CM-2025-025 - 1/31/2025 COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)-
COMMUNITY HOUSING REPAIR AND REHABILITATION PROGRAM
CONTRACTOR AGREEMENT
This CDBG Community Ho , epair and Rehabilitation Program Contractor
Agreement (Agreement), is made this -75F.Yrday I1 � , 2025, between the
CITY OF ROUND ROCK, Texas, 221 East Main S -et, Round Ro , Texas ("CITY"), and
FARNUM ENTERPRISES, INC., dba B&O Construction, 16238 Highway 620, Suite F-405,
Austin,Texas 78717 ("CONTRACTOR").
RECITALS
WHEREAS, CITY has been awarded grant funds which may be spent by CITY for the
provision of certain services authorized under the U.S. Department of Housing and Urban
Development(HUD)Community Development Block Grant(CDBG)Program; and
WHEREAS, CITY wishes to assist qualified homeowners in the minor rehabilitation of their
residence by providing a grant to pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation; and
WHEREAS, CITY issued its "Invitation for Bid" for the provision of such labor, materials
and equipment; and
WHEREAS, CITY has determined that the CONTRACTOR is the lowest responsible
bidder; and
WHEREAS, CITY will pay CONTRACTOR for labor, materials and equipment to be
utilized in the rehabilitation of TURTLE CREEK VILLAGE PHASE 3, BLOCK Z, LOT 7,
Williamson County, Texas, also known as 917 Heritage Springs Trail, Round Rock, Texas 78664
(the "Property"), as specified in the CITY'S Invitation for Bid designated IFB No. 25-007 and
CONTRACTOR's BID RESPONSE for CDBG Home Repairs — Location #2 (collectively the
"Bid Documents"), attached hereto and incorporated herein as Exhibit "A," by reference for all
purposes;
NOW THEREFORE, for and in consideration of the mutual promises and covenants set
forth herein, and other good and valuable consideration, the receipt and sufficiency of which are
hereby acknowledged, CITY and CONTRACTOR agree as follows:
ARTICLE 1
GENERAL REQUIREMENTS
1.1 CITY will pay CONTRACTOR Twenty-Two Thousand Seventy-Six and No/100
($22,076.00) ("Contract Amount"). Funds will not be used to pay the homeowner or
members of its family.
C-I' dia
4907-1630-4146/ss2
1
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
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$5,519.00.
1.5 All work specified in the Bid Documents will be satisfactorily completed within ninety
(90)days from the date of the Notice to Proceed.
1.6 There shall be no Bid Document line item deletions.
ARTICLE 2
CONTRACTOR'S RESPONSIBILITIES
2.1 CONTRACTOR will ensure that all work performed under this Agreement is permitted
and inspected by CITY's Building Inspection Division. CONTRACTOR agrees to be duly
licensed under CITY ordinances and State laws and be responsible for obtaining the
building permit.
2.2 CONTRACTOR understands that it is solely responsible for meeting the terms and
conditions of this Agreement. If CONTRACTOR fails to properly perform or complete
any of the work specified in the Bid Documents, CONTRACTOR will not receive funding
for any work that is found to be improperly performed or incomplete.
2.3 CONTRACTOR understands that all work described in the Bid Documents must be
completed before any funds will be paid out.
2.4 CONTRACTOR understands that the job will be inspected by a CITY Inspector and
Construction Advisor before any funds will be paid out.
2.5 CITY will provide a Notice to Proceed to CONTRACTOR to commence work.
CONTRACTOR agrees to start work within thirty (30) calendar days after receipt of the
Notice to Proceed. If CONTRACTOR fails to commence work within thirty (30) days
from the date on the Notice to Proceed, CITY will have the right to terminate this
Agreement,by providing a written notice of termination to CONTRACTOR.
2
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
3
Subcontractors.
3.7 FRAUDULENT ACTS. CONTRACTOR nor any of its officers, partners, owners,
agents, representatives, employees, subcontractors or parties in interest has in any way
colluded, conspired, connived or agreed, directly or indirectly with any other bidder,
firm, or person to submit a collusive or sham bid in connection with CONTRACTOR for
which the bid has been submitted or to refrain from bidding in connection with this
Agreement, or has in any manner, directly or indirectly, sought by agreement or collusion
or communication or conference with any other bidder, firm, or person to fix any
overhead, profit, or cost element of the bid price shown in the Bid Documents or the bid
price of any other bidder, or to secure through any collusion, conspiracy, connivance, or
unlawful agreement, any advantage against CITY or any person interested in this
Agreement; and the price or prices quoted are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of CONTRACTOR
or any of its agents,representatives,owners, employees, or parties in interest.
