CM-2020-302 - 10/30/2020COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) -
COMNIUNITY HOUSING REPAIR AND REHABILITATION PROGRAM
CONTRACTOR AGREEMENT
This CDBG Community H ir and eha ili tion Program Contractor
Agreement (Agreement), is made this M�= of �2020, 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 F405,
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 issued its "Invitation for Bid" for the provision of such labor, materials
and equipment; and
WHEREAS, CITY has determined that the CONTRACTOR is the lowest responsible
bidder, and
WHEREAS, CITY will pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation of GREENSLOPES AT LAKECREEK SECTION 6, BLOCK G,
LOT 38, in Williamson County, Texas, also known as 802 Fairway Green Cove, Round Rock,
Texas 78664-7623, (the "Property"), as specified in the CITY'S Invitation for Bid designated IFB
No. 20-027 and CONTRACTOR's BID RESPONSE for CDBG Home Repairs — 11, Unit
(collectively the "Bid Documents"), attached hereto and incorporated herein as Exhibit "A," by
reference for all purposes;
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 Twenty -Three Thousand Eight Hundred Sixty -Eight
and No/100 ($23,868.00) ("Contract Amount"). Funds will not be used to pay the
homeowner or members of its family.
00457396/ss2
1.2 Payment will be made by CITY for all work described in the 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
2020 Community Housing Repair and Rehabilitation Program Policies and Procedures.
1.3 CONTRACTOR will not deviate from the work described in the Bid Documents 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 Amount.
1.4 The Contract Amount and any approved change orders will not total more than the
amount of $29,835.00.
1.5 All work specified in the Bid Documents will be satisfactorily completed within ninety
(90) days from the date of the Notice to Proceed.
1.6 There shall be no Bid Document line item deletions.
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 Bid Documents, 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 Bid Documents 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.
701
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
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 Bid Documents,
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 quality 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 Bid Documents, attached
hereto and incorporated herein as Exhibit "A" and that such 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 Bid Documents 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 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 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.
3.9 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 Bid Documents or price provided above will be made unless in writing,
4
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
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 performance. 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.
5
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 Bid Documents, 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
COMPLIANCE WITH LAWS, CHARTERS AND ORDINANCES
8.1 CONTRACTOR, its agents, employees and subcontractors shall use best efforts to
comply with applicable federal and state laws, the Charter and Ordinances of the CITY,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
8.2 In accordance with Chapter 2270, Texas Government Code, a governmental entity may
not enter into a contract with a company for goods and services unless the contract
contains written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of this Agreement. The signatory executing this
6
Agreement on behalf of CONTRACTOR verifies CONTRACTOR does not boycott
Israel and will not boycott Israel during the term of this Agreement.
ARTICLE 9
SUCCESSORS AND ASSIGNS
9.1 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 lien 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 10
ENUMERATION OF CONTRACT DOCUMENTS
10.1 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) Bid Document (Exhibit "A")
(2) W9 Form (Exhibit "B").
ARTICLE 11
ACKNOWLEDGMENT
11.1 The above warranties are in addition to, and not in limitation of, any and all other rights
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.
[Signatures on the following page.)
This Agreement is effective as of the date first written above.
CONTRACTOR:
Title
CITY:
CITY OF ROUND ROCK
I I I VF0 11"s I Sao Wn M,
.r
EXHIBIT "A"
BID DOCUMENTS
Exhibit "A"
K TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
Community Development Block Grant (CDBG) Home
Repairs
SOLICITATION NUMBER 19-031
June 2019
City of Round Rock
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
Exhibit "A"
CDBG HOME REPAIRS
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "City", seeks an agreement with a qualified Individual, Firm,
or Corporation, hereafter referred to as "Respondent", to provide all material, labor, and services to repair
seven (7) residential homes in accordance with the Federal Community Development Block Grant (CDBG)
Program.
