j O -L P -101005 a'.' .:) ?7 v'%ue Pavemant" Manag-2me.n�, SySiem and Inspec:Jon Serricas October 14, 1998 V Harris & Associates, Inc. October 14, 1998 Mr. Andrew J. Preston Deputy Director of Public Works City of San Rafael 1400 Fifth Ave. P.O. Box 151560 San Rafael, CA 94915-1560 Be: Proposal to Provide Consultant Services for Pavement Management Implementation and Inspection Services Dear Mr. Preston: L i Harris & Associates Program Managers Consrrucrion Managers Civil Engineers Harris & Associates is the best choice for the implementation and inspection of San Rafael's pavement management system (PMS). We have a strong team with the technical and practical experience to assure a successful project. Harris & Associates has a sincere commitment to supporting PMS. We have a project manager with seven years of daily pavement management experience from pavement inspection to council presentations. Our PMS project manager, Mark Martin has managed the inspection of over 2,500 centerline miles, having personally inspected over 1,500 miles, and is dedicated 100% to pavement management. Harris has a solid track record, having provided PMS services to more than 63 public agencies. We recently completed pavement management projects for Suisun City, Tracy, Santa Clarita and Stanford University, are implementing pavement management systems for Lawndale, Westminster, La Habra, and are updating inspection inventories for Burlingame and Mill Valley, in addition to providing technical support and inspection services for the City of Livermore. As you will see, we've put together an experienced team and project scope that addresses your specific needs. We look forward to working with San Rafael and helping you realize a successful PMS implementation project! Sincerely, :HARRIS S50CIATES, INC. n E. Robert6E Vice President,. 220 Mason Circle Concord, California 94520 925.827.4900 FAX 925.827.4982 concord@harris-assoC.com Table of Contents Section One Firm Description Section Two Scope of Services Matrix Section Three Project Team Section Four Experience and References Section Five Project Cost and Schedule EM 4 SECTION 1 Firm Description Harris & Associates, Inc., established in 1974, is a consulting engineering firm with a staff of 170 professional and support personnel. We specialize in providing design and management services exclusively to cities, counties, and other public agencies. Our corporate headquarters is in Concord and we have regional offices in Los Alamitos, Gilroy,. and Tracy, as well as offices in Las Vegas, and four other western states. Public Works Management Services ■ Pavement management systems ■ Development of capital improvement programs ■ Managing the implementation of capital improvement programs ■ Public works director/city engineer services for an on- going or interim basis ■ Policy and procedure manuals ■ Infrastructure master planning ■ Grant program administration ■ Assessment district engineering ■ Right-of-way engineering Design Services ■ Streets and highways ■ Bridges and other structures ■ Storm drainage facilities ■ Water and wastewater facilities ■ Traffic signals and systems ■ Parks ■ Site engineering Program/Construction Management Services Our services include a strong commitment to program/ construction management in the public sector including project development, scheduling, estimating, value engineering, biddability/constructability reviews, resident engineering, construction contract administration, and construction observation services. Public facility projects have included: ■ Public works infrastructure (highway, sewer, water, drainage) ■ Civic centers/city halls ■ Community centers/libraries ■ Corporation yards ■ Parking structures ■ Hospitals ■ Wastewater treatment facilities Over the past 24 years, Harris has provided municipal public works service to over 150 California cities, counties, and other public agencies. We are particularly proud of the large number of clients from whom we have received numerous design assignments. We feel this is strong evidence of client satisfaction and the quality of our work, especially in today's competitive environment. These repeat clients include the cities of Lafayette (65 projects over the past 15 years), Piedmont (75 projects over the past nine years), Mill Valley (six projects over the past seven years), Richmond (four projects in three years), and Gilroy (36 assignments since 1995). t W Z W M 7 O r a O cc a n O N N m 0 0 a U m 0 a 0 m v m ..... v ac a. ° N N� 0 CO O o � d N w w 0 cismem ,. 