CM-2019-0339 - 10/25/2019COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) -
COMMUNITY HOUSING REPAIR AND REHABILITATION
HOMEOWNER AGREEMENT
This CDBG Comni Housing Repair nd a abilitation Homeowner Agreement
(Agreement), is made this =day of _e , 2019, between the CITY OF
ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas (CITY), and Pedro De La Pena
and Lidia De La Pena, a married couple, whose address is 1711 Goodson Lane, Round Rock,
Texas, 78664 (HOMEOWNERS).
RECITALS
WHEREAS, the CITY has been awarded grant funds which may be spent by the CITY for
the provision of certain services authorized under the U.S. Department of Housing and Urban
Development (HUD) Community Development Block Grant (CDBG) Program; and
WHEREAS, CITY wishes to assist qualified homeowners in the minor rehabilitation of their
residence by providing a grant to pay a contractor for labor, materials and equipment to be utilized
in the rehabilitation; and
WHEREAS, HOMEOWNER has qualified for the rehabilitation of Lot 12, Block T, Mesa
Ridge, Section 7, also known as 1711 Goodson Lane, Round Rock, Texas 78664 as specified in
the Work Write -Up Bid Document, attached hereto and incorporated herein as Exhibit "A".
NOW THEREFORE, for and in consideration of the mutual promises and covenants set
forth herein, and other good and valuable consideration, the receipt and sufficiency of which are
hereby acknowledged, the CITY and HOMEOWNER agree as follows:
ARTICLE 1
GENERAL REQUIREMENTS
1.1 CITY will pay a contractor, by separate agreement attached hereto and incorporated herein
as Exhibit "C" (Contractor's Agreement), $21,286.00, (Contract Price) for labor, materials
and equipment utilized in the rehabilitation of HOMEOWNER's above -referenced
property, as specified in the Work Write -Up Bid Document. Funds will not be used to pay
HOMEOWNER or members of its family.
1.2 The Contract Price and any approved change orders will not total more than $26,607.50.
ARTICLE 2
HOMEOWNER'S RESPONSIBILITIES
2.1 HOMEOWNER has qualified for a grant under the Low to Moderate Income guidelines as
set forth in Section 8, Income Limits established and amended annually by HUD, attached
hereto and incorporated herein as Exhibit "B".
2.2 HOMEOWNER has resided in and been the owner(s) of the residence to be rehabilitated
for at least one (I) year prior to the submission of its application.
I49393.docljmr n�
2.3 The residence to be rehabilitated is not located in a flood zone area as defined in CITY's
Flood Insurance Map, produced by the Federal Emergency Management Agency, or if it is
located in a flood zone, HOMEOWNER has sufficient flood insurance, which
HOMEOWNER will keep current for at least five (5) years after receiving the award.
2.4 All property taxes on the property are paid up to date, including CITY, County and
applicable School District Taxes.
2.5 The residence is not under a Contract for Deed, or any similar purchase agreement, in
which HOMEOWNER does not obtain legal title until final payment is made.
HOMEOWNER has not received HUD Program assistance for the preceding five (5)
years.
2.6 HOMEOWNER understands and agrees that the work performed by contractor will be
inspected by the Construction Advisor, as defined in the City of Round Rock Housing
Repair and Rehabilitation Program Policies and Procedures, and a City Inspector before
any funds are paid out and the rehabilitation is completed.
ARTICLE 3
OTHER PROGRAM REQUIREMENTS
3.1 DISCRIMINATION. HOMEOWNER will not exclude any person from participation in,
deny the benefits of or subject the person to discrimination under any of the contractor's
activities while receiving federal financial assistance on the grounds of race, color,
religion, sex, national origin, age or disability.
3.2 INTEREST OF MEMBERS, OFFICERS, EMPLOYEES OF PUBLIC BODY,
MEMBERS OF LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS. No
member, officer, or employee of CITY, or its designees or agents, no member of the City
Council, and no other public official of CITY during his/her tenure or for one (1) year
thereafter, will have any interest, direct or indirect, in any contract or subcontract, or the
proceeds thereof, for work to be performed in connection with the program assisted under
this Agreement.
3.3 PROHIBITION OF BONUS OR COMMISSION. The assistance provided under this
Agreement will not be used in payment of any bonus or commission for the purpose of
obtaining CITY approval of the application for such assistance.
3.4 STATUTE OF LIMITATIONS. As between the parties to this Agreement, as to all acts
or failures to act by either party to this Agreement, any applicable statute of limitations
will commence to run and any alleged cause of action will be deemed to have accrued in
any and all events when the party commencing said cause of action knew or should have
known of the existence of the subject act(s) or failure(s) to act.