2. BACKGROUND: The City of Round Rock Minor Home Repair Program is a Community Development Block
Grant (CDBG) HUD -funded program. The primary program objectives are to make health and safety -related
repairs to owner -occupied homes, giving priority to very low-income applicants, income eligible elderly, and
disabled occupants.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description
Index
Part I — General Requirements
Page(s) 2 - 5
Part II — Definitions, Standard Terms and Conditions
and Insurance Requirements
page 6
Part III — Supplemental Terms and Conditions
Page(s) 7 - 9
Part IV — Scope of Work
Page 10
Attachment A — Property Bid Sheet
Page 11
Attachment B — Reference Sheet
Page 12
Attachment C — Subcontractor Information Form
Page 13
Attachment D — Prevailing Wage Rates
Page 14
Attachment E- Photographs of Location Needs
Page 14
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Tim Seelig
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-6682
Email: tseelig@roundrocktexas.gov
Page 2 of 14
Amanda Crowell
Purchasing Technician
Purchasing Division
City of Round Rock
Phone: 512-218-5458
E-mail: acrowel l a@roundrocktexas.gov
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
The individuals listed above may be contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications may be amended, or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing Department.
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
June 29, 2019
Mandatory Pre -Bid meeting / site visit A
July 10, 2019 @ 9:00 AM, CST
Mandatory Pre -Bid meeting / site visit B
July 11, 2019 @ 9:00 AM, CST
Deadline for submission of questions
July 17, 2019 @ 5:00 PM, CST
City responses to questions or add endums
July 24, 2019 @ 5:00 PM, CST
Deadline for submission of responses
August 1, 2019 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted 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:
hftps://www.roundrocktexas.gov/businesses/solicitations/.
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
http://www.roundrocktexas.-gov/bids.
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids 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.
7. MANDATORY PRE -BID MEETINGS / SITE VISITS AND INSPECTIONS: Two pre -bid meetings, site visits to
each location, and inspections will be conducted to fully acquaint Respondents with the facilities, difficulties,
and/or restrictions inherent in the services specified. The pre -bid meetings / site visits will be conducted on
the dates specified in PART I Section 5 — Schedule of Events.
A. Attendance at the pre -bid meetings / site visits is mandatory if the Contractor intends to bid on that
location. Immediately following each pre -bid meeting, a site visit tour will be conducted to enable
Respondents to determine labor, equipment, supplies and materials necessary to perform the services
specified herein. Respondents shall sign -in at each site of the tour to document their attendance. The
City reserves the right to determine a response "not available for award" if the Respondent fails to
attend the mandatory pre -bid meeting or site visit tour on July 10t' and/or 11t' which shall initially begin
at:
Round Rock Business Center
City Hall Council Chamber
221 E. Main Street
Round Rock, Texas 78664
On -Site Cell Phone: 512-534-1287
A City representative will carry the above listed cell phone during the pre -bid meetings / site visits to
assist attendees with directions.
B. Respondents will be responsible for their own transportation for the site visit tour.
Day one will tour Locations 6, 5, and 7 in that order;
Day two will tour Locations 4, 3, 2, and 1 in that order.
Page 3 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
C. A map including each facility location will be provided at the pre -bid meetings.
D. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre -
bid meeting / site visit.
E. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts,
precise measurements, material requirements, equipment requirements, labor requirements and other
solicitation related details during inspections.
F. Respondents do not have to bid on every location but, in order to be considered responsive, a bid must
include all repairs for each particular location.
8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 5 — Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Tim Seelig
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due
date and "DO NOT OPEN".
A. Facsimile or electronically transmitted responses are not acceptable.
B. Responses cannot be altered or amended after opening.
C. No response can be withdrawn after opening without written approval from the City.
D. The City will not be bound by any oral statement or offer made contrary to the written specifications.
E. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
9. RESPONDENT REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are encouraged to carefully read
the entire solicitation.
Respondent shall submit one (1) evident signed "Original," and one identical electronic copy of the IFB
response on a flash drive. The submittal must include all addendums and requested attachments. The bid
response shall be provided at the Respondent's expense and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in preparing a response to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB solicitations.
For your bid to be responsive, all addendums and the attachments identified below shall be submitted
with your proposal.
❑ Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website
at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
❑ Attachment A: PROPERTY BID SHEET: The bid response shall be submitted on the itemized, signed
Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet will result in
disqualification. If there is a conflict between the unit price and extended price, the unit price will take
precedence. Submission of responses on forms other than the City's Solicitation Document may result in
disqualification of the response. Bid Sheet shall be Itemized and signed. Failure to completely
itemize bid may result in disqualification.
Page 4 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
❑ Attachment B: REFERENCE SHEET: 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.
❑ Attachment C: SUBCONTRACTOR INFORMATION FORM: Provide a signed copy of the Subcontractor
Information Form.
