CM-2023-293 - 12/8/2023COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) -
COMMUNITY HOUSING REPAIR AND REHABILITATION
HOMEOWNER AGREEMENT
This CDBG Communit-vi Housing Repair and Rehabilitation Homeowner Agreement
(Agreement), is made this day of , 2023, between the CITY OF
ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas (CITY), and COZETTE
YOLANDA BUTLER, TRUSTEE OF THE BUTLER FAMILY LIVING TRUST, whose address
is 2324 Wright Circle, Round Rock, Texas 78664, Texas (collectively the 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 CHAPEL HILL
NORTH SEC 3, BLOCK G, LOT 7, a subdivision in Williamson County, Texas, also known as
2324 Wright Circle, Round Rock, Texas 78664, as specified in the Work Write -Up Bid
Document, attached hereto and incorporated herein as Exhibit "A".
NOW THEREFORE, for and in consideration of the mutual promises and covenants set
forth herein, and other good and valuable consideration, the receipt and sufficiency of which are
hereby acknowledged, the CITY and HOMEOWNER agree as follows:
ARTICLE 1
GENERAL REQUIREMENTS
1.1 CITY will pay a contractor, by separate agreement attached hereto and incorporated herein
as Exhibit "C" (Contractor's Agreement), $24,893.29, (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 $31,116.61.
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".
48708-0's���
i,ao
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.
2.5 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
2.
known of the existence of the subject act(s) or failure(s) to act.
3.5 INDEMNIFICATION. HOMEOWNER will defend, indemnify, and hold CITY, its
successors, assigns, officers, employees and elected officials harmless from and against
all suits, actions, legal proceedings, claims, demands, damages, costs, expenses,
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.
3
4.3 If CITY becomes aware of any HOMEOWNER activity which could jeopardize CITY's
position with HUD and cause CITY to return CDBG funds or other federal funds
received by CITY, CITY may take appropriate action, including injunctive relief against
HOMEOWNER, to terminate or prevent the activity. Failure of CITY to exercise this
right will not constitute a waiver by CITY of its right to demand payment or to seek any
other relief in law or in equity to which it may be entitled.
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.)
This Agreement is clT,,vti%e as of the date first written abo%c
HOMEOWNER:
Comm Yolanda Butler, Trustee of the Butler
F ontily living Trust
CITY,
City of Round Rock. Tctas
F.atu�te fiadlcp�, (" }� , onager
EXHIBIT "A"
WORK WRITE-UP BID DOCUMENT
A
T- i1
LINE I AREA
1 Back Door
2 Back Door
3 Back Door
4 Siding
5 Siding
6 Siding
7 Siding
8 Siding
9 Siding
10 lKitchen Sink
11 lKitchenSink
Attachment C- Bid Sheet -UPDATED
Solicitation Number: IFB 24-004
Solicitation Description: CDBG HOME REPAIRS
DESCRIPTION
.Replace step with new steps that meet code. Remove and replace existing rails.
Replace rotted wood around back door. Paint to match
Install storm door (provided by Owner) Provide metal frame and door knobs
Replace 1 st floor lower siding panels (7) remove and replace dryer vents and
seal Paint to match
Replace all rotted siding and wood trim on chimney and rotted panels behind
chimney. Paint to Match
Replace rotted window trim as needed Paint to match.
Replace box window second floor front siding panel and window trim. Paint to
Match.
Replace all fascia around entire house. Paint to match
Replace rotten siding paint to match
Replace faucet with standard/like faucet (include sprayer)
Repair and paint water damaged wall and bottom under sink
12 First floor Clean up and paint water damaged wall in first floor bedroom
13 First floor AC Duct Cleaning
14 Second Floor Repair water damaged ceiling paint to match
HALLWAY AND ATTIC
15
Stairs
Install handrails (ADA Compliant) on two stairs to include returns on handrails
16
Attic
Replace Insulation in the attic where required. Adhere a solid material ie. Plastic
sheeting for rodent deterrent.
BATHROOM
17
Bathroom 1
Replace toilet with ADA toilet
18
Bathroom Upstairs Hall
Replace toliet and repalce sink hardware (Faucets and drain stop)
19
Bathroom Upstairs Hall
Caulk around tub and fixtures
20
Bathroom Upstairs Hall
Install shoe molding (to be provided by homeowner) on left side of hall bathroom
wall upstairs. Paint to match.
21
Bathroom Master
Caulk around tub and fixtures
22 I Bathroom Master
COMPANY !NAME:
SIGNATURE OF
AUTHORIZED
REPRESENTATIVE:
PRINTED NAME:
PHONE NUMBER:
EMAIL ADDRESS:
Replace the double sink countertop to
with standard like.
Page 2 of 4
hardware and replace the vanity
B&O Construction
Paul Famum
512-989-6222
LINE ITIW TOT
$559.20
$819.45
$585.60
$1, 581.60
$ 1,530.00
$1,048.80
$8,640.00
$1, 381.49
$282.00
$282.00
$420.00
$150.05
$750.00
$769.20
$447.45
$324.00
$573.02
$15.00
$5,994.00
IPB 24-004 CDGB Home Repair
Location # 2
October 18, 2023
The City's cap for CDGB 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 with budgetary constraints,
which may be more of less than indicated.
The total bid for all lines for location # 1 came in at $27,358.09
The City will not be authorizing the following lines on the bid sheet.
1) Line 1.1: Back door. replace with new steps that meet code for a total of $559.20.
2) Line 1.3: install storm door and provide metal frame with door knobs for a total of $585.60.
3) Line 1.12: Clean up paint and water damaged wall on first floor for a total of $ $420.00
4) Line 1.13: AC duct cleaning for a total of $150.00
5) Line 1.14: Repair water damaged ceiling and paint to match for a total of $750.00
The new total for location # 2 will be $24,893.29.