3.5 INDEMNIFICATION. HOMEOWNER will defend, 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,
2.
attorney's fees, and any and all other costs or fees arising out of, or incident to,
concerning or resulting from this Agreement, no matter how, or to whom, such loss may
occur. Nothing herein will be deemed to limit the rights of CITY or HOMEOWNER
(including, but not limited to the right to seek contribution) against any third party who
may be liable for an indemnified claim.
3.6 CHANGE ORDERS. HOMEOWNER expressly agrees that no material changes or
alterations in the Work Write -Up Bid Document or Contract Price provided above will be
made unless in writing, mutually agreed to by HOMEOWNER and the CONTRACTOR,
and authorized by CITY.
3.7 TERMS. All references in this Agreement to any particular gender are for convenience
only and will be construed and interpreted to be of the appropriate gender. For the
purposes of this Agreement the term "will" is mandatory.
3.8 SEVERABILITY. Should any provision in this Agreement be found or deemed to be
invalid, this Agreement will be construed as not containing such provision, and all other
provisions which are otherwise lawful will remain in full force and effect, and to this end
the provisions of this Agreement are declared to be severable.
3.9 PUBLIC INFORMATION ACT. The City of Round Rock is governed by the Texas
Public Information Act, Chapter 552 of the Texas Government Code. This Agreement
and all written information generated under this Agreement may be subject to release
under this Act.
ARTICLE 4
SUSPENSION AND TERMINATION
4.1 If HOMEOWNER fails to fulfill in a timely and proper manner their obligations under
this Agreement, or violates any of the terms or conditions of this Agreement, then
HOMEOWNER will have ten (I0) days from the date it receives written notice from
CITY directing it to cure or correct the defects or failures to comply. Should
HOMEOWNER fail to make corrections as directed by CITY, and such breach of
contract results in a violation of federal law or regulation for which CITY receives a
demand of reimbursement of grant funds from HUD or its successor, CITY may
terminate this Agreement immediately, and may recover from HOMEOWNER the
amount sought by HUD for reimbursement, up to the full amount of the award.
4.2 HOMEOWNER will not be relieved of the liability to the CITY for damages sustained by
CITY by virtue of any breach of this Agreement by HOMEOWNER.
4.3 If CITY becomes aware of any HOMEOWNER activity which could jeopardize CITY's
position with HUD and cause CITY to return CDBG funds or other federal funds
received by CITY, CITY may take appropriate action, including injunctive relief against
HOMEOWNER, to terminate or prevent the activity. Failure of CITY to exercise this
right will not constitute a waiver by CITY of its right to demand payment or to seek any
other relief in law or in equity to which it may be entitled.
3.
ARTICLE 5
ATTORNEY'S FEES
5.1 Any party to this Agreement who prevails in any legal proceedings between the parties
regarding this Agreement will be entitled to recover court costs and reasonable attorney's
fees from the non -prevailing party.
ARTICLE 6
VENUE AND REMEDIES
6.1 This Agreement is governed by the laws of the State of Texas. Exclusive venue for any
dispute arising under this Agreement is in Williamson County, Texas.
ARTICLE 7
SUCCESSORS AND ASSIGNS
7.1 CITY and HOMEOWNER, respectively, bind themselves, their successors, assigns and
legal representatives to the other party to this Agreement and to the successors, assigns
and legal representatives of the other party with respect to all covenants of this
Agreement. Neither CITY nor HOMEOWNER will assign, sublet, or transfer any
interest in this Agreement without the written consent of the other party.
ARTICLE 8
ENUMERATION OF CONTRACT DOCUMENTS
8.1 This Agreement represents the entire and integrated agreement between CITY and
HOMEOWNER for the work specified in Exhibit "A" and supersedes all prior
negotiations, representations, or agreements either written or oral. This Agreement may
be amended only by written instrument signed by CITY and HOMEOWNER. The
Agreement contains the following exhibits attached to and incorporated in this
Agreement for all purposes:
(1) Work Write -Up Bid Document (Exhibit "A")
(2) HUD Section 8 Income Limits (Exhibit "B")
(3) Contractor's Agreement (Exhibit "C")
This Agreement is effective as of the date first written above.
