Loading...
CM-2021-190 - 7/2/2021COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) - COMMUNITY HOUSING REPAIR AND REHABILITATION HOMEOWNER AGREEMENT This CDBG Commtousing Re an Reh ilitation Homeowner Agreement (Agreement), is made this eay of , 2021, between the CITY OF ROUND ROCK, Texas, 221 East Main Street, ound Ro , Texas (CITY), and Betty Byrd, whose address is 1183 Southern Place, Round Rock, Texas 78665, Texas (HOMEOWNER). 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 FOREST BLUFF SECTION ID, BLOCK B, LOT 54, a subdivision in Williamson County, Texas, also known as 1183 Southern Place, Round Rock, Texas 78665, 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), $22,989.00, (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 $28,736.25. 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". 004752361ss2 2.2 HOMEOWNER has resided in and been the owner(s) of the residence to be rehabilitated for at least one (1) year prior to the submission of its application. 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 (l) 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 Agrccment, 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. 2. 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, 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 Gable 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 (10) 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 0 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. 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. 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") [Signatures are on the following page.] 4. This Agreement is effective as of the date first written above. HOMEOWNER: 4-tt� betty Byrd CITY: City of Round Rock, Texas 5, EXHIBIT "A" WORK WRITE-UP BID DOCUMENT 6. Attachment A- Bid Sheet *UPDATED Location #2 LINE AREA DE CRIPTIO14 LINE ITEM TOTAL Outside 2.1 Roof Replace Roof (1 Story home, 2241 sgft) $10,121.00 2.2 IRoof Replace 40ft of 1 x2 drip edge trim, paint to match $1,260.00 2.3 ;Front Porch Replace 4'x5' concrete piece of front porch $975.00 2.4 Garage Door Trim Replace rotted trim on both sides with pressure treated wood and paint all trim $319.00 HVACIFURNACE 2.5 ;Outdoor A/C Unit Replace outdoor A/C unit $3.200.00 2,6 Outdoor A/C Unit Replace disconnect $325,00 2 7 Furnace Replace Furnace $6,789.00 T)1Z,v5v.UU Page 2 of EXHIBIT "B" INCOME LIMITS MAXIMUM INCOME CHART Household Size Maximum Income 80% of the Area Median 1 person $54,700 2 persons $62,500 3 persons $70,300 4 persons $78,100 5 persons $84,350 6 Rersons $90,600 7 persons $96,850 8 persons $103,100 Source: U.S. Department of Housing & Urban Development. These income figures are subject to change annually. VA EXHIBIT "C" CONTRACTOR'S AGREEMENT COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) - COMMUNITY HOUSING REPAIR AND REHABILITATION PROGRAM CONTRACTOR AGREEMENT This CDBG Community Housing Repair and Rehabilitation Program Contractor Agreement (Agreement), is made this day of , 2021, 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, Texas 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 FOREST BLUFF SECTION ID, BLOCK B, LOT 54, Williamson County, Texas, also known as 1183 Southern Place, Round Rock, Texas 78665 (the 'Property'), as specified in the CITY'S Invitation for Bid designated IFB No. 21-018 and CONTRACTOR's BID RESPONSE for CDBG Home Repairs — Location #2 (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 -Two Thousand Nine Hundred Eighty -Nine and No/100 Dollars ($22,989.00) ("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 Bid Document after all of such work is found to be satisfactorily completed and inspected by the Construction 00475231/ss2 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 $28,736.25. 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. 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. 2 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, mutually agreed to by the homeowner and CONTRACTOR, and authorized by CITY. 4 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. 