Brandon Rainer
Purchaser
EXHIBIT "B"
INCOME LIMITS FY 2022
MAXIMUM INCOME CHART
Household Size
Maximum Income 80% of the Area Median
l person
$61,800
2 persons
$70,600
3 persons
$79,540
4 persons
$88,250
5 2ersons
$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.
7,
EXHIBIT "Cl
CONTRACTOR'S AGREEMENT
8.
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 , 2023, between the
CITY OF ROUND ROCK, Texas, 221 East Main Street, Round Rock, Texas ("CITY"), and
FARM M 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 CHAPEL HILL NORTH SEC 3, BLOCK G, LOT 7, Williamson
County, Texas, also known as 2324 Wright Circle, Round Rock, Texas 78664 (the "Property"), as
specified in the CITY'S Invitation for Bid designated IFB No. 24-004 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
GF,NERAL REQUIREMENTS
1.1 CITY will pay CONTRACTOR Twenty -Four Thousand Eight Hundred Ninety -Three
and 29/100 ($24,893.29) ("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
4876-0089-5117/ss2
EXHIBIT 010,7
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
2023 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 $6,223.32.
1.5 AlI 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
21 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
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 parry 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 Agrcement, 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 SEVERAB1T11TY. 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 PUIILIC 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 TERNIINATION
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 (I0) 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 I3UD 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
Agreement on behalf of CONTRACTOR verifies CONTRACTOR does not boycott
T
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
writtcn 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:
NT RISES, INC.
ba Oa tion
Nam
Title
CITY:
CITY OF ROUND ROCK
Laurie Hadley, City Manager
E30MIT "A"
BID DOCUMENTS
Exhibit "A
;K TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
COMMUNITY DEVELOPMENT BLOCK GRANT
(CDBG) HOME REPAIRS
SOLICITATION NUMBER 24-004
SEPTEMBER 2023
City of Round Rock Exhibit "A„
Community Development Block Grant (CDBG) Home Repairs
IFB 24-004
Commodity Code: 909-62
September 2023
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) HOME REPAIRS
PART
GENERAL REQUIREMENTS
I. INTRODUCTION: The City of Round Rock, hereinafter "the City," seeks bids from firms experienced in
home repair to provide all material, labor, and services to repair flour residential homes in accordance with
the Federal Community Development Block Grant (CDBG) Program.
The City of Round Rock 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.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following -
Part I — General Requirements Page(s) 2-6
Part It — Definitions, Standard Terms and Conditions, and Insurance Page 7
Requirements
Part III — Supplemental Terms and Conditions Page(s) 8-9
Part IV — Scope of Work/Specifications Page(s) 10
Attachment A — Reference Sheet Separate Attachment
Attachment B — Subcontractor Information Form
Attachment C — Bid Sheet
Attachment D — Prevailing Wage Rates
Attachment E-Location #1
Attachment F- Location #2
Attachment G- Location #3
Attachment H- Location #4
Attachment I- CDBG Federal Requirements
Attachment J - SAM Registration
Attachment K - Debarment Cortification
Attachment L - W-9 Form 2023
Attachment M - Conflict of Interest Affidavit and info
Attachment N - Equal Employment Certification
Attachment O- Clean Air and Water Certification
Attachment P- Certification of Non -Lobbying
Attachment Q - Non -Collusion Affidavit
Page 2 of 10
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
Separate Attachment
City of Round Rock Exhibit "A"
Community Development Block Grant (CDBG) Home Repairs
IFS 24-004
Commodity Code: 909-62
September 2023
Attachment R- MBE WBE Information and Worksheet Separate Attachment
Attachment S - Section 3 FAQ and Certification Separate Attachment
3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below
Solicitation released
9/15/2023
Mandatory Pre -Bid meeting! site visit
9/21/2023 @ 8:30AM, CST
Deadline for submission of questions
9/26/2023 @ 5:00 PM, CST
City responses to questions or addendums
Approximately 9127/2023 @ 5:00 PM, CST
Deadline for submission of responses
10/6/2023 @ 3:00 PM, CST
Ali questions regarding the solicitation shall be submitted through Bonfire 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,
tt./Iroundrocktexes.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website-
htt s:Hroundrocktexas_bonfirehub.corn
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
httasJ/roundrocktexas.boorehub.com 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.
5. MANDATORY PRE -PROPOSAL MEETING, SITE VISIT, AND/OR 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 -proposal meeting/site visit will be conducted on the
date specified in PART 1, Section 3- 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 76664
B. Respondents will be responsible for their own transportation for the site visit tour.
C. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre -
proposal meeting / site visit.
D. 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 site visits.
6. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date
noted in PART I, Section 3 — Schedule of Events. The Offeror shall respond via the City's electronic bidding
platform. Bonfire: hftos./Iroundrocktexas,bonfirehub.com
Page 3 of 10
Exhibit "A"
City of Round Rock
Community Development Block Grant (CD$G) Home Repairs
IFB 24-O04
Commodity Code: 909-62
September 2023
A. This request for proposal (RFP) does not commit the City to contract for any supply or service.
B. No paper or submittals outside of Bonfire will be accepted by the City.
C. Responses cannot be altered or amended after digital 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
7. 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 CDBG home repairs as
specified herein and have adequate organization, facilities, equipment, financial capability, and personnel
to ensure prompt and efficient service to the City.
B. In order to confirm financial stability, the City may choose to review audited financial statements at any
time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years
audited financial statements, including any notes or supplemental schedules within 2 business days of the
original request.