HOMEOWNER:
k._ fCc
Lid.. De � ena
� / m_
Pedro/be La Pena
CITY:
City of Round Rock, Texas
Fity Manager
��
EXHIBIT "A"
WORK WRITE-UP BID DOCUMENT
5,
F5
5, F
EN ifl b9
mm
m m
m --
`m m °=
01 a – a:
«mom o ay='
1515
00
00
oao' o
01 UI
A W
N -� KM2 s
N ma 0, --lpm co U, 3 Flo mL.z
EA bq
EN ifl b9
iA
m
`m m °=
01 a – a:
«mom o ay='
o�
m
�
z
ami
3�7 0 �NaEmu
CD
47 N
elm
0
Qm CL 0C,,-aD
App
@ IW-J;om�nr3�
ro�
�
Fn
a
–�, yam
m cD
p
�
fft ID O
_
w y RA1 p=
to
m
n
000
Cma
3m m�
a
D
o
0�
ID m O
o c
neo m m
a Z (a
m
m
3
m 3 rtN
c 7 -1=� m
m
Im to fA
C L o M Q) 6
a
z
W
CD m C
ao W- CL o
c
m p,
l�l n � m'ry�
C
{
1
cr
C•
C IU 113y
`C
m
Cr ?
su
Cr
'v
N n
m
ED
fR
3
m K W
,
a
[All W [�!1
z
fA
(
N
a
'0"�
C � G
_�
a cn Q
5
to
a
va
a
n n
y
to
q
(D
m
c
?' C
CD
m
o. m
o.ch
a;oy w
C a
CD
m
m
a
°c i
ao
CL
CL
xo
m
o
a
a
i
w,
Cr
0
m
_
�CD
0 In fmw IMIMIM
n n o �J z
=F
v m
o
m co
b
m
z ZZ
G) c
w
a G)
-� z
m 0
tri g
3 m
m V
aD °'
3 �
C?
CAP
3
fA iA
EA bq
EN ifl b9
iA
I :'
�
z
~mti
CD
47 N
�
App
-& cm
N
�
Fn
TT
W
0 P
p
p 76 p
�
00
00
000
cn
D
00
0�
000
c
m
Im to fA
Q% W
w 69 fA
4A
a
Cr
ri
fR
O
FT[ill V
N co
[All W [�!1
coN
OO�I C G
GTi Cn
C � G
U1
,7
goo
va
000
0
1I-8 X3
'�
EXHIBIT "B"
INCOME LIIMTS
MAXIMUM INCOME CHART
Household Size
Maximum Income 80% of the Area Median
1 person
$48,200
2 persons
$55,050
3 persons
$61,950
4 persons
$68,800
5 persons
$74,350
6 persons
$79,850
7 persons
$85,850
8 2ersons
$90,850
Source: U.S. Department of Housing & Urban Development. These income figures are
subject to change annually.
9
EXHIBIT "C"
CONTRACTOR'S AGREEMENT
7.
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) -
EXHIBIT
COMMUNITY HOUSING REPAIR AND REHABILITATION PROGRAM
CONTRACTOR AGREEMENT
This CDBG Community Housing Repair and Rehabilitation Program Contractor
Agreement (Agreement), is made this day of , 2019, between the
CITY OF ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas ("CITY"), and
Farnum Enterprises, Inc., dba B&O Construction, 16238 Highway 620, Suite F-405, Austin, Tx
78717 ("CONTRACTOR").
RECITALS
WHEREAS, CITY has been awarded grant funds which may be spent by CITY for the
provision of certain services authorized under the U.S. Department of Housing and Urban
Development (HUD) Community Development Block Grant (CDBG) Program; and
WHEREAS, CITY wishes to assist qualified homeowners in the minor rehabilitation of their
residence by providing a grant to pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation; and
WHEREAS, CITY will pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation of Lot 12, Block T, Mesa Ridge, Section 7, also known as 1711
Goodson Lane, Round Rock, Texas 78664, (the "Property"), as specified in the Work Write -Up
Bid Document, attached hereto and incorporated herein as Exhibit "A".
Now therefore, for and in consideration of the mutual promises and covenants set forth herein,
and other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, CITY and CONTRACTOR agree as follows:
ARTICLE 1
GENERAL REQUIREMENTS
1.1 CITY will pay CONTRACTOR $21,286.00 ("Contract Amount"). Funds will not be used
to pay the homeowner or members of its family.
1.2 Payment will be made by CITY for all work described in the Work Write -Up Bid
Document after all of such work is found to be satisfactorily completed and inspected by
the Construction Advisor, as defined in the City of Round Rock Minor Home Repair
Program Policies and Procedures, and the CITY Inspector. CITY will pay
CONTRACTOR for work in accordance with CITY'S Prompt Payment Policy, as defined
in the City of Round Rock 2019 Community Housing Repair and Rehabilitation Program
Policies and Procedures.
