CM-2022-168 - 7/15/2022COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) -
COMMUNITY HOUSING REPAIR AND REHABILITATION
HOMEOWNER AGREEMENT
This CDBG Communit}t Housing Repai d ehabilitation Homeowner Agreement
(Agreement), is made this day of 2022, between the CITY OF
ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas (CITY), and Maria C. Robles,
whose address 609 Chisholm Valley Drive, Round Rock, Texas 78681, 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 CHISHOLM VALLEY
SECTION 3, BLOCK K, LOT 15, a subdivision in Williamson County, Texas, also known as 609
Chisholm Valley Drive, Round Rock, Texas 78681, 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), $24,845.00, (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 $31,056.25.
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".
4882-5559-47921ss2
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 (1) year
thereafter, will have any interest, direct or indirect, in any contract or subcontract, or the
proceeds thereof, for work to be performed in connection with the program assisted under
this Agreement.
3.3 PROHIBITION OF BONUS OR COMMISSION. The assistance provided under this
Agreement will not be used in payment of any bonus or commission for the purpose of
obtaining CITY approval of the application for such assistance.
3.4 STATUTE OF LIMITATIONS. As between the parties to this Agreement, as to all acts
or failures to act by either party to this Agreement, any applicable statute of limitations
will commence to run and any alleged cause of action will be deemed to have accrued in
any and all events when the party commencing said cause of action knew or should have
known of the existence of the subject act(s) or failure(s) to act.
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 liable for an indemnified claim.
3.6 CHANGE ORDERS. HOMEOWNER expressly agrees that no material changes or
alterations in the Work Write -Up Bid Document or Contract Price provided above will be
made unless in writing, mutually agreed to by HOMEOWNER and the CONTRACTOR,
and authorized by CITY.
3.7 TERMS. All references in this Agreement to any particular gender are for convenience
only and will be construed and interpreted to be of the appropriate gender. For the
purposes of this Agreement the term "will" is mandatory.
3.8 SEVERABILITY. Should any provision in this Agreement be found or deemed to be
invalid, this Agreement will be construed as not containing such provision, and all other
provisions which are otherwise lawful will remain in full force and effect, and to this end
the provisions of this Agreement are declared to be severable.
3.9 PUBLIC INFORMATION ACT. The City of Round Rock is governed by the Texas
Public Information Act, Chapter 552 of the Texas Government Code. This Agreement
and all written information generated under this Agreement may be subject to release
under this Act.
ARTICLE 4
SUSPENSION AND TERMINATION
4.1 If HOMEOWNER fails to fulfill in a timely and proper manner their obligations under
this Agreement, or violates any of the terms or conditions of this Agreement, then
HOMEOWNER will have ten (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
3.
received by CI'-'Y, 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.]
Maria C. Robim fi le+, 013 1
EXHIBIT "A"
WORK WRITE-UP BID DOCUMENT
EXHIBIT `B"
INCOME LIMITS FY 2022
MAXIMUM INCOME CHART
Household Size
Maximum Income 80% of the Area Median
1 person
$61800
2 penons
$70 600
3 persons
$79 540
4 persons
$88 250
5 persons
$95 350
6 persons
$102 400
7 persons
$109 450
8 persons
$116 500
Source: U.S. Department of Housing & Urban Development. These income figures are
subject to change annually.
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 , 2022, between the
CITY OF ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas ("CITY"), and
FARNUM ENTERPRISES, INC., dba B&O Construction, 16238 Highway 620, Suite F-405,
Austin, Tx 78717 ("CONTRACTOR").