0 m N "c0 m y O 0 a'Ul vUi a,� � = 3 � ma to c ° C co Em N •3 cC m W N N m Os c4 v aif m.0cp 0 NE�*@ID W aa.o > or- '� m OI m U O mcts i ,..o� -3 W N N U m co = o c 0 � Q. E .o m N o 4. �m.- N t W Z W M 7 O r a O cc a n O N N m 0 0 a U m 0 a 0 m v m = m S N ��3 i m � co � °1. r m 000 CO in m Q. Cf) CC t m�CC .. Sl 0 m I CL. a m rn U 0 v 0.2 Co a. 03 N � � N 0�' o m co 0p c m m° cc o o C c N O D �cn m 3 W ?:iO m o. m E.0 o caa o 3 '0;5 0- °o -0O m � 0 E 't CD -ma���'n� s31 �ui� m73m>ov. Q m cLm m G w m .0 N N a 'c rn� m m CO ui m o• E c -o E os 7 CD U N O m 0 t= O> 7 0 c= m umi0 co 'O 0 - CD C ' w cn m a-0 m a. c= o o W C m C m O co N m 3 G i6 E E o v o C. On a vmo vv�� G m C C 3 N L N° �_ co C O m WNaomEIn w'3t°� 3 = N -tnrn oNc0c 0CIS°'o Nc W 3 v E m o. o N'� S o N m m m o Y m N m o °tn m aZ N Q E M 0 j m M 0 m V m- N N CO U " N .N m c .O m Q rbc1 L CD u,�L1E Ac -0 }� 3m m � 0— CD CDCo O15 a ulC W Com a m L WV m Q +tea. a � : m o o= CD N ac a. ° E go 0 CO 1 mo 0 E -E0 3 E m 3 0 cismem ,. 0 m o N 0- N N O d m, vUi a,� � = 3 � = m S N ��3 i m � co � °1. r m 000 CO in m Q. Cf) CC t m�CC .. Sl 0 m I CL. a m rn U 0 v 0.2 Co a. 03 N � � N 0�' o m co 0p c m m° cc o o C c N O D �cn m 3 W ?:iO m o. m E.0 o caa o 3 '0;5 0- °o -0O m � 0 E 't CD -ma���'n� s31 �ui� m73m>ov. Q m cLm m G w m .0 N N a 'c rn� m m CO ui m o• E c -o E os 7 CD U N O m 0 t= O> 7 0 c= m umi0 co 'O 0 - CD C ' w cn m a-0 m a. c= o o W C m C m O co N m 3 G i6 E E o v o C. On a vmo vv�� G m C C 3 N L N° �_ co C O m WNaomEIn w'3t°� 3 = N -tnrn oNc0c 0CIS°'o Nc W 3 v E m o. o N'� S o N m m m o Y m N m o °tn m aZ N Q E M 0 j m M 0 m V m- N N CO U " N .N m c .O m Q rbc1 L CD u,�L1E Ac -0 }� 3m m � 0— CD CDCo O15 a ulC W Com a m L WV m Q +tea. a � : m o o= r- (D c W �0-- ac a. ° E go a °: "N0L) "G co $,a N -E0 3 E m 3 c2> °' co CD E Q a..� r- 0 0 c>C � U C v N N N 3 co to c ° C co Em N m E mm o � a CM> co 3 7� N °� c cco a 00 cm0 3 m m.0cp c.EE NE�*@ID Z 3��> aa.o > =�v�a OI m U O mcts }.. 3 N "D 'o 6- I O o Y co a to s N 0 m o H i I O cn aS cr.) O L O V toQ C. d .«. C a) a) m c=N `-c cc d W C 3 o d m Z o.�O 4 er— m ¢ E vOi CD CO �'>m °moa Q W >.0 Co m o �� ao N aO rn L o mS a qj i C CD m m a) U— d� E O CL C/3 cLa� EOcwaas3—cY caas�3mc� = Ca O ca a: tom i mem ry CIS cnEcasU — cam m ca °Cn¢�2w°-0 a Ua ¢ (n C E a rn �E CD c si Hca CL E o FL Q1 t; C Cc a) ca N C Z W caCD UN u) cc cc r ca.0c°c ¢ a' =asEca 0 � o-0°€ i' m (n a) L m CL oao ca W ccls: N :3 C �3 cntym O U m a) � N 2 _> L F - a V m0 ° om °mmCc —0 fn C mQoE�occmm Q% t rU. � C 0. 0 - m W'� 10 U Ch a) CD m (D y F a as m o U O cm to m �. w « 0 E j o CO •mD co m U 0 O= as _ c asp 'a° ma 0 3� acn m 0 O Q C) E N c 3 m �' umi(n ° asg o:r cc$ m>> > - CLC.) (% 0 0 0 m Mno >> °> C cmi�'Ec �.o 0 a N >. =o w C a) m . EmE-a 3Eas0c tl a 3 .. N ca ca 0 � ;— cam a) o�° � m cm ya) 'U m EECma--•--- Va o N-cpU� o o U a) C O c°� m a cn O c` m m w m 2 to CD "C m Y r r C ''o L m E D C. V C m w y -- m °`csF-JTcnocca cE�E ° CDcc -° E- arm �° m E �; E a c 3:00a 3m¢m°�asra'naoa'cm'� .� oy° m U L U =Uoa��i°U)'5C-(Das�Qm m m= a m° O N U (n a) 2 mF- rn 2 w¢ c9 �.� aan cast; IL Z E O W m sT U) W N Q c w a Z � y c G c ao CI m � J Wm 'Otto 5� W U a �i O tti � er O U m CL ca c ¢(D m o r U U C m 0-00 G m m __y 02 aCD c C C O m O 0 � T. m O mCL CL �t rn ¢ O c m O O m O m � � al (a a) — cmE m m m c y O m �E—�' 3 N 0 m C m N y U c O N 3�� m >, ca QD ca -14c sNXm cEc0 E °m ua �m`oo CDa0 0 3 U U U o N y U. o c .9 77L 1� c' 3 — �N CD (n a•mt3mm E m cao (D in '13 O Qf C O D m L cn to d m E 0 Eo�, E a m U ._ U c o h —_ CL � a) o m U N m N cn N C to m` W- m O m in wCD E yt5 m C 2 N 2-5 m L m >::5Li— a L = O c CO Ucai Cm m td ym dt m 0 `m wcn mEU2m CL o vim EO W °o U) o ccai CD .(n (a T O L O m ca E"� c o m 3 cc`o (D(nyEa) � m E D c m N M 3 (nv c� 32 m a) = c 3 m 0)m o m 'p U O � CD o. E _c Uto O) m y m O y c m8 co U m c N m H (D m CB _N ) vEm m E 'm O a0 � � c o. a) m .n U of=E c 3 O c (A O m � w U E c m (aO U (n U U •a ra m o,E E - Co V. ca m m E 3L~ m cn y 3 E ca CD =c`oma c=N `-c er— i qj 0 a H (D m CB _N ) vEm m E 'm O a0 � � c o. a) m .n U of=E c 3 O c (A O m � w U E c m (aO U (n U U •a ra m o,E E - Co V. ca m m E 3L~ m cn y 3 E ca CD =c`oma N N p O N �?a(ArL o o $ oa a o m ;, 0) �- Q, N fb � 0) U tr p c4 is co a� a � a o, a � m .. -a a c VjN4 O c � o lJ. r N E _a C O SSWE cra c�co co N U 0) 0) U O ► CDN C dT N C N Ul U� 3 3co '03 . o W C O V O C N Q1 tG cra 90 G tL � Q m 0) J=O O p to -05-19 y O 0) 7 mr all 7 mmj �- �^ CD U ca td tGd Cl. L O O m 0) N C m O 0 Tr x y ca 0) 0) N G d CO O CO N C v m ca C tN N U d 7 cNd 0) C E N ✓ m y N T Ny�r7-p O U N 3 O N O 0 S E d rn ca »,�- 0) m Or r a V E mcn�W E� �?acn 0'maiN o NCG �rnc E co o N co p m 0 N la �- '.