Loading...
HomeMy WebLinkAboutPR 21927: CONTRACT WITH (ETSI) FOR TRAFFIC ENGINEERING DESIGN SERVICES FOR THE TRAFFIC DIVISION City of nrt rthu r www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: April 29, 2021 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Alberto Elefano, P.E., Public Works Director RE: P.R. 21927—Authorization of the City Manager to execute a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, for traffic engineering design services for the Traffic Division Introduction: This agenda item requests Council's approval for the City Manager to execute a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, for traffic engineering design services for the Traffic Division. Background: The severity of the damages caused by a traffic accident at the intersection of Bluebonnet Avenue and Gulfway Drive requires the employment of a specialized consultant to assist the City in returning the intersection to its pre-accident state. The City issued a request for qualifications from engineering firms qualified to design and specify the needed equipment. Staff determined Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas,to be the most qualified responder. At its March 30,2021 meeting, Council authorized the City Manager to begin negotiations with the most-qualified respondent.The City Manager conferred with ETSI and confirmed the design and cost requirements for this project. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Budget Impact: This purchase impacts funds in the Capital Improvement Account for the Mast Arm Program, Account No. 307-21-049-8522-00-10-000, Project No. CE0002-ENG. Once vendor invoices are received, the City will make reimbursement claims from the insured. Recommendation: It is recommended that the City of Port Arthur City Council approve PR 21927 authorizing the City Manager to execute a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, for traffic engineering design services for the Traffic Division for the not-to- exceed amount of$83,854.38 and for optional additional services for the not-to-exceed amount of$16,770.88. /fcr "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 PR No.21927 04/29/2021 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES CONTRACT WITH ERGONOMIC TRANSPORTATION SOLUTIONS, INC. (ETSI) OF HOUSTON, TEXAS, FOR TRAFFIC ENGINEERING DESIGN SERVICES FOR THE NOT-TO- EXCEED AMOUNT OF $83,854.38 AND FOR OPTIONAL ADDITIONAL SERVICES FOR THE NOT-TO-EXCEED AMOUNT OF $16,770.88. FUNDING IS AVAILABLE IN THE CAPITAL IMPROVEMENT ACCOUNT FOR THE MAST ARM PROGRAM, ACCOUNT NO. 307-21- 049-8522-00-10-000, PROJECT NO. CE0002-ENG. WHEREAS,the severity of the damages caused by a traffic accident at the intersection of Bluebonnet Avenue at Gulfway Drive requires the employment of a specialized consultant to assist the City in returning the intersection to its pre-accident state; and, WHEREAS, City staff determined that Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, was the most qualified respondent to the City's request for qualifications for intersection restoration; and, WHEREAS, upon staff recommendation, the City Council authorized the City Manager to negotiate a contract with Ergonomic Transportation Solutions, Inc. at its March 30, 2021 meeting; and, WHEREAS, the City Manager negotiated terms and pricing with the vendor and recommends the City Council authorize the City Manager to execute a contract with Ergonomic Transportation Solutions, Inc. for survey, design, and construction administration services in the not-to-exceed amount of $83,854.38 and for optional additional services in the not-to-exceed amount of$16,770.88 as indicated in the contract(Exhibit A); now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, PR No.21927 04/29/2021 FCR Page 2 of 3 THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract with Ergonomic Transportation Solutions, Inc. (ETSI) of Houston, Texas, to provide traffic engineering design services for the Traffic Division for the not-to exceed amount of$83,854.38 and for optional additional services for the not-to-exceed amount of$16,770.88; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED this the day of , A.D. 2021 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman"Bill"Bartie Mayor Attest: Sherri Bellard City Secretary PR No.21927 04/29/2021 FCR Page 3 of 3 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Tizeno Ron Burton City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: Kandy Dani Director of Finance Alberto Elefafio, P.E. Director of Public Works r �lJ Clifton Williams, CPPB Purchasing Manager EXHIBIT A STATE OF TEXAS § CITY OF PORT ARTHUR,TEXAS § AGREEMENT FOR PROFESSIONAL SERVICES COUNTY OF JEFFERSON § This Agreement for Professional Services ("Agreement")is made by and between the City of Port Arthur,Texas,a Texas home-rule municipality located in Jefferson County,Texas("City"), and Ergonomic Transportation Solutions, Inc. ("Professional") (individually, each a "Party" and collectively, "Parties"), acting by and through the Parties' authorized representatives. Recitals: WHEREAS, City desires to engage the services of Professional as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Professional desires to render professional services in accordance with the terms and conditions set forth in this Agreement. NOW, THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article I Employment of Professional Professional will perform as an independent contractor all services under this Agreement to the prevailing professional standards consistent with the level of care and skill ordinarily exercised by members of Professional's profession, both public and private, currently practicing in the same locality under similar conditions including but not limited to the exercise of reasonable, informed judgments and prompt, timely action. If Professional is representing this it has special expertise in one or more areas to be utilized in the performance of this Agreement, then Professional agrees to perform those special expertise services to the appropriate local, regional and national professional standards. Article II Term 2.1 The term of this Agreement shall begin on the last date of execution hereof by all parties hereto(the"Effective Date")and shall continue thereafter until the one(1)year anniversary of the Effective Date. 2.2 Professional may terminate this Agreement by giving thirty(30) days prior written notice to City. In the event of such termination by Professional, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. 