10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider:
A. Purchase price;
B. Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services;
D. The extent to which the goods and services meet the City's needs;
E. Respondent's past performance with the City;
F. The total long-term cost to the City to acquire the Respondent's goods or services;
G. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation and/or the request for additional material/information.
11. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the
document. The City will not be responsible for any public disclosure of confidential information if it is not
clearly marked as such,
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
12. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
13. 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
Page 5 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
PART II
DEFINITIONS, STANDARD TERMS AND CONDITONS
AND INSURANCE REQUIREMENTS
DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, 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. Said Definitions, Terms and Conditions are subject to change without notice. It is the
sole responsibility of Respondents to stay apprised of changes. The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at:
https://www.roundrocktexas.gov/departments/purchasing/
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: hops://www.roundrocktexas.gov/departments/purchasing/
Page 6 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
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 until inspection
and acceptance of completed project.
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 90 days.
2. SAFETY: The City reserves the right to remove any employee from the 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 Successful Respondents'
obligations under this solicitation.
3. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
S. Ensure Respondent's employees, while on the 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 of America.
4. 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 a firm, corporation, individuals or partnership normally engaged in providing home repairs as
specified herein and have adequate organization, facilities, equipment, financial capability, and
personnel to ensure prompt and efficient service to the City;
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified
herein and own or acquire at no cost to the City all construction aids, appliances, and equipment
Respondent deems necessary and maintain sole responsibility for the maintenance and repair of
Respondent's vehicles, equipment, tools and all associated costs. The City shall not be responsible for
any Respondent's tools, equipment or materials lost or damaged during the performance of the
services specified herein;
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 procurement process.
D. Warrant and agree that all materials supplied hereunder shall be manufactured and produced in
compliance with the laws, regulations, codes, terms, standards, and/or requirements of Underwriter's
Laboratories Incorporated, all Federal, State, and local authorities, and all other authorities having
jurisdiction, and that performance of goods shall be in accordance with the above laws, regulations,
codes, terms, standards, and/or requirements, and agrees upon request, to furnish the City a certificate
of compliance therewith in such forms as the City may require.
Page 7 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
5. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with
their bid response Attachment C: Subcontractor Information Form. The Contractor shall be fully responsible to
the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the
Contractor's own acts and omissions. The Contractor shall:
A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with
the provisions, specifications and terms of the Contract;
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Vendor, with the City being named as an additional
insured; and
C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.
Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any
subcontractor throughout the term of the contract.
6. 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 D and comply with all applicable sections of Chapter 2258.
Attachment D — Prevailing Rates are posted in Solicitation Documents for IFB No. 19-031 CDBG Home
Repairs on the City of Round Rock website at:
https://www.roundrocktexas.gov/de artments/purchasing/purchasing-active-solicitations/
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. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
9. ACCEPTANCE/INSPECTION Acceptance inspection should not take more than five (5) working days. The
awarded respondent 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 vendor
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, and the
vendor may be charged any additional expense to the City.
10. ORDER QUANTITY: No guarantee of any minimum or maximum purchase is made or implied. The City will
only contract the services/goods needed to satisfy requirements within budgetary constraints, which may be
more or less than indicated.
11. PERMITS: The Successful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
multiple 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 once City Council has approved the recommendation of
award and the agreement has been executed to the City's website at:
https://www.roundrocktexas.gov/businesses/solicitations/
Page 8 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
12. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. Provide City contact(s) information for implementation of agreement.
B. Identify specific milestones, goals and strategies to meet objectives.
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, with 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:
Elizabeth Alvarado
Coordinator - CDBG
Planning & Development Services
Phone: (612) 341-3328
E-mail: ealvaradora'�.roundrocktexas.gov
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. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement
with the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 9 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
PART IV
SCOPE OF WORK
1. Introduction:
The City of Round Rock seeks to contract with a qualified Respondent to provide all material, labor, and services
to repair seven (7) residential homes in accordance with the Federal Community Development Block Grant
Program (CDBG).
2. Purpose:
This Invitation for Bid describes services to repair the exterior and/or interior of residential structures as
identified on the bid sheets provided herein. Services shall include, but not be limited to, repairing or replacing
the roof, siding, electrical wiring, HVAC system, tile work, flooring, sheet rock, smoke detectors, plumbing,
light fixtures and other residential items. Repairs made shall ensure contracted work meets all applicable
Federal, State, and Local building codes.