RECITALS
WHEREAS, CITY has been awarded grant funds which may be spent by CITY for the
provision of certain services authorized under the U.S. Department of Housing and Urban
Development (HUD) Community Development Block Grant (CDBG) Program; and
WHEREAS, CITY wishes to assist qualified homeowners in the minor rehabilitation of their
residence by providing a grant to pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation; and
WHEREAS, CITY 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 CHISHOLM VALLEY SECTION 3, BLOCK K, LOT 15,
Williamson County, Texas, also known as 609 Chisholm Valley Drive, Round Rock, Texas 78681
(the "Property"), as specified in the CITY'S Invitation for Bid designated IFB No. 22-0019 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 I
GENERAL REQUIREMENTS
1.1 CITY will pay CONTRACTOR Twenty -Four Thousand Eight Hundred Forty -Five
and No/100 ($24,845.00) ("Contract Amount"). Funds will not be used to pay the
homeowner or members of its family.
4887-9292-4712?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
2022 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 $6.21 1.25.
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.
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 perso-i 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, cr violates any of the terms or conditions of this Agreement, then the
CONTRACTOR will have ten (10) days from the date it receives written notice from
CITY directing it to cure or correct the defects. If CONTRACTOR fails to cure or
correct the defects as required by this agreement, CITY will have the right to terminate
this Agreement and to select a substitute CONTRACTOR. If the expense of finishing the
work exceeds the amount of this Agreement, CONTRACTOR will pay the difference to
CITY. Should CONTRACTOR fail to make corrections as directed by CITY, and such
breach of contract results in a violation of federal law or regulation for which CITY
receives a demand of reimbursement of grant funds from HUD or its successor, CITY
may terminate this Agreement immediately, and may recover from CONTRACTOR the
amount sought by HUD for reimbursement, up to the full amount of funds
CONTRACTOR received from CITY.
4.2 CONTRACTOR will not be relieved of the liability to CITY for damages sustained by
the CITY by virtue of any breach of this Agreement by CONTRACTOR. CITY may
withhold payment to CONTRACTOR until the amount of monetary damages due CITY
from CONTRACTOR is determined.
4.3 If CITY becomes aware of any CONTRACTOR activity which could jeopardize CITY's
position with HUD and cause CITY to return CDBG funds or other federal funds
received by CITY, CITY may take appropriate action, including injunctive relief against
CONTRACTOR, to terminate or prevent the activity. Failure of CITY to exercise this
right will not constitute a waiver by CITY of its right to demand payment or to seek any
other relief in law or in equity to which it may be entitled.
ARTICLE 5
PAYMENTS
5.1 For work completed by CONTRACTOR, as described in the 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 2271, 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 rotwithstanding 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: CITY:
FARNUM ENTERPRISES, INC. CITY OF ROUND ROCK
dba B&O Construction
Name
Title
8
Laurie Hadley, City Manager
EXHIBIT "A"
BID DOCUMENTS
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG) HOME REPAIRS
SOLICITATION NUMBER 22-019
MAY 2022
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/item: 909-62
MAY 2022
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) HOME REPAIRS
PART I
GENERAL REQUIREMENTS
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 three 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) Housing and Urban Development (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.
4.
SOLICITATION PACKET: This solicitation packet is comprised of the following -
Description
Index
Part I — General Requirements
Page(s) 2-6
Part II — Definitions, Standard Terms and Conditions and
Insurance Requirements
Page 7
Part III — Supplemental Terms and Conditions
Page(s) 8-10
Part IV — Scope of Work
Page 11
Attachment A — Bid Sheet
Page 12
Attachment B — Reference Sheet
Page 13
Attachment C — Subcontractor Information Form
Page 14
Attachment D — Prevailing Wage Rates
Separate Attachment
Attachment E -- Location #1
Separate Attachment
Attachment F — Location #2
Separate Attachment
Attachment G — Location #3
Separate Attachment
AUTHORIZED PURCHASING CONTACT(S): For questions or clarification of specifications, you may
contact:
Adam Gagnon
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-6456
E-mail: agagnon cbroundrocktexas.gov
Amanda Crowell
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5468
E-mail: acrowel l(&roundrocktexas.gov
The individual(s) listed above istare the only authorized City contact(s) for this solicitation. The authorized
purchasing contact(s) may be contacted by e-mail for clarification 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 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
May 11th, 2022
Mandatory Pre -Bid meeting / site visit
May 24th, 2022@ 9:OOAM, CST
Deadline for submission of questions
May 30th, 2022 @ 5:00 PM, CST
City responses to questions or addendums
Approx. June 3rd, 2022 @ 5:00 PM, CST
Deadline for submission of responses
June 16th, 2022 @ 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:
htti)s://www.roundrocktexas.gov/city-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:
https://www.roundrocktexas.gov/city-businesses/solicitations/
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
httas://www.roundrocktexas.gov/city-businesses/solicitations/ 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.