� N N :: p r N N O N C N pCD LS O d O ¢. O O cOa N cid ca 3 fl G G C E 3 I y 9 O r is ''3 cGa 7 p v_N N ca o a1 U O a) cam m �EN� o _rte++ °�O'ft �a p�03-� ct QosE O m o N cGc rnv CD (1) c N N o cat" c�0- co Qi ac m O =N N O 7 C a) U(nca co j d Y N N O0 CO 06.0 U O v cm co ' c�J_Z���omE mo03O;�_�oo°'°� 3c� �cn Q Q O 4 0) O.0 O N O N 01 06 0) O. T O 7 cYd w r 0 v Q " C3 N Q- ca E U ca 0) O 0) :� r p o U E cZ m = Cl.�c� a �a aE 0 (C °) � � o � co o m 'a a °- ca ,. c° � 3 0) 6 CD O a E � a' pd 3;. U 0 a ca z0 Z ca ca E,. c.Gm E o� c ;g 3 a `y rN O m d N i' O N i dca ,�► i p N GE' Jvn-co )to yN� 3 N ca E o m o 2Cca NN r� °3�� ELNNmco �"O 0 e- co(J� Q. °�0. (D N�'°oo,e COcaC UO C C C G G G ca%ECL 0) 0)�= to O 6p� m O� 3u O NoU CSG C�GOEQ =�•0-F^0'v V C J O — ` Cj V� p �1 Q N U — N H `m ° R�G =NO N �`o N ° 4 ¢ 1E tn W m o Od T D) Q Q 0 O U - to � 06 tA � Q ~ H C Q E6 !V C C ILU. cn N m � u' n' � ui U fC i r C� G d v W VM O d O U U) w J w J w G F_ w Z. LU m n O r d v m N N IL E N C m O cmw � C Q c a4 C O O E U a Y Cl) H 0 C ca Co N C U C ca C C) N 3ca c C) U to Y N Q ca W C O m .L. c Q1 O> G O 7 O C O U « 0 0 cQ to O c C O.0 Nc CD -0 O r0 C D1 O 3 U `.. to C a � G O U O O Co := _ > d .� E C m O w a U rL co N a "N V O N E C) 3 0 C0 c y U w C c C CL N -0 CM a) 3 0 C N y U ca 0 =c Kaci- X o9 Q'-0 m�� a)QmmaoviO3 n.a�E_�� m ac»��> 0�m aN=MEo�ac 'D (D C G O O D C.0 0 0 3 C N` U N "N cn O C G n(1) o,.N (M0 Z0 a O C) CN to U *0 -0 3 NC L Qm C) C7 m C) `° X c N o L 3 - O Z C V C 0 a C c U d= Q r C) L -0 UC ca F— ca N m; a O Co w e N O>'i CD 0 E C 0 co O o ca N E c>a c N c.� w 0 0 0 c �Y m ol- � ca 3 a�it E `o � CO O ca N .. O U N C a p c c U 0 Y C7 N o N U W O 0 p uN, L ca O >, N O nU O o -r -- O)a ca o _ o� E v- a) L. U U � C (D cis E CL a) 0 E 0 7 0 C- m c c E� cm = - o c> c >= 0 0 3 m c o g c-° °' °' a� � ca c m 3 n 3r_ o� m N c5 c = c 0 CL c�€ E cQ S `a� � c `.°mss ma c V E32c 0 c `� a _ O ca O ca C O U ' a C) N U = co C) ca m N 3 ca O N > ft -3 0 oto E a =� c E o v ai QQ UUi O = N:- U U ca E E� Q CL H = ° t Z o � � a as a m W y off' ++ m to 01 q) m N F= m a m E N C W O a W 0 co c, m. c 0 o a o a :1c 0EoN0 N 0 ` CY) C) C10Y co O a00 Q) c C) Liscc r N N U CM CD` �al V "�' C) m 0 «°cam Cl) to cp1�o O N= r c L CL m L C C C) CIS0 O c N O U CL V U m C) E O E m C Cl N aCD o U � m to EOr-5 U) Q CS 10 Q tD co a N .d C) N r L U °' L m v m .- r w N o N ca CD a o r w e G N co m m y' CD U '- 0 CS C) :2 > G N C ca e U N C N O C U O N ca Co orb C O C U m ca C „ CD U w C1 ��•• O cts U QS d r a! E n� o ecC'so w M 0 m�.E cc co 0 C) N C N c o 0 r U me O7o CD cis V C t CS O m>c O ca 3:-uQ! N ca r O C — n C) 3 CL s>cca N N ��°> c�G tm O O C) m T� rn= C C O p� 0 N o a) w r N C) EL C) O r m CD v 0� m° a� m? G 0 Q m N c ¢ N fn v Q> ca Q .- U cUc ,`-. dC 1�0— :3; Y Cl) H 0 C ca Co N C U C ca C C) N 3ca c C) U to Y N Q ca W C O m .L. c Q1 O> G O 7 O C O U « 0 0 cQ to O c C O.0 Nc CD -0 O r0 C D1 O 3 U `.. to C a � G O U O O Co := _ > d .� E C m O w a U rL co N a "N V O N E C) 3 0 C0 c y U w C c C CL N -0 CM a) 3 0 C N y U ca 0 =c Kaci- X o9 Q'-0 m�� a)QmmaoviO3 n.a�E_�� m ac»��> 0�m aN=MEo�ac 'D (D C G O O D C.0 0 0 3 C N` U N "N cn O C G n(1) o,.N (M0 Z0 a O C) CN to U *0 -0 3 NC L Qm C) C7 m C) `° X c N o L 3 - O Z C V C 0 a C c U d= Q r C) L -0 UC ca F— ca N m; a O Co w e N O>'i CD 0 E C 0 co O o ca N E c>a c N c.� w 0 0 0 c �Y m ol- � ca 3 a�it E `o � CO O ca N .. O U N C a p c c U 0 Y C7 N o N U W O 0 p uN, L ca O >, N O nU O o -r -- O)a ca o _ o� E v- a) L. U U � C (D cis E CL a) 0 E 0 7 0 C- m c c E� cm = - o c> c >= 0 0 3 m c o g c-° °' °' a� � ca c m 3 n 3r_ o� m N c5 c = c 0 CL c�€ E cQ S `a� � c `.°mss ma c V E32c 0 c `� a _ O ca O ca C O U ' a C) N U = co C) ca m N 3 ca O N > ft -3 0 oto E a =� c E o v ai QQ UUi O = N:- U U ca E E� Q CL H = ° t Z o � � a as a m W y off' ++ m to 01 q) m N F= m a m E N C W O a W SECTION 3 Project Team In this section we have shown the layout of our team in the organization chart below. We have also provided biosketches of each team member and following their resumes. City of San Rafael Steven E. Roberts, P T. I ~Dennis Anderson t Mark Martin Edric Kwan Project Manager U arm will be the primary point of contact and will cavy the responsibility of insuring timely completion of tasks including verification measurements, condition surveys, data entry, and rehabilitation strategies. As a consultant, Mark provided PMS