3. Service Locations: Locations will be provided at the Mandatory Pre -Bid Meeting. Photos of the existing
conditions are included in Attachment E- Photos of Location Needs.
4. Contractor Responsibilities: Contractor shall -
A. Provide all personnel, supplies, and equipment needed to complete specified repairs.
B. Coordinate with the City to develop a project schedule that is mutually agreeable to both parties.
C. Provide a list of responsible representatives with names, titles, addresses of Respondent(s) and
telephone numbers shall be furnished to the City.
D. Assign a primary contact person to serve as the contact to the City's representative.
E. Be responsible for the reinstallation of any existing items that are required to be removed to
accommodate another repair (i.e. the reinstallation of a toilet that was removed to repair a bathtub).
F. Leave all excess interior and exterior paint with homeowner in sealed containers.
G. Provide remnant or "off market" products that are in new or like new condition. Colors that do not
match existing colors or are a neutral tone shall have homeowner's approval.
H. Upon completion of the repairs, remove and properly dispose of all containers, surplus material, and
debris from said repairs and leave the site in a clean and orderly condition.
I. All repairs specified within this solicitation shall be completed to a "move -in ready" condition, clean and
functional.
5. City's Responsibilities: The City shall -
A. Appoint a City designated representative to serve as point of contact for the Contractor.
B. Coordinate all work and scheduling with the successful Contractor and homeowner.
C. Monitor and inspect the house repairs at the designated locations.
D. Provide final approval for the required repairs.
E. The City has conducted lead -based paint testing on structures built prior to 1978 and have found no
contamination.
Page 10 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
ATTACHMENT A
BID SHEET
ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB No. 19-031 CDBG Home Repairs
in an Excel format on the City of Round Rock website at:
https://www roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
A. A Contractor may not bid on a location they did not attend in the mandatory pre -bid meetings for Day 1
and/or Day 2.
B. In order to be considered responsive, Attachment A — Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part
Section 5 — Schedule of Events.
C. The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
D. In order to do business with the City of Round Rock, Respondent must be registered with the City's
Vendor Database. To register, go to: https•//roundrock munisselfservice.comNendors/defauIt.aspx.
E. By the signature affixed on Attachment A — Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any
competitor or any other person engaged in such line of business."
The Respondent agrees, if its Bid is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
G. Respondents do not have to bid on every location but, in order to be considered responsive, a bid must
include all repairs for each particular location.
Page 11 of 14
Exhibit "A"
Attachment A- Bid Sheet
Solicitation Number: IFB 20-027
Solicitation Description CDBG HOME REPAIRS 1st UNIT
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 IFB No. 20-027 CDBG Home Repairs 1st Unit. The
Respondent acknowledges that they have received and read the entire solicitation packet, attachments, addendums, and all
documents incorporated by reference, and agrees to be bound by the terms therein.
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 choose which
repairs will be completed based on budget.
T ;"i?'•'!'i-..�'t'.il+'i C,{!r!!. Cfifi'..fl;ll,`li - :•��(..-il I',! !li:. „ii. ,'r?;IIC'.ii!?I�iS ;'.Illi i,Icitillli.'._;
LINE
AREA,
DESCRIPTION LINE ITEM TOTAL
KITCHEN
1
Flooring
Remove and Replace Vinyl Laminate Flooring
$1,650,00
2
Cabinets
Replace Lower Cabinets
$5,752.00
3
Counters
Replace Countertops
$1,855.00
4
Sink
Replace Sink and Fixtures