MANDATORY PRE -BID MEETING / SITE VISIT AND INSPECTION: A pre -bid meeting / site visit, and
inspection will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions
inherent in the services specified. The pre -bid meeting / site visit will be conducted on the date specified in
PART I Section 5 — Schedule of Events.
A. Attendance at the pre -bid meeting / site visit 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 "not available for
award" if the Respondent fails to attend the mandatory pre -bid meeting and site visit tour which shall
initially begin at:
City Hall Council Chambers
221 East Main Street
Round Rock, Texas 78664
B. Respondents will be responsible for their own transportation for the site visit tour.
C. A list of locations and addresses will be distributed at City Hall.
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, take
precise measurements, determine material requirements, equipment requirements, labor requirements
and other solicitation related details during said inspections.
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: Adam Gagnon
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
Page 3 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number, due date, and "DO NOT OPEN".
B. Facsimile or electronically transmitted 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 returned unopened if a return address is provided.
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 to carefully read the entire
solicitation.
Respondent shall submit one (1) evident signed "Original" and one identical -to -the -original electronic copy
of the IFB response on a flash drive. An electronic signature on the "original" solicitation response is
acceptable but any resulting contract shall be signed in ink. 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 (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 response preparation 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.
For your bid to be responsive, addendums„ and the attachments identified below shall be submitted
with your aroaosal.
❑ 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 https:l,www.roundrocktexas.gov/city-businesses/solicitations/ for any updates pertaining to
the solicitation.
❑ Attachment A: BID SHEET. The bid response shall be submitted on the itemized, signed Bid Sheet
provided in the solicitation packet. Failure to com lete 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.
❑ 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 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. All solicitations
received may be evaliated 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.
Page 4 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
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.
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. 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:/Iwww.ethics.state.tx.ustwhatsnew/elf info form1295.htm
14. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior to
the time a bid decision has been made. Communication between Bidder and the City will be initiated by the
appropriate City Official or Employee in order to obtain information or clarification needed to develop a
proper and accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the
offending Bidder from consideration or award of the bid then in evaluation, or any future bid.
15. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in
consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the
solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest
from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it
by electronic mail to the City's Purchasing Department at rp otest a@roundrocktexas.gov.
In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
Page 5 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
iFB 22-019
Class/Item: 909-62
MAY 2022
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract ("Offeror") and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before
the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in
writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation
prior to the Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a
deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation
process, or the recommended award as follows:
i. You must file a written notice of your intent to protest within four (4) working days of the date that
you know or should have known of the facts relating to the protest. If you do not file a written notice
of intent within this time, you have waived all rights to protest the solicitation process or the award.
ii, You must file your formal written protest within ten (10) working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A) above.
iii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved; and
f. a statement of the argument and authority that you offer in support of your protest.
iv. Your protest must be concise and presented logically and factually to help with the City's review.
C. Receipt of Timelv Protest: When the City receives a timely and complete written protest, the
Purchasing Manager, with assistance from the City Attorney, shall make one of the following
determinations:
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated
solicitation documents and will re -solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent
City staff.
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Page 6 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of
release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on
the face of a purchase order. These can be obtained from the City's website at:
https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and
Conditions listed in Section III, shall also be enforced as part of the contract.
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: hfti)s:/twww.roundrocktexas.gov/city-departments/purchasing/
Page 7 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
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. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
Respondent shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing residential home
repair 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.
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.
B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Contractor, 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.