1 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 bc comes 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 Agreement on behalf of CONTRACTOR verifies CONTRACTOR does not boycott P 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 parry 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§ 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 Laurie Hadley, City Manager EDIT "A" BID DOCUMENTS ROUND ROCK TEXAS PURCHASING DIVISION 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 #3 SOLICITATION NUMBER 21-018 MAY 2021 City of Round Rock CDBG Home Repairs #3 IFB 21-018 Class/ltem: 909.62 May 2021 COMMUNITY DEVELOPMENT BLOCK GRANT {CDBG) HOME REPAIRS 03 PART GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after "the City' seeks bids from firms experienced In home repair to provide all material, labor, and services to repair No residential homes In accordance with the Federal Community Development Block Grant (CDBG) Program. 2. BACKGROUND: The City of Round Rode 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-ellgible elderly, and disabled occupants. 3. SOLICITATION PACKET: This solicitation packet is comprised of the following - 'ors Index Part 1— General Requirements Pages 2-5 Part II — Definitions, Standard Temps and Conditions and Insurance Requirements Page a Part III — Supplemental Terms and Conditions Pages 7-9 Part IV — Scope of Work Page 10 Attachment A — Bid Sheet Page 11 Attachment B — Reference Sheet Page 12 Attachment C — Subcontractor Information Form Page 13 Attachment D — Prevailing Wage Rates Separate Attachment Attachment E — Location # 1 i Separate Attachment Attachment F — Location # .2 Separate Attachment Attachment G — Location # 3 Separate Attachment 4. AUTHORIZED PURCHASING CQ)JACTB: For questions or clarification of specifications, you may contact: Adam Gagnon Purchaser Purchasing Division City of Round Rode Phone: 512-218.6466 E-mail: ggaanon®roundrocktexes.gov, Amanda Crowell Purchaser Purchasing Division City of Round Rook Phone: 612-2184MM E-mail: acrowellloroundrocktexas.aov The individuals listed above are the only authorized City contact for this solicitation. The authorized purchasing contacts may be contacted by a -mall for clarlfication for this solicitation Including specifications. No other City employee or representative may be contacted about this solicitation prior to contract approval. 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. Page 2 of 13 City of Round Rock CDBG Home Repairs 93 iFB 21-018 Cless/ltem: 909-62 May 2021 S. SCHEDULE OF EVENTS: It is the Clys Intention to follow the solicitation timeline below. EVENT DATE Solicitation released May 13, 2021 Mandatory Pre -Bid meeting / site visit May 27. 2021 8:45AM CST Deadline for submission of questions June 3, 2021 5:00 PM, CST City responses to questions or addendums Approximately June 8, 2021 @ 5:00 PM, CST Deadline for submission of responses June 15, 20210 3:00 PM, CST Ali 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 hdosWwww.roundrocktme.gov/businesses/sollcftatLons Questions shall be submitted in writing to the "Authorized Purchasing Contacts". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: bftra,. ffi.roundmcktexas.aovfousinesses/solicitagon 6. 803.1C1TATION UPDATES: Respondents shall be responsible for monitoring the City's website at httos:l/www.mundrocktexas.novlbusinesseslsoliciU&ns 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. T. MANDATORY PRI?-BID MEETING: A pre -bid meeting will be conducted to fully acquaint Respondents with the facilities, difficuitles, and/or restrictions Inherent in the services specified. The pre-bld meeting will be conducted on the date spedfied In PART I Section 5 — Schedule of Events. A. Attendance at the pre -bid meeting is mandatory. Respondents shall sign -in at the pre -bid meeting to document their attendance. Immediately following the 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 Onot available for award' If the Respondent falls to attend the mandatory pre -bid meeting which shall Initially begin at: City Hall Council Chambers 221 East Main Street Round Rock, Texas 78664 B. Respondents are strongly encouraged to bring a copy of the solidtaflon document with them to the pre - bid meeting / site visit. C. Respondents will be responsible for their own transportation for the site visit tour. D. It is the respcnsiblitty of the Respondent to examine the City's videos and site visit notes and ask appropriate questions of the City's Authorized Purchasing Contacts to determine quantity, amounts, material requirements, equipment requirements, labor requirements and other solicitation related details. 