3.8 INTEREST OF MEMBERS, OFFICERS, EMPLOYEES OF PUBLIC BODY,
MEMBERS OF LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS. No
member, officer, or employee of CITY, or its designees or agents, no member of the City
Council, and no other public official of CITY during his/her tenure or for one (1) year
thereafter, will have any interest, direct or indirect, in any contract or subcontract, or the
proceeds thereof, for work to be performed in connection with the program assisted under
this Agreement.
3.9 PROHIBITION OF BONUS OR COMMISSION. The assistance provided under this
Agreement will not be used in payment of any bonus or commission for the purpose of
obtaining CITY approval of the application for such assistance.
3.10 STATUTE OF LIMITATIONS. As between the parties to this Agreement, as to all acts
or failures to act by either party to this Agreement, any applicable statute of limitations
will commence to run and any alleged cause of action will be deemed to have accrued in
any and all events when the party commencing said cause of action knew or should have
known of the existence of the subject act(s)or failure(s)to act.
3.11 INDEMNIFICATION. CONTRACTOR will defend, indemnify, and hold CITY, its
successors, assigns, officers, employees and elected officials harmless from and against
all suits, actions, legal proceedings, claims, demands, damages, costs, expenses,
attorney's fees, and any and all other costs or fees arising out of, or incident to,
concerning or resulting from the fault of CONTRACTOR, or CONTRACTOR's agents,
employees, or subcontractors, in the performance of CONTRACTOR's obligations under
this Agreement,no matter how, or to whom, such loss may occur. Nothing herein will be
deemed to limit the rights of CITY or CONTRACTOR (including, but not limited to the
right to seek contribution) against any third party who may be liable for an indemnified
claim.
3.12 CHANGE ORDERS. CONTRACTOR expressly agrees that no material changes or
alterations in the Bid Documents or price provided above will be made unless in writing,
4
mutually agreed to by the homeowner and CONTRACTOR, and authorized by CITY.
3.13 TERMS. All references in this Agreement to any particular gender are for convenience
only and will be construed and interpreted to be of the appropriate gender. For the
purposes of this Agreement the term "will" is mandatory.
3.14 SEVERABILITY. Should any provision in this Agreement be found or deemed to be
invalid, this Agreement will be construed as not containing such provision, and all other
provisions which are otherwise lawful will remain in full force and effect, and to this end
the provisions of this Agreement are declared to be severable.
3.15 PUBLIC INFORMATION ACT. The CITY is governed by the Texas Public Information
Act, Chapter 552 of the Texas Government Code. This Agreement and all written
information generated under this Agreement may be subject to release under this Act.
3.16 PERFORMANCE. In performing this Agreement, CONTRACTOR will comply with all
local, state,and federal laws.
3.17 LIEN WAIVERS. CONTRACTOR agrees to protect, defend, and indemnify homeowner
and CITY from any claims for unpaid work, labor, or materials with respect to
CONTRACTOR'S performance. Final payment will not be paid until the
CONTRACTOR has delivered to CITY complete release of all liens for work completed
arising out of CONTRACTOR'S performance or a receipt in full, covering all labor and
materials for which a lien could be filed or a bond satisfactory to the homeowner and
CITY indemnifying him against any lien.
3.18 REPORTING REQUIREMENTS. CONTRACTOR agrees to submit a W9 Form,
attached hereto and incorporated herein as Exhibit "B" to fulfill reporting requirements
with the Internal Revenue Service.
ARTICLE 4
SUSPENSION AND TERMINATION
4.1 If CONTRACTOR fails to fulfill in a timely and proper manner its obligations under this
Agreement, or violates any of the terms or conditions of this Agreement, then the
CONTRACTOR will have ten (10) days from the date it receives written notice from
CITY directing it to cure or correct the defects. If CONTRACTOR fails to cure or
correct the defects as required by this agreement, CITY will have the right to terminate
this Agreement and to select a substitute CONTRACTOR. If the expense of finishing the
work exceeds the amount of this Agreement, CONTRACTOR will pay the difference to
CITY. Should CONTRACTOR fail to make corrections as directed by CITY, and such
breach of contract results in a violation of federal law or regulation for which CITY
receives a demand of reimbursement of grant funds from HUD or its successor, CITY
may terminate this Agreement immediately, and may recover from CONTRACTOR the
amount sought by HUD for reimbursement, up to the full amount of funds
CONTRACTOR received from CITY.