2.3 City may terminate this Agreement by giving ten (10) days prior written notice to Professional. In the event of such termination by City, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. Upon receipt of such notice from City, Professional shall immediately terminate working on, placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this Agreement and shall proceed to promptly cancel all existing contracts insofar as they are related to this Agreement. 2.4 Upon notice of termination by Professional or City, Professional shall immediately surrender all project documents produced by Professional and its subcontractors up to and including the date on which termination notice was given. Article III Scope of Services 3.1 Professional shall perform the services specifically set forth in Exhibit A, attached hereto and incorporated herein by reference, entitled"Scope of Services." In case of conflict with the language of Exhibit A and the provisions of this Agreement, the provisions of this Agreement shall control. Any additional services require the prior approval of the City Council of the City. 3.2 The Parties acknowledge and agree that any and all opinions provided by Professional represent the best judgment of Professional. Article IV Schedule of Work 4.1 Professional agrees to commence services upon written direction from City and to complete the tasks set forth in Exhibit A, Scope of Services, in accordance with a work schedule established by City (the "Schedule"), which is attached hereto and incorporated as Exhibit A. 4.2 In the event Professional's performance of this Agreement is delayed or interfered with by acts of City or others, Professional may request an extension of time for the performance of same as hereinafter provided, and City shall determine whether to authorize any increase in fee or price, or to authorize damages or additional compensation as a consequence of such delays, within a reasonable time after receipt of Professional's request. 4.3 No allowance of any extension of time, for any cause whatsoever, shall be claimed or made by Professional, unless Professional shall have made written request upon City for such extension not later than five(5)business days after the occurrence of the cause serving as the basis for such extension request, and unless City and Professional have agreed in writing upon the allowance of such additional time. Page 2 of 12 City of Port Arthur, Texas Professional Services Agreement Article V Compensation and Method of Payment 5.1 City shall pay Professional for the services specifically as set forth in ExhibitA by payment of a fee not to exceed $83,854.38 for basic services and $16,770.88 for additional services. 5.2 Each month Professional shall submit to City an invoice supporting the amount for which payment is sought. Each invoice shall also state the percentage of work completed on the Project through the end of the then submitted billing period,the total of the current invoice amount, and a running total balance for the Project to date. 5.3 Within thirty (30) days of receipt of each such monthly invoice, City shall make monthly payments in the amount shown by Professional's approved monthly invoice and other documentation submitted. 5.4 Professional shall be solely responsible for the payment of all costs and expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, interne, e-mail, and postage charges, except as set forth in Exhibit A. 5.5 Nothing contained in this Agreement shall require City to pay for any services that are unsatisfactory as determined by City or which is not performed in compliance with the terms of this Agreement, nor shall failure to withhold payment pursuant to the provisions of this section constitute a waiver of any right, at law or in equity, which City may have if Professional is in default, including the right to bring legal action for damages or for specific performance of this Agreement. Waiver of any default under this Agreement shall not be deemed a waiver of any subsequent default. Article VI Devotion of Time, Personnel, and Equipment 6.1 Professional shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. City reserves the right to revise or expand the scope of services after due approval by City as City may deem necessary, but in such event City shall pay Professional compensation for such services at mutually agreed upon charges or rates, a copy of the Rate Schedule is attached hereto as Exhibit B, and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of services required under this Agreement. In any event, when Professional is directed to revise or expand the scope of services under this Agreement, Professional shall provide City a written proposal for the entire costs involved in performing such additional services. Prior to Professional undertaking any revised or expanded services as directed by City under this Agreement, City must authorize in writing the nature and scope of the services and accept the method and amount of compensation and the time involved in all phases of the Project. Page 3of12 City of Port Arthur, Texas Professional Services Agreement 6.2 It is expressly understood and agreed to by Professional that any compensation not specified in this Agreement may require approval by the City Council of the City of Port Arthur and may be subject to current budget year limitations. 6.3 To the extent reasonably necessary for Professional to perform the services under this Agreement, Professional shall be authorized to engage the services of any agents, assistants, persons, or corporations that Professional may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Professional. 6.4 Professional shall furnish the facilities,equipment,telephones,facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. Article VII Relationship of Parties 7.1 It is understood and agreed by and between the Parties that in satisfying the conditions and requirements of this Agreement, Professional is acting as an independent contractor, and City assumes no responsibility or liability to any third party in connection with the services provided by Professional under this Agreement. All services to be performed by Professional pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent, servant, representative, or employee of City. Professional shall supervise the performance of its services and shall be entitled to control the manner, means and methods by which Professional's services are to be performed, subject to the terms of this Agreement. As such, City shall not train Professional, require Professional to complete regular oral or written reports, require Professional to devote his full-time services to City, or dictate Professional's sequence of work or location at which Professional performs Professional's work, except as may be set forth in Exhibit A. Article VIII Insurance 8.1 Before commencing work, Professional shall, at its own expense, procure, pay for and maintain during the term of this Agreement the following insurance written by companies approved by the state of Texas and acceptable to City. Professional shall furnish to the City Manager certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: City of Port Arthur, Texas Attention: Ron Burton, City Manager 444 4th Street Port Arthur, Texas 77640 Page 4 of 12 City of Port Arthur, Texas Professional Services Agreement A. Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $500,000 per occurrence, $500,000 Products/Completed Operations Aggregate, and $500,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. B. Workers' Compensation insurance with statutory limits; and Employers' Liability coverage with minimum limits for bodily injury: 1) by accident, $100,000 each accident, and 2) by disease, $100,000 per employee with a per policy aggregate of $500,000. C. Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of $500,000 per occurrence. D. Professional Liability Insurance to provide coverage against any claim which the Professional and all professionals engaged or employed by the Professional become legally obligated to pay as damages arising out of the performance of professional services caused by error, omission or negligent act with minimum limits of$1,000,000 per claim, $1,000,000 annual aggregate. NOTE:If the insurance is written on a claims-made form, coverage shall be continuous(by renewal or extended reporting period) for not less than thirty-six (36) months following completion of this Agreement and acceptance by City. 8.2 With reference to the foregoing required insurance, Professional shall endorse applicable insurance policies as follows: A. A waiver of subrogation in favor of City, its officials, employees, and officers shall be contained in the Workers' Compensation insurance policy. B. The City, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader. C. All insurance policies shall be endorsed to the effect that City will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, or material change of the policies. 8.3 All insurance shall be purchased from an insurance company that meets a financial rating of B+VI or better as assigned by A.M. Best Company or equivalent. Page 5of12 City of Port Arthur, Texas Professional Services Agreement Article IX Right to Inspect Records 9.1 Professional agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Professional involving transactions relating to this Agreement. Professional agrees that City shall have access during normal working hours to all necessary Professional 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 Professional reasonable advance notice of intended audits. 9.2 Professional further agrees to include in subcontract(s), if any, a provision that any subcontractor agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further, that City shall have access during normal working hours to all such subcontractor 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 any such subcontractor reasonable advance notice of intended audits. Article X Miscellaneous 10.1 Entire Agreement. This Agreement and any and all Exhibits attached hereto constitutes the sole and only agreement between the Parties and supersedes any prior or contemporaneous understandings, written agreements or oral agreements between the Parties with respect to the subject matter of this Agreement. 10.2 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations granted and assumed under this Agreement. 10.3 Assignment. Professional may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Professional to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants and obligations contained in this Agreement. 10.4 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties and their respective heirs, executors, administrators, legal representatives, successors and assigns. 10.5 Governing Law and Exclusive Venue. The laws of the State of Texas shall govern this Agreement, and exclusive venue for any legal action concerning this Agreement shall be in a District Court with appropriate jurisdiction in Jefferson County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 10.6 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. Page 6 of 12 City of Port Arthur, Texas Professional Services Agreement 10.7 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 by a court of competent jurisdiction, such invalidity, illegality or unenforceability shall not affect any other provision in this Agreement,and this Agreement shall be construed as if such invalid,illegal, or unenforceable provision had never been contained in this Agreement. 10.8 Survival of Covenants and Terms. Any of the representations, warranties, covenants,and obligations of the Parties,as well as any rights and benefits of the Parties,pertaining to a period of time following the termination of this Agreement shall survive termination, including, but not limited to, Section 3.3, Article X, and, in particular, Sections 10.13 and 10.14. 10.9 Recitals. The recitals to this Agreement are incorporated herein. 10.10 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile to the address specified below, or to such other Party or address as either Party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Ron Burton, City Manager Copy to: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Val Tizeno, City Attorney If intended for Professional: 10.11 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of, the Parties hereto. 10.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. Page 7of12 City of Port Arthur, Texas Professional Services Agreement 10.13 Professional's Liability. Acceptance of the Project Documents by City shall not constitute nor be deemed a release of the responsibility and liability of Professional,its employees, associates, agents or subcontractors for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such acceptance be deemed an assumption of responsibility by City for any defect in the Project Documents or other documents and work prepared by Professional, its employees, associates, agents or sub-consultants. 10.14 Indemnification. PROFESSIONAL AGREES TO INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS,SUITS,COSTS(INCLUDING COURT COSTS,REASONABLE ATTORNEY'S FEES AND COSTS OF INVESTIGATION)AND ACTIONS BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY PROFESSIONAL'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY ACT OR OMISSION ON THE PART OF PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO THE NEGLIGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR PROCEEDINGS AT PROFESSIONAL'S EXPENSE, BY OR THROUGH ATTORNEYS REASONABLY SATISFACTORY TO CITY. PROFESSIONAL'S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS AGREEMENT. IF THIS AGREEMENT IS A CONTRACT FOR ENGINEERING OR ARCHITECTURAL SERVICES, THEN THIS SECTION IS LIMITED BY, AND TO BE READ AS BEING IN COMPLIANCE WITH, THE INDEMNITY SPECIFIED IN § 271.904 OF THE TEXAS LOCAL GOVERNMENT CODE, AS AMENDED. THIS SECTION SHALL SURVIVE TERMINATION OF THIS AGREEMENT 10.15 Conflicts of Interests. Professional represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. Any misrepresentation by Professional under this section shall be grounds for termination of this Agreement and shall be grounds for recovery of any loss, cost, expense or damage incurred by City as a result of such misrepresentation. 