C The Respondent shall include in the proposal a list of all litigation the company or its principals have been
involved in within the last three (3) years_
D. 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 RFP process.
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: hh s_/lroundrocktxverdcrs.muNsselfseryice. ca:riNnndorsNefauIt. ascx
8. RESPONSE REQUIREMENTS: The Respondent, by electronically submitting their Offer, acknowledges that
he/she is an authorized representative of the Vendor, 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. The Respondent shall include the following information with their bid response:
❑ Attachment A — Reference Sheet
❑ Attachment B — Subcontractor Information Form (if applicable)
❑ Attachment C — Bid Sheet
❑ Acknowledged Addenda (if applicable)
❑ Acknowledgment that the respondent is located within Central Texas
9. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City. All solicitations received
may be evaluated based on the best value for the City. In determining best value, the City may consider
A. Purchase price.
B. Reputation of Respondent and of Respondent's goods and services.
C. Quality of the Respondent's goods and services.
D. The extent to which the goods and services meet the City's needs.
E. Respondent's past performance with the City.
F. The total long-term cost to the City to acquire the Respondent's goods or services.
G. Any relevant criteria specifical'y 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.
Page 4 of 10
Exhibit "A"
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 24-004
Commodity Code: 909-62
September 2023
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
10. CERTIFICATE OF INTERESTED PARTIE1 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:
httas:/lwww.ethics.state.tx.ualwhatsnew/elf info form1295_htm
11. EX PARTS 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 parts communication may be grounds for disqualifying the offending Bidder
from consideration or award of the bid then in evaluation, or any future bid.
12. 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 protest@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.
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 Q119 D te: 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 Timely Protest: When the City receives a timely and complete written protest, the Purchasing
Manager, with assistance from the City Attorney, sha'i make one of the following determinations:
Page 5 of 10
City of Round Rock
Exhibit "A"
Community Development Block Grant (CDBG) Home Repairs
IFB 24-004
Commodity Code: 909-62
September 2023
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 10
Exhibit "A"
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFS 24-004
Commodity Code: 909-62
September 2023
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
Z. 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:
htt s./Avww.roundrocktexas. ovlci -de rtmen sl rchasin 1. 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: https://www.roundrocktexas.ciov/city-departments/purchasingi
Page 7 of 10
City of Round Rock
Exhibit "A"
Community Development Block Grant (CDBG) Home Repairs
IFB 24-004
Commodity Code: 909-62
September 2023
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months,
B. 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.
C. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to
120 days.
2. SUBCONTRACTORS if Subcontractors will be used the Respondent is required to complete and submit with
their proposal response Attachment B: 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 toeing 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
3. P_RE_V�►I_LING 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 webshe at:
httas:llwww.rou nd rocktexas.aov!city-businessesteolicitations/
4. 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.
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 Contractor's obligations under this
paragraph.
Page 8 of 10
City of Round Rock Exhibit "A"
Community Development Block Grant (CD8G) Fiume Repairs
lFB 24-004
Commodity Code: 909-62
September 2023
5. 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.
s. 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.
7. ACCEPTANC SPECTION: Acceptance/]nspection should not take more than five (5) working days. The
Contractor 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 Contractor 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.
B. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
9. QRDER UANTITY: 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.
10. 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 noted when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
httt s:/lroundrocktexas.bonfirehub com once City Council has approved the recommendation of award and the
agreement has been executed.
11. 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.
12. POINT OF CONTACT / DESIGNATED EPRESE TIVE:
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.
S. The City's designated representative: The City's designated representative shall be:
Elizabeth Alvarado
Coordinator - CDBG
Community & Neighborhood Services
Phone: 512-341-3328
E-mail: ealvarado roundrocktexas. ov
C. Do not contact the Individual listed above with questions or comments regarding this solicitation during
the solicitation.
Page 9 of 10
City of Round Rock Exhibit "A"
Community Development Block Grant (CDBG) Home Repairs
IFS 24-004
Commodity Code. 909-62
September 2023
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. CONTRACTORRESPONSIBILITIES: 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 Contractors). 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 10 of 10
"11�
Exhibit "A"
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: tFB 24-0o4
RESPONDENTS NAME: Farnum Enter uses Inc. dba B&O Construction DATE: October 6, 2023
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
Solid Group LLC
Name of Contact
Eugene G. Wentworth III
Title of Contact
President
E-Mail Address
ga austirtsolidoruuo.o�
Present Address
716 County Road 705 Spur
City, State, Zip Code
Hutto. TX 78634
Telephone Number
Office: 512-373-8253 Cell: 612-241-9263
2. Company's Name
Peterson Construction Inc.
Name of Contact
Susie Farley
Title of Contact
Project Manager
E-Mail Address
USMDeteMOnconstrucCloninc.corn
Present Address
9250 Pasadena Drive, Suite 201
City, State, Zip Code
Frisco. TX76033
Telephone Number
( 214 ) 705-9220 Fax Number. { )
3. Company's Name
Oninlnet Property Management Inc.
Name of Contact
Betsy Perkins
Title of Contact
Property Manager
E-Mail Addresssevo�omnmet;goyrr
Present Address
7600 Chevy chase Drive, Suite 101
City, State, Zip Code
Auvtl ,, -X 78752
Telephone Number
( 737 ) 932-0407 Fax Number: ( }
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Exhibit "A"
ATTACHMENT 8
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB 24-004
RESPONDENT'S NAME. Famum Enterprises, Inc dba BA-0 Construction DATE: October 8 2023
* CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YE
If yes complete the information below
1. Subcontractor Name Mercury Electric Company, Inc.
Name of Contact
Ian
E-Mail Address
Ian mercuryelectricinc;com
Address
401 Lone Man Creek Drive
City, State, Zip Code
Wimberley, TX 78676
Telephone Number
512 434-9260 Fax Number_( }
Describe work to be
performed
Electrical repairs
Percentage of contract
work to be performed
0.2
2 Subcontractor Name
Yawn Heating and A/C, Inc.