5
4.2 CONTRACTOR will not be relieved of the liability to CITY for damages sustained by
the CITY by virtue of any breach of this Agreement by CONTRACTOR. CITY may
withhold payment to CONTRACTOR until the amount of monetary damages due CITY
from CONTRACTOR is determined.
4.3 If CITY becomes aware of any CONTRACTOR activity which could jeopardize CITY's
position with HUD and cause CITY to return CDBG funds or other federal funds
received by CITY, CITY may take appropriate action, including injunctive relief against
CONTRACTOR, to terminate or prevent the activity. Failure of CITY to exercise this
right will not constitute a waiver by CITY of its right to demand payment or to seek any
other relief in law or in equity to which it may be entitled.
ARTICLE 5
PAYMENTS
5.1 For work completed by CONTRACTOR, as described in the Bid Documents, CITY
agrees to pay CONTRACTOR the Contract Amount after all of such work is found to be
satisfactorily completed and is inspected by the Construction Advisor and CITY
Inspector, in accordance with the CITY'S Prompt Payment Policy.
ARTICLE 6
ATTORNEY'S FEES
6.1 Any party to this Agreement who prevails in any legal proceedings between the parties
regarding this Agreement will be entitled to recover court costs and reasonable attorney's
fees from the non-prevailing party.
ARTICLE 7
VENUE AND REMEDIES
7.1 This Agreement is governed by the laws of the State of Texas. Exclusive venue for any
dispute arising under this Agreement is in Williamson County,Texas.
ARTICLE 8
COMPLIANCE WITH LAWS,CHARTERS AND ORDINANCES
8.1 CONTRACTOR, its agents, employees and subcontractors shall use best efforts to
comply with applicable federal and state laws, the Charter and Ordinances of the CITY,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
8.2 In accordance with Chapter 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
6
Israel and will not boycott Israel during the term of this Agreement.
ARTICLE 9
SUCCESSORS AND ASSIGNS
9.1 CITY and CONTRACTOR, respectively, bind themselves, their successors, assigns and
legal representatives to the other party to this Agreement and to the successors, assigns
and legal representatives of the other party with respect to all covenants of this
Agreement. Except for CONTRACTOR'S assignment of mechanic's lien contracts and
mechanic's lien notes to the CITY pursuant to Paragraph 1.7, neither CITY nor
CONTRACTOR will assign, sublet, or transfer any interest in this Agreement without the
written consent of the other party.
ARTICLE 10
ENUMERATION OF CONTRACT DOCUMENTS
10.1 This Agreement represents the entire and integrated agreement between CITY and
CONTRACTOR for the work specified in Exhibit "A" and supersedes all prior
negotiations, representations or agreements either written or oral. This Agreement may
be amended only by written instrument signed by CITY and CONTRACTOR. The
Agreement contains the following exhibits attached to and incorporated in this
Agreement for all purposes:
(1) Bid Document(Exhibit"A")
(2) W9 Form(Exhibit"B").
ARTICLE 11
ACKNOWLEDGMENT
11.1 The above warranties are in addition to, and not in limitation of, any and all other rights
and remedies to which CITY and the homeowner, or subsequent owners, may be entitled,
at law or in equity, and will survive the conveyance of title, delivery of possession of the
Property, or other final settlement made by the homeowner and will be binding on the
undersigned notwithstanding any provision to the contrary contained in any instrument
heretofore,and thereafter executed by the homeowner.
[Signatures on the following page.]
7
This Agreement is effective as of the date first written above.
CONTRACTOR: CITY:
FARNUM ENTERPRISES, INC. CITY OF ROUND ROCK
a C struction
Na ;�,.u�a1�� Brooks Bennett, ity Mana er
1"/ 1)44
1-
Title
8
EXHIBIT "A"
BID DOCUMENTS
9
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 25-007
NOVEMBER 2024
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
COMMUNITY DEVELOPMENT BLOCK GRANT(CDBG) HOME REPAIRS
PART I
GENERAL REQUIREMENTS
1. 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 four 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-
Description Index
Part I—General Requirements Page(s)2-6
Part II—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 Separate Attachment
Attachment C—Bid Sheet Separate Attachment
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
Attachment H-Location#4 Separate Attachment
Attachment I-CDBG Federal Requirements Separate Attachment
Attachment J -SAM Registration Separate Attachment
Attachment K - Debarment Certification Separate Attachment
Attachment L-W-9 Form 2024 Separate Attachment
Attachment M -Conflict of Interest Affidavit and Info Separate Attachment
Attachment N - Equal Employment Certification Separate Attachment
Attachment 0-Clean Air and Water Certification Separate Attachment
Attachment P-Certification of Non-Lobbying Separate Attachment
Attachment Q-Non-Collusion Affidavit Separate Attachment
Page 2 of 10
City of Round Rock
Community Development Block Grant(CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
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.