services to 31 agencies and has personally inspected over 1,500 centerline miles of pavement. Implementation QA/QC -tndersm will be responsible for insuring data integrity for all data conversions. Dennis has over 10 years of experience providing transportation engineering and planning and technical assistance with data manipulation and conversion. Dennis has 10 years of experience in public infrastructure management and maintenance. He has served as program manager, technical analyst, and public works inspector, and provided training in the implementation and operation of pavement management systems. Dennis has prepared numerous PMS budget analysis reports and conducted presentations to agency boards and councils. Field Inventory will perform the field inventory. He has completed a variety of inspection, testing, plan checking, and design engineering assignments for Harris projects. He has completed MTC's PMS Surface Distress Survey training, in addition to specialized in-house inspection training. Edric has completed pavement condition surveys for Suisun City, the City of Tracy, the City of Mill Valley, and City of Burlingame. Project Director will be responsible for the overall organization of the project team, mentoring of staff, and allocation of resources. Steve has over 20 years of municipal civil engineering and public works management experience. Since 1984, Steve has been involved with street design and pavement management at Harris. For 14 years he has been responsible for Harris' own PMi-PMS system which he implemented for dozens of public agencies. J A Resumes Mr. Roberts is a registered civil engineer and vice president with Hams. He has over 20 years of municipal civil engineering and public works management experience. He manages the Harris office located in the City of Tracy. Mr. Roberts has provided contract director of public works, city engineer, pavement management and capital improvements program management services to a variety of public agencies over the past 14 years with Harris. Pavement Management Experience Since 1984, Mr. Roberts has managed the pavement management division at Harris. Services he has provided include all PMS activities: ■ Evaluating client PMS needs ■ Setting up hardware and loading software systems ■ Developing the street inventory system (segments) ■ Performing inventories and condition surveys ■ Entering data into the PMS system ■ Evaluating strategies for optimizing available budget ■ Printing reports ■ Delivering presentations to City Councils ■ Preparing PS&E for the annual construction project ■ Updating the database to reflect work completed Harris developed one of the first PC-based PMS systems over 10 years ago. Called PMi, it was in use by over 40 agencies around the country. Mr. Roberts has been in charge of Harris' PMi program. MTC's PMS program is very similar to PMi in every respect. In addition to supporting long-term clients with PMi updates and annual PS&E, Mr. Roberts also provides services to clients with other systems, such as MTC - PMS, and those who need help selecting a system (new or conversion). Program ManagemenOlublic Works Administration Experience ■ City of Tracy, Interstate 205 Corridor Specific Plan Capital Improvement Program. Mr. Roberts is managing the programming, financing and design of over $60 million of infrastructure improvements for this program. Improvements include streets, traffic signals, storm drains, sewers, water supply, interchange modifications, and water treatment and sewer treatment plant expansions. Mr. Roberts is responsible for updating development fees, contract negotiations, coordinating consultants, scheduling, budget and cash flow reports. monthly status reports, and coordinating with various other public agencies, developers, and city departments. ■ City of Tracy, Urban Management Plan (UMP). Mr. Roberts is coordinating the sewer, water, storm drain and traffic circulation master plan implementation for this project. Mr. Roberts is managing the preparation of the finance plan for the first 15 year phase of the UMP. The UMP is a $1.2 billion buildout program to manage the City's growth over the next 40 to 50 years. ■ City of Piedmont, Contract City Engineer. Mr. Roberts served as contract city engineer for the City from 1986 to 1994. He also served as city traffic engineer in reviewing traffic operation issues throughout the city. He had management, budgeting, design, and construction responsibilities for various capital improvement projects each year. Mr. Roberts served