Name of Contact
Teren Yawn
Title of Contact
E-Mail Address
teren0yawnaccom
Address
1807 Eclipse Cove
City, State, Zip Code
Cedar Park, TX 78613
Telephone Number
( 512 ) 750-7395 Fax
Describe work to be
_Number.
HVAC
performed
Percentage of contract
work to be performed
25 %
• Add additional pages as needed j�
Exhibit "A"
Subcontractor Name Throne Plumbing Services
Name of Contact
Daniel Hacker
E-Mail Address
throneplumbingservices@gmaii.com
Address
4746 W. SH 29
City, State, Zip Code
Llano, TX 78643
Telephone Number
( 512 293-5516 Fax Number. ( )
Describe work to be
performed
Plumbing work
Percentage of contract
work to be performed
.06 %
1 Back Door
2 Back Door
3 Back Door
4 Siding
5 Siding
6 Siding
7 Siding
8 Siding
9 Siding
10 lKitchen Sink
11 Kitchen Sink
12 First floor
13 First floor
14 Second F
Attachment C- Bid Sheet -UPDATED
Solicitation Number. IFB 24-004
Solicitation Description: CDBG HOME REPAIRS
Re lace -stop wfth new geps that meet code. Remove and replace eAsting n
Replace rotted wood around back door- Paint to match
Install storm door (provided by Owner) Provide metal {fame and door knobs
Replace 1 st floor lower siding panels (7) remove and replace dryer vents and
seal Paint to match
Replace all rotted siding and wood trim on chimney and rotted panels behind
chimne , Paint to Match
m— 1 vuuU winauw inm as needed Paint to match.
Replace box window second floor front siding panel and window trim. Paint to
Match.
Replace all fascia around entire house. Paint to match
Replace rotten siding paint to match
Replace faucet with standard/like faucet (include sprayer)
Repair and paint water damaged wail and boftom under sink
Clean up and paint water damaged wall in first floor bedroom
Paint to match
15 Stairs Instal{ handra$s (ADA Compliant) on two tttsim to include returns on handrails
16 Attie Replace Insulation in the attic where required. Adhere a solid material re_ Plastic
sheeting for rodent deterrent.
-- tires - ; - - -
17 Bathroom 1 Replace toilet with ADA toilet -
18 Bathroom Upstairs Hall Replace toliet and repalce sink hardware {Faucets and drain stop)
19 Bathroom Upstairs Hail Caulk around tub and fixtures
20 Bathroom Upstairs Hall
Install shoe molding (to be provided by homeowner) left
on side of hall bathroom
wall upstairs. Paint to match.
21 Bathroom Master
Caulk around tub and fI>dures
22 Bathroom Master
Replace the double sink countertop to include hardware and replace the van'Ity
with standard like.
COMPANY NAME,
B&O Comtruct&m
SIGNATURE OF
AUTHORIZED
`
REPRESENTATIVE:
J
PRINTED NAME:
Paul Famum
PHONE NUMBER:
512-989-6222
EMAIL ADDRESS:
RWd Q090-ustrucxion.com
Page 2 of 4
$819.45
$585.60
$1,581.60
$ 1.530.00
$761.28
$1,048.80
$8.640.00
$1,381.49
$282.00
$282.00
$4 002 0
_$150.00
$750.00
$769.20
$447 45
$324.00
$573 02
$222.00
$15.00
IFB 24-004 CDGB Home Repair
Location # 2
October 18, 2023
The City's cap for CDGB 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 with budgetary constraints,
which may be more of less than indicated.
The total bid for all fines for location # 1 came in at $27,358.09
The City will not be authorizing the following lines on the bid sheet.
1) Line 1.1: Back door.. replace with new steps that meet code for a total of $559.20.
2) Line 1.3: Install storm door and provide metal frame with door knobs for a total of $585.60_
3) Line 1.12: Clean up paint and water damaged wall on first floor for a total of $ $420.00
4) Line 1.13: AC duct cleaning for a total of $150.00
5) Line 1.14: Repair water damaged ceiling and paint to match for a total of $750.00
The new total for location # 2 will be $24,893.29.
Brandon Rainer
Purchaser
Exhibit "A"
LOCATION #2
Exhibit "A"
LOCATION #2
Exhibit "A"
LOCATION #2
Exhibit "A"
LOCATION #z
"d-
Exhibit "A"
LOCATION #2
Exhibit "A"
LOCATION #z
n
V
I
r5
Exhibit "A"
LOCATION #2
Replace 1" floor lower siding panels �1) remove Paint to Match
and reDke dryer uertS and seal
Exhibit "A"
LOCATION #2
Exhibit "A"
LOCATION #2
LOCATION #2
"
Exhibit "A"
k� rat .k
�:. r k I • k
T• �• rL�• rr • hr-
r � .
r � �
I
Exhibit °A"
LOCATION #2
Exhibit "A"
LOCATION N2
LOCATION #2
Exhibit "A"
Replace rotted wood around back
door. Paint to Match.
Exhibit "A"
LOCATION tit
siding on the bottom part of the back side
—07
Replace all rot of home. Paint to
match.
Exhibit "A"
CONFILICT OF l!N7EiiM
1• Introduction
Prospective CDBG contractors should carefully consider whether any of
their activities may give rise to an improper conflict of interest situation.
Conflict of interest situations that are not properly addressed can result
+n a loss of CDBG funding to the program and/or to the city, and in some
cases can result In civil or criminal liability_
Organizations that are requesting CDBG funding should ask themselves
the following questions:
Are any of my emnl� or board members
■ A city employee or consultant who exercises CDBG-
related functions as part of their city position?