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 term 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-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 22-019 CDBG Home Repairs
on the City of Round Rock website at:
https://www.roundrocktexas.gov/city-businesses/solicitations/
5. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules, and regulations in the performance of these services.
Page 8 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
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 paragraph.
D. Due to COVID-19 while on -site all Contractor and Subcontractor employees shall respect the wishes of
the homeowners with regards to social distancing and wearing the following: face mask, face shield,
and gloves if requested.
WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United
States.
7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds, and risk management. No separate line -item charges shall be permitted for either
response or invoice purposes.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondent(s) performance
at any time during the contract term.
9. ACCEPTANCEIINSPECTION: 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.
10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
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.
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non -award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website
at htt s://www.roundrocktexas. ov/cit -businesses/solicitations/ once City Council has approved the
recommendation of award and the agreement has been executed.
13. 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. The method to provide a smooth and orderly transition of services performed from the current
contractor.
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
Page 9 of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
14. POINT OF CONTACT 1 DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information, The City's designated representative shall be notified by
the Respondent immediately should the point of contact change.
B. The City s designated representative:
Elizabeth Alvarado
Coordinator - CDBG
Planning & Developmental Services
Phone: 512-341-3328
E-mail: ealvaradoO-roundrocktexas.gov
Page W of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
PART IV
SCOPE OF WORK
1. INTRODUCTION: The City of Round Rock 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, tile 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. CONTRACTOR RESPONSIBILITIES: 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 furnished 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 properly 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, clean, and
functional.
4. CITY RESPONSIBILITIES: 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 built prior to 1978. Reports of lead -based
paint will be provided for any structure where lead -based paint was detected.
Page 1 I of 14
City of Round Rock Exhibit "A"
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
ATTACHMENT A
BID SHEET
1. ATTACHMENT A —BID SHEET is posted in Solicitation Documents for IFB 22-019 CDBG Home Repair in
an Excel format on the City of Round Rock website at:
https:/lwww.roundrocktexas,Qov/city-businesses/solicitations/
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 helshe 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: https:Hroundrocktxvendors.munisselfservice com/Vendoirs/default.aspx
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 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.
E. The Respondent agrees, if this Offer 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.
Page 12 of 14
Attachment A- UPDATED Bid Sheet
Solicitation Number: IF13 22-019
Solicitation Description: CDBG HOME REPAIRS
on
LINE f AREA - I DESCRIPTION i LINE ITEM TOTAL I
OUTSIDE
2.1
Front Door
Replace storm door with like.
$595.00
2.2
Siding (Entire
Replace with like siding or smartside and paint (2 coats leave extra paint with
House
homeowner). Does not include front porch.
$17,000.00
2 2A
Roof Facia (Entire
House
Repair/replace rottedidamaged facia.
$1,332.00
2.3
Garage Door Trim
Replace with like trim & jamb. Paint to match. (2 coats leave extra paint with
& Jamb
homeowner)
$450.00
2.4 1
Light Above Garage
Bring wiring up to code
$95 00
2AA
Li ht Above Garage
Re lace li ht fixture with double -flood motion sensor unit
$250.00
Replace 9 windows with double pane energy efficient replacement windows.
Like for like. Must meet all local and state energy requirements - 2015 IRC.
2.5 Windows Replace and paint the outside wood trim with 1x4 trim. Like for like. (Contractor $8,000.00
to measure all windows) NOTE: Windows on east side of garage are not to be
replaced.
INSIDE
2-IZ Backdoor Replace French doors and hardware (locks) with like and add deadbolt $3,200,00
Plumbirtg t=ix venting issue causing washing machine to backup $475 00
TOTAL $31,397.00
Page 3 of 4
IFB 22-019 CDBG Home Repair
Location #2
June 28, 2022
The City's cap for CDBG homes is $25,000. Per Part III, Section 10, 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.
The total bid for all lines for location 92 came in at $31, 397.00
The City will accept modified materials on line # 2.1 for a new total of $525, verified by the contractor.
The City will only be authorizing 2 sides of the home to be sided on Line 2.2 for a new total of
$13,500.00, verified by the contractor.