S292.00
5
Plumbing
Replace Garbage Disposal
S325.00
6
Plumbing
Replace Plumbing
$525.00
HALL BATHROOM
7
Vanity
Remove and Replace Rotted Vanity
$950.00
8
Flooring
Remove and Replace Vinyl Laminate Flooring
$445.00
g
Flooring
Remove and Replace Baseboards
$125.00
MASTER BEDROOM
10 lFlooring
Install Vinyl Laminate Flooring
S1,875.00
MASTER BATHROOM
11
Tub/Shower
Remove existing 5' Tub/Shower
$275.00
12
Tub/Shower
Install Prefab Walking -in Shower with Hand Rails
$5,369.00
13
Flooring
Remove and Replace Flooring
$550.00
14
Plumbing
Replace Plumbing
$1,360.00
BACKDOOR STEPS
15
16
JStePs
Steps
Repair Steps to be Up to Code. (Maximurn height is 7.75") S1,250.00
Install railing on one side of steps $125.00
FRONT HALLWAY
17 IFlooring Remove and Replace Vinyl Laminate Flooring S1,145.00
:.OMPANY NAME:
1'arnt i Enterprises, Inc. dba B&O Coil structi oil
SIGNATURE OF
AUTHORIZED
REPRESENTATIVE:
'RINTED NAME:
Paul Farn im, President
'HONE NUMBER:
512-989-6222
Page I of 2
Exhibit "A"
Attachment A-- Bid Sheet
EMAIL ADDRESS: I wattlJa?l)uocollstrtiction.cntti
�Va)1 K INCLUDES:
Kitchen:
New cabinets woll't ])).,fell CXact-
New shoe tnold/transition strips
Single paint color at base cabinets
Hall Bath:
New countertop
new faucet
new prefinished vanity
Remove/reset toilet
Master Bedroorn:
New shoe molding
Master Bath:
New hardi backer board
3 x 6 white wall tile - soap dish, towel bar
New acrylic shower base
New shower mix valve, trim and shower head
New shower doors
remove/reset toilet
2-grab bars
New shoe molding
;ront Hall:
New shoe mold/transition strips
Page 2 or 2
Exhibit "A"
City of Round Rods
CDBG Home Repelrs tip Unit
IFS 20-027
Clesa tem:90 432
AUGUST 2020
ATTACHMEW 8
REFERENCE SHEET
PLEASE COI METE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NtNBEff» IFB 2"27
RESPONDENT% NAME: ftM"qftMdM Oman "0c=WCd0n DATE: September 17, 2020
Provide the name, address telephone number and E-MAIL of at {east three (3) valid Municipal, Owvernment
ag 'ot flnns of com1wrable sine that have utiilaed services that are cmllar in type and capacity within the last
6W-t4 #beam Cay of Round Rock isbams we not sppft". References may be checked prior to award. 1f
references cannot
ube confirmed or If any negative respomm are reoeived a may maul In the d equaliftCation of
sBnriifte7:''
tCompWaNams Apple Creek Apartments
Name of COnW Scott Eichhom
TWO of Conti Manager
E4ftH Address applecreekrr@sbcglobal.net
PresentAddress 1501 Lawnmont Drive
CRY. Sate, AF Code Round Rock, TX 78664
TeMt = Number (512 ) 244-3715 Fax Number. ( 512 244-4225 .
2. Compares Name Grape Creek Vineyard
Name of Coact Brian Health
Ime of Contesx Ownwer
E4ftB Addrm hrianIMUraptartrank g=
Present Address
CRY. state, ZIP Code Georgetown, TX 78626
TeWhons Number ( 512) 2854474 Fax Number: ( NIA)
3. CompaWs Now
Neme of Contact
Ttft of contact
E4 tau Address
Omninet Property Management, Inc.
Betsey Perkins
PresWAddrm 7600 Chevy Chase Drive, Suite 101
City, stte, ZIP Coda Austin TX 78782
Td Whone Number 512) 452-1 R-1R Fax Nwrdxar: ( ) NIA
FAILURE TO PROVIDE THE REQUIRED INFORMATION IMTH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Pap 12 of 13
Exhibit "A"
City of Round Rods
CDBG Home Repairs 1a Unit
IFB 20-027
Chwfltem: 90M
AUGUST 2020
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
sOUCITATm NUMBER: IFB 201-027
RESPONDENT'S NAME: p1mm°it°`p60' 1=63e600DATE: Septe hirer 17, 2020
Provide the name, address, telephone number and E-MAIL of at least three (3) valld Municipal, government
agencies orb = of comparable she that have utilized services that are similar in type and capacity wlt do the last
two (2) years. City of Round Rods references are not applicable. References may be checked prior to award. If
references cannot be conffrmed or if any negative responses are received N may result In the dtueli don of
submittal
Company's Nance Lee Door Products
Name of Contact Mark Kaser
Mae of Ccf*d President
E4WAddress mark@le;oorproducts.com
FresentAddresa 10424'Bluegrass Parkway