as contract director of public works for the City of Albany in 1988 and contract city engineer for the City of Lafayette in 1987. ■ City of San Bruno, 1988/89 Capital Improvement Program. He also was responsible for the $3 million program. He supervised the preparation of bid documents and various engineering reports prepared by Hams. ■ City of Martinez, 1984/85 Capital Improvement Program. Mr. Roberts administered this $2.5 million program in 1984 and 1985. The work included right-of-way acquisition, preparation of requests for proposals for design and inspection services, review and coordination of bid documents prepared by various consultants, review of bids, recommendation of contract award, coordination of construction contracts, and recommendation of acceptance of work. Prior to joining Harris in 1984, Mr. Roberts served as an associate civil engineer for the City of Concord..His five years of experience with the city included capital improvement program management, design, traffic operations and maintenance. 4, � Education MBA, Business Management. 1982 St. Mary's College BS. Civil Engineering, 1976 University of California. Davis Registrations Civil Engineer, CA, 1979 #C030818 Civil Engineer, NV. 1996. # 12216 Mr. Martin has a strong background in transportation engineering, planning, and infrastructure management, including pavements, bridges, public transportation, traffic engineering, ITS (formerly IVHS) implementation, and local and regional transportation planning. In addition to his transportation background, Mr. Martin has provided general information systems development, training, implementation, and assistance for 10 years. Mr. Martin has personally conducted full MTC PMS pavement inspections for several cities. These inspections represent a total of over 1,500 centerline miles of inspected pavement in cities including Atherton, Benicia, Lathrop, Pleasant Hill, Mendocino County, Modesto, and San Ramon. Pavement Management Experience City of Tracy, Metropolitan Transportation Commission's (MTC) - Pavement Management System (PMS) Update. Mr. Martin was project manager for the City of Tracy's update of their current Metropolitan Transportation Commission's (MTC) PMS system. Harris was responsible for inspecting 140 centerline miles and adding 150 new sections to the database. The scope included full data entry, developing budget strategies, and providing technical assistance and training. City of Santa Clarita, Pavement Management System (PMS) Systems Analysis and Implementation. Mr. Martin is project manager for the City of Santa Clarita's implementation of the Pavement Management System. Hams is currently implementing the MTC PMS for Santa Clarita's 350 centerline miles of streets, and linking the MTC PMS to the City's ARC/INFO and ArcView GIS systems. City of Mill Valley, Pavement Management System (PMS) Inspection Update and Budget Analysis. Mr. Martin is project manager for the City of Mill Valley's inspection update and budget analysis project for their MTC PMS. The scope includes full data entry, inspection of the entire network, development of budget strategies, and staff training. City of Burlingame, Pavement Management System (PMS) Inspection Update and Budget Analysis. Mr. Martin is project manager for the City of Burlingame's inspection update and budget analysis project for their MTC PMS. The scope includes full data entry, inspection of the entire network, development of budget strategies, and staff training. City of Napa, Pavement Management System (PMS) Inspection Update and Budget Analysis. Mr. Martin is project manager for the City of Napa's inspection update and budget analysis project for their MTC PMS. The scope includes full data entry, inspection of the entire network, development of budget strategies, and staff training. City of Suisun City, Pavement Management System (PMS) Inspection Update and Budget Analysis. Mr. Martin was project manager for the City of Suisun City's inspection update and budget analysis project for their MTC PMS. The scope included full data entry, inspection of the entire network, development of budget strategies, and staff training. Stanford University, Pavement Management System (PMS) Pathway/Mail Area Implementation. Mr. Martin was the project manager for implementing Stanford University's MTC PMS for their 5,000,000 square -foot pathway and mall area network. Mendocino Council of Governments, Pavement Management System (PMS) Implementation. Mr. Martin provided full PMS training, technical assistance, optimization, and