1.3 CONTRACTOR will not deviate from the work described in the Work Write -Up Bid
Document without a change order from CITY. Any such change order will be included in
an amendment to this Agreement. The Contract Amount and any change orders shall not
exceed a total amount equal to a twenty-five (25) percent increase in the original Contract
148786.doc: jmr
Amount.
1.4 The Contract Amount and any approved change orders will not total more than the
amount of $26,607.50.
1.5 All work specified in the Work Write -Up Bid Document will be satisfactorily completed
within ninety (90) days from the date of the Notice to Proceed.
1.6 Work Write -Up Bid Document Iine item deletions: None
ARTICLE 2
CONTRACTOR'S RESPONSIBILITIES
2.1 CONTRACTOR will ensure that all work performed under this Agreement is permitted
and inspected by CITY's Building Inspection Division. CONTRACTOR agrees to be duly
licensed under CITY ordinances and State laws and be responsible for obtaining the
building permit.
2.2 CONTRACTOR understands that it is solely responsible for meeting the terms and
conditions of this Agreement. If CONTRACTOR fails to properly perform or complete
any of the work specified in the Work Write -Up Bid Document, CONTRACTOR will not
receive funding for any work that is found to be improperly performed or incomplete.
2.3 CONTRACTOR understands that all work described in the Work Write -Up Bid Document
with the exception of line items deleted under Section 1.6 must be completed before any
funds will be paid out.
2.4 CONTRACTOR understands that the job will be inspected by a CITY Inspector and
Construction Advisor before any funds will be paid out.
2.5 CITY will provide a Notice to Proceed to CONTRACTOR to commence work.
CONTRACTOR agrees to start work within thirty (30) calendar days after receipt of the
Notice to Proceed. If CONTRACTOR fails to commence work within thirty (30) days
from the date on the Notice to Proceed, CITY will have the right to terminate this
Agreement, by providing a written notice of termination to CONTRACTOR.
2.6 CONTRACTOR agrees to complete the work within ninety (90) days from the date of the
Notice to Proceed. If completion is delayed for reasons beyond the CONTRACTOR's
control, CONTRACTOR will provide timely notice to CITY of the reasons for such delay.
If such good cause is claimed by CONTRACTOR, it will be CONTRACTOR'S obligation
to substantiate its claim by adequate documentation.
2.7 CONTRACTOR affirms that it has not been debarred from performing federal contract
work.
ARTICLE 3
OTHER PROGRAM REQUIREMENTS
100
3.1 PERMITS AND CODES. CONTRACTOR agrees to secure and pay for all necessary
permits and licenses required for CONTRACTOR'S performance and to adhere to
applicable local codes and requirements whether or not covered by the Work Write -Up
Bid Document, including any CONTRACTOR registration requirements.
3.2 DISCRIMINATION. CONTRACTOR will not exclude any person from participation in,
deny the benefits of or subject the person to discrimination under any of the
CONTRACTOR's activities while receiving federal financial assistance on the grounds
of race, color, religion, sex, national origin, age or disability.
3.3 WARRANTY. CONTRACTOR agrees to provide a full one-year warranty to the
homeowner, said warranty will extend to subsequent owners of the property to be
improved. The warranty will provide that improvements, hardware, and fixtures of
whatever kind or nature installed or constructed on said property by the CONTRACTOR
are of good duality and free from defects in workmanship or materials or deficiencies
subject to the warranty provided in this paragraph. CONTRACTOR and CITY agree,
however, that the warranty set forth in this paragraph will apply only to such deficiencies
and defects as to which homeowner or subsequent owners will have given written notice
by certified mail to the CONTRACTOR, at its principal place of business, within one (1)
year from the date of the final inspection and acceptance by the CITY Inspector that all
work under the Agreement has been completed.
3.4 BID. CONTRACTOR acknowledges that it has prepared the Work Write -Up Bid
Document, attached hereto and incorporated herein as Exhibit "A" and that such Work
Write -Up Bid Document is accurate and consistent as to the name of CONTRACTOR,
scope of work that the CONTRACTOR will under -take, and price. CONTRACTOR
acknowledges the performance requirement established in the write up and warrants that
all work undertaken will conform to said specifications.
3.5 REMOVAL OF DEBRIS. Upon completion of work CONTRACTOR agrees to remove
all construction debris and surplus material from the Property and leave the Property in a
neat and clean condition.
3.6 SUBCONTRACTORS. CONTRACTOR agrees that all the warranties contained herein
will apply to all work performed under this Agreement, including that performed by any
Subcontractors.