CltY, State, Zip Coda Louisville, KY 40299
Telephone Number ( 502 ) 96"155 (ext. 14) Fax Number: ( NIA )
2. Company's Nance Austin State Supported Living Center
Name of Contact Linda Ruiz
Two of CORW Project Manager
E4 fall Addms linda.ruiz@dads.state.t cus
Present Address 2203 W. 35th
City, Staoe, Zip Code Austin, TX 78703 -
Telephone Number ( 612 ) 474-6039 Fax Number. (NIA )
3. Company's Name Austin State School
Name of Contact Ton_ y Hackn4
Twoof Corte Project Man er
Eli! Address tony.hackneyQhhsC.state.txus
Present Address 2203 W. 36th
Clty, State. Zip Code Austln, TX 78703
Telephone Number ( Fax Number. tjjA)
FAILURE TO PROMDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Fags 12 of 13
Exhibit "A"
City of Round Rock
CDEG Home Repairs IfA Unit
IFB 20-027
Classfilem: 909-62
AUGUST 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IF$ 2M27
RESPONDENT'S NAME: ra`"""'Entatpfts.rna db8B&0CM&tmd0n DATE: September 17, 2020
a CIRCLE ONE - NO,1 WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, t INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
Subcontractor Name _Throne Plumbing Services
Name of Contact Daniel Hacker Owner
E-Mail Address throneplurn binaservices(cDgmail. Com
Address 1903 Yaupon Trail
City, State, Zip Code Cedar Park, TX 78813
Telephone Number ( 512 ) 293-5516 Fax Number: { N/A )
Describe work to be
performed Plumbing
Percentage of contract 7 %
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number
Describe work to be
performed
Percentage of contract
work to be performed
Add additional pages as nei
Aaron's Custom Countertops
Kevelin (Kevin) Font
Owner
N/A
221 Whispering Valley
Dripping Springs, TX 78620
( 512 ) 917-7272 Fax Number: ( N/A )
Aaron's Custom Countertops
6%
Page 13 of 13
Exhibit "A"
City of Round Rock
CDBG Home Repairs 119 Unit
IFS 20.027
Classlitem: 9OM2
AUGUST 2020
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITA7tON RESPONSE
SOLICITATION NUMBER: IFB 20-027
RESPONDENT'S NAME: Fam=EesaVMS.I=aeasaoconstrudDn
HATE: September 17, 2020
a CBCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
Subcontractor Name
Name of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number
Describe work to be
performed
Percentage of contract
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mall Address
Address
City, State, Zip Code
Telephone Number
Describe work to be
performed
Percentage of contract
work to be performed
Add additional pages as ne,
Lone Star Carpet
Chase Darnell
chase anlonestarcarpets.com
�807 McPhaul St.
Austin TX 78758
( 512 ) 83E-9311 Fax Number: ( N/A }
install flooring
13 %
{ ) Fax Number: ( )
Page 13 of 13
Exhibit "A"
Solicitation: IFB 20-027
PC'r
"At'IRI-4 DUND R0CIC TEXAS
PuRrj=wr oww"
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Addendum No: 1 Date of Addendum: 9/3120
This addendum is to incorporate the following changes to the above referenced solicitation:
Questions-
Q1: Can you measure the oven?
1w, n'. ,'n .,Jdth is
02: Kitchen Cabinet and Countertop Backsplash. What type is there. Can we use preformed?
I'!c.iL!r` �:. "•!! itl[:r tiC.'I .!t:'t' 111 f4l_.,'.I'11(11 t r1 .fi_ i.; I): cIC5 F,jI.
Q3: Are we putting in a new sink and faucet in Hall Bathroom.
in of, unii
Q4: Is the Master Bedroom flooring epoxy?
!`A P:I; irin(? lVilfi r4?ntOVL'(t It IS IUSt (tiff CC7(l l'4ti].
Q5: Can we use vinyl float flooring products?
Q6: What is the measurement of the top back step?
A6: 5, i1161 :•s.
Q7: Can a wooden shell of stairs be put over the concrete steps?
\7:
it. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: & 491== 913/20
Adam GfignorY Purchaser
Purchasing Office, 512-218-5456
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Name
iuiriz'ed Signature
i1
Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
City of Round Rock Exhibit „A"
CDBG Home Repairs
IFB No. 19-031
Class/Item: 909-62
June 2019
LIST OF ATTACHMENTS
1. Attachment D- Prevailing Wage Rates: Contains the prevailing wage rates the City will utilize to ensure
appropriate wages are paid to skilled laborers.