pavement inspection QA for Mendocino County, City of Point Arena, City of Ukiah, 41 A City of Fort Bragg, and City of Willits. He also provided complete network definition and inspection services for approximately 700 centerline miles of Mendocino County Roads. City of Livermore, Pavement Management System (PMS) Implementation and Customization. Mr. Martin provided pavement inspection QA, PMS software training, database evaluation/repair, budget analysis report, unit cost study, and utility impact fee study. He is providing ongoing support to the City of Livermore for their PMS. City of Modesto, Pavement Management System (PMS) Inspection and Update. Mr. Martin conducted pavement inspections for a network over 400 miles. He updated the City's pavement maintenance data, developed GIS for mapping pavements data, and defined new sections for the database. City of Belmont, Pavement Management System (PMS) Database Update. Mr. Martin updated the City of San Ramon's database, conducted PMS budget analysis, and developed reports for presentation to Council. He developed GIS for mapping pavements and other engineering infrastructure. He also provided PMS and other engineering systems consultation on an on-call basis. City of Benicia, Pavement Management System (PMS) Pavement Inspection. Mr. Martin conducted PMS inspections for the Benicia pavement network. He conducted QA on pavement surveys and on the PMS database. He provided Benicia with a survey comments report indicating road sections needing immediate attention. Mr. Martin also conducted data verification and budget needs and scenario tests. Additional Experience Metropolitan Transportation Commission's (MTC), Pavement Management System (PMS) Program Lead Staff and Technical Analyst. Mr. Martin served as lead staff providing technical assistance and training in MTC PMS implementation and operation for MTC's entire user base. He also served as Network Mapping Software (NMS) project manager, designing one of the first PMS/GIS mapping systems available to local government. Education Master of City and Regional Planning, 1993 Specialization in Transportation Engineering BA, Geography, 1989 Emphasis in Urban -Economics, Minor in Urban Planninu ... er6-.:J A.. e7scr Dennis Anderson has over 10 years of professional experience in the area of public finance and assessment engineering. He has been involved in a wide variety of public finance projects as project manager or financial analyst utilizing the Mello -Roos Community Facilities Act of 1982, Improvement Act of 1913, Municipal Bond Act of 1915, Benefit Assessment Act of 1982, Landscaping and Lighting Act of 1972, Special Assessment Investigation, Limitation and Majority Protest Act of 1931, Fire Protection District Act of 1987, and various public grants and loans. He has a thorough understanding of the statutory and constitutional procedures and requirements for both the formation and administration of Assessment Districts. Pavement Management Projects City of Newport Beach, CA, Pavement Management Program and GIS Data Transfer City of La Quinta, CA, Pavement Management Program and Sign Inventory City of Temecula, CA, Pavement Management Program City of Stanton, CA, Pavement Management Program City of Vista, CA, Pavement Management Program City of Laguna Hills, CA, Pavement Management Program City of Rancho Palos Verdes, CA, Pavement Management Program with Automated Mapping City of Pomona, CA, Pavement Management Program Conversion and Update City of Concord, CA, Street Maintenance Backlog Study ff uta.•. ��.�.! City of Hesperia, CA, Pavement Management Program City of Solana Beach, CA, Pavement Management Program City of Villa Park, CA, Pavement Management Program Program Manager/Senior Financial Analyst ■ Developed, implemented, and managed 12 Pavement Management Systems for various public agencies. ■ Developed other asset management programs, such as drainage and traffic signs ■ Tied asset management data to Geographic Informa- tion Systems using ArcView, ArcCAD, AutoCAD and Mapinfo. ■ Programmed custom user-friendly database interfaces using Microsoft Access and Microsoft FoxPro. ■ Provided training on the maintenance of asset man- agement systems, including field data collection and software systems. ■ Provided training to public agencies on procedures for administering Assessment/Special Districts. ■ Formed and/or administered 10 Assessment Districts formed under the Improvement Act of 1913/Municipal Bond Act of 1915. ■ Formed and/or administered 20 