The City will accept modified materials on line # 2.5 for a new total of $7,200.00, verified by the
contractor.
The City will not be authorizing Lines 2.2A and 2.3 to be completed.
The City will accept modified materials on line # 2.6 for a new total of $2,800.00, verified by the
contractor.
The new total for location #2 will be $24,845.00
Adam Gagnon, CPPB
Purchaser
City of Round Rock
CDBG Home Repairs
IFB 22-019
-- Class/item:909-62
MAY 2022
Exhibit "A"
ATTACHMENT0
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 22-019
RESPONDENT'S NAME, Famum Enterprises. Inc dba B&OConstruction DATE: June 16 2022
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1. Company's Name
Texas Division of Emergency Management
Name of Contact
Sandra Fulenwider
Title of Contact
Division Chief, Facilities
E-Mail Address
Sandra. FuleriMder@tdem.texas.gov
Present Address
1033 La Posada Drive
City, State, Zip Code
Austin, TX 78752
Telephone Number
( 512 ) 424-2102 Fax Number: ( } NA
2. Company's Name
KPG Commercial
Name of Contact
Taylor Langford
Title of Contact
Director of Property Management
E-Mail Address
taylor@kpgcommercial.com
Present Address
3809 S. 2nd St., Suite D-200
City, State, Zip Code
Austin, TX 713704
Telephone Number
( 512 ) 441-1062 Fax Number: ( ) NA
3. Company's Name
Cushman lt, Wakefield
Name of Contact
Eric Smith
Title of Contact
Senior Director- Market Lead
E-Mail Address
edc.smAh(dcushwake.com
Present Address
200 West Cesar Chavez St , Ste. 300
City, State, Zip Code
Austin, TX 78701
Telephone Number
( 512 ) 474-2400 Fax Number. ( ) NA
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 13 of 14
Exhibit "A"
City of Round Rock
CDBG Home Repairs
IFB 22-019
Class/Item: 909-62
MAY 2022
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
22-019
RESPONDENT'S NAME: Famum Enterprises, Inc. dba B&O Construction DATE.
June 16, 2022
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1. Company's Name
Omninet Property Management Inc.
Name of Contact
Betsey Perkins
Title of Contact
Property Administrator
E-Mail Address
betseyp@omninet.com
Present Address
7600 Chevy chase Drive, Ste. 101
City, State, Zip Code
Austin, TX 78752
Telephone Number
( 512 ) 452-1636 Fax Number: ( NA
2. Company's Name
Austin State Supported Uving Center
Name of Contact
Linda Ruiz
Title of Contact
Project Manager
E-Mail Address
linda.rulz@dads.state.tx.us
Present Address
2203 W. 35th
City, State, Zip Code
Austin, TX 78703
Telephone Number
( 512 ) 474-6039 Fax Number: { ) NA
3. Company's Name
Austin state School
Name of Contact
Tony Hackney
Title of Contact
Project Manager
E-Mail Address
Iony.hackney@hhsc.state.tx.us
Present Address
2203 W. 35th
City, State, Zip Code
Austin, TX 78703
Telephone Number
( 512 ) 206-5893 Fax Number: ( ) NA
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 13 of 14
Exhibit "A"
City of Round Rock
CDBG Home Repairs
IFB 22-019
C1asS1ltem: 909-62
MAY 2022
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 22-019
RESPONDENT'S NAME: Famum Enterprises, Inc. dba B&0 Construction DATE: dune 16 2022
• 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 information below
1. Subcontractor Name
Mercury Electric
Name of Contact
Ian Rolls, Owner
E-Mail Address
ian@marcuryelectricinc.com
Address
401 Lone Man Creek Drive
City, State, Zip Code
Wimberley, TX 78676
Telephone Number
( 512 ) 434-9280 Fax Number: �) NA,_
Describe work to be
performed
Electrical
Percentage of contract
06 �o
work to be performed
2. Subcontractor Name
Throne Plumbing Services
Name of Contact
Daniel Hacker
Title of Contact
owner
E-Mail Address
thronepiumbingservices&mail.com
Address
4746 W State Highway 29
City, State, Zip Code
nano, TX 78643
Telephone Number
{ 512 48 Fax Number:
Describe work to be
performed
Plumbing
Percentage of contract
03 %
work to be performed
• Add additional pages as needed
Page 14 of 14
Exhibit "A"
City of Round Rock
CDBG Home Repairs
IFB 22-019
ClassiItem: 909-62
MAY 2022
ATTACHMENT C
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 22-0119
RESPONDENT'S NAME: Famumn.cf Enterprises, Inc. dba DATE: .tune 1% 2022
• 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 information below
Subcontractor Name Yawn Heating & A/C, Inc.