10.16 Default. If at any time during the term of this Agreement, Professional shall fail to commence the services in accordance with the provisions of this Agreement or fail to diligently provide services in an efficient, timely and careful manner and in strict accordance with the provisions of this Agreement or fail to use an adequate number or quality of personnel to complete the services or fail to perform any of Professional's obligations under this Agreement, then City shall have the right, if Professional shall not cure any such default after thirty (30) days written notice thereof, to terminate this Agreement. Any such act by City shall not be deemed a waiver Page 8of12 City of Port Arthur, Texas Professional Services Agreement of any other right or remedy of City. If after exercising any such remedy due to Professional's nonperformance under this Agreement, the cost to City to complete the services to be performed under this Agreement is in excess of that part of the contract sum which as not theretofore been paid to Professional hereunder, Professional shall be liable for and shall reimburse City for such excess costs. 10.17 Confidential Information. Professional hereby acknowledges and agrees that its representatives may have access to or otherwise receive information during the furtherance of Professional's obligations in accordance with this Agreement, which is of a confidential, non- public or proprietary nature. Professional shall treat any such information received in full confidence and will not disclose or appropriate such Confidential Information for Professional's own use or the use of any third party at any time during or subsequent to this Agreement. As used herein, "Confidential Information"means all oral and written information concerning the City, its affiliates and subsidiaries, and all oral and written information concerning City or its activities, that is of a non-public,proprietary or confidential nature including,without limitation,information pertaining to customer lists, services, methods, processes and operating procedures, together with all analyses,compilations, studies or other documents,whether prepared by Professional or others, which contain or otherwise reflect such information. The term "Confidential Information" shall not include such information that is or becomes generally available to the public other than as a result of disclosure to Professional, or is required to be disclosed by a governmental authority under applicable law. 10.18 Remedies. No right or remedy granted or reserved to the Parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each right or remedy shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Agreement may be waived without written consent of the Parties. Forbearance or indulgence by either Party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 10.19 No Third Party Beneficiary. For purposes of this Agreement, including the intended operation and effect of this Agreement, the Parties specifically agree and contract that: (1) this Agreement only affects matters between the Parties to this Agreement, and is in no way intended by the Parties to benefit or otherwise affect any third person or entity notwithstanding the fact that such third person or entity may be in contractual relationship with City or Professional or both;and(2)the terms of this Agreement are not intended to release,either by contract or operation of law, any third person or entity from obligations owing by them to either City or Professional. [The Remainder of this Page Intentionally Left Blank] Page 9 of 12 City of Port Arthur, Texas Professional Services Agreement EXECUTED this day of , 2021. CITY: CITY OF PORT ARTHUR,TEXAS, A Texas home-rule municipality, By: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: Val Tizeno, City Attorney EXECUTED this day of , 2021. PROFESSIONAL: ERGONOMIC TRANSPORATION SOLUTIONS, INC. A Texas By: Name: Title: Page 10 of 12 City of Port Arthur, Texas Professional Services Agreement Exhibit A Scope of Services/ Schedule Page 11 of 12 City of Port Arthur, Texas Professional Services Agreement ERGONOMIC TRANSPORTATION SOLUTIONS, INC. 11500 Northwest Freeway, Suite 491 Houston, Texas 77092 Tel. (713) 956-9601 Fax: (713) 956-9667 April 21, 2021 Mr. Alberto Elefano, P.E. Director of Public Works City of Port Arthur 444 4th Street, 3rd floor Port Arthur, Texas 77640-6450 Re: Proposal for Traffic Signal Design: Bluebonnet Avenue at Gulfway Drive in Port Arthur, Texas Dear Mr. Elefano: As per your request, we are pleased to submit the following fee proposal to provide traffic signal design and support services for the above referenced intersection. The following exhibits are included: Exhibit A - Services of Ergonomic Transportation Solutions, Inc. Exhibit B - Services of Surveyor Exhibit C - Proposed Timeline Schedule for Design Phase Exhibit D - Proposed Budget Breakdown ETSI will produce the necessary plans, specifications and quantity estimates (ready bid documents) for the complete installation of a traffic signal along with accessible pedestrians accommodations (ramps, curbs/sidewalks), safety lighting, access management treatments to reduce conflicting traffic movements, related overhead and ground mounted signs, as well as required new pavement markings. The signal design will be conducted in accordance with the with City of Port Arthur and TxDOT requirements. Please review our proposal and advise if you concur or if you require further adjustments. Thank you very much for giving us the opportunity to assist you. Sincerely, 1/1714H-- Harry C. Simeonidis, P.E., Principal Attachments EXHIBIT "A" SCOPE OF SERVICES TRAFFIC ENGINEERING AND DESIGN SERVICES Traffic Signal Design: Bluebonnet Avenue at Gulfway Drive in Port Arthur, Texas Project Understanding The traffic signal at the intersection of Gulfway Drive and Bluebonnet Avenue was recently rendered inoperable due to a traffic accident. Traffic signal equipment was damaged severely to the point where repairs would not be feasible. Accordingly, the City of Port Arthur decided to replace the traffic signal in its entirety. The new signal would conform