. A City Official?
Are any ilnme is family-�mre or business associates of my
employees or beard members,
■ A city employee or consultant who exercises CDBG-
related functions as part of their city position?
■ A City Official?
Will any of my ern I e s or.
oard members receive g financial Interest or
benefit from CDBG funds (other than employee salaries or personnel
benefits)? Will any immediate f mi members or bus-ness associates of
my employees or board members receive a _financial interest or benefit
from CDBG funds (other than employee salaries or personnel benefits)?
To my knowledge, will my program or project have as financial effect on a
c� o lC ai or employee wo exercises CDBG-related functions, or an
immediate !!Mftly member or busiaM associate of such person? For
Exhibit "A"
example, will any of these persons be receiving rental payments, other
business Income or program services from my program?
If you can answer "yes" to any of these questions, it is possible that there
MAY be a conflict of interest. You should review the rules below to
determine whether an actual conflict situation is raised, and, if so, what
action needs to betaken to avoid a violation of the law. You should contact
city staff immediately if you suspect that there might be an issue.
Any contractor entering Into an agreement with the City in which CDBG
funding will be utilized, will be required to warrant, and represent, to the
best of his/her knowledge at the time the contract is executed, he/she is
not aware of any improper conflict of interest as described below. Also,
the contract will obligate contractors to exercise due diligence to ensure
that no improper conflict situations occur duringthe contract.
The following federal and State Conflict of Interest taws govern activities
funded with CDBG funds.
M HUD conflict of interest regulations (24 CFR Part 570.611 and 24 CFR
Part 85.36)
+ Texas Local Government Cade Chapter 171.OD4
II.Qtv OMda Thak MPY, or jug
rts i3en from CDBG
i'rol<etts. Pa
NU Rule. The HUD conflict of interest rule prohibits any "covered
r n" associated with the City (as defined below) from obtaining a
finan ' nterest or benefit from a CDBG assisted activity or contract, of
the proceeds under any such contract, during that covered person's
tenure with the City and for one year thereafter. A "covered person" is
defined by HUD as any employee, agent, consul arrt, officer, or elected or
appointed official of the City who, with respect to CDBG-funded activities
under the contract: (a) exercises or has exercised any functions or
responsibilities; or, (b) is In a position to participate in a decision -making
Process; or, (c) is in a Position to gain Inside Information. City staff
members or consultants who exercise the above roles or function with
respect to the CDBG activity are considered "covered persons." For
Purposes of the CDBG program, a "covered person" specifically includes
W
Exhibit "A"
any member of the Round Rock City Council, or any director of any board
associated with reviewing and making recommendations on the funding
for the contract, whether or not that council member or director actually
Participated in the review or recommendation. "Covered person" may
also include member of other City boards and commissions, if that board
or commission has exercised functions or decision -making with respect to
the COEG activity. The HUD rule further prohibits anyone with "family or
business ties" to the covered public official from receiving a financial
interest or benefit.
fate LaW, State law requires a local public official with substantial
interest In a business entity or in real property, to file, before a vote or
decision on any matter involving the business entity or the real property,
an affidavit stating the nature of the extent of the Interest. The state law
required that any oublic official of the City, should publicly ►ecuse
j him/herself from participating In any discussions relating to the CDBG
-- grant -making process. Failure of the person to recuse him/herself be&i
j the discussions begin may disqualify the organization's application for
j funds.
M1, Inter of its associated with thew tractor,
The HUD rule also addresses financial interests that are held by certain
Persons associated with a CDBG contractor. The HUD rule prohibits any
"covered oersOn" associated with the contractor from obtaining a
financial Interest or bLnot (with the exception of the use of CDBG funds
to pay salaries and other related: administrative and personnel costs) from
a CDBG assisted activity or contract, or the proceeds under any such:
contract, during that covered person's tenure with the contactor ng_d for
one year thereafter. A "covered person" is defined by HUD as any
employee, agent, consultant, officer, or elected or appointed official of
the contractor who, with respect to CDBG-funded activities under the
contract: (a) exercises or has exercised any functions or responsibilities;
or (b) Is in a position to participate in a decision -making process; or (c) is
in a position to gain inside information. This rule extends to those with
.--N
Exhibit "A"
whom the covered person has "family or business ties" (as defined
above). This rule would, for example, prohibit certain employees or
directors of a CDBG contractor from using CDBG funds to pay for rent on
a Property owned by that employee or director, as well as family and
business associates of that person.
IV. Rem di and Sancti s.
The CDBG grant contract provides that if a CDBG contractor fails to make
a good faith effort to avoid an improper conflict of interest situation or is
responsible for the improper conflict situation, the City may (2) suspend
CDBG payments, (2) terminate the contract, (3) require reimbursement
by the contractor to the City of HUD of any amounts already disbursed
anti/or (4) bar future CDBG funding of the contractor in the event HUD
suspendsor terminates its rant to the city forconflict of interest reasons,
or In the event the city reasonably determines that an improper conflict
of interest situation may arise from payments under the contract. This
could happen whether or not the contractor Is responsible for the
conflict -of -interest situation.
Certification:
i, the undersigned, acknowledge and certify that I have read and understand
the summary of Rules for CDBG Contractors.