Name of Contact Wesley Yawn
2-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-Mail Address
Address
City, State, Zip Code
Telephone Number
Describe work to be
performed
Percentage of contract
work to be performed
YAWNT@ATT.NET
1807 Eclipse Cove
Cedar Park, TX 78613
512) 750-7395 Fax Number: ( ) NIA
HVAC
• Add additional pages as needed
20 %
Page 14 of 14
EXHIBIT "B"
W9FORM
10
Form W-9
p>w. Odobw2a16)
r�gem� Ram aarrk�e
ps shown vet
Farnum Enterwi,
Request for Taxpayer
Identification Plumber and Certification
Ir Oo to
Inc. diva B&O conslruoflon
rrw tallns end tho latest In%mtnum
62CS66
Give Form W the
requester. Co not
send to the IR&
tl S Check sgProAdsts Mott for Isdersl tax melon al tM fxrsan vrlwes rmme is sntond oa Ina I. W►acN onyoos W ua 4 E,umPaons looeea wm wq ro
t°°°'"A"° seva, ltoatet oalsW W1110 . ntri WA#AdUMK me
Owmcw" oa "P Ik
$ 0 lndMduaVWs pqxWw w ✓❑ o ❑ s cmporatbn ❑ Pwu=W ❑ 1'iuWaslaft t coda Of eery
❑ Lhrasd gowltywwwm, Eraer lu tart dmmcatbn P'C =MwalwL 9•S earpwok n. P•Penne sm ►
Nate: Check the epPreprbte tax In the line above ter me tax dMftg&M of am of "Hww w vrmer Do not el, I FAA iptkn tram FATCA reWhV
tLC II the U.0 b alasatftad u o sktplwrnatrrber LLO prat b dhmoarded from the ttwnw URSM Om owner et the tLc b code (n any)
a .., iWw LLC fMl b mat di¢eattrded tam the 60-tm for U.S. htkuai tax pttrposas. OdwA*w. a dne%4m rtber uC
VW
Is dls►Now 1, bm the owner 0=0 die* the appropA to box fw the tax ebssahaaw of na owner.
tA{pYaasOcwib MFwtiesauY M tAaW
16238 Hahway 620, Suite F-405
TX 79717
Enter yow TIN In the appropdate box. The TtN Provided mast match the name given an One 1 to avold
boduup whhhotding. For Individuals, this Is gww* your social aetaudly number OW. I'fottr ww, for a
resident elm sob propdator. or dWagarded enlity. ass the h2bUCOans for Part % later. For other
enlWos, R is your employer Idanlllktation number (Eft a you do not have a number. sea Ww to OW a
TN, h tar.
Nola: It the account is in mine then one name, sea the hrot ucftu for One 1. Also sea Vllhef Name and
Nrmrber T'o Qlve the AaWaslarforguideflnss out whose numberio enter.