2. Attachment E- Photographs of Location Needs: this attachment contains visual examples to consider
prior to arriving on site for the site visits.
Page 14 of 14
Exhibit "A"
Not to scale
Homeowner to choose color and pattern for flooring, countertops and cabinets
114"
Kitchen
Vinyl Laminate Flooring needs to be replaced w/ like 24.5" [7SIN
Kitchen dimensions: 11' x 17' 33.5"
Lower cabinets need to be replaced
Countertop needs to be replaced
Sink and fixtures needs to be replaced
Plumbing needs to be replaced
Garbage disposal will need to be replaced
24.5"
Hall Bathroom
Remove and Replace rotted vanity w/like
Vinyl laminate flooring needs to be replaced w/ like check baseboard for repair
Bathroom Dimensions: 67.5" x 60"
Master Bedroom
All concrete flooring
Install Vinyl Laminate Flooring
Master Bathroom
Remove existing 5' tub/shower 186"
Replace w/ prefab walk-in shower
Install grab bars in shower
Replace Flooring
Once the wall is opened it might be a can of worms
Replace plumbing
Backdoor steps
There Is a big crack on the bottom step
Owner would like to add a railing
The bottom step is not up to code. It is a 10" drop. Needs to be 7.75"
Depth of each step: Top step 15" Second Step 12"
We should not just add a railing. It will need to be fixed up to code or not do anything at all.
Front Hallway
Remove and Replace Vinyl Laminate Flooring with like
114"
46"
136"
269"
72"
39"
Stove
39"
62"
37.5"
56"
Exhibit "A"
Not to scale
Homeowner to choose color and pattern for flooring, countertops and cabinets
114"
Kitchen
Vinyl Laminate Flooring needs to be replaced w/ like 24.5" SINK 39"
Kitchen dimensions: 11'x 17' 33.5"
Lower cabinets need to be replaced
Countertop needs to be replaced
Sink and fixtures needs to be replaced Stove
Plumbing needs to be replaced
Garbage disposal will need to be replaced
39"
24.5"
Hall Bathroom
Remove and Replace rotted vanity w/like
Vinyl laminate flooring needs to be replaced w/ like check baseboard for repair
Bathroom Dimensions: 67.5" x 60"
Master Bedroom
All concrete flooring
Install Vinyl Laminate Flooring
Master Bathroom
Remove existing 5'tub/shower 186"
Replace w/ prefab walk-in shower
Install grab bars in shower
Replace Flooring
Once the wall is opened it might be a can of worms
Replace plumbing
Backdoor steps
There is a big crack on the bottom step
Owner would like to add a railing
The bottom step is not up to code. it is a 10" drop. Needs to be 7.75"
Depth of each step: Top step 15" Second Step 12"
We should not just add a railing. It will need to be fixed up to code or not do anything at all.
Front Hallway
Remove and Replace Vinyl Laminate Flooring with like
114"
46"
136"
269"
72"
62"
37.5"
56"
EXHIBIT "B"
W9 FORM
10
ROUND ROCK
TEXAS
City of Round Rock
Agenda Item Summary
Agenda Number:
Title: Consider executing a CDBG Community Housing Repair and Rehabilitation
Program Contractor Agreement with Farnum Enterprises (dba B&O
Construction) for property at 802 Fairway Green Cove.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 10/30/2020
Dept Director: Brad Wiseman
Cost: $23,868.00
Indexes:
Attachments: LAF for Contractor agreement 802 Fairway Green Cove, contractor
agreement Hm Rpr 802 Fairway Green Cove (signed by Contractor)
Department: Planning and Development Services Department
Text of Legislative File CM-2020-302
Consider executing a CDBG 2019 Home Repair Agreement with Farnum Enterprises dba B&O
Construction for repairs at 802 Fairway Green Cove in the amount of $23,868. The contractor
will be paid directly from CDBG funds. The major work to be done on this property is
plumbing, replacement of flooring, hall bathroom vanity and kitchen cabinets and
countertops. The expected cost of the project is $23,868 and no more than $29,835 with any
necessary change orders.
Cost: $23,868
Source of Funds: Community Development Block Grant (CDBG) Funds 2019
City of Round Rock Page 1 of 1