EVENT DATE
Solicitation released Wed 11/13/2024 8:00 AM CST
Mandatory Pre-Bid meeting/site visit Wed 11/20/2024 8:30 AM CST
Deadline for submission of questions Mon 11/25/2024 5:00 PM CST
City responses to questions or addendums Approx Mon 12/02/2024 5:00 PM CST
Deadline for submission of responses Friday 12/06/2024 2:00 PM CST
All 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:
https://roundrocktexas.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website:
https://roundrocktexas.bonfirehub.com
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://roundrocktexas.bonfirehub.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 I, 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 78664
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.
Page 3of10
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
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: https://roundrocktexas.bonfirehub.com
A. This Invitation for Bid (IFB) 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 IFB 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. 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 IFB 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: https://roundrocktxvendors.munisselfservice.comNendors/default.aspx
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
❑ Attachment C—Bid Sheet
❑ Attachments L, M, N O,P Q, R and S
❑ 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 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.
Page 4 of 10
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
10. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties"that is signed for a contract
award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
11. 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.
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 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 Timely 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
Page 5 of 10
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
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
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
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/purchasinq/. 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.gov/city-departments/purchasinq/
Page 7 of 10
City of Round Rock
Community Development Block Grant(CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. 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. 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 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.
3. 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 this Solicitation Document on the Bonfire Portal
https://roundrocktexas.bonfirehub.com
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.
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.
6. 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,
Page 8 of 10
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs "
IFB 25-007
Commodity Code: 909-62
November 2024
insurance, bonds, and risk management. No separate line-item charges shall be permitted for either
response or invoice purposes.
7. ACCEPTANCE/INSPECTION: Acceptance/Inspection 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.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance
anytime during the contract term.
9. 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.
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 notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https://roundrocktexas.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 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: The City's designated representative shall be:
Elizabeth Alvarado
Coordinator-CDBG
Community& Neighborhood Services
Phone: 512-341-3328
E-mail: ealvarado[a)roundrocktexas.gov
C. Do not contact the individual listed above with questions or comments regarding this solicitation during
the solicitation process.
Page 9 of 10
City of Round Rock
Community Development Block Grant (CDBG) Home Repairs
IFB 25-007
Commodity Code: 909-62
November 2024
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 10 of 10
ROUND ROCK TEXAS
PURCHASING DIVISION
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation: IFB 25-007 Addendum No: 1 Date of Addendum: 11/25/24
This addendum is to incorporate the following changes to the above referenced solicitation:
Revised Solicitation Schedule:
• Deadline for submission of Vendor Questions: Wed 12/4/24 by 5:00 PM
• City Response to Questions or Addendums: Approx Tuesday 12/10/24 by 5:00 PM
• Deadline for submission of responses in Bonfire: Tuesday 12/17/24 by 2:00 PM
II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into
and made a part of the above referenced solicitation.
7
ROUND ROCK TEXAS
PURCHASING DIVISION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: IFB 25-007 Addendum No: 2 Date of Addendum: 12/04/24
This addendum is to incorporate the following changes to the above referenced solicitation:
Solicitation Schedule Update
Deadline for submission of Vendors questions has been extended to Friday 12/6/24 5:00PM
II. Documents
A. Attachment C—Property Bid Sheet has been replaced with Attachment C- Property Bid Sheet-
Addendum 2 Update.
B. Attachment E- Location 1 has been replaced with Attachment E- Location 1 Addendum 2 Update
C. Attachment F-Location 2 has been replaced with Attachment F- Location 2 Addendum 2 Update
D. Attachment G-Location 3 has been replaced with Attachment G- Location 3 Addendum 2 Update
E. Attachment H-Location 4 has been replaced with Attachment H- Location 4 Addendum 2 Update
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into
and made a part of the above referenced solicitation.
r-ROUND
CK TEXAS
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: IFB 25-007 Addendum No: 3 Date of Addendum: 12/09/24
This addendum is to incorporate the following changes to the above referenced solicitation:
Questions and Answers
1. Q-Will there be a Lead Protocol issued for the remediation/abatement from Choice Environmental Engineer?
A- No, the City asks that the awarded contractor use safe lead practices.The City will hire an engineer to do
a lead dust wipe sampling and submit to a lab for testing upon completion of the project. Included with this
addendum is a reference document titled "Lead Renovation, Repair and Painting Program" published by the
US Environmental Protection Agency(EPA).
