Loading...
Contract - EAR Telecommunications, LLC d/b/a "EARTC" - 2/13/2025 AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND EAR TELECOMMUNICATIONS, LLC D/B/A"EARTC" FOR THE PURCHASE OF STREET LIGHT MAINTENANCE THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement ("Agreement") is made and entered into on this the 13t day of 20255 by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipals whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and EAR TELECOMMUNICATIONS, LLC D/B/A "EARTC", whose offices are located at 141789 US Highway 290 E Manor, Texas 78653, referred to herein as "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties,whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase street light maintenance services; and WHEREAS, City has issued its "Request for Proposals" for the provision of said services; and WHEREAS, City has determined the proposal submitted by Vendor provides the best value to the City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,the parties mutually agree as follows: 1.0 DEFINITIONS A. Agreement means this binding legal contract between City and Vendor whereby City is obligated to buy specified services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Request for Proposal, designated Solicitation Number 24- 024REBID dated September 2024 ("RFP"); (b) Vendor's Proposal; and (c) any exhibits and/or addenda thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by 1 Zo2- �30 giving preference in the following order: (1) This Agreement; (2) Vendor's Proposal; (3) City's Request for Proposals,Addenda, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date set out in the introductory paragraph above. D. Services mean the specified services, supplies, materials, commodities, or equipment. E. Vendor means EAR Telecommunications, LLC d/b/a "EARTC", or any successors or assigns. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the Effective Date and shall remain in full force and effect unless and until it expires by operation of the term indicated herein or is terminated or extended as provided herein. B. The term of this Agreement shall be for sixty (60)months from the Effective Date C. City reserves the right to review the relationship at any time and may elect to terminate this Agreement with or without cause or may elect to continue. 3.0 CONTRACT DOCUMENTS AND EXHIBITS A. City selected Vendor to supply the Services as outlined in the RFP; any Addenda to RFP; and the Proposal submitted by Vendor, all as specified in Exhibit "A," incorporated herein by reference for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and any Addenda to RFP and as offered by Vendor in its Proposal. The Services which are the subject matter of this Agreement are described in Exhibit"A" which is fully a part of this Agreement as if repeated herein in full. 4.0 ITEMS AWARDED; SCOPE OF WORK A. All items in "Attachment E—Cost Proposal Sheet" of Exhibit "A" are awarded to Vendor. 2 B. Vendor shall satisfactorily provide all Services described in Exhibit"A," attached hereto, within the contract term specified in Section 2.0. Vendor's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.0 COSTS A. In consideration for the Services to be performed by Vendor, City agrees to pay Vendor the amounts set forth in"Attachment E—Cost Proposal"of Exhibit"A." B. The City shall is authorized to pay the Vendor an amount not-to-exceed $200,000 per year for a total of$1,000,000 for the term of this Agreement. 6.0 INVOICES A. All invoices shall include, at a minimum, the following information: 1. Name and address of Vendor; 2. Purchase Order Number; 3. Description and quantity of Services provided; and 4. Delivery dates. 7.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING A. Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. B. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's proposal, with the consent and agreement of the successful service provider(s) and the City. Such agreement shall be conclusively inferred for the Vendor from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 3 8.0 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the Services as determined by City's budget for the fiscal year in question. City may affect such termination by giving Vendor a written notice of termination at the end of its then-current fiscal year. 9.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives the Services under this Agreement, the date the performance of the Services under this Agreement are completed, or the date City receives a correct invoice for the services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: 1. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the Service performed that cause the payment to be late; or 2. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the Services performed that causes the payment to be late; or 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.0 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 4 12.0 INSURANCE Vendor shall meet all City of Round Rock insurance requirements set forth in the RFP and on the City's website at: httn://www.roundrocktexas. og v/wp-content/uploads/2014/12/corr insurance 07 20112 pdf. 13.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Matt Fitzgerald Public Works Department 3400 Sunrise Road Round Rock, TX 78665 (512) 341-3186 mattfitz eg r�a.roundrocktexas.gov 14.0 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made,then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.0 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the specified goods elsewhere. Vendor shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within thirty (30) days of receipt of written notice: 1. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States, and is unable to perform its material obligations under the Agreement. 16.0 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30)days' written notice to Vendor. 5 B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for Services it would have performed under the remaining term of the Agreement except as provided herein. 17.0 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 18.0 COMPLIANCE WITH LAWS, CHARTER,AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2271, Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 2274, Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that 6 discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 19.0 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.0 NOTICES A. All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: EAR Telecommunications, LLC 141789 US Highway 290 E Manor, Texas 78653 Notice to City: City Manager Stephanie L. Sandre, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 7 21.0 APPLICABLE LAW, ENFORCEMENT, AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 23.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 24.0 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 25.0 MISCELLANEOUS PROVISIONS A. Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Vendor's failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. 8 C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties' respective heirs, executors, administrators, successors and assigns. D. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. EAR Telecommunications, LLC By: Printed Name: CQ,� 05S Title: cv c Date Signed: Q� /o g, %Y—Q 2- City City of Roundock, Texas By: M I Printed Name: ( Com, Title: G� Date Signed: For City ttest: By: A. Ann ranklin, City Clerk For City, Approved as to Form: By ep ame L. Sandre, City Attorney 10 Exhibit "A" ROUND ROCK TEXAS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) STREET LIGHT MAINTENANCE SOLICITATION NUMBER 24-024REBID SEPTEMBER 2024 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 STREET LIGHT MAINTENANCE PART I GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" seeks proposals from firms experienced in street light maintenance. The City of Round Rock is committed to ensuring the safety and functionality of its street lighting infrastructure, which plays a vital role in enhancing public safety, promoting economic development, and fostering community well-being. With approximately 2500 Luminaire Street lights dispersed across various locations within the city, maintaining these assets is paramount to sustaining the city's growth and quality of life for residents and visitors alike. Recognizing the significance of this endeavor, the City is issuing this Request for Proposal (RFP)to solicit qualified contractors capable of providing comprehensive streetlight pole and fixture maintenance and repair services. Through this initiative, the City aims to establish a reliable partnership to address routine maintenance, facilitate timely repairs, and effectively respond to emergent streetlight issues. By leveraging industry expertise and innovative solutions, the City endeavors to optimize the performance and longevity of its street lighting infrastructure, thereby contributing to a safer, more vibrant, and resilient community for all. The total dollar amount of the contract shall not exceed $1,000,000. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Page(s)2-4 Part II —Definitions, Standard Terms and Conditions, and Insurance Requirements Page 5 Part III—Supplemental Terms and Conditions Page(s) 6-8 Part IV—Scope of Work Page(s) 9-10 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 11-13 Attachment A—Proposal Submittal Form Separate Attachment Attachment B—Reference Sheet Separate Attachment Attachment C—Prevailing Wage Rate Separate Attachment Attachment D—Electrical and Street Light Details Separate Attachment Attachment E—Cost Proposal Sheet Separate Attachment Attachment F—Certificate of Insurance Instructions Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released September 25, 2024 Deadline for submission of questions October 9, 2024 @ 5:00 PM, CST Page 2 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 City responses to questions or addendums Approximately October 16, 2024@ 3:00 PM, CST Deadline for submission of responses October 23, 2024 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM, CST on the due date noted above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: https:Hro u nd rocktexas.bonfi reh u b.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https:Hroundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https:Hroundrocktexas.bonfirehub.com A. This request for proposal (RFP) does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295 "Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protest(a)_roundrocktexas.gov. In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. Page 3 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract ("Offeror") and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10)working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A) above. iii. You must submit your protest in writing and must include the following information: a. your name, address, telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing Manager, with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination. The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter. The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However, the awarded contract will not be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15) business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 4 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. These can be obtained from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/ Page 5 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60) months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships normally engaged in providing street light maintenance as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this RFP process. 3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. 4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022, the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in Attachment C and comply with all applicable sections of Chapter 2258. Attachment C—Prevailing Rates are posted in Solicitation Documents for RFP 24-024 Street Light Maintenance on the City of Round Rock Bonfire website at: https://roundrocktexas.bonfirehub.com 5. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. Page 6 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 6. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. 8. PRICE INCREASE: Contract prices for street light maintenance shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 10% for any single line item unless otherwise approved by the City. A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December), and each (January through June OR July through December six month average)thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.4ov/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing(a)roundrocktexas.gov with the rate detail comparison, a comprehensive calculation, and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 9. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5) working days. The Contractor will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City the Contractor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 10. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 11. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https:Hroundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. Page 7 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 13. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative: The City's designated representative shall be: Matt Fitzgerald Superintendent Transportation Department Phone: 512-341-3186 E-mail: mattfitzgerald(a-)roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 14. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. C. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 8 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 PART IV SCOPE OF WORK 1. PURPOSE AND BACKGROUND: The City of Round Rock invites qualified contractors to submit proposals for the provision of comprehensive streetlight pole and fixture maintenance and repair services as needed. This initiative encompasses approximately 2500 Luminaire Street lights situated across diverse locations within the city. The selected contractor shall provide all necessary labor, equipment, and supplies to effectively address the city's street lighting needs. Upon award a GIS map delineating the locations of all streetlights will be furnished to the contractor. The scope of work encompasses, but is not limited to, traffic controls, repair, replacement, and adjustment of streetlights, poles, bracket arms, foundations, heads, and related parts and materials. 2. SERVICE REQUIREMENTS: The Contractor shall- A. Be available to promptly address all streetlight and illumination issues concerning city-owned or maintained streetlights. B. Commence the initial contract with maintenance for 2,500 Streetlights and accommodate annual increases due to commercial and residential development. C. Conduct regular streetlight maintenance, including the replacement of bulbs, LED heads (complete), arms, brackets, photo-cells, ballasts, timers, and fuses, transitioning all replacements to equivalent LED fixtures. D. Provide complete replacement of any streetlight damaged or knocked down due to various causes. E. Perform services at various locations throughout the city as indicated on the GIS map provided. F. Notify the City's point of contact of any lead times exceeding thirty (30) days for necessary parts. G. Manage delivery, unloading, receiving, and storage of illumination parts and supplies for each project. 3. WORKMANSHIP: Contractors are expected to demonstrate meticulous attention to detail, precision, and professionalism throughout all project phases. It is imperative that all work conducted by the contractor meets or exceeds contract specifications, industry best practices, and relevant codes. From routine maintenance tasks to emergency repairs, the highest level of craftsmanship must be consistently upheld to ensure the optimal functionality and longevity of the street lighting infrastructure.Additionally, contractors are required to maintain clean and organized worksites, promptly address any deviations from the agreed-upon scope of work, and responsibly dispose of waste materials in accordance with applicable regulations. By upholding exemplary standards of workmanship, contractors will not only meet the City's expectations but also contribute to the safety, efficiency, and aesthetics of the street lighting network throughout Round Rock. 4. SITE INSPECTIONS: Contractors must conduct thorough inspections of the work location before submitting estimates. No variations in price or conditions beyond the signed contract will be permitted due to a lack of knowledge or awareness of project requirements. Inspections must be scheduled by contacting the City's designated representative. 5. WARRANTY: The successful respondent must provide a one (1) year warranty covering all workmanship and parts, including manufacturer's warranties, workmanship defects, and installations. Warranty work must be completed within five(5)working days from notice of defect or receipt of replacement parts/equipment. 6. DESIGNATED POINT OF CONTACT: The Contractor shall designate a primary and secondary point of contact, along with an identified crew leader, to facilitate streamlined communication and coordination with the City of Round Rock. These designated contacts will serve as the primary liaisons between the Contractor and the City's representatives, ensuring prompt responsiveness to inquiries, updates on project progress, and resolution of any issues or concerns that may arise. Additionally, the Contractor shall provide clear and consistent communication channels, including contact information and availability, to facilitate efficient collaboration and ensure alignment with project objectives and timelines. Page 9 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 7. DOCUMENTATION AND REPORTING: The Contractor is responsible for providing comprehensive documentation and reporting throughout the duration of the project. This includes submitting detailed repair assessments to the City's point of contact prior to commencing work, outlining fixed fees and replacement equipment costs as necessary.Additionally, the Contractor must complete and furnish a work report for each project, detailing location specifics, arrival and completion times, labor hours, parts utilized, and a thorough description of completed tasks. These reports shall be submitted to the City's designated representative via email, ensuring transparent communication and accountability for all project activities. By maintaining accurate documentation and reporting, the Contractor facilitates effective project management, enables timely decision-making, and promotes transparency in service delivery. 8. CITY RESPONSIBILITIES: The City will- A. Schedule and confirm work promptly. B. Provide access to locations requiring service. C. Ensure work areas are reasonably free of safety hazards. D. Conduct inspections to verify compliance with the scope of work. E. Provide available drawings or plans upon request, if available. F. Provide electrical outlets used to complete tasks. Page 10 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrocktxvendors.munisselfservice.comNendors/default.aspx Proposal Submittal Instructions: The Respondent shall include all of the following documents in their response- Attachment A- Proposal Submittal Form S• Attachment B-Reference Sheet s Attachment E-Cost Proposal Sheet :• Acknowledged Addenda (if applicable) Certificate of Insurance A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. ❖ List of Exceptions (if any)-Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions"with the Respondent's proposal. ❖ Segment requirements listed below. 3. EVALUATION CRITERIA: A. Segment 1 —Respondent's Solution, Approach, &Timeline i. System Concept and Solution: a. Technical Approach: Proposed technical approach, including the methodology for streetlight maintenance and repair, integration of LED technology, and strategies for addressing emergent issues. b. Innovative Solutions: Assessment of innovative solutions proposed by the Contractor to optimize streetlight performance, enhance energy efficiency, and improve overall system reliability. c. Compliance with Standards: Verification of compliance with industry standards, regulations, and best practices in streetlight maintenance, ensuring the proposed system concept aligns with industry norms. ii. Program Approach and Timeline: a. Project Management Plan: Review of the Contractor's project management plan, outlining methodologies for scheduling, resource allocation, risk management, and quality assurance. b. Timeline: Assessment of the proposed timeline for project execution, including key milestones, deliverables, and completion targets, ensuring alignment with the City's objectives and expectations. c. Contingency Planning: Evaluation of contingency plans and mitigation strategies proposed by the Contractor to address potential delays or obstacles, demonstrating preparedness and adaptability in project execution. B. Segment 2—Company Work Experience and Personnel i. Company Information-which gives a summation of the proposal in brief, concise terms. Include the following- Page 11 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 a) Business Organization: State your organization's full name and address and identify the parent company if you are a subsidiary. Specify the branch office or other subordinate element that will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which it was incorporated or licensed to operate. b) Project Management Structure: Provide a general explanation and chart specifying project leadership and reporting responsibilities and interface the team with City project management and personnel. If the use of subcontractors is proposed, identify their placement in the primary management structure and provide an internal management description for each subcontractor ii. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. iii. Contractors' past performance with the City may be evaluated. A. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. C. Segment 3—Cost Proposal: Pricing in Attachment E—Cost Proposal Sheet should include all incidental costs, material, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management etc. 4. EVALUATION SCORING: The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the City. A. Evaluation Criteria: Weights: • Respondent's Solution, Approach, &Timeline (Segment 1) 40 pts • Company Work Experience and Personnel (Segment 2) 40 pts • Cost Proposal (Segment 3) 20 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. Page 12 of 13 Exhibit "A" City of Round Rock Street Light Maintenance RFP No. 24-024Rebid Commodity Code: 968-76/910-82 September 2024 G. The City may develop a "short list" of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. Provide City contact(s) information for implementation of the Agreement. B. Identify specific milestones, goals, and strategies to meet objectives. Page 13 of 13 Exhibit "A" r UND ROCK TEXAS UCHASING DIVISION ADDENDUM CITY OF ROUND ROCK, TEXAS Solicitation: RFP 24-024Rebid Addendum No: 1 Date of Addendum: 10/3/2024 This addendum is to incorporate the following changes to the above referenced solicitation: I. Clarifications: A. A correction was made to the cost proposal sheet. The items Furnish/Install Rdwy Ilium Foundation TY 9— 18 was removed and the correction is Furnish/Install Rdwy Illum Foundation TxDOT Standards. Please use PD 1.1 Attachment E-Cost Proposal Sheet (updated). II. Questions: Q1: Please confirm the amount of the contract. A1: The contract is for a total of 5 years (60 months) at$200,000 per year for a total of$1,000,000. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation. Exhibit "A" Proposal Document A. Segment 1 -Respondent's Solution, Approach, &Timeline i. System Concept and Solution: a.Technical Approach: Proposed technical approach, including the methodology for streetlight maintenance and repair, a. Preventive Maintenance • Regular Inspections: Conduct periodic inspections of streetlights to identify any potential issues before they escalate. Inspections should cover lamp functionality, pole integrity,wiring, and connections. • Cleaning and Fixture Check: Regular cleaning of lenses and reflectors to ensure optimal light output and inspecting fixtures for damage or wear. • Component Testing:Verify the functionality of sensors (e.g., short in caps and photocells). b. Reactive Maintenance • Rapid Response Protocol: Establish a 24/7 reporting and response system for outages or malfunctions, ensuring timely repairs to minimize downtime. • Standardized Repairs: Use standardized components for repairs, including lamps, ballasts, and poles, to ensure quick replacements and consistency across the streetlight system. integration of LED technology, a.Transition Plan to LED • Phased Rollout: Begin with replacing high-maintenance or high-energy-consuming streetlights, prioritizing key areas such as main roads, intersections, and high-traffic zones. Based on City urgency • Energy Efficiency: Leverage the low power consumption and long lifespan of LED lights, reducing overall operational costs and environmental impact. • Smart Controls: Incorporate dimming and smart lighting controls to adjust light levels based on time of day or area usage,further optimizing energy consumption. b. Benefits of LED Integration • Longevity: LEDs last up to 5 times longer than traditional bulbs, reducing the need for frequent replacements. • Better Light Quality: LED lights provide brighter and more uniform lighting, improving road safety and visibility. • Reduced Maintenance Costs: With fewer failures and longer lifespans, maintenance needs decrease, providing long-term cost savings. and strategies for addressing emergent issues. a. Real-time Monitoring and Diagnostics Exhibit "A" • Based on City reports or urgent request b.Adaptability and Scalability • Emergency Response Plan: Have contingency plans in place for emergencies, such as extreme weather, that could damage streetlights or cause power outages. Pre-position repair teams and resources to expedite repairs after significant incidents. c. Community Engagement and Feedback • Public Reporting Systems: Establish easy-to-use channels (e.g., mobile apps or websites)where residents can report outages or streetlight issues.This helps prioritize repairs based on real-time community feedback. • Frequent Updates: Provide regular updates on maintenance schedules or changes to service, ensuring transparency with the public. This technical approach ensures a proactive and efficient streetlight maintenance system that leverages LED technology for sustainability,while addressing emergent issues with agility and precision. b. Innovative Solutions: Assessment of innovative solutions proposed by the Contractor to optimize streetlight performance, enhance energy efficiency, and improve overall system reliability. 