HomeMy WebLinkAboutContract 58453-R2CSC No. ____________
Contract Renewal Page 1 of 2
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
February 25, 2025
EAR Telecommunications, Inc. dba EARTC
Attn: Carlos Reyes
14719 US 290 East, Suite 106
Manor, TX 78653
Re:Contract Renewal Notice-2nd Renewal
Highway Construction
Contract No. CSC No. 58453
Original Contract Amount: $2,000,000.00
The above referenced contract with the City of Fort Worth, as renewed, expires with the
expenditure of funds. The funds for the contract have been expended or programmed. This letter
is to inform you that the City has appropriated funding and is exercising its right to renew the
contract in the original contract amount, which will be effective upon execution by the designated
Assistant City Manager. All other terms and conditions of the contract remain unchanged. Please
verify that the original payment, performance and maintenance bonds remain active or if retired,
provide updated bonds when you return this letter. Please sign in the space indicated below and
return this document, along with a copy of your current insurance certificate, to the
undersigned.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure
that your company information is correct and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
__________________________
Sagar Medisetty
817-392-2538
CITY OF FORT WORTH By: Name: Jesica McEachern
Title: Assistant City Manager
Apr14,2025
APPROVAL RECOMMENDED:
df__,2.-,._ By: I ame□ PriellC (Mar20 2025 D9'47 CPI) Name: Lauren Prieur
Title: Director, Transportation & Public Works
Department
ATTEST:
By: Name: Jannette S. Goodall
Title: City Secretary
EAR Telecommunications, LLC dba EARTC
By: Name: Carlos Reyes
Title: President
Contract Renewal
CSCNo.
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all
performance and reporting requirements.
By: Name: Sagar Medisetfy Title: Sr. Professional Engineer
APPROVED AS TO FORM AJID LEGALITY:
By: Douglas Black (Apr 4, 202516:20 CDT)
Name: Douglas W. Black
Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 22-0829
Date Approved: October 11, 2022
Page2 of2
City of Fort Worth,
Mayor and
DATE: 10/11 /22
Texas
Council Communication
M&C FILE NUMBER: M&C 22-0829
LOG NAME: 20TRAFFIC SIGNAL MODIFICATION AND UPGRADE CONTRACT
SUBJECT
(ALL) Authorize Execution of a Unit Price Contract with Yunex, LLC in an Amount Not to Exceed $1,000,000.00, Durable Specialties, Inc. in an
Amount Not to Exceed $2,000,000.00, and EAR Telecommunications, LLC d/b/a EARTC in an Amount Not to Exceed $2,000,000.00 for Task
Order Construction Services Relating to Traffic Signal Modification and Upgrade for Fiscal Year 2022 with Three Renewal Options (2018 & 2022
Bond Programs)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Yunex, LLC in an amount not to exceed $1,000,000.00 for the modification and upgrade of traffic
signals throughout the City;
2. Authorize execution of a contract with Durable Specialties, Inc. in an amount not to exceed $2,000,000.00 for the modification and upgrade
of traffic signals throughout the City; and
3. Authorize execution of a contract with EAR Telecommunications, LLC d/b/a EARTC in an amount not to exceed $2,000,000.00 for the
modification and upgrade of traffic signals throughout the City.
DISCUSSION:
The Transportation Management Division of the Transportation and Public Works Department has been actively upgrading obsolete and non-
standard traffic signal equipment and related infrastructure and procuring and implementing advanced technologies for the city-maintained road
network. These contracts will provide for construction services on an as-needed (task order) basis primarily for projects related to traffic signal
modification and upgrades. Signal improvement projects include upgrading traffic signal heads, poles, wire, conduit, ground boxes, foundations,
ramps, school flashers, pedestrian beacons, safety lights and Intelligent Transportation System devices to improve overall traffic and pedestrian
safety within the City.
The contractors were procured in a low bid format to determine unit prices to be paid when task orders are issued. Bidders were alerted that there
could be awards made to more than one bidder and that the contract amounts would likely not be the same as the bid amount. These contracts
may be renewed up to three additional terms upon the expiration of funds under the same terms, conditions, and unit prices.
Notice of bids was published in the Fort Worth Star-Telegram on June 23, 2022 and June 30, 2022. On July 21, 2022, three companies submitted
the following bids:
Bid Results
Contractor Total Bid
Yunex, LLC $8,037,403.00
Durable Specialties $8,040,045.00
EARTC, LLC $8,413,163.07
The unit prices were compared to other similar projects and were determined to be fair and competitive. Task orders will be paid at the
established unit prices.
Projects identified initially include task order for signal reconstruction projects via programmable traffic signal bond project, traffic signal
maintenance PayGO projects, signal upgrade and repair of knockdowns.
This project is included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt
is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement
expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018)
and subsequent actions taken by the Mayor and Council.
FORT �ORTHo
Routing and Transmittal Slip
Transportation & Public Works Department
DOCUMENT TITLE: Eartc Tele
For: Renewal2
M&C: 22-0829 CPN: CSO: 58453
DOC#:
Date:
To: Name Department Initials Date Out
l. Sagar Medisetty TPW- Sib ature
2. Anna Benavides TPW — Initials e
3. Martin Phillips TPW- Initials NnM'��
4. Lauren Prieur TPW- Sib ature �,,x�; ,
5. Douglas Black Legal- Signature .�—
6. Jesica McEachern ACM- Sib ature ,� a e
7. Ronald Gonzales CSO — Initial �
� o�a
8. Jannette Goodall CSO-Sib ature -.�-
9. Allison Tidwell CSO-Assib CSC �
10. Tabitha Giddings TPW-Admin
11.
10.
DOCUMEN'd'S FOR CITY MANAGER'S SIGNATURE: All documents received fi•om any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the ro�rting slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME lDAY: ❑YES �No 1�1EXT DAI': ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required: ❑ Attach Signature, Initial and Notary'�'abs
As Requested
For Your Information
Sib ature/Routing and or Recording
Comment
File