3.7 FRAUDULENT ACTS. CONTRACTOR nor any of its officers, partners, owners,
agents, representatives, employees, subcontractors or parties in interest has in any way
colluded, conspired, connived or agreed, directly or indirectly with any other bidder,
firm, or person to submit a collusive or sham bid in connection with CONTRACTOR for
which the bid has been submitted or to refrain from bidding in connection with this
Agreement, or has in any manner, directly or indirectly, sought by agreement or collusion
or communication or conference with any other bidder, firm, or person to fix any
overhead, profit, or cost element of the bid price shown in the Work Write -Up Bid
Document or the bid price of any other bidder, or to secure through any collusion,
conspiracy, connivance, or unlawful agreement, any advantage against CITY or any
person interested in this Agreement; and the price or prices quoted are fair and proper and
3
are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the
part of CONTRACTOR or any of its agents, representatives, owners, employees, or
parties in interest.
3.8 INTEREST OF MEMBERS, OFFICERS, EMPLOYEES OF PUBLIC BODY,
MEMBERS OF LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS. No
member, officer, or employee of CITY, or its designees or agents, no member of the City
Council, and no other public official of CITY during hislher tenure or for one (1) year
thereafter, will have any interest, direct or indirect, in any contract or subcontract, or the
proceeds thereof, for work to be performed in connection with the program assisted under
this Agreement.
3.9 PROHIBITION OF BONUS OR COMMISSION. The assistance provided under this
Agreement will not be used in payment of any bonus or commission for the purpose of
obtaining CITY approval of the application for such assistance.
3.10 STATUTE OF LIMITATIONS. As between the parties to this Agreement, as to all acts
or failures to act by either party to this Agreement, any applicable statute of limitations
will commence to run and any alleged cause of action will be deemed to have accrued in
any and all events when the party commencing said cause of action knew or should have
known of the existence of the subject act(s) or failure(s) to act.
3.11 INDEMNIFICATION. CONTRACTOR will defend, 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 CONTRACTOR, or CONTRACTOR's agents,
employees, or subcontractors, in the performance of CONTRACTOR's obligations under
this Agreement, no matter how, or to whom, such loss may occur. Nothing herein will be
deemed to limit the rights of CITY or CONTRACTOR (including, but not limited to the
right to seek contribution) against any third party who may be liable for an indemnified
claim.
3.12 CHANGE ORDERS. CONTRACTOR expressly agrees that no material changes or
alterations in the Work Write -Up Bid Document or price provided above will be made
unless in writing, mutually agreed to by the homeowner and CONTRACTOR, and
authorized by CITY.
3.13 TERMS. All references in this Agreement to any particular gender are for convenience
only and will be construed and interpreted to be of the appropriate gender. For the
purposes of this Agreement the term "will" is mandatory.
3.14 SEVERABILITY. Should any provision in this Agreement be found or deemed to be
invalid, this Agreement will be construed as not containing such provision, and all other
provisions which are otherwise lawful will remain in full force and effect, and to this end
the provisions of this Agreement are declared to be severable.
3.15 PUBLIC INFORMATION ACT. The CITY is governed by the Texas Public Information
4
Act, Chapter 552 of the Texas Government Code. This Agreement and all written
information generated under this Agreement may be subject to release under this Act.
3.16 PERFORMANCE. In performing this Agreement, CONTRACTOR will comply with all
local, state, and federal laws.
3.17 LIEN WAIVERS. CONTRACTOR agrees to protect, defend, and indemnify homeowner
and CITY from any claims for unpaid work, labor, or materials with respect to
CONTRACTOR'S perfonnance. Final payment will not be paid until the
CONTRACTOR has delivered to CITY complete release of all liens for work completed
arising out of CONTRACTOR'S performance or a receipt in full, covering all labor and
materials for which a lien could be filed or a bond satisfactory to the homeowner and
CITY indemnifying him against any lien.
3.18 REPORTING REQUIREMENTS. CONTRACTOR agrees to submit a W9 Form,
attached hereto and incorporated herein as Exhibit "B" to fulfill reporting requirements
with the Internal Revenue Service.