to TxDOT and City of Port Arthur's requirements. It is noted that the Gulfway Drive is a state route, also known as US 87. This would require TxDOT review and approval, in addition to the City's approval. Currently, the intersection is controlled by temporary traffic signal devices, which will remain operational until the new signal is constructed and fully operational. During a recent field visit by ETSI team members (4-8-2021), it was observed that TxDOT is currently working to remove and replace the pavement surface along Gulfway Drive, inclusive of the intersection at Bluebonnet Avenue. Based on conversations with TxDOT field personnel, ETSI staff learned that TxDOT's work would entail new pavement markings within the vicinity of the Bluebonnet intersection. The project is expected to finish by mid to end summer of this year. The new pavement surface on Gulfway Drive would be striped with one through lane in each direction, a Continuous Left Turn Lane (CLTL) in the center and 5' shoulders on either side. At the Bluebonnet Avenue intersection, Gulfway Drive will have left turn bays in lieu of the CLTL. The Bluebonnet Avenue approaches will be striped with one through only lane in each direction, plus a Right Turn Only lane on each approach. Existing development within the vicinity of the intersection, include a retail store on the NW corner, a vacant lot on the NE corner, a car repair shop and a beauty salon on the SE corner and a vacant lot on the SW corner. While the north side of Gulfway is well defined with curb and gutter lines, the south side lacks curbline definition in certain areas, particularly the areas adjacent to the car repair shop and the beauty salon. This presents the opportunity for multiple conflicting traffic movements, as vehicles trying to access the parking spaces at these two businesses. The proposed traffic signal related improvements would include: • New Mast arm mounted traffic signals; • New Underground conduits and cables; • New Vehicle detection system • New Electrical Service Pedestal; • New Controller with communication devices to meet future intercommunication requirements by the City of Port Arthur; • New Controller Cabinet on new foundation; Ergonomic Transportation Solutions; Inc. 2 • Accessible pedestrian signals and push buttons; • New curb ramps and cross walks that meet ADA, TDLR and Accessibility standards; • New driveways within the influence of the intersection; • Access management improvements to reduce conflicting movements within the intersection. This would include new curbs and sidewalks along the side of the car repair shop and the beauty salon; • New overhead and ground mounted signs; • New Pavement markings in the vicinity of the intersection, as needed Ergonomic Transportation Solutions, Inc. (ETSI) work effort will cover a "Basic Scope of Services" that spans over the three phases of the project implementation process, plus "Additional Services". These are described below: BASIC SERVICES 1. Phase I: Design a. Topographic Surveys b. Signal Design (Plans, Specifications and Estimates) 2. Phase II: Contract Letting 3. Phase III: Construction a. Construction Staking b. Construction Administration c. Project Close Out d. Record Drawings 4. Phase IV: Traffic Signal Controller Programming Training a. Preparation and Organization of Training Materials b. In Office and Field Training Sessions ADDITIONAL SERVICES 1. Phase I: Design a. Corner Clip Parcels b. Changes in the Drawings 2. Phase III: Construction a. Construction support services BASIC SERVICES SCOPE OF WORK PHASE I - DESIGN A. Topographic Surveys Develop a topographic map of the vicinity of the intersection, adequate to support the signal design: • Collect Topographic Data Ergonomic Transportation Solutions, Inc. 3 • Conduct Property and Utility Search • Produce Signed and Sealed Topo maps Detailed description of the topographic surveys is provided in SOUTEX's Scope of Services in Exhibit B. B. Signal Design ETSI will prepare plans, specifications and construction cost estimates for the installation of a fully actuated traffic signal at Gulfway Drive and Bluebonnet Avenue. Design drawings will be prepared at an appropriate scale on 11x17 sheets. The following tasks will be covered in this task: B1. Field Investigation and Data Assessment ETSI will conduct field investigations at the above intersection and record pertinent design information as well as identify potential design issues: • Identify Existing conditions that affect constructability • Locate existing utilities and their potential conflicts • Identify any observable sight distance restrictions • Assess existing pavement conditions and review vehicle detection systems • Identify safety lighting requirements • Review existing pavement markings • Review and assess temporary signal equipment • Prior to visiting, review and assess crash records • Identify potential locations for signal equipment • Identify and evaluate existing Bus Stop locations. Make recommendation for relocation if necessary B2. General Notes for Traffic Signal Installation ETSI will prepare the general notes for traffic signal installation that conform to TxDOT requirements. The general notes will be placed on a separate sheet. B3. Basis of Estimate and Quantities ETSI will prepare Basis of Estimate sheet listing all bid items and corresponding quantities for the intersection improvements. The Basis of Estimate sheet will show quantities for pay items and also quantities that are not paid directly, but are incidental to other pay items. B4. Condition Diagram ETSI will collect and review record drawings from The City of Port Arthur and TxDOT that depict the existing intersection. Features from the topographic map will be referenced on this sheet, along with intersection geometry, right of way, existing traffic controls, drainage facilities, signing striping and utilities. Information from these drawings will be verified in the field and then incorporated into the condition diagram sheet. Ergonomic Transportation Solutions. Inc. 4 The condition diagram sheet would conform to TxDOT Signal Design practices and as required by The City of Port Arthur. B5. Proposed Signal Plan Layouts ETSI will setup a proposed signal layout sheets that will show the proposed geometry of the above intersection along with the basic elements of the signal design, such as location of signal poles, pedestrian poles, curb ramps, cross walks and service pole location, in accordance with TxDOT Signal Design practices and as required by The City of Port Arthur. The proposed layouts will also show existing features to remain, existing features to be removed and proposed new equipment to be installed by the contractor. In addition, the plan layout will include safety