1. Optimization of Streetlight Performance • Durable Materials: Proposals to use corrosion-resistant poles and long-lasting LEDs are critical for reducing maintenance needs and extending the operational life of the streetlights. 2. Enhancement of Energy Efficiency • LED Technology:The contractor's proposal to transition from traditional lighting to energy-efficient LEDs offers immediate energy savings (up to 50-70%) and a significant reduction in maintenance costs due to the longer lifespan of LEDs. 3. Improvement of System Reliability • Predictive Maintenance: By using data analytics and predictive algorithms, the contractor can anticipate potential failures or maintenance needs before they occur, thus minimizing downtime and reducing reactive repair costs. • Resilient Infrastructure: Strengthening the physical infrastructure of streetlights (e.g., poles,wiring)to withstand environmental challenges (such as severe weather) adds to the long-term reliability of the system. These innovative solutions demonstrate a comprehensive approach to enhancing streetlight performance, achieving greater energy efficiency, and improving the reliability of the overall streetlight system, ensuring both operational savings and improved public safety. c. Compliance with Standards:Verification of compliance with industry standards, regulations, and best practices in streetlight maintenance, ensuring the proposed system concept aligns with industry norms. Exhibit "A" 1. Compliance with Industry Standards • Lighting Standards:The contractor's proposed streetlight system must comply with the Illuminating Engineering Society(IES) standards, particularly IES RP-8, which sets guidelines for roadway lighting.This ensures proper light distribution, intensity, and uniformityto meet safety and visibility requirements. • Electrical Standards: All electrical components and installations must adhere to the National Electrical Code (NEC), National Electrical Safety Code (NESC)and Institute of Electrical and Electronics Engineers(IEEE) standards for safe and reliable wiring, grounding, and energy distribution. • LED Specifications: LED fixtures should meet Energy Star or DesignLights Consortium (DLC) standards for energy efficiency and performance, ensuring that the lights are long-lasting and meet minimum lumen maintenance thresholds. 2.Adherence to Regulations • Local and National Regulations:The streetlight system must comply with local, state, and federal regulations, including Occupational Safety and Health Administration (OSHA) safety requirements for installations and maintenance work. • Energy Efficiency Mandates: The system should adhere to government-mandated energy efficiency targets, including meeting or exceeding Energy Efficiency Directive standards where applicable, ensuring the streetlight infrastructure aligns with long-term sustainability goals. 3. Best Practices in Streetlight Maintenance • Preventive Maintenance Programs: Best practices in maintenance include a scheduled preventive maintenance plan that adheres to industry standards, ensuring streetlights are routinely inspected and serviced before issues arise. • Asset Management Systems:The contractor's use of a centralized asset management system for tracking maintenance history, outages, and repairs ensures the streetlight system operates efficiently and within best practices for urban infrastructure management. • Safety Protocols: Maintenance and repair activities should follow safety best practices, such as those outlined by OSHA and industry safety bodies, including proper use of personal protective equipment(PPE), safe working conditions, and hazard mitigation measures. 4.Alignment with Industry Norms • Standardized Components:The contractor's use of standardized streetlight components (e.g., LED fixtures, poles, and wiring)that comply with American National Standards Institute (ANSI) specifications ensures compatibility, ease of replacement, and lower costs for future upgrades. In summary, the contractor's streetlight system design and maintenance approach should be fully compliant with relevant standards and regulations, while aligning with best practices in energy efficiency, safety, and sustainability.This ensures that the system is not only efficient and reliable but also meets all legal and operational norms. ii. Program Approach and Timeline: Exhibit "A" a. Project Management Plan: Review of the Contractor's project management plan, outlining methodologies for scheduling, resource allocation, risk management, and quality assurance. 1. Scheduling Methodology • Detailed Work Breakdown Structure(WBS):The contractor's plan should include a clear WBS that breaks the project into manageable tasks, phases, and milestones, ensuring that each phase of streetlight installation, maintenance, and testing is scheduled accurately. • Critical Path Method (CPM): Using CPM to identify key tasks and dependencies ensures that the project timeline is optimized.This method highlights tasks critical to the project's completion and allows for better management of resources and deadlines. • Gantt Charts:The use of Gantt charts provides a visual overview of the project schedule, helping to track progress in real-time and ensuring that deadlines are met.This also allows for adjustments based on task durations or unforeseen delays. • Regular Updates: Scheduling should include provisions for regular project status updates, ensuring that adjustments are made as needed and that stakeholders are kept informed about progress and potential delays. 2. Resource Allocation • Efficient Use of Labor and Equipment:The plan should outline how skilled labor (e.g., electricians, engineers) and equipment (e.g., bucket trucks, cranes)will be deployed efficiently across the project.Allocation must balance the need for timely completion with available resources to avoid bottlenecks. • Contingency Resources:The contractor should have contingency plans in place for additional resources if needed, such as extra labor during peak periods or backup equipment in case of mechanical failure. • Resource Leveling:This technique ensures that resources are used evenly throughout the project timeline, preventing over-allocation of labor or equipment at any given time and ensuring sustained productivity. • Budget and Cost Control: Resource allocation must be tightly aligned with the project budget, ensuring cost-effective deployment of personnel and materials without exceeding the planned expenditure. 3. Quality Assurance(QA) Methodology • QA Inspections and Testing:The contractor's plan should include regular quality assurance checks throughout the project lifecycle, from material inspections to the testing of installed streetlights.This ensures that any defects or issues are identified early and addressed before they affect project delivery. • Adherence to Industry Standards: Quality assurance must ensure compliance with relevant standards (e.g., IES, NEC) and regulations for streetlight systems. The plan should outline regular audits or peer reviews to verify that work is being completed to specification. Exhibit "A" • Documentation and Reporting: All QA processes should be documented,with detailed reports on inspections, tests, and corrective actions taken. This not only ensures accountability but also provides a record for future reference or audits. • Continuous Improvement:The contractor's plan should include mechanisms for learning from errors or inefficiencies identified during the project. Feedback loops and post-project reviews are essential for improving processes and avoiding repeat issues in future projects. b.Timeline: Assessment of the proposed timeline for project execution, including key milestones, deliverables, and completion targets, ensuring alignment with the City's objectives and expectations. 1. Key Milestones The contractor's proposed timeline should include clearly defined milestones that serve as checkpoints to gauge progress and ensure the project stays on track. Typical milestones might include: • Project Kickoff:This marks the formal start of the project, including site surveys, mobilization of equipment, and resource allocation. • Design Approval: Finalizing the streetlight design, including technology specifications (e.g., LED lighting), pole selection, and layout, should be a key early milestone.The timeline should allow time for City review and approval. • Material Procurement and Delivery: Key materials, including streetlight poles, lamps, and electrical components, need to be ordered and delivered on time to avoid delays. This milestone is critical for avoiding supply chain disruptions. • Installation Phases:The project should be broken down into installation phases (e.g., by geographical zone or priority areas). Each phase should have a clear start and end date to ensure steady progress. • Initial Testing and Inspections: Once streetlights are installed, there should be a milestone for testing and inspections to ensure proper functionality and adherence to safety and performance standards. • Final approval: Needs all streetlights operational and approved by City inspectors. 2. Deliverables The timeline should align with the delivery of the following key items: • Detailed Project Plan and Design Documents:The City must provide detailed design and construction plans early in the project, including specifications, drawings and scope of work. • Maintenance Plan: A comprehensive post-installation maintenance plan should be delivered prior to project completion to ensure long-term performance and sustainability of the system. 3. Completion Targets The proposed timeline should include specific completion targets, broken down as follows: • Short-Term Targets (0-3 months):These should focus on project initiation, site preparation, material procurement, and installation of the first set of streetlights. Exhibit "A" Completion targets should be realistic, allowing for contingencies, while aligning with the City's overall objectives for improving infrastructure, enhancing public safety, and increasing energy efficiency within the expected timeframe. 4.Alignment with City Objectives and Expectations The proposed timeline must demonstrate alignment with the City's broader goals, including: • Energy Efficiency: Transitioning to LED streetlights must be completed on time to ensure that energy savings are realized as soon as possible. • Public Safety and Visibility: The timeline should prioritize high-traffic or high-need areas where improved lighting will have an immediate impact on public safety. • Minimizing Disruption:The project plan should be structured to minimize disruption to traffic and pedestrian flow, especially during installation in busy areas. The timeline should include off-peak work hours where necessary to align with community needs. • Compliance with Regulatory Deadlines: Any City-imposed deadlines related to regulatory compliance or funding allocations must be factored into the completion targets to avoid delays or penalties. 5. Risk Management in Scheduling • Built-in Contingencies:The timeline should incorporate contingency periods to account for unforeseen delays, such as adverse weather, supply chain disruptions, or labor shortages. • Regular Progress Reviews: Regular progress reviews should be scheduled to ensure that the project remains on track.These reviews provide an opportunity to identify potential delays early and make necessary adjustments. c. Contingency Planning: Evaluation of contingency plans and mitigation strategies proposed by the Contractor to address potential delays or obstacles, demonstrating preparedness and adaptability in project execution. 1. Risk Identification and Assessment • Comprehensive Risk Analysis:The contractor's contingency plans should begin with a thorough risk assessment to identify potential sources of delays or obstacles, such as supply chain disruptions, labor shortages,weather conditions, and technical challenges. • Prioritization of Risks: Risks should be categorized based on their likelihood and potential impact. High-priority risks (e.g., critical equipment delivery delays) should have detailed mitigation strategies,while lower-priority risks should also be accounted for with basic contingency measures. 