Date:
Company/Vendor Marne:
10/6/2023 Farnum Enterprises, Inc. dba B&O Construction
Printed Name and Title:
Paul Farnum, President
Exhibit "A"
CITY OF ROUND ROCK
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
AFFIDAVIT REGARDING CONFLICT OF INTEREST
Adwoudedeemeet:
i, the undersigned, certify that I have read and understand the conflict of interest
regulations by the US Department of Rousing and Urban Development Community
Development Block Grant Program, including 24 CFR Part 570.611:
24 CFR Part 570.611 {b) Conflicts prohibit_ No persons described in paragraph (c)
Of this section who exercise or have exercised any functions or responsibilities with
respect to activities assisted with CDBG funds or wo are in a position to Participate In a
decisio"aking process or gain inside Information with regard to these activities, may
obaln a financial Interest or benefit from a CDBG-assisted actMW, or have an interest in
any contract, subcontract, or aMement with respect thereto, or the proceeds
thereunder, either for themselves or those with whom they have family or business ties,
during their tenure or for one year thereafter.
24 CFR Part 570.611(cl Persons covered, The conflict of interest provisions of paragraph
(b) of this section apply to any person who is an employee, agent, consultant, officer, or
elected offidai or appointed official to the redpient, or of any designated public agencies,
or of subrecipients that are receiving CDBG funds.
Certification:
I, the undersigned, certify and report that to the best of my knowledge,
o I have no conflict of interest to disclose
o l have the following conflict of interest to disclose:
Date: October 6, 2023 Gam an
P y/Venclor Name -
Famum Enterprises, Inc. dba B&O Construction
Printed Name and Title:
Paul Famum, President
Exhibit "A"
U.S. DEPAWMENTOF 14OLISING AND URBAN DEVELOPMENT
COMFICATION OF BIDDER REGARDING EQUAL
EMPLOYMENT OPPORTUNfill
INSTRUCTIONS
This ceWfKg tion is required pursuant to 6xecudw Order 11246 (30 IF.& 12319-25). The impltxuenting
rules and regulations provide that any bidder or prospective cantrulor, or any of their proposed
subcontractozs, shall atame as an initial part of the bid or negodatiom of the cmbact, vdWdmr it has
participated in anY prev>"s contract or subcontract subject to the equal opportunity clause; and, if ao,
whetb" it has tiled all compliance reports due under applicable msmucfim.
Whom
the certification indicates that the bidder has not filed a compliance report due under applicable
instructions, such bidders shall be required to submit a compliance report within seven
(7) calendar days after bid opening. No I be muded anism §11ch is bm
CERTlFICATMN BY WDM
sidder'sNarne; Farnum Enterprises, Inc. diva B&O Construction
Addtrss and zip Coat,. 16238 FM 620 Suite F-405 Austin, TX 78717
I Bidder has partkipated in previous contract or subcontract subject to the Equal
EM01POM Opportunity Clause.
Yes No (If answer is yes, identify ilia most recent orunrest)
Compliance reports were required to be hied in connection with such contract or
subcontract
Yes No (If answer is yes, identify ate most rewst contract)
3 Sidder has Rigid all compliance reports due un r appiirxble Instructlons, including SF- Zoo,
Yes No None Required
4. tf answer to Item 3 is 'Ho", please explain in detail on the reverse side of this
certification.
— 77ta i e tion above is true and compiele to Clue best of toy knowledge and bolief
lum. Presoi�ont
Signer — plcusc h'Pe)
Octolser 6, 2023
I?ate
Exhibit "A"
CERWIC4TION OF S "WUCfOR REGARDING
EQUAL EMPLOYMENT OPPORTUNrry
NAME OF PRIME
CONTRACTOR; Famurn Enterprises, Inc, dba $&O Construction
PROJECTq. IFB 24-004 CDBG Home Repairs
mmucrim
ni,9 certification Is taqukM pursuant to Execwivt Order 1124600 F.R. 12319-2n The implementing rules and
rophr provide do any bidder or prospective eorurmctor, or airy ofthtQ prnQosed subcontractors, shall state as
dW P� of the bid or negotiations of the conttacl whetftEr It has Wticip8ted is MY previous Contract or
" �� eq' d opportmilyclause; and, if so, whether it has hied 00 Cotapfiaace reports due under
VpUcabte Where rbo cetsifiica0on ardicates that the bidder her not filed a complietrce report due undo applicable instructmns,
such bidders shall be oequkm: to submit a mmpik mee mpwl within seven
(7) calendar days after bid opining. No
CRTUICATtON BySUKONsRACTOR
NAME AND rwDMs n s oM�,C1� �' A
Mercury �ler�ric Carnpar�y jnc., 401 Lon an ree fve, WiMberly, TX 78676
Yawn Heating & AIC, Inc., 1807 Eclipse Cove, Cedar park, TX 78613
Throne Plumbing Services, 4746 W. SH29, Llano, TX 78643
I Subcontractor has participated in previous Contract or subcontractor subject to the
Equal Employment Opportunity Clause.
'r°S X No ([r answer is yes, identify the most reoeatt contract)
2. Compliance reports were required to be filed in cannet:tlon with such contract or
subcontract.
Yea No X (If answer is yam, identify the most recent contract)
J. Bidder has filed all tompliance reports due under applicable Instructions, including SF-100,
Yes No Name Requited _ X
d Have you ever been orare you being CoWdered for sanction due to violation of
Executive Order 11246, as amended.
Yes No--X-
3niA0-Ln19 s WJb0Ve is trot and complete to the best of my knowledge and belief. r.
October 6, 2023
Dare
Exhibit "A"
CLEAN AIR AND WATER Ct_RTIFICATIoN
(For ail contracts exceeding $100,000 including Indefinite quantities whom the
amount is expected to exceed #100,M in any year)
The Bidder certifies that
1. Any fadllty to be used in the performance of this proposed contract is not listed on
the Environmental Protection Agency List of Violating Facttities;
2. The bidderwiil immediately notify the Procuring Agency, before award, of the recelpk
of any oommunkatin from the Administrator, or a designee, of the Environmental
Protection Agency, indiedng that arty facility that the Bidder proposes to use kr the
performance of this contract is under consideration to be listed on the EPA Fist of
\ wMng Facilities; and
3. The Bidder will include a Gqff=UOn substanbelly the same ar #his oetliflcation,
including this paragraph, in every non-exempt subcontract.