Under penWes of po". I certify thel:
1. The number ahawm on this fort to my correct taxpayer ldanlifica*m number (w I am wafting for a number to be bsued to me}; and
2.1 am not subject to tssatarpwN hoUng bacm= (ay I am exempt from backup wlthirokgn% orQ? I hmm not been nolHbd by the Wemal Reventm
SoMw efts) that I am twb)act to backup withholding as a result of a rallure to rapmt all b,t Oil or dividends, or (r.) the IR8 has natifled me that I am
no longer subled to badw p withholding; and
3.1 am a U.S. at nn or other U.S. person (dalktad balm* and
4. The FATCA oods(s) entered on We form Of any) fedkmling Owl I am exempt frogs FATOA repaNng Is tercet.
Certilloation Instructions. You must cross end Rem 2 sbwe 11 you have bean notified by the IN that you are currently GU*d to backup wRNwtding because
you have failed to report all Interest and MAW* on your tax rolu n. For real adato benssalom Rem 2 does nol ripply. For mortgage kdemll pall,
oas�krtereelor ��t�you sip r* mqu sin the certlficetiat debt, �you must provide your correctto an kww&w Mftmw �.See the Mseftt Oft� ions for Part lid. lager.
%r9 8lsnaturo o ; 1
11.t3. pm
General In io s
Section raterences are to the Irdtfmat Revenue Code unless olhenvlse
noted
Future developmenta. For the bust hWmatkm about ddtedOpments
related to Form W-9 and Rs Insouctions, such as loghladon enacted
after they were pubOehed, go to www k gov/FannWl
Purpose of Fonn
Are bwOWdusl orentlly (Form W9 e+m poster) who Is.squired to fife an
kslonna bn return wHh Ow IRS must obtain your Pored taxpayer
IdsrOcalion r:fxnOw tK which maybe your soobl security number
Oft lured khW taxpayer Wonllfleelbn number UM, =Wlon
taxpayer kMnvlicatkm number (ATM or employer idendOcatlon nun ber
M". to report an an informadon rstum the amount paid to you. or other
amount reportable on an kdom alion rotum. Bmmplm of ttfamsatbn
+shams inctude, but are not piled to, the WrA tg.
• Form 10wwr werest eared or pa4
ease ►
• Form 10994)W (dMd&f. Inckrdhg 0=0 f Ebb stocks or mutual
te:ds)
• Form 1O99-MW (warfous types of Inoom prim awards. orgnm
Proceeds)
• Form 1090-13 (stock or mutual fund cafes and coteks other
Uwmwdass by broth
• Pon 109" (proceeds Pram real estate transactions)
• Form 10994C (r wchant owd and third party network trans CW*
• Form 1098 (home mortgage ktteuesq.10 "Odudant foam tnlerest).
1098-T (WtkuO
• Porn 10"4 (canceled debt}
• Form ION A (scq Wlbn or abandonment of secured property)
Use Form W-9 only if you are a U.S. person Qndudhng a resident
de;* to provide youraorrect M".
Myou do not .mum Form W-9 to fta requester with a TI4 you n*ht
be =j*ct to baetW wNdwA VL See What Is backup widdroldtng.
P&No. Ionix Fens W-9 Fw.10.2010)
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 Maria C. Robles for property at 609 Chisholm Valley
Drive.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 7/15/2022
Dept Director: Brad Wiseman
Cost: $24,845.00
Indexes: CDBG HUD Entitlement Grants
Attachments: LAF - CDBG Home Repair Homeowner Contract - 609 Chisholm Valley Drive,
HOMEOWNER AGREEMENT CDBG HOME REPAIR 609 CHISHOLM VALLEY DRIVE
Department: Planning & Development Services
Text of Legislative File CM-2022-168
Consider executing a CDBG Community Housing Repair and Rehabilitation Homeowner Agreement with
Maria C. Robles for property at 609 Chisholm Valley Drive in the amount of $24,845. Ms. Robles applied
and met all the requirements to be eligible for the CDBG home repair program. Improvements to her
home include replacement of siding, windows, french doors, front door, storm door and plumbing
improvements. The total cost of the project is expected to be $24,845 and not to exceed $31,056.25 with
any necessary change orders. The selected contractor to do this work is Farnum Enterprises dba B&O
Construction.
Cost: $24,845
Source of Funds: CDBG Program Funds
City of Round Rock Page 1 of 1