2. Mitigation Strategies for Common Risks • Supply Chain Disruptions: o Alternative Suppliers:The contractor should have pre-identified alternative suppliers for critical materials, such as streetlight poles, LED components, and electrical parts. This ensures that if one supplier is unable to meet demand, another can step in without causing significant delays. Exhibit "A" o Early Procurement:Where possible, the contractor should propose early procurement of materials to avoid last-minute supply shortages or delays, especially for long-lead items. • Labor Shortages or Scheduling Conflicts: o Cross-trained Workforce: The contractor should maintain a flexible, cross- trained workforce capable of handling multiple aspects of the project.This ensures that if one team is unavailable, another can take over critical tasks. o Subcontractor Agreements: Having agreements with reliable subcontractors provides additional manpower in case of unexpected labor shortages or high-demand periods, ensuring the project continues without major disruptions. • Adverse Weather Conditions: o Weather Monitoring and Flexible Scheduling:The contractor should include real-time weather monitoring to adjust work schedules accordingly, prioritizing tasks that can be performed during bad weather(e.g., indoor electrical work)while delaying outdoor activities until favorable conditions return. o Weather-resistant Equipment and Materials: Using weather-resistant materials or equipment(e.g.,weatherproof streetlight components) ensures that some outdoor work can continue during mild weather conditions without compromising safety or quality. • Technical Issues or Equipment Failures: o On-site Backup Equipment: The contractor should have contingency plans that include keeping backup equipment and spare parts on-site or easily accessible to avoid delays caused by machinery breakdowns or component failures. o Technical Expertise Readily Available: A dedicated team of technical experts, such as electricians and engineers, should be available to troubleshoot and resolve any complex technical issues immediately, preventing prolonged downtime. 3. Project Scheduling Flexibility • Buffer Time for Key Milestones: The proposed schedule should include built-in buffer periods around critical milestones, allowing flexibility to absorb small delays without affecting the overall project timeline.These buffer periods should be distributed across the project phases to ensure smooth execution. • Phased Project Execution: By breaking the project into phases,the contractor can focus on completing sections of the streetlight installation independently. If one phase encounters a delay, the rest of the project can still progress, minimizing the overall impact of any setback. 4. Communication and Coordination • Regular Progress Reports:The contractor's plan should include frequent progress updates to key stakeholders, enabling early identification of potential issues and providing opportunities for corrective actions before problems escalate. Exhibit "A" • Rapid Decision-making Framework: The contractor should have a system in place for quick decision-making in response to unexpected obstacles. For example, if a material shortage arises, a designated team or individual should have the authority to source alternatives or adjust the schedule without prolonged delays. 5. Cost Control in Contingency Planning • Cost-Effective Solutions: Mitigation strategies should prioritize cost control, ensuring that contingency measures (e.g., alternative suppliers, backup equipment) do not result in significant budget overruns. A balance between preparedness and cost-effectiveness is key. • Financial Buffers:The contractor should set aside contingency funds in the budget to cover unexpected costs that arise from delays or obstacles.This ensures that the project can absorb financial impacts without requiring renegotiation or additional funds from the City. 6. Legal and Regulatory Compliance • Permitting Delays: If regulatory approvals or permits are delayed, the contractor should have plans in place to continue non-permit-dependent activities (e.g., site preparation, equipment staging). This ensures that progress is not entirely halted while awaiting regulatory clearance. • Compliance with Updated Regulations: If new regulations or changes to existing ones occur during the project, the contractor should have a process for quickly assessing and integrating those changes to avoid non-compliance and related delays. 7.Adaptability in Project Execution • Scenario Planning: The contractor should use scenario planning to model different potential obstacles (e.g., 2-week material delay, sudden weather event) and how the project will adapt under each scenario. This helps ensure preparedness for multiple types of disruptions. • Agile Project Management: Employing agile project management principles allows the contractor to adjust the scope, timeline, and resources dynamically as the project progresses.This adaptability is key for minimizing delays and maintaining overall project goals despite obstacles. Exhibit "A" B. Segment 2-Company Work Experience and Personnel i. Company Information-which gives a summation of the proposal in brief, concise terms. Include the following- a) Business Organization: State your organization's full name and address and identify the parent company if you are a subsidiary. Specify the branch office or other subordinate element that will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which it was incorporated or licensed to operate. • EAR Telecommunications, LLC DBA EARTC • Address: 14719 US HWY 290 E, Suite 106, Manor,TX 78653 • Main Office: Manor,TX. (Austin Metro Office) • Secondary Office:White Settlement,TX. (DFW Office) • Company incorporated in the State of Texas. b) Project Management Structure: Provide a general explanation and chart specifying project leadership and reporting responsibilities and interface the team with City project management and personnel. If the use of subcontractors is proposed, identify their placement in the primary management structure and provide an internal management description for each subcontractor • Carlos Reyes-President. • Osmel Segovia-Project Manager. Interface with the City. Reports to Carlos. • Randy Palos-Superintendent. Reports to Osmel. • Marcelo Cox-Crew Lead • Organization information attached. ii. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name,title, present address, and phone number of principal persons for whom prior projects were accomplished. • Company incorporated in 2010. • Experience information attached. iii. Contractors'past performance with the City may be evaluated. A. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. 0 Resumes attached. EAITC Building Tomorrow's Infrastructure Today Company Overview 12024 OUR COMPANY "Our mission is to become the leading traffic signal company in the state of TEXAS" Carlos Reyes Founder & President OUR SERVICES owls ..stat 111k lei _. i Traffic Signals Street& Roadway Video & Detection Lighting Systems r r a-� OUR SERVICES 25 IBM Paving UndergroundWork Signs ■ Completed Projectsq�b Austin FC Proposed Driveway Construction of 2 new intersections Brian Craig City of at Burnet Rd, Aguilar St at Braker Ln at the 02 Stadium brian.craigPa austintexas.gov City of Austin 2018 VDU & CCTV Camera 6yr Contract (renewed yearly) for installation of Brian Craig Assemblies Installation IDIO VDU & CCTV Cameras throughout the city brian.craigPa austintexas.gov 2022-5-85 Traffic Signal Construction of 3 new intersections AsmaTuly, P.E. City of Construction (Bethany at Race Trac, Angel at Malone, atuly@cityofallen.org Stacy at Curtis) City of Traffic Signal Improvements Webb Re-Construction of 1 existing intersection Phillip Thomas Farmers Chapel Rd at Valley View Ln and road widening phillio.thomas(o)farmersbranchtx.aov Branch 2203-036 Dallas PkwCity of Frisco y Traffic Signal Re-Construction of existing signal ROW's RobertCaskey Modifications rcaskeafriscotexas.gov Current Projects DESCRIPTION 4 new traffic signal intersections • CIZ22-TRN-267 Signal Construction (Fort Worth at Pinnacle Park Blvd, Joseph Marchione City f Dallas Group 9 Kiest Blvd at Pierce St, Miller Rd at Rockwall Rd, Jos eph.Marchioneadallas.gov Webb Chappel Ext at Timberline Dr) FM 1709 Deceleration Right Turn Lanes Re-construction of 2 existing intersections Bryan Ahumada of • at Byron Nelson&Southridge Lakes Pkwy and road widening bahumada@ci.southlake.tx.us City of Cedar Hill Illuminated Street Name Signs- 19 intersections with Steve Earl Schell Cedar TXDOT FACILITIES PW17-0011 63 illuminated sign upgrades steve.schellgcedarhilftx.com Street Light Improvements ARPA at Historic Government-funded street illumination City of Southside,Carver Heights East,Glen Crest ShammiRahman improvements(over 1200 street lights across 20 • WorthCivil League, shammi.rahmanefortworthtexas oov AlamoHeightand Ridgmar neighborhoods) 20231FB6100CLMC9042020 Bond Traffic 3.5yr Contract (renewed yearly) for signal Erin Benoit City of & Pedestrian Signals—Installation &Maintenance IDIO improvements throughout the city erin.benoit2C@austintexas.aov City of Pedestrian Safety&Transit Connections- 6 new Pedestrian Hybrid Beacons (PHBs) Renee Orr 2017 CAMPO Grant-PHB Installations renee.orreaustintexas.aov 0 Sustained Growth $18M • $16M +1000% revenue last 5 Years :' 158% $14 M • s � $12M � $10M • G1 *70% $8m Sege*so** $6M �•• +32% $4M **"-*137-,- 0" *36/ . 2018 2019 2020 2021 2022 2023 2024 CompanyQualifications '��& Minority Business TEXAS Historically Small Business Enterprise Under-Utilized Enterprise (SBE) (MBE) Business (HUB) Certified Certified Certified MBE MSA HUB OSHA SBE ELE Level 1 Certified OSHA 10 Certified Master Electrician Level2 Certified OSHA 30 Certified on Staff Technicians on Staff Members on Staff i }•�,� ti'�h '. ♦�• � t�� ,rF,�/_i. '`��t b:1. rel, „' @,�. �,-` w " vi�� � sale. .. 1 t`�`"' '�rY� '�0'C. A_ ��• r A ^/ '1, � ` • w., .._' �. � " ! �1 I(..i� s r�-�.:►r r` ,;+�. •tr k�� flu'y — • 1 ,r, �."! vR� T_—I r. •1 .\t'rl. J�ti�'.� ,....,.y;.i�T. i� f ode i lr4w , Exhibit "A" Building Tomorrow's Efitt ITC Infrastructure Today. TRAFFIC SIGNAL WORK REFERENCES City of Fort Worth: 2019 Traffic Signal Modifications and Upgrades at Various Locations Contract 2021, Complete intersections (QTY 3) at Main @ Long, Long @ Deen, Cooks @ Ederville (Completed) Iskal Shrestha, 817-392-7254, 1skal.shrestha@fortworthtexas.gov 2022 Traffic Signal Modifications and Upgrades at Various Locations Contract 2023, Complete intersections (QTY 3, additionals pending) of Trinity Blvd @ Regis Ct, N Beach St @ Ray White Rd, Forest Park Blvd @ W 10th St (Pending Start Dec. 2023) Ivan Lopez, (817) 339-2298, ivan.lopez@fortworthtexas.gov City of Dallas: 2022, Complete Intersection (QTY 1) at Walnut Hill @ White Rock Trail (Completed) 2023, Complete Intersections (QTY 4) at Fort Worth Ave @ Pinnacle Park Blvd, Kiest Blvd @ Pierce St, Web Chappel Ext @ Timberline Dr, & Miller Rd @ Rockwall Rd (In course) Srinivasa Veeramallu, 214 670 5892, s.veeramallu@dallas.gov City of Austin : 2021 Austin FC, Complete Intersections (QTY 2) at Braker Ln @ Aguilar St and Burnet Rd @ Bright Verde Way (Completed) 2021 Complete Intersection (QTY 1) at Southwest Pkwy @ Vega Ave (Complete) Brian Craig, 512-974-4061, brian.craig@austintexas.gov City of Round Rock: 2021 Complete Intersection (QTY 1) at Hesters Crossing Rd @ La Frontera Blvd (Complete) Exhibit "A" 2022 Complete Intersections (QTY 2) at Mays St @ Bowman Rd and Mays St @ Logan St (Complete) Matt Bushak, 512-341-3318, mbushak@roundrocktexas.gov City of Georgetown 2020 Complete Intersection (QTY 1) at SH 29 @ HEB Dwy (Complete) 2021 Complete Intersection (QTY 1) at SE Inner Loop @ Rockride Ln (Complete) Joel Weaver, (512) 630-3233, joel.weaver@georgetown.org City of South la ke 2021 Complete Intersections (QTY 2) at Dove Rd @ Kirkwood Blvd and Carroll @ Federal Way (Complete) 2022 Complete Intersections (QTY 2) at FM1709 @ Byron Nelson Pkwy and FM1709 @ Southridge Lakes Pkwy (In Course) Bryan Ahumada, 817-584-9442, bahumada@ci.southlake.tx.us Exhibit "A" Current Proiects Name of Project: Traffic Signals Modifications and Upgrades Location:City of Fort Worth Type of Job:Traffic signal construction and maintenance City of Georgetown Job?(circle one)Yes/No Project Start Date:7/2/2020 Estimated Completion Date:7/1/2021 Project Contact: Kassem Elkahalil Phone Number: 817-392-8742 Brief Description: Construction, maintenance, modifications, and upgrades of traffic signal intersections. Contract Cost: $750,000/year Name of Project: 2020 Traffic Signal and Street Lighting Improvements Unit Price Construction Contract Location:City of Fort Worth Type of Job: New Traffic signals construction throughout the city. City of Georgetown Job?