8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART 1, Section 5 — Schedule of Events. Mall or hand deliver sealed responses to: City of Round Rock Attn: Adam Gagnon Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 Page 3 of 13 City of Round Rods CDBG Home Repairs #3 IFB 21-018 ClasslItem: gom May 2021 A. Seated responses shall be dearly marked on the outside of packaging with the Solicitation title, number, due date, and "DO NOT OPEN`. B. Facsimile or electronically Iransmitted responses are not acceptable. C. Responses cannot be altered or amended after opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered and will be retuned unopened If a return address is provided. 8. 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 to carefully read the entire solicitation. Respondent shall submit one (1) evident signed "Original' and one Identical -to -the -original electronic copy of the IFS response on a flash drive. The submittal Is required to include all addendums and requested attachments. The bid response along with samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. This invitation for bid (IFS) 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 response preparation to this IFB; all costs associated with responding to this IFS will be solely at the interested parties' expense. Not responding to this IFB does not predude participation in any future RFP/RFCJIFB. For your bid to be responsive, addendums and the attachments identifled below shall be submitted with vOur nronoeal. o 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 Clty's website at httas://www.roundrocktexes.gov/businesse§&Wtc!LeUons for any updates pertaining to the solicitation. o Attachment A: 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. Submission of responses on forms other then the City's solicitation document may result In disqualification of the response. o 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 We and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be chocked prior to award. If references cannot be confirmed or if any negative responses are received It may result In the disqualification of submittal. o Attachment C: SUBCONTRACTOR INFORMATION FORMA: Provide a completed 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. A I 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. Quallty 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. Page 4 of 13 City of Round Rock CDBG Home Repairs #3 IFS 2"18 Classlitem: 909-62 May 2021 H. If the solicitation Is evaluated with points, the respondent must earn a minimum of 15 points on criteria not related to cost In order to be considered for contract award. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing. 11. CONFIDENTIAUTY OF COMM As stated in Seddon 16 of City of Round Rock Purchasing Definldons, Standard Terms and Conditions, all documents submitted In response to a solicitation shall be subject to the Texas Public Information Act. Following an sward. 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 Ad. 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 dearly 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 dearly 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. SUSPEN$ION.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 Rods 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: Seddon 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 OCertificate 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: hitgs:/Iwww.ethics.state.tx.uslwhatsnew/elf Info for '11295.htm Page 5 of 13 City of Round Rock CDBG Home Repairs #3 IFB 21-018 Class/item: 809.82 AAay 2t121 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the Citys Definitions, Standard Terms and Conditions, In effect at the time of release of the solicitation, shall govem 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: hgps,./Ayww.roundracktexas.gov/departmenWArchasin 2. INSURANCE: The Respondent small meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The Cltys Standard Insurance Requirements document can be viewed and downloaded from the City's website at: httas:gl Mn.raundrocktexas.00v/depa n purchasing Page 6 of 13 City of Round Rock CDBG Home Repairs #3 IFS 21-018 Class/Item: 909-82 May 2021 PART III SUPPLEMENTAL TERMS AND CONDITIONS I. AGREEMENT TERM: The term of the Agreement shall begin from date of award and shall remain In full force until inspection and acceptance of the completed project. 2. RESPONORNT QUAUf ICATIONS: The City has established the folbwing minimum qualifications. Respondents who do not meet the minimum quallfcallons will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships 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. S. 