Signature of Contractor's Authorized
name of Contractor's Authorized OM
Title of Contractor's Authorized Offidi
Date: October 6, 2023
-.1
Exhibit "A"
CERTIFICATION ON MON- LOBBYING ACTIVIMS
The undersigned cadifies, to the best of his or her knowledge and belief, that:
i. No Federal appropriated funds have been paid or will be paid, by or an behalf
of the Undersigned, to any paraan for Influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress In
connection with the awarding of any Federal contract, the making of any
Federal grant or Federal loan, and the Wension, continuation, renewal,
amendment, or modification of any Federal contract, grant or loan.
2_ If any funds other than Federal appropriated funds have been paid or will be
paid to any parson for influents or attempting to influence an officer or
employee of any agency, a Member of Congress, an afficer or employee of
Congress, or an employee of a Member of Congress In connectbn with this
Federal cw ttac t, grant or loan, the undersigned shall compigte and submit
Standard FomWIJL, "Disclosure of Lobbying Activities,' In accordance with its
instructions.
3. The undersigned shall require that the language of this certifcatian be
Included In the Award documents for all subawards at all tiers (including
contracts, suboontrada, and subgmnis under grants and bans) and that all
subrecipients shall certify and disclose accordingly,
This certification Is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for malting or entering into this transaction imposed by sects on 1352, title
M. U-8. Code. Any person who fails to file the required certification shall be subject to
a civil penalty of not less than $10,000 and not more than $100.000 for each such
failure.
Paul Farnum
SlGfPATURE
President
TrrLE
October 6, 2023
Exhibit "A"
NQ! 011USIGN,4fFIDAVfT OF PRIME 11110DWSUKOWRACrOR
State of Texas)
County of Williamson)
City of Round Rock)
Paul Farrtum
being the first duly sworn, deposes and says that;
1-me/she isof owner aff=arnum Enterprises, Inc. dbe B&O Construction
(Owner, partner, etc.) tCompany)
the Bidder that has submitted the attached Bid;
2. He/she is fully Informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Sid;
4, Neither the said Bidder nor any of its officers, partners, owners, subCorhtractors, agents,
rem employees or pasties In interest Indudt% this affiant, has In any way colluded,
conspired, connived or Weed, directly or Indirectly, with any other Bidder, firm or person to submit a
sham Bid in coruiection with the Contract for which the attached Bld has been submitted or to refrain
-.µ from bidding in connection wM such Contract, 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
Price or prices in the attached Bid or of any other Bidder, or to fir overhead, profit or cost element of
the bid price or the bid price of any other bidder, or to secure though any collusion, conspiracy,
connivance or unlawful agreement and advantage against the Cry of Round Rock;
5. NO member of the City Council, or any person in the employ of the City Is directly or indirectly
Interested in the bid, or the work to which it retates, or in any portion of the profits thereof; and,
6. The price of prices quoted in the attached Bid are fair and proper and are+ not tainted try any Collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of Its agents.
representatives, owners, employees or parties in Interest including this affiant;
7, i have read and understand th540cument and agrees) to Comply with the terms and conditions
contained as t he f; I Bidder am not indebted to the City of Raund�Ck In any form or
Manner.
Signature- !/t^ pan: October 6, 2023
rifle: President Hoary. Phyllis Gibich
Ikpply Notary Sea!) (Print or type names under all signatures)
Exhibit "A"
% form to be submiurd with aid;
MrNORITV AND WOMEN'S BUSYNESS ENTERPRISE UTILIZATION
Grant Applicant City of Round Rock, eRxas
XSMET
---------------------------
pro jest Numb= 24-004
ContractorlEnginerx Famum Enterprises Inc_ dba B&O Construction
Address, City, State, aad zip 16237 HwY 620. Suite F-405, Austin, TX 78717
contact Person Paul Famurll Ueptmne No 612-989-6222
Amount of Contme, MBE Petcentage WBE Perccn
t. MBE x Texas Association of African
5ubwntractor Chamber
WBE X Address, City, State, Zip 807 Brazos St Ste 710, Austin, TX 78701
Contact Person infa Wacc.org (512) 63 5610
Amount of Subcontra.^.t TBa Tax IA Number
Swpe Of Work KVAC, electrical, plumbing, and fencing
2. MBE X Subcontractor Texas Association of Mexican American Chamber
WBc X Address, City, State, Zip 606 Main St. Buda, TX 78610
Contact Persoj praslderft@tamacc.org (512) 444-5727
Amourt of Subcontrau Tan Tax ID Number
Scope of Work HVAC, electrical, plumbing, and fencing
I IMBE_ - X _ Subcontractor
wBE X Address, City, State, Zip1402 Corinth St, Dalas, TX 75215
C9ntalA Persoa inf0Qgdaacc corn (469) 620-2499
Amew of Subomtnwt TBD Tax ID Xwnber
Smpe Of [York HVAC, electrical, plumbing, and fencing
4. I%IBE X Subcontractor Barrier FenC6
W$E X Address, City, State, Zip 402A W. Palm Valley Blvd. #181. Round Rock, TX 78664
Contact Person Mariesha Williams 512-709-8467 MelindaQbarderfenee.com
Amount of Subr atracl TBD
- - -- i'w m Nc,rnl7cr
Scope Of Work Fencing
Exhibit "A"
This foam to be subatiW with Sid:
MORITV AND woMEN'S BUSINESS ENTERPRISE UTILIZATION
WORKSHEET
t3rantApplicant City of Round Roe-k. Texas
P roject Number 24-004
CoritracwriEngincer Famum Enterprises, Inc. dba B&O Construction
-kddss, City, State, and. Zip 16238 Hwy 620, Suite F405, Austin, TX 78717
' Contact Person Paul Farftum
Telephone No _
Amount of Contract wiBE Pctrzatage Wt3E Pereentage: _
MBE Subcontractor T Women in i3usiiles.4 Atlstjn —
WOE X AAdress, City, State, zip 3801 N Capital Of Texas Hwy, Austin, TX 78746
Contact?=on texaswomeninbusiness@outlookcom {592) I 2422
amount of Subcontract TBD Tax [O Numba
soope OtWork HVAC, electrical, fencing and plumbing
t
' MBE—= —
Subcontractor
WBE
Address, City, State. Zip
Contact Person
Amount of Subcontract
y
Tax ID i'iurrther
Scope Of Work
3. MBE
Subcontractor
NVBE
Address, City, State, Zip
Contact Person
Amount of Subcontract
Tax ID Number
Scopc Of Work
¢' MBE
Subcontractor
' W$E
Address. City, State, ZIP
Contact Person
Amount of Subcontract T— ED Number
Scope Of work
i Solicitations sent, no responses received.