Landscaping and Lighting Districts formed pursuant to the Landscaping and Lighting Act of 1972. ■ Formed and/or administered 5 community facilities districts pursuant to the Mello -Roos Community Facilities Act of 1982. ■ Re-established 6 maintenance districts pursuant to Article XIIID of the California State Constitution (Proposition 218). ■ Conducted facilities audits, prepared feasibility studies, and developed capital improvement programs for various public agencies. Engineering Technician ■ Plan checked engineering plans such as grading plans (rough and precise), sewer improvement plans, street improvements plans, and storm drain improvement plans. ■ Plan checked subdivision and parcel maps for compli- ance with the Subdivision Map Act and Local Ordi- nances. -27 ■ Provided inspection services for public sewer construction projects and minor street and grading projects. ■ Provided sewer design plans for capital replace- ment/rehabilitation projects. ■ Administered five (5)1913/1915 Act Assessment Districts. ■ Administered and formed four (4) 1972 Act Land- scaping and Lighting Maintenance Districts. ■ Administered and formed one (1) 1982 Benefit Assessment Act Street Maintenance District. ■ Administered two (2) Sanitary Sewer Districts, including permitting, conditions of approval, plan review, and sewer design criteria. ■ Administered two (2) Mello -Roos Community Facilities Districts. Education Mathematics, 1987, San Diego State University Subdivision Map Act Extension Course, 1991, University of California, San Diego Pavement Maintenance Seminar, Asphalt Institute, Sacramento, 1996 Kxar. _eau =iei_ msoe::Xr Mr. Kwan has been providing inspection, testing, and civil engineering assistance for a variety of Harris design and construction management assignments. His experience includes presenting oral presentations to mixed technical audiences and writing clear and concise formal technical reports, feasibility studies, descriptions, instructions, and proposals. His management experience includes understanding the principles of economics, optimization, and management techniques applied to the planning, designing, construction, and operations of civil engineering systems. Mr. Kwan has attended the MTC -PMS surface Distress Survey training, in addition to specialized in- house MTC -PMS inspection training Relevant Experience City of Suisun City, MTC PMS - Pavement Inspection Update. Mr. Kwan served as a field inspector, responsible for evaluating pavement distress. Eel City of Tracy, MTC PMS - Pavement Inspection Update. Mr. Kwan served as a field inspector, responsible for evaluating pavement distress. City of Mill Valley, MTC PMS - Pavement Inspection Update. Mr. Kwan served as lead inspector responsible for coordinating inspectors and inspection data. Mr. Kwan also served as inspector on this project. City of Burlingame, MTC PMS - Pavement Inspection Update. Mr. Kwan served as lead inspector responsible for coordinating inspectors and inspection data. Mr. Kwan also served as inspector on this project. City of Folsom, Lake Natoma Bridge. Mr. Kwan performed field inspections and office engineering for this $47 million new road and bridge project. Extensive utility relocation was required. Laboratory Technician/Field Inspector. Mr. Kwan applied ASTM, UBC, and Caltrans test standards for routine laboratory tests on construction materials (compressive strength on cylinders, sieve analysis, Proctor compaction, etc.), field inspections (torque tests, insitu brick shear tests, etc.), and equipment calibrations (hydraulic rams and gauge systems, etc.). Mr. Kwan is currently studying to obtain ICBO Special Inspection Certifications. Mr. Kwan's computer skills include CAD, Word processing, Excel, MathCAD, and scheduling with Suretrak. Education BS, Civil Engineering, 1997 »i� .�•+f .7+_.: �._y - �• _ _ •__. -_ � �•�•-••.may 1 �CF SECTION 4 Experience and References _.. .. ..x^77.