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 coneftellorn 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 taws, 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. 3. 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 Contractors 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. S. Require that all Subcontractors obtain and maintain, throughout the tern 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 some extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the tern of the contract. 4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality In which the work Is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022, the City adopted through Resolution No. R-2018-3780 the wage rates set forth by the Texas Workforce Commission for the Austin -Round Rode Area as the general prevailing wage rate for the Cityr'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 end comply with all applicable sections of Chapter 2258. Attachment D — Prevailing Rates are posted In Solicitation Documents for IF8 21-018 CDSG Home Repairs #3 on the City of Round Rock website at: ktex s o o I ons Page 7 of 13 City of Round Rock CDBG Home Repairs #3 IFB 21-018 Class/ltem: 909-62 May 2021 S. SAF The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations, The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause Injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, flues penalties and liability of every kind arising from the breach of the successful Respondents' obligations under this paragraph. D. Due to COV1D-19 while on -site all Contractor and Subcontractor employees shall nopec t the wishes of the homeowners and practice social distancing when asked and weer the following: face mask, face shleld, and gloves if requested. In addition, the Contractor and Subcontractor(s) agree to comply with all state and local guidelines with regards to COVID-19 safety and prevention. The City's COMD-19 guidelines can be found at: a informadon 6. WQRKFORCE: Successful Respondent shag: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees and Subcontractors, while working on Gty-sponsored property, wear a company uniform that clearly Identifies them as the Respondent's employee or Subcontractor. 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 ckixenship or right to work in the United States. T. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include gill Incidental wets, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining insurance, bonds, and risk management. No separate Itne-item charges shall be permitted for either response or invoice purposes. In a situation where a repair must be diagnosed first, the bidder shall submit a fixed hourly rate for diagnoses and repair and a fixed percent -over -cast for all materials. S. PERFORMANCE RLMEW: The City reserves the right to review the awarded respondent(s) performance at any time during the contract term. 9. ACCFnjANCF-AN$PECTION: 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 reperfomr services to specification at no additional cost to the City. 9 any agreement or purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere. 10. ORO MAhM: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or Implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 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. Page 8 of 13 City of Round Rock CDBG Home Repairs 03 IF8 21-018 Classlltem: 909-82 May 2021 12. AWARD The City reserves the right to enter into an Agreement or a Purchase Order with a single award. split award, primary and secondary award, non -award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City sniff recommendation of sword has been made. The award announcement will be posted to the Chy's website at s• ! s once City Council has approved the recommendation of award and the agreement has been executed. 