ARTICLE 4
SUSPENSION AND TERMINATION
4.1 If CONTRACTOR fails to fulfill in a timely and proper manner its obligations under this
Agreement, or violates any of the terms or conditions of this Agreement, then the
CONTRACTOR will have ten (10) days from the date it receives written notice from
CITY directing it to cure or correct the defects. If CONTRACTOR fails to cure or
correct the defects as required by this agreement, CITY will have the right to terminate
this Agreement and to select a substitute CONTRACTOR. If the expense of finishing the
work exceeds the amount of this Agreement, CONTRACTOR will pay the difference to
CITY. Should CONTRACTOR fail to make corrections as directed by CITY, and such
breach of contract results in a violation of federal law or regulation for which CITY
receives a demand of reimbursement of grant funds from HUD or its successor, CITY
may terminate this Agreement immediately, and may recover from CONTRACTOR the
amount sought by HUD for reimbursement, up to the full amount of funds
CONTRACTOR received from CITY.
4.2 CONTRACTOR will not be relieved of the liability to CITY for damages sustained by
the CITY by virtue of any breach of this Agreement by CONTRACTOR. CITY may
withhold payment to CONTRACTOR until the amount of monetary damages due CITY
from CONTRACTOR is determined.
4.3 If CITY becomes aware of any CONTRACTOR activity which could jeopardize CITY's
position with HUD and cause CITY to return CDBG funds or other federal funds
received by CITY, CITY may take appropriate action, including injunctive relief against
CONTRACTOR, to terminate or prevent the activity. Failure of CITY to exercise this
right will not constitute a waiver by CITY of its right to demand payment or to seek any
other relief in law or in equity to which it may be entitled.
ARTICLE 5
PAYMENTS
5.1 For work completed by CONTRACTOR, as described in the Work Write -Up Bid
Document, CITY agrees to pay CONTRACTOR the Contract Amount after all of such
work is found to be satisfactorily completed and is inspected by the Construction Advisor
and CITY Inspector, in accordance with the CITY'S Prompt Payment Policy.
ARTICLE 6
ATTORNEY'S FEES
6.1 Any party to this Agreement who prevails in any legal proceedings between the parties
regarding this Agreement will be entitled to recover court costs and reasonable attorney's
fees from the non -prevailing party.
ARTICLE 7
VENUE AND REMEDIES
7.1 This Agreement is governed by the laws of the State of Texas. Exclusive venue for any
dispute arising under this Agreement is in Williamson County, Texas.
ARTICLE 8
SUCCESSORS AND ASSIGNS
8.1 CITY and CONTRACTOR, respectively, bind themselves, their successors, assigns and
legal representatives to the other party to this Agreement and to the successors, assigns
and legal representatives of the other party with respect to all covenants of this
Agreement. Except for CONTRACTOR'S assignment of mechanic's Iien contracts and
mechanic's lien notes to the CITY pursuant to Paragraph 1.7, neither CITY nor
CONTRACTOR will assign, sublet, or transfer any interest in this Agreement without the
written consent of the other party.
ARTICLE 9
ENUMERATION OF CONTRACT DOCUMENTS
9.1 This Agreement represents the entire and integrated agreement between CITY and
CONTRACTOR for the work specified in Exhibit "A" and supersedes all prior
negotiations, representations or agreements either written or oral. This Agreement may
be amended only by written instrument signed by CITY and CONTRACTOR. The
Agreement contains the following exhibits attached to and incorporated in this
Agreement for all purposes:
(1) Work Write -Up Bid Document (Exhibit "A")
(2) W9 Form (Exhibit "B").
ARTICLE 10
ACKNOWLEDGMENT
10.1 The above warranties are in addition to, and not in limitation of, any and all other rights
6
and remedies to which CITY and the homeowner, or subsequent owners, may be entitled,
at law or in equity, and will survive the conveyance of title, delivery of possession of the
Property, or other final settlement made by the homeowner and will be binding on the
undersigned notwithstanding any provision to the contrary contained in any instrument
heretofore, and thereafter executed by the homeowner.
This Agreement is effective as of the date first written above.
CONTRACTOR:
B&O Construction
Name
Title
CITY:
CITY OF ROUND ROCK
Laurie Hadley, City Manager
EXHIBIT "A"
WORK WRITE-UP BID DOCUMENT
E
c
0
Z
2
N
c
U
O
ca
m
C
E
E
LL
d
E
z
O
U
0
U
G
T
A
W
s
N
D
m
0.
ur
m
w
2
O
x
Q
m
V
m
c
in
O
C
0
U
0
0
000
00
00
u
LU
LU
m
tQ
MLnN
Nn
cs
.0
a
p
ne
o
r
w
CO
a
v_
wCL
cue
Z-
w
N
m
E
~
N
m
t2 a
s
LU
V
0
0
0
ao0
00
0�
a'
c
v
�
0
a
raui
u7ui
OH
G.