lighting that would illuminate the intersection. B6. Signal Phasing and Timing ETSI will develop signal phasing and timing plans for various time periods of a typical weekday and a typical weekend day. ETSI will collect turning movement counts to cover a typical weekday and a typical weekend day. With turning movement counts as input, ETSI will conduct traffic analysis to produce optimal phasing and timing charts. Minimum and maximum green intervals will presented, along with amber and all red values, pedestrians walk and don't walk values. The charts will be presented to The City of Port Arthur for review and approval before their incorporation into the plan sheets. B7. Electrical and Detector Schedules and Other Details ETSI will prepare a separate sheet with a table, depicting the electrical connections of all cables within the signalized intersection. The table will show conduit and cable runs connecting the proposed signals and other equipment. The table will also show quantities for each run. On the same sheet, a detector schedule will be presented to show how each signal phase would be detected. If cut loops are used, their size and shape will be presented and quantified. If other detection methods are used, their details will be presented and quantified. Presented on the same sheet, other details will include: proposed signal head indications, proposed pedestrian head indications, proposed accessible pedestrian push button stations, proposed overhead regulatory signs, proposed overhead street name signs, proposed signal pole and foundation details, controller foundation details, pedestrian pole and foundation details, electrical service details, etc. B8. Elevations Ergonomic Transportation Solutions, Inc. 5 ETSI will prepare a layout that shows the proposed signal pole elevations viewed from the various approaches of the intersection. Various details and dimensions will be shown to ensure visibility of all vehicular and pedestrian signal heads. B9. Curb Ramps, Sidewalks and Driveways In order to meet current ADA, TDLR and Accessibility standards, various improvements will need to be constructed, such as driveways, sidewalks and curb ramps. ETSI will develop a layout showing the proposed driveways, curb and gutter, sidewalks and curb ramps that would support the proposed access management measures. Typical cross sections will be included to show details for all concrete work. B10. Intersection Signing, Pavement Markings ETSI will develop a pavement markings and signs layout that will show proposed cross walks, stop bars, lane lines and lane assignment markings as needed. In addition, the layout will show proposed ground mounted signs to support the operation of the signal and to provide advance information to approaching drivers. The proposed pavement markings will extend about 200' from the intersection on each approach. Further, the channelization layout will show proposed signs as they relate to the signal operation. B11. Standard Sheets ETSI will select a set of TxDOT standard sheets as they apply to the signal design and will include them in the plan set. ETSI may modify the TxDOT standard sheets to fit the conditions of the design. ETSI will also prepare the drill shaft tables on the TSFD standard sheet as well as the shipping parts list on the SP/SMA standard sheets. The standard sheets will depict construction details for most signal equipment and safety lighting. B12. Specifications List and Cost Estimate ETSI will prepare a list with all pertinent specifications and special provisions as they relate to the above tasks. ETSI will also prepare cost estimates using TxDOT Beaumont District's average bid prices. B13. Project Coordination and Meetings ETSI through The City of Port Arthur will contact the local power company for electrical service requirements at the above intersection. ETSI will meet with the power company's representative to discuss and agree on the proper location of the Service Outlet Location (SOLS), identifying where and how power will be provided to the intersection. In addition, ETSI will discuss with power company if any power pole adjustments or raising the power Ergonomic Transportation Solutions, Inc. 6 lines are necessary. ETSI through The City of Port Arthur will contact all other utility companies and obtain approval and signatures on the plans as required. Upon Notice to Proceed, ETSI will contact Signal Pole and Controller Manufacturers to determine availability and lead time of equipment delivery. Upon 50% completion of the plans, ETSI with approval from The City of Port Arthur will place the order for Signal Poles and Controller Cabinet. This will expedite the completion time of the project. ETSI will participate in three (3) coordination meetings with The City of Port Arthur and multiple conferences via as needed. ETSI will contact utilities to make adjustments to accommodate the proposed signal. ETSI will prepare a utility conflict table with contact information ETSI will submit 50% and 90% plans for Review by the City of Port Arthur and TxDOT. After addressing the 90% comments, ETSI will prepare the Final Signed and Sealed Plans, Specifications and Cost Estimate. ETSI will Obtain Utility Approvals and Signatures as required, before producing the Final Bid Documents. DELIVERABLES • Three (3) sets of paper drawings (size 24x36 or 11x17 or both) will be submitted in each submittal step. AUTOCAD files of all drawings will also be submitted in the final submittal, along with electronic versions of all documents. • A Bid tabulation booklet will be submitted with applicable general notes and special specifications as they apply, in electronic and paper (3 copies) format. Standard TxDOT specifications will not be included, as they are readily available in TxDOT's web site. • Engineer's construction cost estimate, in electronic and paper format (3 copies). PHASE II - Contract Letting ETSI will assist The City of Port Arthur during the bidding process to interpret the plans and to collect and summarize the bids from contractors. ETSI will participate in pre-bid conference and address contractor's questions. ETSI will amend bid documents, if necessary and resubmit to the City. ETSI will review, tabulate and assess collected bids. Check to make sure bid prices conform to latest TxDOT average bid prices for the Beaumont District. Ergonomic Transportation Solutions, Inc. 7 ETSI will rank bids and issue an opinion to the City with the qualified lowest bidder. PHASE III - Construction A. Construction Staking ETSI through its subconsultant SOUTEX will provide construction staking prior to beginning of the signal construction. Work will include: • Stake ROW lines • Stake project baseline • Stake proposed signal poles locations • Stake