13. MST AWARD NggMg: The City and successful Respondents) 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. Identity spedflc milestones, goals, and strategies to most objectives. A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include oonW information. The City's designated representative shall be notified by the Respondent Immediately should the paint of contact change. B. The Clty's designated representative is: Elizabeth Alvarado Coordinator - CDGB Planning & Development Services Phone: 812-341.3328 E-mail: ealvaradogbroundrocktexagov, Page 9 of 13 City of Round Rods CDBG Home Repairs #3 IFB 21-018 Classlltem: 909-82 May 2021 PART IV SCOPE OF WORK 1. INTRODUCTION: The City of Round Rods seeks to contract with qualified Contractors to provide all material, labor, and services to repair 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 sheet provided herein. Services shall include, but not be limited to, repairing, or replacing flooring, countertops, fixtures, file work, flooring, sheet rock, plumbing, HVAC, outdoor siding, roof, and other residential Items. Repairs made shall ensure contracted work meets all applicable Federal, State, and Local building codes. 3. r4ONTRACTQ$ RESPONSIBILtl'IES: The 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 Contractor(s), and telephone numbers shall be fumished to the City. D. 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). E. Leave all excess interior and exterior paint with homeowner In sealed containers. F. 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 the homeowner's approval. G. Upon completion of the repairs, remove and property dispose of all containers, surplus material, and debris from said repairs and leave the site in a clean and orderly condition. H. All repairs specified within this solicitation shall be completed to a "move -in ready" condition, dean, and functional. 4. CITY RESPONSIBILITIE7S, : The City will - A. Provide the addresses of the locations once the Contracts are awarded. B. Monitor and Inspect the home repairs. C. Coordinate all work and schedule with the successful Contractor(s) and Homeowners. D. Provide final approval for the required repairs. E. The City has conducted lead -based paint testing on structures bullt prior to 1978. Reports of lead -based paint will be provided for any structure where lead -based paint was detected. Page 10 of 13 City of Round Rock CDBG Home Repairs #3 IFB 21-018 Class/item: 909.62 May 2021 ATTACHMENT A BID SHEET 1. ATTACHMENT A = 5I0 SHEET is posted in Solicitation Documents for IFS 21.002 CDBG Home Repairs In an Excel format on the City of Round Rock webslte at: hU§;j&WK.roundrocktexas-goyfiWWn sl sonalmlool A. 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 I Section 5 — Schedule of Events. B. 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. C. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: httas://roundracktxvendors.munissaftervim.com/Venders/defaulLospx. D. 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 at seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated dlrecity or Indirectly, the response made to any competitor or any other person engaged In such line of business. E. The Respondent agrees, 9 this Offer is accepted within 120 calendar days after the Due Data, to fully comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet. Page II of13 Attachment A- Bid Sheet 'UPDATED' Location #2 LWE. ARZA i. ra� ITEM TOTAL Outside 2.1 Roof Replace Roof (1 Story home, 2241 sqft) $10,121.00 2.2 Roof Replace 40ft of 1 x 2 drip edge trim. paint to match $1,260.00 2.3 Front Porch Replace Wx5' concrete piece of front porch $975.00 2.4 Garage Door Trim Replace rotted trim on both sides with pressure treated wood and paint all trim $319.00 HVACIFURNACE 2.5 Outdoor A/C Knit Replace outdoor A/C unit $3,200.00 2.6 Outdoor A/C Unit Replace disconnect $325.00 2.7 Furnace Replace Furnace $6,789.00 $22,989 00 Page 2 of Attachment A- Bid Sheet Pop 4 of 4 City of Round Rods CDBG Home Repairs #3 1F8 21-018 Ctasslltem: 80 -82 May 2021 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 21-018 RESPONDENT'S NAME Fan`° E0 - I l"n dba aro Ow `WOM DATE: June 15, 2021 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or ffrms of comparable aim that have utUbmd services that are similar in type and capacity within the last two (2) years. City of Round Rods references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result In the disqualification of submittal. 1. Company's Name Apple Creek Apartments Name of Contact Scott Elchhom Title of Contact Manager E-Mail Address applecreeWCebcglobal.nei Present Address 1501 Lawnmont Drive City, state, Zip Code Round Rock, TX 78604 Telephone Number 12 ) 244-3715 Fax Number. 