2. Q- Location 1-Should we include replacing the wallpaper in the bathroom where the tub surround is to be
replaced or provide a trim transition at the wallpaper to the tub surround.
A- For Location 1,wallpaper replacement can be included in the pricing,the Bid Sheet has been updated in
Addendum#3.
3. Q- Location 2- Master bathroom. Although the client has 9 pcs. of matching ceramic tile- if during the
removal of the existing tile just enough to remove the pan damages the remaining tile it will be necessary to
remove all the tile. Should we price to remove all the tile and replace it with new tile?That would be the better
repair. Also, as part of the work the end panel at the tub to shower is cultured marble and will need to be
removed along with the 2" cultured marble trim and reset during this process. These pieces may need to be
replaced also.
A- If the nine pieces of tile are not enough and all the tile needs to be removed and replaced with new tile a
change order will be processed. Pricing can be included for the removal and replacement of the end panel of
cultured marble at tub to shower as well as the 2" if cultured marble trim removal and replacement. The Bid
Sheet has been updated in Addendum-#3.
II. Documents
A. Attachment C—Property Bid Sheet-Addendum 2 Update has been replaced with Attachment C- Property
Bid Sheet-Addendum 3 Update.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into
and made a part of the above referenced solicitation.
i
ROUND ROCK TEXAS
PURCHASING DIVISION
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: IFB 25-007 Addendum No: 4 Date of Addendum: 12/10/24
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Questions and Answers
1. Q- The siding for Location#4 has 1 1/2"grooves. This pattern is not available. Please advise as to how repair
A- For Location#4 the Contractor is to select and bid on a siding that is as close to the original siding as
possible. The siding bid is subject to the approval of the homeowner.
II Documents
1. Attachment C—Property Bid Sheet-Addendum 3 Update has been replaced with Attachment C- Property Bid
Sheet-Addendum 4 Update.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into
and made a part of the above referenced solicitation.
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB 25-007
RESPONDENT'S NAME: Farnum Enterprises, Inc.dba B&O Construction DATE: 12/11/2024
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 City of Round Rock
Name of Contact Liz Alvarado
Title of Contact CDBG Coordinator
E-Mail Address ealvarado(a.roundrocktexas.gov
Present Address 221 East Main Street
City, State, Zip Code Round Rock, TX 78664-5299
Telephone Number 512-341-3328
2. Company's Name Health & Human Services Commission
Name of Contact Gilbert Munoz
Title of Contact Contract Specialist, Construction and Building Maintenance
E-Mail Address Gilbert.munort hhs.texas.gov
Present Address 4601 West Guadalupe Street
City, State, Zip Code Austin, TX 78751
Telephone Number 512-406-2473
3. Company's Name Austin State Supported Living Center
Name of Contact Thomas Chavez
Title of Contact Operations Manager
E-Mail Address Thomas.chavez@hhsc.texas.gov
Present Address 2203 West 35th St.
City, State, Zip Code Austin, TX 78703
Telephone Number (512)571-1334
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
ATTACHMENT B
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: IFB 25-007
RESPONDENT'S NAME: Farnum Enterprises, Inc. dba B&O Construction DATE: 12/16/2024
• 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 Company, Inc.
Name of Contact Ian Rolls
E-Mail Address ian@mercuryelectricinc.com
Address 401 Lone Man Creek Drive
City, State, Zip Code Wimberley, TX 78676
Telephone Number 512-434-9280
Describe work to be Add electric disconnect and service plugs
performed
Percentage of contract 1 %
work to be performed
2. Subcontractor Name Yawn Heating and NC, Inc.
Name of Contact Teren
Title of Contact
E-Mail Address teren@yawnac.com
Address 1807 Eclipse Cove
City, State, Zip Code Cedar Park, TX 78613
Telephone Number 512-750-7395
Describe work to be HVAC installation
performed
Percentage of contract 22 %
work to be performed
• Add additional pages as needed
Attachment C- Property Bid Sheet-Addendum 4 Update
Solicitation Number: IFB 25-007
Solicitation Description: CDBG HOME REPAIRS
The Respondent represents that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents
Contained in IFB No.25-007 CDBG Home Repairs.The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,
addendums,and all documents incorporated by reference,and agrees to be bound by the terms therein.
Special Instructions: Be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid. Alternative bids will not be considered
and unauthorized modifications to the bid Sheet format will result in the rejection of the bid. The City reserves the right to choose which repairs will be
completed based on budget and the budget may not include all repairs listed per location.