(circle one)Yes/No Project Start Date: 6/26/2020 Estimated Completion Date: 6/25/2021 Project Contact: Chad Allen Phone Number: 817-392-8021 Brief Description: Construction of new traffic signal intersections throughout the city Contract Cost:$1,500,000 CAN BE DIVIDED INTO NORTH LOCATION AND SOUTH LOCATION AT$625,000 EACH (Technically two contracts) Name of Project: VDU &CCN Camera Assemblies Installation Location: Austin,Texas Exhibit "A" Type of Job: Installation and construction of traffic signal infrastructure. City of Georgetown Job?(circle one)Yes/No Project Start Date: 11/14/2019 Estimated Completion Date: 11/13/2020 Project Contact: Brian Craig Phone Number:512-974-4061 Brief Description: Installation of PTZ cameras and all VDU equipment use by the City of Austin, installation and replacement of traffic signal heads and installation/construction of RFBB for pedestrian crosswalks. This is FC Austin project Name of Project: Proposed Signal Plans Proposed Driveway at Burnet Rd Aguilar St at Braker Ln Location:City of Austin Type of Job:Traffic Signal Installation City of Georgetown Job?(circle one)Yes/No Project Start Date: 10/30/2020 Estimated Completion Date:04/30/2021 Project Contact: Brian Craig Phone Number: 512-974-4061 Brief Description:Construction of two traffic signal intersections Contract Price: $611,313.64 Exhibit "A" STATEMENT OF EXPERIENCE Name of Project: Construction of Complete Traffic Signal Intersection at Hesters Crossing Rd @ La Frontera Blvd Location: Round Rock,Texas OWNER's Name and Address: City of Round Rock—221 East Main Street Round Rock,TX 78664 OWNER's Contact Person (Print): Matthew Bushak, (512)341-3318, mbushak@roundrocktexas.gov Payment Bond (circle one)YES/NO Performance Bond (circle one)YES/NO Initial Contract Price: 278,334.85 Final Contract Price: 278,334.85 Date of Award: Contract Start Date: 10/01/2020(Date of Notice to Proceed) Calendar Days( ) Working Days:90 Contract Substantial Completion Date: 02/12/2021 Actual Substantial Completion Date: 02/19/2021 Project Description and Statement of Relevance to this Contract: Construction and maintenance of infrastructure of traffic signal intersections including all equipment necessary to manage vehicular and pedestrian traffic. Name of Project: Construction of Complete Traffic Signal Intersection at SH 29 Bid No.: 202017 Contract No.: 20-0040-CIP Location: Georgetown,Texas OWNER's Name and Address: City of Georgetown—300-1 Industrial Ave.,Texas 78826 OWNER's Contact Person (Print):Joel Weaver, (512) 630-3233,joel.weaver@georgetown.org Payment Bond (circle one)YES/NO Performance Bond (circle one) YES/ NO Exhibit "A" Initial Contract Price: 312,670.88 Final Contract Price: 312,670.88 Contract Start Date: 11/23/2020(Date of Notice To Proceed) Calendar Days( ) Working Days:90 Contract Substantial Completion Date: 02/12/2021 Actual Substantial Completion Date: 02/23/2021 Project Description and Statement of Relevance to this Contract: Construction and maintenance of infrastructure of traffic signal intersections including all equipment necessary to manage vehicular and pedestrian traffic. Name of Project: FTS-ITS Works and Traffic Signal Infrastructure Location: Fort Worth,Texas OWNER's Name and Address:City of Fort Worth—5001 James Ave,Suite 301 Fort Worth,TX 76115 OWNER's Contact Person (Print):Ali Mozdbar Payment Bond (circle one)YES/NO Performance Bond (circle one) YES/ NO Initial Contract Price: 31500,000.00 Final Contract Price: 3,500,000.00 Contract Start Date: 6/16/2015 (Date of Notice To Proceed) Contract Time: (1.825) Calendar Days( * ) Working Days Contract Substantial Completion Date: 5/15/2020 Actual Substantial Completion Date: 5/15/2020 Project Description and Statement of Relevance to this Contract: Construction and maintenance of infrastructure of traffic signal intersections including all equipment necessary to manage vehicular and pedestrian traffic. Exhibit "A" Name of Project: Traffic Signals Infrastructure Modifications and Upgrades Location: Fort Worth,Texas OWNER's Name and Address: City of Fort Worth -5001 James Ave,Suite 301 Fort Worth,TX 76115 OWNER'S Contact Person (Print): Ali Mozdbar Phone/Fax No.: 817-709-1824/ 817-392-2533 Payment Bond (circle one)YES/NO Performance Bond (circle one)YES/NO Initial Contract Price: 750,000.00 Final Contract Price: 750,000.00 Contract Start Date: 7/02/2019 (Date of Notice To Proceed) Contract Time: 365 ( *) Calendar Days ( )Working Days Contract Substantial Completion Date: 7/01/2020 Actual Substantial Completion Date: 7/01/2020 Project Description and Statement of Relevance to this Contract: Construction and maintenance of infrastructure of traffic signal intersections including all equipment necessary to manage vehicular and pedestrian traffic.This project included the installation of signs,4G communication modems,VDU equipment, PTZ video cameras, ramps, sidewalk, etc. Name of Project: VDU & CCN Camera Assemblies Installation Location:Austin,Texas OWNER's Name and Address: City of Austin OWNER's Contact Person (Print): Brian Craig Phone/Fax No.: 512-974-4061/512-974-4068 Payment Bond (circle one)YES/NO Performance Bond (circle one) YES/ NO Initial Contract Price: 11250,000.00 Final Contract Price: 1,250,000.00 Contract Start Date: 11/15/2018 (Date of Notice To Proceed) Contract Time: 365 (* ) Calendar Days ( )Working Days Exhibit "A" Contract Substantial Completion Date: 11/14/2019 Actual Substantial Completion Date: 11/14/2019 Project Description and Statement of Relevance to this Contract: Installation of PTZ cameras and all VDU equipment use by the City of Austin, installation and replacement of traffic signal heads and installation/construction of RFBB for pedestrian crosswalks. Name of Project:Traffic Signal Infrastructure Location: Fort Worth,Texas OWNER's Name and Address: City of Fort Worth OWNER'S Contact Person (Print): Kasseem Elkahalil Phone: 817-392-8742 Payment Bond (circle one)YES/NO Performance Bond (circle one) YES/ NO Initial Contract Price:$500,000.00 Final Contract Price: $500,000.00 Contract Start Date: 8/28/2017 (Date of Notice To Proceed) Contract Time: 365 (* ) Calendar Days ( )Working Days Contract Substantial Completion Date: 8/27/2018 Actual Substantial Completion Date: 8/27/2018 If contract completion time extensions were added to the contract as a result of Bidder's responsibilities, provide a short explanation of each. Project Description and Statement of Relevance to this Contract: Modifications, upgrades, and maintenance of traffic signal infrastructure. PROJECT HISTORY LISTING Calendar Year of: 2017 through 2020 Name of Project:Traffic Signal Infrastructure Exhibit "A" Location: Fort Worth,Texas Type of Job:Traffic Signal Infrastructure maintenance and construction City of Georgetown Job? (circle one)Yes/No Project Duration: 8/24/2017-8/23/2019 Project Contact:Ali Mozdbar Brief Description: Construction and maintenance of traffic signal infrastructure: Pole foundations, pole/mast arm installation, cabinet controller foundations, multiple signal lights installation,traffic signal wiring, etc Name of Project:Traffic Signal Modifications and Upgrades at Various Locations Throughout the City Location: Fort Worth,Texas Type of Job:Traffic signals maintenance, construction, and upgrades City of Georgetown Job? (circle one) Yes/No Project Duration: 7/02/2019-7/01/2020 Project Contact:Ali Mozdbar Brief Description: Construction and maintenance of traffic signal infrastructure: Pole foundations, pole/mast arm installation, cabinet controller foundations, multiple signal lights installation, traffic signal wiring, multiple VDU equipment installation,ADA ramps construction, PTZ video camera/4G communication modem installation, etc Name of Project: FTS-ITS Works and Traffic Signal Infrastructure Location: Fort Worth,Texas Type of Job:Traffic Signal Maintenance and Upgrades City of Georgetown Job? (circle one)Yes/No Project Duration: 6/16/2015-5/15/2019 Project Contact:Ali Mozdbar Brief Description: Maintenance and upgrades to traffic signals infrastructure and equipment. Name of Project: Loop Detection Installation Exhibit "A" Location: Fort Worth,Texas Type of Job: Repair of vehicle detection loops City of Georgetown Job? (circle one)Yes/No Project Duration: 8/13/2013 - 12/08/2019 Project Contact:Ali Mozdbar Brief Description: Repair/replacement of existing underground vehicle detection loops. Calendar Year of: 2017 through 2020 Name of Project: Construction of PTZ Camera and Cable Installation Location: Fort Worth,Texas Type of Job:Traffic Signal of PTZ CCTV Camera Installation City of Georgetown Job? (circle one)Yes/No Project Duration: 6/22/2018-5/22/2019 Project Contact:Ali Mozdbar Brief Description: Installation of PTZ video cameras throughout the city. Name of Project: HMIC CAP Metro Fiber installation project Location:Austin,Texas Type of Job: Fiber-Optic Installation City of Georgetown Job? (circle one)Yes/No Project Duration: 6/10/2018-2/15/2020 Project Contact: Dave Parrot Brief Description: Installation of underground fiber-optic cable from Leander to Austin for the automation of Capital Metro commuter train. Name of Project: UT Austin OSP Fiber-Optic installation Location:Austin,Texas Type of Job: Fiber-Optic Installation throughout Campus Exhibit "A" City of Georgetown Job? (circle one)Yes/No Project Duration: 1/04/2016-3/31/2019 Project Contact: Benjamin Pollard Brief Description: Installation of OSP fiber-optic cable throughout UT Austin campus. Exhibit "A" STREET VEHICLES Year Company Type Category 1001 2020 Dodge Ram Dodge Ram 1500 Rebel Street Vehicle 1002 2021 Dodge Ram Dodge Ram 2500 Street Vehicle 1003 2015 IDodge Ram Dodge Ram 2500 Street Vehicle 1004 2004 Honda Element EX Street Vehicle 1005 2021 Dodge Ram Dodge Ram 2500 Street Vehicle 1006 2012 Dodge Ram Dodge Ram 3500 Street Vehicle 1007 2011 Ford F250 Street Vehicle 1008 1997 IFord E-350 Box Truck IStreet Vehicle 1009 2012 IFord F 350 Super Duty IStreet Vehicle HEAVY VEHICLES Year Company Type Category 2001 2020 Kubota SKID STEER KUBOTA SSV65PH Heavy Vehicle 2002 2019 Kubota EXCAVATOR KUBOTA U25R1T4 Heavy Vehicle 2003 2001 International Trucks Digger Derrick F-4900 Heavy Vehicle 2004 12008 IFord F-550 Vacuum System I Heavy Vehicle BUCKET VEHICLES Year Company Type Category 3001 2003 Ford E-350 Econoline Bucket Van Bucket Vehicle 3002 2008 Ford F-550 Hi-Ranger Bucket Truck Bucket Vehicle 3003 2007 Ford F-450 Super Duty Bucket Truck Bucket Vehicle 3004 2008 Chevrolet C5500 Bucket Truck Bucket Vehicle 3005 2012 Ford F 750 Bucket Truck Bucket Vehicle 3006 2012 Ford F 750 Bucket Truck Bucket Vehicle 3007 2010 INTERNATIONAL Bucket Truck IH 4300 Bucket Vehicle TRAILERS Year Company Type Category 4001 2019 ROADCLIPPER Dump Trailer Trailer(Dump) 4002 2011 Wells Cargo Road Force Model RF6121 Trailer(Splicing) 4003 2015 JTC JTC-8000 Trailer(Reel) 4004 2009 Honda Fiber Optic Puller(ARNCO) Trailer 4005 2018 HMDE Flat Bed Trailer 13Ft. Trailer 4006 2013 LAMA Flat Bed Trailer 16ft. Trailer 4007 2002 TRAI Enclosed Trailer Trailer(Box) 4008 2018 CAND Flat Bed Trailer 20ft. (Model 20X) Trailer 4009 2019 BUCK DANDY Flat Metal Bed Trailer Trailer 4010 2010 HMDE Goose Neck Trailer Trailer 4011 2021 Diamond C(Road ClippE Time Traveling Trailer(TTT for shor Trailer 4012 2021 IMAX lGooseneck Dump Trailer Trailer 4013 2011 1ATLASCOPCO lCompressor 175-195 CFM Trailer 4014 2012 1ATLASCOPCO lCompressor 175-195 CFM Trailer SPECIAL CASES Year Company Type Icategory 5001 2018 Toyota Tacoma Street Vehicle 5002 2018 Toyota Tacoma IStreet Vehicle Exhibit "A" 5003 12016 lPolaris 450 Sportsman IATV 5004 12011 IFord F-150 Lariat IStreet Vehicle Exhibit "A" P't EAkRTC Building Tomorrow's Infrastructure Today. , ;ezl MUNICIPAL REFERENCES City of Fort Worth Contact: Clint Hoover, Engineering Manager, Transportation & Public Works (817) 392-6573 E-mail: clint.hoover@fortworthtexas.gov City of Austin Contact: Brian Craig, Managing Engineer, Austin Transportation Department (512) 972-4061 E-Mail: brian.craig@austintexas.gov City of Round Rock Contact: Matthew Bushak, Senior Transportation Engineer (512) 341-3318 E-Mail: mbushak@roundrocktexas.gov City of Georgetown Contact: Joel Weaver, Project Manager (512) 630-3233 E-Mail: joel.weaver@georgetown.org 14719 US HWY 290 E.Ste 106 MANOR,TX 78653 Exhibit "A" E43Building Tomorrow's Network Infrastructure Today Telecommunications BANK REFERENCES REGIONS BANK Officer's Name: Yolanda Ornelas Address: 4o1 N. Bell Blvd. Cedar Park, TX 78613 Acct*: 0218824773 Phone #: (737)931-1922 Fax *: (512)918-o9o1 FIRST UNITED BANK Off'icer's Name: Harold McLeod Address: 6401 South Custer Rd. Ste 100 McKinney, TX 75070 Acct*: 49o16o6 Phone*: (972)569-2333 Fax*: (877)421-8576 Harold McLeod <harold.mcleod@firstunitedbank.com> Exhibit "A" Building Tomorrow's EA kRTC � Infrastructure Today. TRADE / REFERENCES RENTALONE 4101 Gateway Dr. Colleyville, TX 76034 Contact: Jennifer Ratliff (817)684-5817 Fax: (817) 581-0400 E-mail: jennifer.ratliff@r1equip.com ARCO 2305 Ludelle St., Fort Worth, TX 76105 Contact: Gabriella Batalla from : 8:00 am until 1:00 pm (817)531-3800 Fax: (817)531-2559 E-Mail: accounting@arconow.com SUMMIT P.O. Box 848345 Dallas, TX 75284 Contact: Tom Lyman Direct: (505) 389-1624 Main: (505) 346-9000 E-Mail: creditsupport@summit.com Tom.lyman@summit.com 14719 US HWY 290 E.Ste 106 MANOR,TX 78653 Exhibit "A" Building