512 244.4 2. Company's Name Grape Creek Vineyard Name of Conted Bdan Heath Title of Contact Owner E-Mail Address bderi ftrapecreek.com Present Address City, State, Zip Code Georgetown, TX 78626 Telephone Number ( 512 ) 285.1474 Fax Number( N/A 3. Company's Name Omnlnet Property Management, Inc. Name of Contact Betsey Perkins Title of Contact Property Administrator E-Mail Address betwo0orrinineLcom Present Address 7600 Chevy Chase Drive, Suite 101 City, state, zip Code Austin, TX 78762 Telephone Number ( 512 ) 452-IMO _ Fax Number: ( WA } FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD, Page 12 of 13 City of Round Rock CDBO Home Repairs d3 IFB 21-018 ClassAtem: 90M May 2021 ATTACHMENT 0 REFOMOE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 21-018 RESPONDENT'S NAME: FMM E`g°`pftek e4 °b° ON canon DATE: June 15, 2021 Provide the name, address, telephone number and EMAIL of at least three (3) valid Munfdpal, 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 Rods 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 dbugmIiflcafion of submittal. 1. Company's Name Austin State Supported Living Center Name of Contact Linda Rutz Title of Contact Project Manager Vdall Address Iinda.ruiz@dads.state.b(.us Present Address 2203 W. 35th City, State, Zip Code Austin, TX 78703 Telephone Number ( 512 ) 474-8039 Fax Number. {NIA� 2. Company's Name Austin State School Name of Contact Torry Hackney Tide of Contact Project Manager EMall address tcny.hackney@hhsc.state.bLus Present Address 2203 W. 35th City, State, Zip Code Austin, TX 78703 Telephone Number ( 512 ) 208-5693Fax Number. ( NIA ) 3. Company's Name One Votes Communications, Inc. Name of Contact Steve Laukhof TWO or Contact Owner/CEO E-Mea Adds sWiegonevotoeadveMing.corn Present Address 12379 Pond Springs 05 City, State, ZIP Cade Austin, TX 78720 Telephone Number ( Fax Number. (512 ) 43S-8590 - FAILURE TO PROVIDE THE REQUIRED INFORMATION VNTH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Pap 12 of 13 City of Round Rods COW Home Repairs #3 IFS 21-018 Clawtem: 808.62 May 2021 ATTACHMENT C SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATiON NUMBER: 21-018 RESPONDENT'S NAME Famm 6ferpfhea, iw, &a BW Cardbu*m DATE: June 15, 2021 CIRCLE -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 Wonrxdon below 1. Subcontractor Name Throne Plumbing Services Name of Contact Daniel Hacker, Owner E Mail Address thmneplumbingaervicesQgmail.com Address 1803 Yaupon Trail City, State, Zip Code Cedar Park, TX 78613 Telephone Number ( 512 ) 203-6516 Fax Number: ( NIA Describe work to be performed Plumbing Percentage of contract 13 % work to be performed 2. Subcontractor Name Yawn Healing and AIC, Inc, Name of Contact 1Ni9sley or Tern Yawn Title of Contact Owner E-Mail Address YAWNTCATT.NET Address 8610 Burnet Road, #13 City, State, Zip Code Austin, TX 78757 Telephone Number S 512 } 020-2880 Fax Number: ( WA ) Describe work to be �- performed Heating & A/C Percentage of contract 40 % work to be performed • Add additnal pages as needed Page 13 of 13 Solicitation: IF8 21-018 t K TEXAS ADDENDUM CITY OF ROUND ROCK, TEXAS Addendum No:1 Dabs of Addendum: June 4, 2021 This addendum Is to Incorporate the foibwing changes to the above referenced solkitatlon: I. Undated Attachment: Attachment A Property Bid Sheet has been updated failowing the site visit on May 27, 2021. The new version has been loaded on to the Ctly's wabsite and noted with'UPDATED' In the file name. II. est4 ns: 01: When do you expect work to begin for this project? Al. The project will begin after approved by the City Manager_ III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: az z4L 6/4121 Adam Gqffion, P aser Purchasing Office, 612 218-0450 By the signature effbred below this addendum Is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED BY: Paul Famum Name Jurte 7, 2021 Date RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL FAILURE TO co SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. � ... 4 � � � � _ .._ � T.wr +W+. _i.a..,,�+t � .���� ... ..+�„� __ .. .,.. ..� - .4 ,—i. �......�_��...�..�....—.far —' _ _.��5.. � -�+ f+ + - - �— � _ 215_ .' � t � - _ _ _ � � stir � � � .. - � _ _. _Y � - ��_ ' � � - � ' � _ - � � t' - �- � - - F.. W-9 rr�n n�. IWO :sw M� inns fatrttlub Este Request for Taxpayer identification Number and Certification ► taro to Ina dies B&O CorwVWbn for 6utnwuo ne and the W..t bdorerMOM Give Foam to the requ alar. Do not eend to the IRL 3CgwMPdebfoetoM 1. 0mmk wiGe al" 4 MoreN" te- 1M*"b heak Q3� up win tfo�as oebfn WGIM not k dmdLq ; M hwerrdbns en P8" * fi ❑ . 