NOTE:You must bid all line items for a location,there are 4 separate locations.Only 1 contractor will be awarded per location.
Location #2
LINE AREA DESCRIPTION LINE ITEM TOTAL
OUTSIDE
1 Front Steps Replace rotted bottom boards on both sides of stairs and the board on the top right side of stairs. $750.00
2 Entry Door-Garage Remove rotted board under door and replace with like board and replace door with pre-hung door and frame of
similar type,reuse the door hardware,paint board and door with 2 coats to match. $1,389.00
LAUNDRY ROOM
3 Laundry/Pantry Remove and replace damaged wallboard and insulation.Paint to match two coats.
Room
$2,622.00
4 Kitchen Paint kitchen wall on other side of pantry,paint to match $195.00
ROOF
5 Roof Gable Replace rotten section of roof gable,paint to match, located on right side of house when viewing from the front. $176.00
HVAC
HVAC
6 Replace outside HVAC Condenser Unit $4,500.00
7 HVAC Replace Furnace Unit $6,536.00
BATHROOM
Replace shower floor pan with like shower floor pan.Replace tile as needed.Owner has matching tile. Pricing to $5,908.00
8 Bathroom include the replacement of the end panel of cultered marble at tub to shower as well as the 2"of cultered marble
trim removal and repalcement.
COMPANY NAME
B&O Construction
NAME OF
AUTHORIZED aul Farnum
REPRESENTATIVE:
SIGNATURE
PHONE NUMBER: 512-989-6222
EMAIL ADDRESS: paul(a bnoconstruction.corn
Attachment M
CONFLICT OF INTEREST
SUMMARY OF RULES FOR CDBG CONTRACTORS
I. 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
in 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 employees or board members,
• A city employee or consultant who exercises CDBG-
related functions as part of their city position?
• A City Official?
Are any immediate family members 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 employees or board members receive a financial interest or
benefit from CDBG funds (other than employee salaries or personnel
benefits)? Will any immediate family members or business 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 a financial effect on a
city official or employee wo exercises CDBG-related functions, or an
immediate family member or business associate of such person? For
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 be taken 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 COBG
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 during the contract.
The following Federal and State Conflict of Interest Laws govern activities
funded with CDBG funds:
• HUD conflict of interest regulations(24 CFR Part 570.611 and 24 CFR
Part 85.36)
• Texas Local Government Code Chapter 171.004
II. City Officials,Their Family,or Business Partners Benefitting from CDBG
Protects.
HUD Rule. The HUD conflict of interest rule prohibits any "covered
person" associated with the City (as defined below) from obtaining a
financial interest 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,consultant,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
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 CDBG activity. The HUD rule further prohibits anyone with "family or
business ties" to the covered public official from receiving a financial
interest or benefit.
State 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 public official of the City, should publicly recuse
him/herself from participating in any discussions relating to the CDBG
grant-making process. Failure of the person to recuse him/herself before
the discussions begin may disqualify the organization's application for
funds.
III. Interests of persons associated with the contractor.
The HUD rule also addresses financial interests that are held by certain
persons associated with a CDBG contractor. The HUD rule prohibits any
"covered person" associated with the contractor from obtaining a
financial interest or benefit(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 and 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
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. Remedies and Sanctions.
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 (1) suspend
CDBG payments, (2) terminate the contract, (3) require reimbursement
by the contractor to the City of HUD of any amounts already disbursed
and/or (4) bar future CDBG funding of the contractor in the event HUD
suspends or terminates its rant to the city for conflict 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 Name:
1 a I , _1 a,()d,y Farnum Enterprises, Inc_ dba B&O Construction
Printed Name and Title: 'A thoriz*d Signatory:
Paul Farnum, President
CITY OF ROUND ROCK
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
AFFIDAVIT REGARDING CONFLICT OF INTEREST
Acknowledgement:
!, the undersigned, certify that I have read and understand the conflict of interest
regulations by the US Department of Housing 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
decision-making process or gain inside information with regard to these activities, may
obtain a financial interest or benefit from a CDBG-assisted activity,or have an interest in
any contract, subcontract, or agreement 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(c)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 official or appointed official to the recipient,or of any designated public agencies,
or of subrecipients that are receiving CDBG funds.