Tomorrow's Infrastructure Today. EfitRTC COWTOWN P.O. BOX 162327 Fort Worth, TX 76161 Contact: Robert Graves (817)759-1919 opt # 2 Fax: (817) 759-1716 E-Mail: rgraves@cowtownrm.us Texas Highway Products 1309 Clark St. Round Rock, TX 78681 Contact: Robert Wheeler (512) 255-7633 E-Mail: rwheeler@trafficsignals.com 14719 US HWY 290 E.Ste 106 MANOR,TX 78653 Exhibit "A" Carlos A. Reyes 15710 Crissom Ln, Austin, TX 78728 512-850-1490 Carlos.Reyes@eartc.com EAR TELECOMMUNICATIONS, LLC President Experience Austin and Fort Worth, TX 2010-Present Interact with new and established customers to pursue new sales opportunities for the company. Oversee the construction,troubleshooting,and maintenance of different infrastructure construction projects for telecommunications and traffic signals. Reaching all established quality,operations,and financial objectives. Serve as liaison for customers on the management of projects. Engineer and design new projects. Build proposals for new projects,review and manage contracts. Coordinate invoicing against completed work for ongoing projects. Compile all documents to be handed to customers when projects are 100% completed. Develop and manage time schedules and monetary budgets for the implementation of the different projects. Responsible for Board meetings (agendas and minutes). COCOM/TiTUS-SYSTEMS,LP 1994-2010 Project Manager/Fiber Optic Division (1998-2010) Pflugerville,TX • Manage various size crews as a leader and as a team member when necessary on the construction, troubleshooting,and maintenance of fiber optic networks. Reaching all established quality,operational and financial objectives. o Trained more than 20 technicians o Managed 5 crews simultaneously • Develop and manage budgets for the implementation of cabling networks. Individual projects of up to$3 million. • Support top clients' constant necessity of digital networks by being available 24/7. • Assist and serve as liaison for network's Government agencies,contractors,and sub-contractors in creating, designing and engineering small and large-scale Exhibit "A" expansions and reroutes. Such as GAATN Fire Station# 6 Super-node. • Evaluate,investigate,coordinate,document,and design repairs for damages on active networks while minimizing service interruption and economic impact on the customer. • Collaborate in updating as-built cable routes and splicing configuration databases. Field Technician (1994-1998) • Responsible for supervising varying number of team members installing CATV,voice and Ethernet connections;splicing and terminating fiber-optics. • Tested after installation completed assuring that continuity and power loss requirements are met. • Trained new personnel: Hands-on training on fiber optics. - Associate Degree of Applied Science, Electronic Engineering Technology (Honors graduate) Education ITT Technical Institute, Austin,TX 1993-1995 • Certified in: CORNING WAN &LAN TS-FSD-400 Network design and TS-LAN-500 solutions,Systemax Solutions,Panduit Solutions,Leviton Solutions,AFL Telecommunications OTDR&OPM/Light Source, OSHA10&30,Confined Space,Work Zone Traffic Control and Roadway Worker Protection. • Proficient in OTDRs,PDM and Chromatic Dispersion fiber-optic testing,oscilloscopes,multi-meters, function- generators, frequency counters, fusion splicers,power testing kits. . Working knowledge of AUTOCAD. • Proficient in Office Suite: Excel,Word and Power Point and Windows Operating Systems. Other Skills . Bilingual(English and Spanish) Exhibit "A" os Osmel Segovia 0 Santo Domingo, DN 10205 ` +829-4209432 !J osmel.segovia@gmail.com PROFESSIONAL O Service Delivery Manager for Mobile, Data Networks and IT: SUMMARY Over 23 years of experience in the Telecommunication and IT Industry, 16 of them in managerial positions in Operations departments, strong technical knowledge in voice and IP data networks and hands-on management style leading all stages of mobile networks development efforts, including planning, engineering, implementation, operations, and support. Proven ability to analyze business requirements and organization's strategies to successfully lead projects to meet and achieve challenging goals and objectives. Talented, results-driven network integration leader and consultant with versatile, cross-platform and vendors experience in wireless mobile networks/services architecture, keep up-to-date with changes in technology to best serve customers. Able to guide motivated, top-performing technical teams in competitive and fast-paced environments. Skilled with Telecom and IT business cases elaboration and execution of cost efficiency programs, also am a proven Leader driving new End-to-End Network Rollout projects and Managed Services operations in new countries with multicultural teams. SKILLS O • Technical commercial • Set-up and managing O&M management for IT, mobile and contract delivery IP network projects. • Project and process improvement • Lead and manage skilled management engineer and field operations • Customer and network support teams. • Network rollout project and • Mobile and data network managed services readiness planning preparation for RFPs/RFQs • Strategic and tactical planning • Capital and operational expenditures budgeting WORK HISTORY O HEAD OF ENGINEERING CUSTOMER UNIT LATAM NORTH 04/2019 to CURRENT Ericsson I Santo Domingo, Dominican Republic • Lead the mobile site engineering/physical design (core, transmission and radio stations) in the customer unit Mexico, Central America, Caribbean and Northern South America with and team of+30 engineers. Exhibit "A" • Lead the implementation of cutting-edge automation tools to digitalize and improve data analytics of site surveys and site engineering documentation like: Intelligent Site Engineering (ISE: SS with drones and 3D cameras), ATENEA (digitalized site physical designs and Bill of Materials), SDE (Site Design & Engineering), Material Requirement Planning (Stock-out Material Forecast), bringing savings above 100KUSD in 2022 and 57KUSD in 2023 compared with traditional ways of working. • Creation of Senior Solution Architects team to support Pre-sales team in the NRO strategy (delivery tools and resource dimensioning and HW/Services type-sites), project budgetary and initial HW/Materials ordering validation. Also to improve handover to the delivery team. • Driving the Hardware (HW) Inventory Tool Automation for improving hardware and materials control in Network Rollout (NRO) Projects from HW arrival to warehouses to the delivery to end sites. FOUNDING SHAREHOLDER AND COUNTRY GENERAL MANAGER 10/2018 to CURRENT Setrys DR I Dominican Republic • Legal representative, prepare quotations and invoice customers, promote and coordinate commercial presentations to new customers (new sales) and managing partnerships with local suppliers and local engineers. • Setrys (www.setrys.com) product portfolio includes: IT infrastructure/networking/virtualization and backup/storage systems, wireless networks, IT security (Fortinet/Cisco), IP collaboration (VoIP/Meeting, Instant Messaging) system, IT Infra monitoring (Paessler PRTG), software licensing/subscription/maintenance (Cisco, HP, Microsoft, Fortinet, VMware, McAfee). • Setrys service portfolio includes design, consultation, implementation/integration and on-site support aiming small to mid-size company in Dominican Republic. Q HEAD OF DELIVERY UNIT NORTH CARIBBEAN 10/2017 to 03/2019 Ericsson I Santo Domingo, Dominican Republic • Lead the build of radio base station (RBS) sites using authorized service providers or local contractors (ASPS) and project management with internal Ericsson resources (+30 direct reports: implementation managers and site engineers) in the Caribbean region. • Project Readiness(Define Delivery Strategy, NRO/NDO Resources Dimensioning and Delivery Costs estimation) for ETECSA Cuba, Trilogy Dominican Republic Ph II, and FLOW Restoration NRO projects. • Coordinate hurricanes Irma/Maria RBS sites recovery and restoration efforts in 2017 (+100 Sites affected)for FLOW/Cable &Wireless customer in the Caribbean islands. Exhibit "A" • Drive the Driveless Initial Tuning (RF Optimization)for Network Rollout projects that pretended to reduce more than 50% Drive tests & Initial Tuning costs. • Drive Engineering documentation automation using a-forms like Appenate/DoForms to reduce delivery time and cost. Q REMOTE SUPERVISION CENTER MANAGER- FIELD OPERATIONS MANAGER 09/2016 to 09/2017 Ericsson I Panama • Managed the Remote Supervision Center in Panama delivering remote service (installation supervision, equipment commissioning, quality and OHS audits)for rollout projects in Central America, Caribbean, and South America. Reached 1340 Sites remotely supervised and 440 remote quality audits from RSC Panama during 2017. Savings (2017) 960 KUSD for Remote Supervision and 174 KUSD for Remote Audits compared with on-site supervision. • Successfully Setup and Started-up of Managed Services Claro Panama national-wide contract(Telco Infra (Maple), Net Sales 270 KUSD/month, UM: 15%) and Local Management since Apr17. Q SERVICE DELIVERY MANAGER CARIBBEAN &VENEZUELA 09/2011 to 08/2016 Ericsson I Santo Domingo, Dominican Republic • Responsible for securing proper field operations resources dimensioning and developing rollout delivery plans for the Ericsson Network rollout projects in the Caribbean and Venezuela. Secure quality and on time delivery in the installations of network nodes in the region. Competence development for the field supervisors and implementation managers, and external workforce (ARP) selection and management for Local Delivery activities. • Support with resources and delivery strategy preparation for Managed Services deals in the Caribbean region and monitoring a cost reduction program (Boomerang) for the LIME/FLOW Managed Service contracts in the Caribbean. Q TRANSMISSION NETWORK TEAM LEADER(CONSULTANT) 05/2011 to 08/2011 Ericsson I Santo Domingo, Dominican Republic • Lead a sustainable strategy in the Caribbean region to build strong transmission competence to support the growing Ericsson 3G networks deployments. • Secured needed resources for Ericsson transmission network rollouts in the Caribbean region. Q VOICE AND DATA SWITCHING O&M MANAGER 05/2007 to 04/2011 Movilnet I Caracas,Venezuela • Responsible for coordinating O&M activities (budgeting, scheduling and control of the O&M managed services providers) in the center-eastern Exhibit "A" country region for the Mobile Switching and Data Centers leading a group of 30 engineers.. • Reduce the average failure solving time from three to less than 1 hour by promoting and coordinating the implementation of the MSC locations remote monitoring project(energy equipment, air conditioning, environmental sensors, fire control systems and electronic control access system) monitoring and manage using the SNMP to report alarms to the NOC. • Contributing to safe more than $ 2.5 M in two years in O&M managed services form network vendors by planning and developing a knowledge transfer process to assume full O&M activities of CDMA and GSM core network nodes in-house. Q DATA AND TRANSPORT NETWORKS PLANNING CONSULTANT 09/2005 to 05/2007 Movilnet I Caracas,Venezuela • Built strategic and traffic planning for CDMA1X/EVDO and GSM/GPRS wireless data and transport networks consulting with corporate high-level executives. • Lead the 10 Gbps IMPLS Core Network design and implementation project(24 PE and 4 P Routers, $ 12 M) to transport GSM and UMTS traffic. • Plan and assessment of the IP RAN technology in the mobile network taking advantage of CANTV the Metro Ethernet network for increasing bandwidth for new technologies. • Active participation and member of the Movilnet GSM network design team: Design GSM network topology, participate in the vendors' assessment process, plan geographical redundancy of the data core network(GPRS) and coordinate GSM commercial launch from operations aspects. Q SENIOR TELECOM ENGINEER 07/2003 to 09/2005 Movilnet I Caracas, Venezuela • Provided technical support operations in 24x7 environment, including wireless data network and services design, technical evaluation, implementation, integration, and troubleshooting. • Award CANTV Gold Level Project Team for the implementation of the prepaid data services in the CDMA network, enabling the use and charge of data services like multimedia messaging (MMS), push to talk (PTT), WAP and video streaming to more than 90% of subscribers (prepaid) in the Movilnet network. • Technical evaluation (RFI/RFQ) and recommendation for IP network OSS, Wi-Fi, PDSN and AAA platforms and equipment acquisition. • Consult with senior executives on future wireless data technology issues involving connectivity for LANs, WANs, and wireless IP network integration. Q TELECOM ENGINEER 12/2000 to 06/2003 Movilnet I Caracas, Venezuela Exhibit "A" • Provided technical support operations in 24x7 environment of the wireless data networks. • Administration, operation and maintenance of the CDMA1x and CDPD data networks • Plan and supervision of CDPD (Cellular Digital Packet Data, 19,2 Kbps) cell site installation • Monitor RF performance of the CDPD network EDUCATION O MBA 08/2009 IESA, Caracas, Venezuela Q Bachelor of Science I Electronic Engineering 05/1998 Universidad Simon Bolivar, Caracas, Venezuela CERTIFICATIONS p • Transport Networks: Cisco IP Routing and Switching, BGP, OSPF, IS- IS, Voice over FR/ATM/IP, QoS, MPLS, Wireless LAN, IP Telephony, XR 12K and IP Solutions Center • Alcatel: ATM Technology Overview and 7470 Core Function • Agilent: Spectral Analysis, Transmission Lines Fundamentals, and Microwave Theory and Digital Radio Fundamentals • CDMA/GSM: CDMA 2000, WCDMA Networks, Flexent 1xEVDO System Capacity, 1xEVDO RF Design Engineering and Call Processing • Huawei: UMG8900, CSoftX3000, and iManager M2000 • Starent PDSN and ECS, Bridgewaters AAA Service Controller, Lucent Navis Radius (AAA) • Ericsson: GSM and System Survey and 3G System training and HSDPA Certified Network Associate (CCNA), Cisco 2004 OTHER p • 03/17, 04/17, Acting as Transition Manager for Setting up and Starting ENGAGEMENTS up of the Managed Services Claro Panama contract • 12/16, 03/17, Acting as Customer Solution Responsible (CSR)for the deal Claro Puerto Rico IP Photonics LANGUAGES Spanish: Native language English: C1 Advanced Exhibit "A" Marcelo Cox Manor, Texas, United States +1-239-306-9918 Marcelo.cox@eartc.com Experience Traffic Control Crew Lead EARTC Jan 2021 - Present(3 year 4 months) Preventive Maintenance and Construction Leader in Traffic Signal Operations. I coordinate up to two teams in parallel engaged in the maintenance and construction of traffic signals and streetlights. Including Utilities Exploratory Tests, Remove Sidewalks, operating Bore Machines, Concrete Foundations,School Signs, Detection Device and Installing Traffic Signal Systems in Fort Worth and Austin, have also supervised maintenance activities with precision and adherence to industry standards. I provide guidance and mentorship to team members. Electrical Technician Stanley - Chile Jul 2019- Nov 2020 (1 year 4 months) Installation and maintenance of electrical transformers and cabling for residential and high-voltage projects. Electrical cabinets installation. Electrical Technician Mycing - Chile Feb 2018-Jun 2019 (1 year 4 months) Installation and maintenance of electrical transformers and cabling for residential and high-voltage projects. Electrical cabinets installation. Education Carabobo University - Venezuela Associate of Applied Science Degree in Criminal and Forensic 2018 Jose Antonio Paez University - Venezuela Law Degree Exhibit "A" 2018 (only 15'Semestre) Licenses & Certifications Roadway Worker Protection Certification - Herzog Issued Feb 2024- Expires Feb 2025 Skills Warehouse Operations• Inventory Control • Road Safety• Rail Safety•Traffic Signals • Maintenance • Leadership •Workplace Safety•Traffic Control • Street lights• Electrical Installations Exhibit "A" Texas Historically Underutilized Business (HUB) Certificate CertificateNlD Number: 1272880818400 Approval Date: July 29,2022 Scheduled Expiration Date: July 29,2026 In accordance with the Memorandum of Agreement between the CITY OF AUSTIN and the Texas Comptroller of Public Accounts(CPA),the CPA hereby certifies that EAR TELECOMMUNICATIONS LLC DBA EAR TC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB.This certificate printed July 29,2022, supersedes any registration and certificate previously issued by the HUB Program.If there are any changes regarding the information(i.e.,business structure,ownership,day-to-day management,operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business; application for registration/certification into the City of Austin's program,you must immediately(within 30 days of such changes) notify the City of Austin's program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibiliy.If your firm ceases to remain certified in the the City of Austin's program,you must apply and become certified through the State of Texas HUB program to maintain your HUB certification. Statewide HUB Program Statewide Procurement Division Note:In order for State agencies and institutions of higher education(universities)to be credited for utilizing this business as a HUB,they must award payment under the CertificateNlD Number identified above.Agencies,universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet (httpsJ/mycpa.cpa.state.tausttpasscmbisearch/index jsp) or by contacting the HUB Program at 512.463.5872 or toll-free in Texas at 1-888-863-5881. Small Business Enterprise (SBE) NCTRCA EAR TELECOMMUNICATIONS LLC DBA EAR TC EAR TELECOMMUNICATIONS LLC DBA EAR TC has filed with the Agency an Affidavit as defined by NCTRCA Small Business Enterprise (SBE) Policies& Procedures and is hereby certified to provide service(s) in the following areas: NAICS 238210: FIBER OPTIC CABLE(EXCEPT TRANSMISSION LINES)INSTALLATION NAICS 238210:TRAFFIC SIGNAL INSTALLATION This Certification commences July 25, 2023 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit.At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: July 31, 2025 Issued Date: July 25, 2023 CERTIFICATION NO. HMSB71087NO725 Certification Administrator Exh�h }} " if4/5/23,3:25 PM M��4 C os Reyes-Outlook Austin: MBE/WBE Certification Congrats Letter City of Austin <austintexas@mwdbe.com> Wed 4/5/2023 3:05 PM To:Carlos Reyes <carlos.reyes@eartc.com> SMBR EAR TELECOMMUNICATIONS LLC DBA EAR TC Carlos Reyes 14719 US-290 East,Suite 106 Manor,TX 78653 RE: NEW MBE AND/OR WBE CERTIFICATION Dear Mr.Carlos Reyes: Congratulations! We are pleased to inform you that City of Austin's Small&Minority Business Resources Department(SMBR)has certified your business as a Minority Business Enterprise(MBE). The status of your MBE/WBE certification shall be reviewed by SMBR. Prior to reaching your next certification anniversary you will be asked to complete the"MBE/WBE Continued Eligibility Affidavit"and supporting documentation.The review is completed through examination of the sworn affidavit and supporting documentation to determine your continued eligibility as outlined in the City Ordinance Code:§2-96-15.Additionally,a MBE/WBE on-site review may be conducted by SMBR as needed. It is important that you report any change(s)in circumstances that affect your firm's size,social/economic disadvantage status,management,ownership or control to SMBR within thirty(30) calendar days.Failure to report such change(s)may result in the denial of continued certification or recertification. This firm's Recertification documents are due prior to July 31,2026. You may submit your documentation to the following link: https://austintexas.mwdbe.com/. MBEs and WBEs are required to seek recertification upon the fourth anniversary of their initial certification and upon the fourth anniversary of all subsequent certifications. As a City of Austin registered vendor,you are responsible for maintaining accurate information on your vendor profile.You are asked to update any changes related to your business in the City's Vendor Connection system at https://www.austintexas.gov/financeonline/account services/search/vendors/certvendor. cfm.You can perform these changes daily from 7:OOAM to 7:OOPM. If you need assistance making changes,please contact Vendor Registration at(512)974-2018 or by email at VendorReg@austintexas.gov. https://outlook.office.com/mail/deeplink?popoutv2=1&version=20230324008.14&view=print 1/2 4/5/23,3:25 PM EXrIiC3los Reyes-Outlook If you have any questions regarding your certification,you may contact the City of Austin's Certification Division at 512-974-7645 or email SMBRCertificationi'�?austintexas.gov. Sincerely, —t Tamela Saldana, Ph.D. Assistant Director City of Austin,SMBR This message was sent to: carlos.reyes@eartc.com Sent on: 4/5/2023 3:05:00 PM System ReferenceID: 190784821 https://outlook.office.com/mail/deeplink?popoutv2=1&version=20230324008.14&view=print 2/2 Exhibit "A" Citv of Austin Small llnraa Basins s Resoxrnes Defiartnrent, $11 Barton Spnngr Rd, Ste SQS,.4uslin, TX 78704 lgailinAddress:PO Bax 108$,14r�rtin, Texas'87G?, Certifrcation Diririon Telephone(3 12)91 -7643 •o.o April 5, 2023 EAR TELECOMMUNICATIONS LLC DBA EAR TC Carlos Reyes 14719 US-290 East, Suite 106 Manor,TX 78653 RE: NEW MBE AND/OR WBE CERTIFICATION Dear Mr. Carlos Reyes: Congratulations! We are pleased to inform you that City of Austin's Small & Minority Business Resources Department(SMBR) has certified your business as a Minority Business Enterprise(MBE). The status of your MBE/WBE certification shall be reviewed by SMBR. Prior to reaching your next certification anniversary you will be asked to complete the"MBE/WBE Continued Eligibility Affidavit"and supporting documentation.The review is completed through examination of the sworn affidavit and supporting documentation to determine your continued eligibility as outlined in the City Ordinance Code: § 2-96-15.Additionally, a MBE/WBE on- site review may be conducted by SMBR as needed. It is important that you report any change(s)in circumstances that affect your firm's size,social/economic disadvantage status, management, ownership or control to SMBR within thirty (30)calendar days. Failure to report such change(s)may result in the denial of continued certification or recertification. This firm's Recertification documents are due prior to July 31, 2026. You may submit your documentation to the following link: https://austintexas.mwdbe.com/. MBEs and WBEs are required to seek recertification upon the fourth anniversary of their initial certification and upon the fourth anniversary of all subsequent certifications. As a City of Austin registered vendor,you are responsible for maintaining accurate information on your vendor profile.You are asked to update any changes related to your business in the City's Vendor Connection system at hht ps://www.austintexas.gov/financeonline/account services/search/vendors/certvendor.cfm You can perform these changes daily from 7:OOAM to 7:OOPM. If you need assistance making changes, please contact Vendor Registration at (512)974-2018 or by email at VendorReg@austintexas.gov. If you have any questions regarding your certification,you may contact the City of Austin's Certification Division at 512-974-7645 or email SMBRCertification@austintexas.gov. Sincerely, Exhibit "A" Tamela Saldana, Ph.D. Assistant Director City of Austin, SMBR 4/5/23,3:24 PM EXII&CAos Reyes-Outlook Austin: DBE/ACDBE Annual Review Complete City of Austin <austintexas@mwdbe.com> Wed 4/5/2023 3:07 PM To:Carlos Reyes <carlos.reyes@eartc.com> SMB R EAR TELECOMMUNICATIONS LLC DBA EAR TC Attn:Carlos Reyes 14719 US-290 East,Suite 106 Manor,TX 78653 RE: DBE/ACDBE ANNUAL REVIEW COMPLETE Dear Mr. Reyes: Congratulations! This letter is to inform EAR TELECOMMUNICATIONS LLC DBA EAR TC that the April 5,2023 annual review has been completed.This review confirms the continued eligibility of the firm as a Disadvantaged Business Enterprise(DBE)for purposes of the US Department of Transportation's(DOT) Disadvantaged Business Enterprise(DBE)Program.The City of Austin is a member of the Texas Unified Certification Program(TUCP)and adheres to the DOT standards set forth in 49 CFR Part 26 and Part 23. This DBE certification is valid at any Texas entity that receives DOT funds and has a DBE Program for the following NAICS Code(s): NAICS 238210:COMPUTER AND NETWORK CABLE INSTALLATION NAICS 238210:CABLE SPLICING,ELECTRICAL OR FIBER OPTIC NAICS 238210:COMMUNICATION EQUIPMENT INSTALLATION NAICS 238290:OTHER BUILDING EQUIPMENT CONTRACTORS As a DBE you must provide to the recipient(SMBR),every year on the anniversary of the date of your certification,an affidavit sworn to by the firm's owner(s)before a person who is authorized by state law to administer oaths or an unsworn declaration executed under penalty of perjury of the laws of the United States.This affidavit must affirm that there have been no changes in the firm's circumstances affecting its ability to meet size,disadvantaged status,ownership,or control requirements of this part or any material changes in the information provided in its application form,except for changes about which you have notified the recipient under paragraph(i)of this section.The affidavit shall specifically affirm that your firm continues to meet SBA business size criteria and the overall gross receipts cap of this part,documenting this affirmation with supporting documentation of your firm's size and gross receipts. If you fail to provide this affidavit in a timely manner,you will be deemed to have failed to cooperate under§26.109(c). This firm's next Annual Review documents are due prior to July 28,2023. YOU MAY SUBMIT YOUR ANNUAL DOCUMENTS ON OUR ONLINE PORTAL AT THIS LINK: https://austintexas.mwdbe.com/ https:/Ioutlook.office.com/mail/deeplink?popoutv2=1&version=20230324008.14&view=print 112 4/5/23,3:24 PM EXrI iCAos Reyes-Outlook If you are a City of Austin registered vendor,you are responsible for maintaining accurate information on your vendor profile.You are asked to update any changes related to your business in the City's Vendor Connection system at https://www.austintexas.gov/financeonline/vendor connection/index.cfm.You can perform these changes daily from 7:OOAM to 7:OOPM. If you need assistance making changes, please contact Vendor Registration at(512)974-2018 or by email at vendorregj?