LV
r
v
CO
vr`
w
1-
C
ri
ca
C
Z
m
E
�
E
4
Q
6
4
Q
4
;s
Q
4
6
(n
W
Li!
W
W
Cb
E
CI
r
r
r
r
r
N
T-
C
c
rn
E
c
`-
t
�
a
2
w
E
a
rn
rn
c
g
c
u
3
V
E
w-
m
°
c
m3
f—�6
>
>
M
w[]
M
w
c E
q
v
v
S
&
-%r-
fac
m 0ai
M
J
cr >
>
N '0
q} C
q 0
L
C
a
_c °
CL
a�
12
Z
N 0
c
0
E
r
'G
N
N C °
C 16
.N
w
V c
E
o
r
0
cx
¢ N
Ccu
N 01 N
W
m
_ 1
p W
N
w
c
E
p
w�
IAM
a��[)cwo
—
3 c w
Q
c
N
E-
ma
U�
=��
a'
aCLc
a
tn�_0r9c
V
U
w
V. C
O 'd —�
Y
C
a+
fii
L
Z N m
7,
M
[o
3
a
t
F- 1 2
C�
—
m
C
i
—
0
cm
11!
�0
=CD
Ch
0
awCL
w
c
0°QwN-5�3g
—
2
m
d
JU 5?
a ac E
N
a
s
w
-+ w C o
CL 9= c
t
2
=
0_Na
o-��O�aEirm�
°
U
Q
-
I
iz m
p
ra
tj C N
ra
�
w w'°
= 0 cc
O
¢
m
c
a. IV
c�
w
c
—
cZww9
wN
ww0>-=90mdm
uwmm a5�mma
o Nmm,
CL
Ll
w
w
W
r
L
CV
t..
V-
N
i0
v
to
to
:m
lu
.2x
o
W
�
°
°
jw
W
C
C
G
C
C
C
EXHIBIT "B"
W9FORM
Form ■ ■��r-Request for Taxpayer Give Form to the
Inco octabar20n8� Identification Number and Certification requester, Do not
(nov October
send to the IRS.
tMcrnal nesenrm 5cnnee s Go to www.Ira.govManniNg for Instructions and the latest information.
I Name In shown on your income los relumd. Name is haqulred on Ives One. do rot Nave "to lone blank.
Fanlurn Enterprises. Inc. dba B&O Construction
2 Business namotdWagardod ontay Mea. 8 diti;nt bon, above
3 Crock appropnlale box for federal las dassirceallon of the parson whose now Is ordered an Ina 1. Chock only one of the 4 Fsernpfioles Odes apply arty to
lauowing seven boxer certain entities. not kubvWu4b. see
a m i uclwns at nape 3k
❑ Icwtn cnkwivsda pnapnutar or ID C CwpmWn ❑ 6 Cotpaanee' ❑ Pod -w$111) ❑ ThOWWata
d �s nr0u4 wunbw LLC EWM%71 payuu ewe of envoi
+ ❑ 4rrcclvd I,ab6ly company. linlvl the tan craradccauon (6nC coW:ilion. S4S ceepom Wn. P. Pannarslepd ►
ei Nola: Chuck tela applofmute box in 1110 kaa above 101 010 fox CW01101wn or the singkh•membo► owner. Do nal chock Exmnptlan ban FATCA rupoitbta
LLC d alu LLG is alassilkrd as a singia•member LLC that is dlsrogarded hon the armor urbato the owner of tho LLC Is code (p 4,M
emcee LLC that is act thsr"arded from die owner for U.S, ledwal tax purposes. Otharmse. a single -member LLC duet
d is owegarded been floe owner should check the app'opnale box for the tax claaeirr6atim of its owner.
Y ogler fora eulructlorrs?► cyr•. �reo-..es �..•+h-..•e�rre•r�u�.
d
N 6 Address (rawntfee. elrool, sort apt. a lois ro.lSee tnslrtectieels. RnrWasfer'a name trrkl n,rdress (alttsrei4
16238 Highway 620. Suite F-405
e city, s1a1e, and ZIP rxwlb
Austin. TX 78717
y List account namborls) here foptcona0
•
Taxpayer Identification Number([IN)
Enter your TIN in lite appropriate box. The TIN provided must motel' lite name given on Ono 1 to avoid Social socurity numbor
backup w an. safe For Indiviatar. or s.