EXHIBIT "B"
W9 FORM
co
Form W-9
(Rev. October 2018)
0epartlrlenl of fie Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
L ► 0ro to
on your income tax mu
name, itddferent from
on
for Instmadons and the latest information,
dba B&O Construction
3 Check appropriate box for federal tax classification of the per
following seven boxes. son whose name is entered on tile' . Check only errs of the
r6 ❑ IrK iVXkMWaole propr#etor or (D 0 corporatton ❑ S Corporation ❑ Pea+errhip ❑ Tuavestate
e� singfe-mamtier LLC
c ❑ Lhriaed Gab uy company. Eater the tan classification fC C corporation. S S corporation, P.Amtrtership) ►
Notx Check the appropriate box in the Ilse above for fire tex classification of the single -member owner Do not check
LLC R the LLC is clasalfled as a singfe-member LLC that is dyed from the owner.,mless ttre owner of the LLC Is
another LLC that is not disregarded from the owner for US, federal tax purpom& Otherwise, a s m9le-member LLC the
9 disregarded from the owner should check the appropriate box for the tan classification of Its owner.
Ej Other (see ,nsftollons) /
8 Address (number, street, and apt or suite nod See instructions. RMAstees name
1 SZ38 FM 620Suite F•405
amount
Enter your TiN in the appmpriets box. The -nN prmddtad must match, the, name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSM. However, for a
resident alien, a ile proprietor, or disregarded entity, see the instructions for Part I. later For other
entities, it is your employer identifik:alfon number (EIM. If you do rrot have a number, we Now to gat a
TIN, Inter,
Note; If the account is in more than one name, sae the Instructions for line 1 _ Also see What Name and
Number To Give the Requester for guldeiintls on whose number to enter.
or
Ohre Form to the
requef;trr~tr. Do not
send to the IRS.
4 Exemptions (codes apply only to
obtain entities, not individuals: see
instructions on page 3):
Exempt payee code (it any)
Exemption from FATCA reponing
code Of any)
KPPkt m.ma..s eehurwm &* nw u.a)
MUMMUMOMME
Under pertalties of perjury, I certify that
1. The number shown on this form i s my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) i have not boar notified by the Internal Revenue
Service (1RS) that I am subject to backup widiholdfng as a result of a failure to report all interest or clMdands, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if arty) frdicating that I am exempt from FATCA reporting is correct.
Certification instructions, You must cross out item 2 above If you have been notified by the IRS that you are currently subject to crackup withholding because
you have failed to report all interest and dividends an your tax return For real estate transactions, Item 2 does not apply. For rnortgage interest paid,
acquisition or abandonment of secured property, Fmceliation of debt, cantributlons to an Individual retirement arrangement ORA), and generaly, payments
other than interest and dividend are pot . aired to sign the oartification, but you must provide your correct TIN. See the inshuctions for Part 11. later.
Signature of
U.S. parson 0-
General lnstrubtions
Section references are to the Internal Revenue Code unless othervvis ,
noted.
Future dervelopmonts. For the latest information about developments
related to Form w 9 and Its Instructions. team as legislation enacted
after they were published, go to wwwJrs.gov/F tmK1?..
Purpose of Form
An Individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (11M which may be your social security number
(SSN), Individual taxpayer idendficatton number (n1N), adoption
taxpayer identification number (AT", or employer identification number
— (QM, to report on an Information MI:um the amount paid to you, cw other
amcorrt rapartabia on an ahfwnhnuon recur. ExerrrWas or rnrorrn.twn
returns inc'.ude. but are not limited to. the following_
• Form 1099-INT pntereet earned or paid)
oats Ph. 1 a, & , 2Z
• Form 1099-DN (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of Income, prizes, swards, or gross
proceeds)
• Form 1099-B QMck or mutual fund sales and certain other
transactions by brokers)
• Form 1099-5 (proceeds from real estate transactions)
• Form i 099-K (merchant card and third party network transactions)
• Form IOW (acme mortgage tntereA,1098-E (student loan interest),
1098-T (tuition)
• Form t099-C (canceled debt)
• Form 1099,A (acqulsition or abandonment of secured property)
Use Form W-9 only if you area U.S. person (tncluding a resident
-an), to prwrde your aorroot TIN.
It you do not Mfum Form W-9 to the requeater whh a 77N, you might
be subject to backup withftotdtng. See What is backup withholding,
later
Cat No 10231X Form W-9 (Rev. 10-2018)