Certification:
I,theth undersigned,certify and report that to the best of my knowledge,
�'have no conflict of interest to disclose
o I have the following conflict of interest to disclose:
Date: 0 \ to a0�� Company/Vendor Name:
Farnum Enterprises, Inc. dba B&O Construction
Printed Name and Title: /� Authorized Signatory:
Paul Farnum, President �'
sTh
Attachment N
U.S.DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION OF BIDDER REGARDING EQUAL
EMPLOYMENT OPPORTUNITY
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246(30 F.R. 12319-25). The implementing
rules and regulations provide that any bidder or prospective contractor, or any of their proposed
subcontractors, shall state as an initial part of the bid or negotiations of the contract, whether it has
participated in any previous contract or subcontract subject to the equal opportunity clause;and,if so,
whether it has filed all compliance reports due under applicable instructions.
Where 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 contract shall be awarded unless such report is submitted.
CERTIFICATION BY BIDDER
Bidder's Name: Farnum Enterprises, Inc. dba B&O Construction
Address and zip Code: 16238 Hwy 620 North, Suite F405, Austin, TX 78717
Bidder has participated in previous contract or subcontract subject to the Equal
Employment Opporuf ity Clause.
Yes No /- (If answer is yes,identify the most recent contract)
Compliance reports were required to be filed in connection with such contract or
subcontract.
Yes No (If answer is yes,identify the most recent contract)
3 Bidder has filed all compliance reports due �undeplicable instructions,including SF-100.
Yes No None Required JJ\\
If answer to Item 3 is"No",please explain in detail on the reverse side of this
certification.
Certification —The information above is true and complete to the best of my knowledge and belief.
Paul arnumresident
(Na a d Ti a Signer—please type)
q, , 12/16/2024
S a
Date
D 42
CERTIFICATION OF SUBCONTRACTOR REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
NAME OF PRIME
CONTRACTOR: Famum Enterprises, Inc. dba B&O Construction
PROJECT$: IFB 25-007 Community Block Development Grant Home Repairs
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246(30 F R 12314-25) The implementing rules and
regulations provide that any bidder or prospective contractor,or any of their proposed subcontractors,shall state as
an initial part of the bid or negotiations of the contract,whether it has participated in any previous contract or
subcontract subject to the equal opportunity clause;and,if so,whether it has filed all compliance reports due under
applicable instructions
Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions,
1 such bidders shall be required to submit a compliance report within seven
(7)calendar days after bid opening. No contract Matt be awarded irriless such report is submitted.
CERTIRCAT1ON BY SUBCONTRACTOR
NAME AND ADDRESS OF SUBCONTRACTOR(Include ZIP Code)
Mercury Electric Company, Inc.
401 Lone Man Creek Drive
-- Wmberley, Texas 78676
I Subcontractor has participated in previous contract or subcontractor subject to the
Equal Employment Op rtunity Clause.
Yes No (If answer is yes,identify the most recent contract)
2. Compliance reports were required to be filed in connection with such contract or
subcontract.
Yes No (If answer is yes,identify the most recent contract)
i. 3 Bidder has filed all comp' nce reports due under applicable instructions,including SF-100.
Yes _ No None Required___ __J_
4 Have you ever been or are you being considered for sanction due to violation of
Executive Order 11246,as amended.
Yes No
i
Certification — e information above i true d comp etc to the of my knawlje}i e and trFltei
(CM oaf V,(e fft c(c4 i //l cr/y e (".vv f,ny
(Name and Title of Si -please type)
lq� ids 1 g////a_,./ ____,
signature Date
Th
CERTIFICATION OF SUBCONTRACTOR REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
NAME OF PRIME
CONTRACTOR: Famum Enterprises, Inc.dba B&O Construction
PROJECT#: IFB 25-007 Community Block Development Grant Home Repairs
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246(30 F.R. 12319-25). The implementing rules and
regulations provide that any bidder or prospective contractor,or any of their proposed subcontractors,shall state as
an initial part of the bid or negotiations of the contract,whether it has participated in any previous contract or
subcontract subject to the equal opportunity clause;and,if so,whether it has filed all compliance reports due under
applicable instructions.
Where 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 contract shall be awarded unless such report is submitted.
CERTIFICATION BY SUBCONTRACTOR
NAME AND ADDRESS OF SUBCONTRACTOR(Include ZIP Code)
Yawn Heating and NC, Inc.
1807 Eclipse Cove
Cedar Park, TX 78613
I Subcontractor has participated in previous contract or subcontractor subject to the
Equal Employment Opportunity Clause.
Yes No (If answer is yes,identify the most recent contract)
Compliance reports were required to be filed in connection with such contract or
subcontract.
Yes No (If answer is yes,identify the most recent contract)
Bidder has filed all compliance reports due under Applicable instructions,including SF-100.
Yes No None Required 1(
4 Have you ever been or are you being considered for sanction due to violation of
Executive Order 11246,as amended.