thiega d generally your social socuctlony forPnumbert ISSN. Hor, o her for a
resident Man. Salo propriotw, w disrogaMed entity, see Ifte inslrucltons for Pari 1, talar. For other
enthim. it is your employer identification number @M. It you do not have a number, we Now to get a
TIN. faux, or
Nota: If the account is it more than one name. see the instructions for one 1. Also see What Name and I Empioysr idenlMcaUon number
Number To Give the RegfmsW for gisidaiines on whose number to ontor. r�
n • M �
Under penalties of perjury, I certify that:
1. The number shown on this form Is my Correct taxpayer identification number for I am wafting for a number to be issued to mel; and
2.1 am not subject to backup wilhholdtng because: (a) I am exempt from backup withholding, or (b)1 have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interost or dividends, or (c) the IRS has notified me that 1 am
no longer subject to backup withholding; and
3.1 am a U.S. citizen or other U.S. person (delined below); and
4. Thu FATCA codo(s) endmud on lhls form fit any) indicating that I am exempt loom FATCA reporting is collact.
Cartllleatton Instructions. You must crop out item 2 above 0 you have been notified by tate IRS that you are currently subject to backup with hokliing because
you have ranted lu teport all interest and dividends on your tax return. Fou red estate transactions. item 2 does not appy. For mortgage Interest paid,
acquisition or abandonment secured pro y. cancellation of debt, contributions to an indrvdual retirement arrangement tIRA). and generally. payments
other than Interest and diyitfrmd. you af# n�regtdred to sign the cedlActttlon, but you must provide your correct TIN. Sao the Instructions for part 14 tater.
01 tin 1 slgnattere of(,
Here U.S. person P -ante ► ,v( {
General Iib ru tl0 S ° Farm 1099.DIV (d , Including those N 'stocks or mullral
rungs)
Section tolerances are to the Internal Revenue Code unless otherwise
staled.
Future developments. For the latest mlomtalion about developments
related to Form 1Y•9 and its insiructkm. such as legislation enacted
atter May waro published. go to tnvN•.irs.gov/Farm W3.
Purpose of Form
An individual or entity (Form W-9 requoster) who is required to file an
Information return with the IRS must obtain your correct taxpayer
Identification number (nM which may be your social security number
(SSM. Individual taxpayer Identification number (MM, adoption
taxpayer identification number (ATIM, w employer identification number
(EIN). to report on an inlwmalion return Ills amount pald to you, or other
amount rnportabio on an Information rolurn. Examples of Information
returns include. but are not limited to. the following.
e Form 1099 -IN's (interest earned or paid)
• Form 1099-M1SC (various types of become, prizes, awards, or gross
proceeds)
• Foran 1090-B (stock or mutual kind sah n and certain other
transactions by btolcom)
• Furin 1099•S IpructoWs Non real astatu bnnsaatimvaf
• Form 1099ac (merchant card and third party network transactions)
• form 1098 {tome mortgage interest). 1098-E (atudent loan Interasll.
'098-T (huition)
• Form 1099-C (canceled debq
• Form 1009-A (acquisilion or abandonment of securod property)
Use Fona W0 only It you are a U.S. person (u'cluding a tosltont
mien), to provide your correct TIN.
H you do not return Form W-9 to the requester with a TTN, you might
be subject to backup wlthhokWIZ See What is backup withholding,
later.
Cal. No. 10231X Fam W-13 fRuv. 19.2018)
City of Round Rock
I.R:G LU TFY..A ROCK Agenda Item Summary
Agenda Number:
Title: Consider executing a CDBG 2018 Home Repair Homeowner Contract with
Pedro and Lidia De La Pena at 1711 Goodson Lane.
Type: City Manager item
Governing Body: City Manager Approval
Agenda Date: 10/25/2019
Dept Director: Brad Wiseman
Cost:
Indexes:
Attachments: 1711 GOODSON LANE HOMEOWNER AGREEMENT DE LA PENA, LAF
1711 GOODSON LANE HOMEOWNER AGREEMENT DE L4 PENA
Department: Planning and Development Services Department
Text of Legislative File CM -2019-0339
Consider execution of a Community Development Block Grant 2018 Housing Repair Program
Homeowner Agreement with Pedro and Lidia De La Pena at 1711 Goodson Lane, Round
Rock, Texas. Mr. & Mrs. De La Pena have applied and met all requirements to be eligible for
the CDBG home repair program. Improvements to their home include replacement of roof, gas
water heater, HVAC system, installation of ADA approved ramp and grab bars in master
shower, as well as some plumbing and electrical improvements. The total cost of the project is
expected to be $21,286, and not to exceed $26,607.50 with any necessary change orders.
The selected contractor to do this work is Farnum Enterprises dba B & O Construction.
CityolRaand Rock Pape 1 Printed on 10/2412019