4,r or 0 Ctl wwatbn ❑ $*Mwnaon ❑ ftow-w ❑ wavestete p"Weeas o aq! ❑ t*MW WW4wW. rr ww e� we �•C eerpe►atbe� a-1t aervwetiorL wPorawwPl alela cn.ek aw iro,r in the lr+e rdwre farars to detaeaere d ur ebr�e+----WNW, Do not Meek EaamPdwftm FAIL reporanp wgg u� ns: to�;s a 4e th. o fvr s. h I twLX" o.�ee. Odwm1w a W� LW LW y aOdO ml b dlAeprded *Daft a.erw e1 uN dmMk the sw IF I I bar ter pre ta+r at�teor+d 6 ewer. ..ra amp"" rw" •.ew.nusu F•tt7s TX 7117117 Ed r yaer TlN k1 tle apptopd w box- ThM TW ploald0 Wait math tlM rnirtM Oren MINI to amidbwftVaoom � A°"1Oer r �p p late dkmovddW WORI 00 11OWhu� for Pad bW Far o9w Wwaver bra W*k% i11e your employer +chat cation numbw If you do not Fame • nuntr, aaa N1bw b def a 1K later. Ar Notes tl thre aoaamt h to rnora ttnen arre Wane, saa the Fnsbuetlane for fora 1. Also see Whd Aare and r ea nine Number Ta Give Ma Requesp►4orgulddinn on nrltoea M00t er to N". 7a-satga,l F7 0ertltt0010sl Under pereldee of parpay. I GW* DW* 1. The MMIl r ohown on thla loon le my '' dwXpaverldenrmtber (0►1 a1n wefe6rp for a tatmrber b ba teased b me}; and 2.1 am not ud jert to taiclaipwMh'a ngv 6saues: 001 an a NOWbOM baalasp wlt1d oldh+g, erro* I Frew not been tro MW by the hrtanal Room $wAm po that I am udod to baakup w MtbdoV a a rawlt of a fables to apart all I tm - or dMdwsde. or (O the IRS ha netM*d ma lhd lam no brper autood to bedwp wNhhold ft and 3. t am a U.S. Altar or otr U.S. paaon (daf6ted bdw* cad 4. The FATCA oeda(ss) w tavd on ob fam pl wo bndlcd tsa dW l wn sternest from FATCA reportlna h parcel. CwdkWcn betrtwllom Yoe cant aroa cat 1Wn Z above N you banal been OWN by the IRS that you ara MMOM ly eub W lO bobrp wftW4 brp theca" you haw hNed to report 49 lrtlerest end drldsrde an your tics rdtam. Far real estate basrredlont. Nam 2 deal not ap*. Far malQppr IrtaaW pdd. or cow Men ��8; n ratyu9red stpnto Mac on. but you mug proNde your oanaut�t a kabuclW a � PaA�i� asgn Vgnkw Here i U.e. a General i s Bedlon ralaronces are to the Irdamff Rs+emw Code unless Oltnerwile noted. FuWro dovakgwwrda For Dw latest linh mnNon about devglop nren1 of tad to Farm Musa and lte kW MCdwd1, web 1WwdW after shay woo published. So to www ft Purpose of Form An trrdM" Or amtlty Fear W-@ M*MW l We Is nequlrW to fib an Wei P aft return wOh the M must o6Wn year coned taxpgw Idwdoco n number (T" 1* ldn may be your social vocuft num1w fw4 brdl.ldual lanpeyrr kbr4Nks ion nurrdmr pTDQ, sdmpllon l oww r kkntlflpflon number (ATM, or amp" I ld nftaban number 04 to report on an Wo rrft return the amount paid to you, w arbor wnount mpartable on an Inf, soft, ratm l`irmnpba of Warmallorr ivem NmCu . but are not lamW to, she k4awk S. • Form 1099-M Orttaest aerrrod or paldl epa► • Form 1M4)W (di.td j K braWre fhwa k&h atwM or muiu d • Form 109"18C lwdous type of M1C�ar.a, plan, a.raale or gores OmovedO • Form 109043.mock or an" fund ales and artd Omer bweWoro by brskeroj • Farm JOH4 Waoemb tram and @data trararrllo* • Farm 1000- C (rrra dud card and third parry ndwo* bansectlwO • Farm I= pwms mW4Me hleraetf,1OWE O WderA kw h &V4 1OWT.blur. • Form 1009-C (cow dad debt} • form 10WA laoquWH m or ebmdomned of eeteaed Owpo" Use Form Wr? Orly N you we a U.S. paraa► Qn kOV a maiden ds wo. to prvAde you► oorreob TIN. You 44* be q cf b Kkup Set What Is backup awMdVlOto. bra OIL No.10WIX FwmW OF., 10-29161 Cb City of Round Rock ROUND ROCK TEXAS Agenda Item Summary Agenda Number: Title: Consider executing a CDBG Community Housing Repair and Rehabilitation Homeowner Agreement with Betty Byrd for property at 1183 Southern Place. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 7/2/2021 Dept Director: Brad Wiseman Cost: $22,989.00 Indexes: CDBG HUD Entitlement Grants Attachments: Homeowner Agreement Hm Rpr CDBG 1183 Southern PI, LAF - CDBG Home Repair Homeowner Contract -1183 Southern Place (00475644xA08F8) Department: Planning & Development Services Text of legislative File CM-2021-190 Consider execution of a Community Development Block Grant (CDBG) Housing Repair Program Homeowner Agreement with Betty Byrd at 1183 Southern Place Round Rock, Texas. Ms. Byrd applied and met all the requirements to be eligible for the CDBG home repair program. Improvements to her home include replacement of roof, HVAC/furnace, and front porch concrete improvements. The total cost of the project is expected to be $22,989.00 and not to exceed $28,736.25 with any necessary change orders. The selected contractor to do this work is Farnum Enterprises dba B&O Construction. Cost. $22,989 Source of funds: CDBG 2018, CDBG 2019 City of Round Rock Page 1 of 1