proposed controller foundation location • Stake proposed service drop location B. Construction Administration ETSI will review shop drawings and submittals of materials and equipment to be installed by the contractor for conformance to TxDOT standards. ETSI will comment, approve or reject such submittals as necessary. C. Project Close out ETSI will assist The City of Port Arthur with the Project Close Out process. ETSI will schedule a final walk through with City's and Contractor's representatives and address the items that need correction. After acceptance of the final corrections and upon contractor's request for Certificate of Completion, ETSI will issue the Engineer's Certificate of Completion and recommend release of the contractor's retainage. D. Record Drawings Upon issuance of the Substantial Completion Certificate, ETSI will assemble all marked up project drawings from the contractor. ETSI will update the design drawings showing all changes to reflect the actual location of all installed equipment. ETSI will submit to The City of Port Arthur original signed and sealed Record Drawings in paper and electronic (AUTOCAD) format, along with the contractor's red lined drawings. PHASE IV - TRAFFIC SIGNAL CONTROLLER PROGRAMMING TRAINING A. Preparation and Organization of Training Materials Ergonomic Transportation Solutions, Inc. 8 ETSI will prepare a presentation and materials on how to provide basic programming for a Traffic Signal Controller. Materials will include handouts as well as a Powerpoint presentation. B. In Office and Field Training Sessions ETSI will provide Traffic Signal Controller programming training for City of Port Arthur's staff. ETSI services will include an "In office" session and a "Field" session. The "In office" session will cover intersection data collection, analyses and development of basic signal phasing and timing plans. The "Field" session will cover programming of various controllers selected by the City of Port Arthur, to include installation of timing plans developed during the office session. ETSI may provide hand out reference materials as needed. The duration of the two sessions shall not exceed two days. During these two days, ETSI and City staff may visit as many intersections as time allows. ADDITIONAL SERVICES PHASE I - DESIGN During the Signal Design process ETSI will also provide the following additional services on "As Needed" basis upon written authorization from The City of Port Arthur: A. Corner Clip Parcels ETSI through its subconsultant SOUTEX will provide meets and bounds descriptions, for Right of Way acquisition, or easements. Provide parcels staking for ROW or easements. B. Changes in the Drawings ETSI will make changes in the drawings requested by the City, which are outside the scope of services, or which the City determines not to be part of the basic services. PHASE III - CONSTRUCTION A. Construction Support Services ETSI will provide Construction support services on as needed basis and as requested by The City of Port Arthur. The following list includes some of the services that may be provided: • Organize and Conduct Pre-Construction Conference, address any issues raised by contractor. • Review and respond to Requests for Information by the contractor. If during construction a certain conflict is discovered, ETSI may revise the design to fit field conditions. Accordingly, ETSI may conduct field investigations and provide revised design plans to the City and Contractor. • Prepare change orders, or work order directives as necessary • Review lab test results • Review construction schedule and compare with contractor's progress Ergonomic Transportation Solutions, Inc. 9 • Review, approve or reject contractor's monthly payment applications • Conduct periodic field reviews to assess conformance to design standards • Conduct Substantial Completion field review and prepare report to the City. • Issue the Substantial Completion Certificate after all contractor's responsibilities have been satisfied. SERVICES TO BE PROVIDED BY CITY OF PORT ARTHUR • Provide preliminary and final reviews of the bid documents • Furnish hard copies and electronic versions of the record drawings, to include all existing utilities, as well as the roadway design with all related reference files, including TxDOT proposed improvements. • Provide design speeds for the two intersection roadways if different from current speed limits • Assist ETSI in identifying and resolving utility conflicts. • Assist ETSI with securing power service and adjusting power lines as necessary. • Provide coordination and communication for the progress of the signal design work among all parties involved. • Provide an office meeting facility to accommodate the City and ETSI staff during Signal Controller Training. Provide a list of 4-6 problematic signalized intersections to be used as training sites. Provide the controller Manufacturer and Model type installed at each of the selected intersections. List of intersections should be prioritized. Provide access to controller cabinet at each intersection. • Provide other information or assistance as circumstances require. PROPOSED TIMELINE SCHEDULE Design Phase ETSI will produce 50% complete plans for City of Port Arthur's review and comments within three weeks of the notice to proceed. At the same time ETSI with assistance from The City of Port Arthur will arrange a field meeting among all stake holders, including power company and other utilities to confirm location of signal equipment and to make adjustments to the design as needed. ETSI will submit paper and/or electronic copies of the plans to all parties involved. ETSI can produce 90% complete drawings within five weeks of the notice to proceed. The 90% complete drawings will be submitted to The City of Port Arthur for review and comments. After receipt of the 90% review comments, ETSI can produce 100% complete drawings within one week. ETSI will submit a hard copy and electronic version of all work performed to The City of Port Arthur. Exhibit C shows the timeline schedule for the Design Phase. Ergonomic Transportation Solutions, Inc. 10 Construction Phase The duration of Construction largely depends on the contractor. ETSI has no control over contractor's priorities or schedules. ETSI based on past experience estimates that the signal construction should take about eight (8) weeks, assuming all materials are at the contractor's possession. FEE SCHEDULE ETSI proposes to conduct the Basic Services for a lump sum fee of $83,854.38. ETSI will invoice The City of Port Arthur monthly, on a percent complete basis. ETSI proposes to conduct the Additional services for a Not to Exceed fee of $16,770.88. ETSI will invoice The City of Port Arthur monthly, on a time and