�austintexas.gov. Thank you for your interest in the program and we wish you continued success. Please contact the City of Austin's Certification Division at(512)974-7645 if you need further information. Mariza Aldrete Business Development Counselor II 512-974-7053 or Mariza.aldrete@austintexas.gov. This message was sent to: carlos.reyes@eartc.com Sent on: 4/5/2023 3:07:05 PM System ReferenceID: 190784911 https://outlook.office.com/mail/deeplink?popoutv2=1&version=20230324008.14&view=print 2/2 Exhibit "A" City o f Austin 4.040 uW% • Small c,Alinority Business Resources Department, 811 Barton Springs Rd Suite 805,Anstin, T1 78704 r°cr g Alailing.-lddmss.PO Box 1088,Austin, Texas 78767, Certification Division Telephone(512)974-7645 ��Nj� April 5, 2023 EAR TELECOMMUNICATIONS LLC DBA EAR TC Attn: Carlos Reyes 14719 US-290 East,Suite 106 Manor,TX 78653 RE: DBE/ACDBE ANNUAL REVIEW COMPLETE Dear Mr. Reyes: Congratulations! This letter is to inform EAR TELECOMMUNICATIONS LLC DBA EAR TC that the April 5, 2023 annual review has been completed.This review confirms the continued eligibili .of the firm as a Disadvantaged Business Enterprise(DBE)for purposes of the US Department of Transportation's(DOT) Disadvantaged Business Enterprise(DBE) Program.The City of Austin is a member of the Texas Unified Certification Program(TUCP)and adheres to the DOT standards set forth in 49 CFR Part 26 and Part 23. This DBE certification is valid at any Texas entity that receives DOT funds and has a DBE Program for the following NAICS Code(s): NAICS 238210:COMPUTER AND NETWORK CABLE INSTALLATION NAICS 238210:CABLE SPLICING, ELECTRICAL OR FIBER OPTIC NAICS 238210:COMMUNICATION EQUIPMENT INSTALLATION NAICS 238290:OTHER BUILDING EQUIPMENT CONTRACTORS As a DBE you must provide to the recipient(SMBR),every year on the anniversary of the date of your certification, an affidavit sworn to by the firm's owner(s) before a person who is authorized by state law to administer oaths or an unsworn declaration executed under penalty of perjury of the laws of the United States.This affidavit must affirm that there have been no changes in the firm's circumstances affecting its ability to meet size, disadvantaged status, ownership, or control requirements of this part or any material changes in the information provided in its application form, except for changes about which you have notified the recipient under paragraph (i)of this section.The affidavit shall specifically affirm that your firm continues to meet SBA business size criteria and the overall gross receipts cap of this part,documenting this affirmation with supporting documentation of your firm's size and gross receipts. If you fail to provide this affidavit in a timely manner,you will be deemed to have failed to cooperate under§26.109(c). This firm's next Annual Review documents are due prior to July 28,2023. YOU MAY SUBMIT YOUR ANNUAL DOCUMENTS ON OUR ONLINE PORTAL AT THIS LINK: https://austintexas.mwdbe.com/ If you are a City of Austin registered vendor,you are responsible for maintaining accurate information on your vendor profile.You are asked to update anychanges related to your business in the City's Vendor Connection system at https://www.austintexas.gov/financeonline/vendor con nection/index.cfm.You can perform these changes daily from 7:OOAM to 7:OOPM. If you need assistance making changes, please contact Vendor Registration at(512)974-2018 or by email at vendorreg(@austintexas.gov. Exhibit "A" Thank you for your interest in the program and we wish you continued success. Please contact the City of Austin's Certification Division at(512)974-7645 if you need further information. Mariza Aldrete Business Development Counselor II 512-974-7053 or Mariza.aldrete@austintexas.gov. Exhibit "A" LIST OF EXCEPTIONS 1. Intended locations, plans, scope of work, and purchase order must be provided by the City of Round Rock before any work can be started. 2. A general plan of each intended site with the location of runs and electric service pedestal to aid work crews must be provided by the City of Round Rock. 3. Material orders will be dependent on the submittal approval by the City of Round Rock. Materials have variable lead times, and they begin to run once the materials have been approved and can be ordered. 4. Delays may occur because of utility conflicts. Field conditions must be taken into account. 5. Prices expressed are unit prices. Exhibit "A" ATTACHMENT A SOLCITATION SUBMITTAL FORM AND EXECUTION NOTE: RESPONDENTS SHALL COMPLETE, SIGN,AND UPLOAD THIS ATTACHMENT WITH THEIR SUBMITTAL IN BONFIRE. FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF THE SUBMITTAL. By signature hereon,the Respondent certifies that: All statements, pricing and information prepared and submitted to the City's Bonfire portal in response to this solicitation are current, complete, and accurate. He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee, evaluator, or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation Submittal Form with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual signing this Execution of Solicitation Submittal Form is authorized to sign this document, represent the Respondent and to bind the Respondent under any contract resulting from this submittal. RESPONDENT(COMPANY): EEAARRTTC' SIGNATURE (INK/DIGITAL): NAME (TYPED/PRINTED): Carlos Reyes TITLE: President DATE: 10/22/2024 STREET: 14719 US HWY 290 E, Suite 106, CITY/STATE/ZIP: MANOR TX 78653 TELEPHONE & FAX NO.: 512-218-4200 / 512-218-4201 E-MAIL ADDRESS: carlos.reyes@eartc.com FEDERAL TAX IDENTIFICATION NUMBER (FIN): 27-2880818 By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website at: https://www.roundrocktexas.gov/city-businesses/solicitations/ Exhibit "A" ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP 24-024 - Street Light Maintenance RESPONDENT'S NAME: EARTC DATE: 10/22/2024 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name City of Fort Worth (2022 On Call Street Lights Contract) Name of Contact Clint Hoover Title of Contact Engineering Manager, Transportation and Public Works Department E-Mail Address clint.hoover@fortworthtexas.gov Present Address 5001 James Avenue, Suite 301 City, State, Zip Code Fort Worth, Texas 76115 Telephone Number ( 817 ) 392-6573 Fax Number: ( ) 2. Company's Name City of Fort Worth (Street Light limprovements-ARPA) Name of Contact Shammi Rahman Title of Contact Project Manager E-Mail Address shammi.rahman@fortworthtexas.gov Present Address 5001 James Avenue, Suite 301 City, State, Zip Code Fort Worth, Texas 76115 Telephone Number ( 817 ) 392-6016 Fax Number: ( ) 3. Company's Name City of Fort Worth (Las Vegas Trail Street Lights) Name of Contact Shammi Rahman Title of Contact Project Manager E-Mail Address shammi.rahman@fortworthtexas.gov Present Address 5001 James Avenue, Suite 301 City, State, Zip Code Fort Worth, Texas 76115 Telephone Number ( 817 ) 392-6016 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Attachment E-Cost Proposal Sheet (updated) RFP 24-024Rebid Street Light Maintenance The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents contained in RFP 24-024.The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,and all documents incorporated by reference,and agrees to be bound by the terms therein.The total amount of the contract shall not exceed$1,000,000. Special Instructions:All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid.Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the bid.The City reserves the right to purchase more or less than the quantities indicated below No. Description Unit Extended Total 1 Furnish/Install 1 1/4"CONDT PVC SCH 80-Open Cut Per LF $15.00 2 Furnish/Install 1 1/4"CONDT PVC SCH 80- Bore Per LF $17.50 Furnish/Install Conduit-Schedule 80 PVC 1 - 1/4 Inch- For Riser with Hardware and 3 Conductor EA $150.00 4 Furnish/Install Conduit-Schedule 80 PVC 1 - 1/2 Inch-Open Cut Per LF $15.00 5 Furnish/Install Conduit-Schedule 80 PVC 1 - 1/2 Inch-Bore Per LF $17.50 6 Furnish/Install Conduit-Schedule 80 PVC 2 Inch-For Riser with Hardware and Conductor EA $150.00 7 Furnish/install Conduit-Schedule 80 PVC 2 Inch-Open Cut Per LF $17.50 8 Furnish/Install Conduit-Schedule 80 PVC 2 Inch-Bore Per LF $17.50 9 Furnish/Install Conduit-Schedule 80 PVC 3 Inch-Open Cut Per LF $16.00 10 Furnish/Install Conduit-Schedule 80 PVC 3 Inch-Bore Per LF $25.00 11 Furnish/Install NO 4 Triplex OH Insulated Elec Condr Per LF $4.00 12 Furnish/Install NO 6 Triplex OH Insulated Elec Condr Per LF $4.00 13 Furnish/Install NO 4 Duplex OH Insulated Elec Condr Per LF $4.00 14 Furnish/Install NO 6 Duplex OH Insulated Elec Condr Per LF 1 $4.00 15 Furnish/Install NO 1/0 Insulated Elec Condr Per LF $5.00 16 Furnish/Install NO 2 Insulated Elec Condr Per LF $6.00 17 Furnish/Install NO 4 Insulated Elec Condr Per LF $5.00 18 Furnish/Install NO 6 Insulated Elec Condr Per LF $4.00 19 Furnish/Install NO 8 Insulated Elec Condr Per LF $4.00 20 Furnish/Install NO 10 Insulated Elec Condr Per LF 1 $3.00 21 Furnish/Install NO 12 Insulated Elec Condr Per LF $3.00 22 Furnish/Install NO 14 Insulated Elec Condr Per LF $3.00 23 Furnish/Install Ground Box,Small,w/Lid EA $950.00 24 Furnish/Install Ground Box,Small,w/Lid Apron EA $1,250.00 25 Furnish/Install Breakaway Transformer Base for Lumianaire Poles EA $6,250.00 26 Furnish/Install Shoe Base Or Bridge Base Pole for Lumianaire Poles EA 1 $11,250.00 27 Furnish/Install Concrete Traffic Barrier Base Pole for Luminaire Poles EA $9,000.00 28 Furnish/install 40'Aluminum Luminaire Pole EA $7,500.00 29 Furnish/Install Salem Series Pole*See Antique Street Light Spec EA $10,300.00 30 Furnish/Install Kenny Fort Pole*See Kenny Fort Pole Spec EA $10,300.00 31 Furnish/Install 25'Kalahari Pole*See Kalahari Pole Spec EA $13,750.00 32 Furnish/Install 8'Luminaire Arm EA $1,200.00 33 Furnish/Install Kenny Fort Arm*See Kenny Fort Spec EA 1 $2,750.00 34 Furnish/Install Kalahari 6'Dual Banner Arms *See Kalahari Spec EA $2,500.00 35 Furnish/Install LED Lighting Fixture 120v Cobra Head EA $700.00 36 Furnish/Install LED Lighting Fixture 240v Cobra Head EA $750.00 37 Furnish/Install High Mast LED Fixture EA $4,000.00 38 Furnish/Install Shoebox Traditional Style) EA $1,500.00 39 Furnish/Install Shoebox JXM-STSB Series EA 1 $1,300.00 40 Furnish/Install Neighborhood Friendly Shield EA $250.00 41 Furnish/Install LED Lighting Fixture Antique Street Light*See Antique Street Light Spec EA $4,500.00 42 Furnish/Install Corn Cob LED Lighting Fixture(Keystone 45/36/27W E26 Medium EA $3,400.00 43 Furnish/install 135W LED Board*See Kalahari Spec EA $4,500.00 44 Furnish/Install 1000w Metal Halide Ballast EA $650.00 45 1 Furnish/Install 100w High Pressure Sodium Ballast EA $350.00 46Furnish/Install 150w High Pressure Sodium Ballast EA $650.00 Exhibit "A" Attachment E-Cost Proposal Sheet(updated) RFP 24-024Rebid Street Light Maintenance 47 Furnish/Install 150w High Pressure Sodium Bulb EA $250.00 48 Furnish/Install 150w Metal Halide Ballast EA $600.00 49 Furnish/Install 150w Metal Halide Bulb EA $275.00 50 Furnish/Install 175w Mercury Vapor Bulb EA $300.00 51 Furnish/Install 175w Metal Halide Ballast EA $625.00 52 Furnish/Install 250w High Pressure Sodium Ballast EA 1 $650.00 53 Furnish/Install 250w High Pressure Sodium Bulb EA $275.00 54 Furnish/install 250w Metal Halide Ballast EA $650.00 55 Furnish/Install 250w Metal Halide Bulb EA $275.00 56 Furnish/Install 400w High Pressure Sodium Ballast EA $725.00 57 Furnish/Install 400w High Pressure Sodium Bulb EA $275.00 58 Furnish/Install 400w Metal Halide Ballast EA 1 $700.00 59 Furnish/Install 400w Metal Halide Bulb EA $275.00 60 Furnish/Install 50w High Pressure Sodium Ballast EA $675.00 61 Furnish/Install 50w High Pressure Sodium Bulb EA $275.00 62 Furnish/Install 110-277v Twist Lock Photo Cell EA $175.00 63 Furnish/Install Rdwy Illum Foundation TxDOT Standards EA $8,500.00 73 Furnish/Install Non-Metered Pole Mounted Contactor EA 1 $4,000.00 74 Furnish/Install 120-240 Volt Single Phase Metered Pedestal EA $9,500.00 75 Furnish/Install 240-480 Volt Single Phase Transocket Metered Pedestal EA $10,000.00 76 Furnish/install Wood Light pole 30',35',40' EA $2,850.00 77 1 Furnish/Install 8'Wood Light Pole Arm EA $1,400.00 Total Dollar Amount: $143,290.00 The below section will not be evaluated but will become part of the contract. 78 Salvage Street Light Pole Per Hour $350.00 79 Disposal of Wood Pole Haul off&Proper Hazardous Disposal) Per Hour $350.00 80 Disposal of Aluminum Street Light Pole Haul off&Proper Hazardous Disposal) Per Hour $350.00 81 Troubleshoot Street Light Issues Per Hour $350.00 82 Emergency Removal of Street Light Pole in Roadway Per Hour $2,500.00 83 Relocate Street Light Pole Per Hour $1,800.00 F84 Exploratory Excavation of ExistingUtilities Per Hour $250.00 85 Miscellaneous Structure Adjustment 1 Per hour 1 $700.00 COMPANY NAME: EARTC PRINTED NAME: Carlos Reyes PHONE NUMBER: 512-218-4200 EMAIL ADDRESS: carlos.reyes@eartc.com