•1-.. �.7 •, iii _ .... �_-__•_ ��✓. MTC - PMS Update (1997-98) City of Tracy Harris provided an update of the city's MTC - PMS The following describes projects that Hams has worked system. We are responsible for inspecting 140 on which are similar to your Pavement Management centerline miles and adding 150 new sections to the System implementation. Please feel free to call the database. The scope includes full data entry, project references for a review of our work. developing budget strategies, and providing technical assistance and training. For 15 years Harris developed and marketed its own system, called PMi. It has been implemented in 40 agencies nationwide, including many Bay Area communities and Walt Disney World in Florida. Harris often provided a turnkey program: PMi software, street inventories, program management, annual construction documents (PS&E) and construction inspection. Harris has provided annual street program PS&E for Lafayette, Mill Valley, Piedmont, Burlingame, San Anselmo, El Cerrito, Millbrae, San Ramon, Martinez, and Foster City. Project Manager Dennis Anderson brings 10 years of infrastructure experience, including implementation of PMS, inspection and technical support to this project. He joined Harris in 1998 to manage our PMS services and support program for southern California. He has provided PMS services to the cities of Laguna Hills, Newport Beach, Rancho Palos Verdes, Yorba Linda, Villa Park, Stanton, La Quinta, Temecula, Vista, Solana Beach, Pomona, and Hesperia. PMS Inspection Update Budget Analysis City of Suisun City Hams provided an inspection update and budget analysis for Suisun City's MTC PMS. The scope included full data entry, inspection of the entire network, development of budget strategies, and staff training. Reference: Ottavio Bertolero Public Works Director (707) 421-7340 Reference: Ripon Bhatia Project Manager (209) 831-4455 PMS Systems Analysis City of Santa Clarita Harris was retained to evaluate public domain and proprietary PMS programs for this growing city. One of the evaluation factors is whether each program is capable of tying into Santa Clarita's GIS system and can accommodate additional infrastructure management modules. Harris is currently implementing the MTC pavement management system and linking MTC to the City's ARCJNFO and ArcView GIS systems. Reference: Kerry Breyer Project Manager (805)255-4984 PMS Implementation, Update and Budget Analysis, City of Napa Harris has been selected to implement the MTC PMS for Napa's residential streets, and to provide inspection update services for its arterial and collectors. Harris will also provide budget analysis services. Reference: Russ Pabarcus, PE Engineer R (707)257-9520, ext. 7423 Mall and Pathway Areas Stanford University Harris was selected to implement the MTC PMS for Stanford's mall and pathway areas. We are providing inspection services for asphalt and concrete surfaces. Reference: Tom Zigterman (650)725-3400 E 1 eD O N N N CD (A tocnr`��OO e0 r C7 Cn N r U) � H Gf} 69 6R 64 614 E9 di 604. N coco0etcoco T CO N Cl) p M O CL E T i � 7 N N J , O C O O T N N tt eN O O CL T r 0) Q c L t QVco Co W 0 0 0 0 0 0 0 0 0 O N N t` OD ( O C O wV W a r Q. W tf3 EA ca o N COO rN- v cm v N N �_�_�_r_O. r N N 03 N tr r lA O 0 6- L-" r N E mn c c c a 0 ca > > U U _ E 0 aS ai OOWwnn Z Z Z p p 69W V .� ovoo�000ao0 O Ri V r N ea C rr�Ntt Q Oil w, W � 69 6f3 m W cn cn 3 C 3 c m Zc A?c a > C j tL ca r� �.. 2 m C O m •�• C ca Cl)n m E O p > (D as E p > CL `n aa) T c a w ° > Cl -C a w° a Cl O� La ma r 05 u c 0- (D c a m Q,Qo�,u,�,ac0 3aa��wN m cc ac tti �CD a mD�o�N m D a ca Coa"im0C,rn aNi c=a m m m c o c"a `_° m° ca ca L aai c NO d0aLLmm(L m G CL a Lrtma Cl) C0 cts CL d Cl) O � L �000000o N �0000000 ° C'i6466 Q earNcovcriccr: r O O a 1 harris & Associates, Inc. Corporate Office 220 Mason Circle Concord, California 94520 (925) 827-4900 Officers L. Carl Harris Robert J. Mimiaga James L. Parmley Dan L. Masdeo Larry G. Timmer Guy A. Erickson Brian A. Danley Marian S. Ross Robert S. Guletz Gregory G. Ow Edgar E. Edwards Thomas D. Criss Vemon A. Phillips Steve E. Roberts James D. Morris James R. Guerrero Neil M. McCosker Roland P. Williams, Sr. Byron G. Tobey, Jr. Jeffrey M. Cooper Associates Chuck W. Flynn Russell A. Moore Stephen R. Mimiaga David T. Seevers Isaac C. Dee Maize P. Shockley Ramiro S. Herrera, Jr. Craig A. Johnson Scott Gilpatric Scott E. Perry Rich A. Huffman CONFIDENTIAL Copyright (c) Harris & AssWates 1998 All Rights Reserved This proposal, statement of qualifications, or 254/255 is submitted in confidence. It contains information which is proprietary to Harris & Associates and is disclosed to you in confidence. This proposal, statement of qualifications, or 2541255 is protected by both United States Copyright Law and International Treaty provisions. Harris & Associates authorizes you to copy the information as necessary for your review and use. You may not distribute copies outside your agency without the expressed written consent of Harris & Associates. For further information contact L. Carl Harris, (800) 827-4901. Harris & Associates is an equal opportunity employer