cost reimbursable basis. Exhibit D shows ETSI's proposed fee schedule, broken down by task. ETSI acknowledges that The City of Port Arthur has the right to stop and restart the project at any time without any additional costs. Ergonomic Transportation Solutions, Inc. 11 TBPE Firm No.F-5755 18 OUTEX- 2T: 4 as 77642 SURVEYORS&ENGINEERS Office(409)983.2004 Fax(409)983.2005 PROFESSIONAL SURVEYING SERVICES PROPOSAL Signal Design for Bluebonnet Avenue & Gulfway Drive City of Port Arthur April 8, 2021 Request made by: Harry C. Simeonidis, P.E. Ergonomic Transportation Solutions, Inc. 5300 Hollister, Suite 220 Houston, Texas 77040 Ph. (713)956-9601 hsimeon@etsiteam.com Services Requested: Topographic Survey Services will be as follows: 1. Phase I Topographic Survey A. This will include the necessary field work to locate monumentation representing right-of-ways and adjoining ownership at and along Gulfway Drive and Bluebonnet Avenue 400 ± feet from the intersection of both streets. B. Perform Necessary fieldwork to locate improvements such as concrete pavement for roadways and sidewalks including radiuses of turnouts, expansion joints and/or construction joints, driveway cuts, utilities such as manholes, inlets, storm drains and sewer lines, water lines, fire hydrants, power poles, overhead and above ground transformers, light poles, wheelchair ramps, pavement markings, and other above ground features such as vegetation, plantings, trees and shrubs. C. Survey and locate all overhead utilities providing clearances including private utility lines which may be in conflict with proposed equipment such as signal poles, masts arms and/or span wire systems. D. Perform Texas One Calls for utility locates, coordinate activities with company representatives confirming ticket numbers and locates. E. Set base line at 100' intervals as directed by engineer. F. Make contact with pipeline companies and/or agencies if applicable, information regarding company's representative, and pipelines will be placed on final drawings. All information will be provided on D-size sheet, 1"= 20 feet for full size drawings and 1" = 40'for half size drawings 11"x17". Data will be collected by Robotic Total Station and GPS RTK Surveying. All points will contain a 3 dimensional value and process using AUTO CADD Civil 3D 2020 with associated line work. Cost for Phase I Topographic Surveying will not exceed $7,800.00 Start Date: Work will begin within 3 days of notice to proceed and completed within 18 working days. 2. Phase II Construction Staking Upon authorization of ETSI, Soutex will establish control points for base line and/or center line control if needed and/or set points of all equipment and/or utility work by using the drawing file and RTK surveying methods. This work will include the location of all traffic poles, pedestrian poles and controller foundations and proposed corner cuts for signal design. Cost for Phase II Construction Staking will not exceed $2,800.00 Work can begin within 1 working day and completed in 2 working days. 3. Additional Services Corner clip parcels; this work will be to provide drawings and metes and bounds descriptions for exhibits A and B requiring right of way and/or easement areas in accommodating for the placement of new signal equipment. (Does not include recordation of documents). Cost for Additional Services will not exceed $3,500.00 We appreciate the opportunity to provide you with this Proposal and look forward to working with you on this project. Billing will be monthly by percentage of work completed and invoices will be dur upon receipt. The undersigned parties to hereby declare that they have the authority to execute this contract on behalf of the party they represent. If you have any questions or concerns with regards to this Proposal, please do not hesitate to call. F r illf Firm, For the Client, Anthony . gPr,iPLS Authorized Signature Vice President Title Date t g—2( Date V W 0 W U co WI f f Z 0 W ❑ 'MI W N Z C 7 W Q N K:: J m 1L N J D a Q J : N W 6 y Z Z 1` O W N n W J m " a 1- N Z W w : 3 W N N H = Z �— co co O N U 3 XZ w W o :;u J Te r:a a W W .- 2_ Z u 1- z F- 00 ° '11 FAm $ z Mo w W O x W Q di Li. w > c. 29 y >,a ,cON w �+-0 - y a Wz—O c U o U W G O Et 1LLi io epp6 W1 .o Z 3 w ` c�C z H -1 Z 2 C 1- ~ O K Malty g' .5Epl' Wa g 0 < Q ; (� a W U—wZ'12 1 ..._a az ci� 0 m w a s—xr y S4 a—� in c y O D w Y V OOWF as mE Q Z Y Y K— 01111111 w S=; a� h ii !! OOy y Ld_ amaaa a < E ~ ~2 9m aZO O y0—O d 2O =— — —Q—O = w F —U LL "N.b_ a0+ t' N C�_ C W D W � y H [2 OlO ? op O J g4 „$ o = m .. J OP W U1=I2zQ 0 aO H Ow owo wu0UOyyv m w5" w 1>- " H U 8 x wm t- W ~ W—V ~ 3 v V a Y 7 7 C Gl O O L—lie W Kl COi V V wN 0 m 2 m m o o c w p V4 ° a' Qvv—.a $ 1- Q % ZwZ—Q —2—w - H Z O O O e O W cO O d o 3 W a� W Q J also m 2 4 Q W Z aw y G z vvvM ° aUUOU >ai aai a aaa O a ° C7 a2lyMO Nwaoom MAauvWm-- as ma g W W 3 N t0 j n OD J: p 0 e O CU 0 O 0 e C- U E 0 e 0 0, W .i' Exhibit B Rate Schedule Page 12 of 12 City of Port Arthur,Terns Professional Services Agreement 3 in O N NI �I F. LU 0 m H W Z Z O CD T.- CO CO V CO CO CO N V V m CrO CD CV of CD CO CO CO O N CO CI' O CO CO CO U O O «") C3) a- N CO N- ai CD O Cl") CP CO 0 CD Co a- O 'Cr V' Co O M CO O O M CO N ww O CO N C,- LC) N. O CO N CT C) CO O N (O O CO C) O N N CCD O a- V LL") 4 O 1p ❑ a) O C� CC) N O CO V Cr CO CO 0) CD LO a) (O 7 CO O O O - N V O !� Lo n N CO O CO V O_ al' CD D) CO CO CO N. 0b LC)_ LC) CO CO 69 a- O CO CO CO CO x- CO N_ (C) N. CO Is.. l0 U CN- N N CO- O C!) Cn V CO- c- N 69 O N N C) CO- to ,- tD U) (D M CO O (A 69 69 U3 69 7- 69 69 64 69 C9 EA 69 69 10 69 CA 69 69 69 EA a- (A (A U3 CO a- O 69 69 69 609- 60 a- 6R i 0 o C U Q co Q 7- 7-CV CD CD V c)CO CV,- CV CV00 V CD CO O a) rn c 0 W o 'cr.)i Q' U) C O V CO c) _ N = __ ,_ V CO CD COCO CO CV CO a) 0 H C W O V m ,- N- o J C O C N N N N V CO Cr CD V N N CO O CO CO V N CO N c- 69 69 69 Z 0 0 < o 0 W `° Y °, a < Z N ,- ,- c, ,- CV V () W W a U) 0 CO < Z CIO W a) a) .' — a) d 1 0 Z r m x D 0 a .0r 0 W CO m d H d CO o in To 0 j .- 0 CO C c �6 .C1 U W a) Cn a) 0 CO m U a E N O f0 Q a c a) = E � m a`) cu c O Z is N n c C o c fn '"' CO c a`) p a c .� CU a W .E co E d .� c j a W .a) 0 u u) — a a) c c m m O U) m %) J < c :• a 0 a) W m o m 0 Zas c c �L m o °� a cow m � m� H 0 O mc`ncn U N Cd @ O Y W 'a a'S U) N U .E C a) U C a H CO Q) (6 C C C - C CD. TO M3 LL2 y C 0 -a @c00 a) CN U) o -Ia p) Ln o a) N D o a) o) C a) -c c a U) Q c Uc W VU) c a) a a) c a o o u CO @ O moC It'' CL a) Z W -a L U E U -O (B U CON a)c o w _ o V)o 0 0 0 a 0 a o ui o U o To m Q c a) aci co 0 CD aD a) n c in (on W w ' - - c c o o w > O o w o a)ii0mUdcn W W U m m °' LH (.0 (NC') t1(i (0N- Cb _c) HN (° ( a� cNa � UUa � m � � c c aQmmmmmmmmmmmmmmI- 0 as < CO0WH aQm < c 0 'o c 0 m 0 0 a C c U E 0 c 0 W