Yes No X
Ce fi do —The VriaAiiizabove ' true and comps too the bes of my knovtd belief.
(Name and Tit Si r—please type)
-12../1 • 11,
Signature Date
Attachment 0
CLEAN AIR AND WATER CERTIFICATION
(For all contracts exceeding$100,000 including indefinite quantifies where the
amount is expected to exceed$100,000 in any year)
The Bidder certifies that:
1. Any facility to be used in the performance of this proposed contract is not listed on
the Environmental Protection Agency List of Violating Facilities;
2.The bidder will immediately notify the Procuring Agency,before award,of the receipt
of any communication from the Administrator,or a designee,of the Environmental
Protection Agency,indicating that any facility that the Bidder proposes to use for the
performance of this contract is under consideration to be listed on the EPA List of
Violating Facilities;and
3. The Bidder will include a certification substantially the same as this certification,
including this paragraph,in every non-exempt subcontract.
Signature of Contractor's Authorized Official: ✓
Name of Contractor's Authorized Official: Pa I Fain m
Title of Contractor's Authorized Official: President
Date: `a. Lp ` 4 0 d.y
Attachment P
CERTIFICATION ON NON-LOBBYING ACTIVITIES
CERTIFICATION FOR CONTRACTS,GRANTS,AND LOANS
The undersigned certifies,to the best of his or her knowledge and belief,that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf
of the Undersigned,to any person 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 extension, 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 person 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 this
Federal contract, grant or loan, the undersigned shall complete and submit
Standard Form-LLL,"Disclosure of Lobbying Activities," in accordance with its
instructions.
3. The undersigned shall require that the language of this certification be
included in the Award documents for all subawards at all tiers (including
contracts, subcontracts, and subgrants under grants and loans) 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 making or entering into this transaction imposed by section 1352, title
31, U.S. 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.
Pa Farnum President
— — TITLE
12/11/2024
I DATE
Attachment Q
NON-COLLUSION AFFIDAVIT Of PRIME BIDDER/SUBCONTRACTOR
State of Texas)
County of Williamson)
City of Round Rock)
Paul Farnum ,being the first duly sworn,deposes and says that:
1.He/she is of owner of Farnum Enterprises, Inc. dba B&O Construction
(Owner,partner,etc.) (Company)
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 Bid;
4.Neither the said Bidder nor any of its officers,partners,owners,subcontractors,agents,
representatives,employees or parties in interest including this affiant,has in any way colluded,
conspired,connived or agreed,directly or indirectly,with any other Bidder,firm or person to submit a
sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain
from bidding in connection with 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 fix overhead,profit or cost element of
the bid price or the bid price of any other bidder,or to secure through any collusion,conspiracy,
connivance or unlawful agreement and advantage against the City 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 relates,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 by 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 understaTd the document and agree(s)to comply with the terms and conditions
contained a5.the date ereZt 8.1 the Bidder am not indebted to the City of Round gck in any form or
manner. ./ •
Signature: Date: ,D l �, a�1 a y
I vim.
1 I
Title: ` f'e S 1 [A e I(\�. Notary: �
(Apply Notary Seal)(Print or type names under all signatures)
PWLLIS GIBICH
Io 1128775495
My Commission Expires
0Octobe►20 2027
Attachment R
INFORMATION REGARDING
THE USE OF MINORITY AND WOMEN'S BUSINESS ENTERPRISES(MBE/WBE)
Procedures for Implementation of 40 CFR Part 31.136(e)
(Minority Business EnterpriselWomen's Business Enterprise)
Each bidder must fully comply with the requirements, terms, and conditions of the
Federal policy to award a fair share of sub-agreements to minority and women's
businesses. The bidder commits itself to taking affirmative actions contained herein,
prior to submission of bids or proposals.
Affirmative Actions
1. When feasible, segmenting total work requirements to permit maximum MBE/WBE
participation.
2. Assuring that MBEs and WBEs are solicited whenever they are potential sources of
goods or services.This activity may include:
a. Sending letters or making other personal contacts with MBEs and WBEs
(contact CDBG for website information)or other MBEJWBEs known to the bidder.
MBEs and WBEs should be contacted when other potential subcontractors are
contacted,within reasonable time(fifteen days)prior to bid submission or closing
date for receipt of initial offers. Those letters or other contacts should
communicate the following:
i Specific description of the work to be subcontracted;
ii. How and where to obtain a copy of plans and specifications or other
detailed information needed to prepare a detailed price quotation;
iii.Date quotation is due to the bidder;
iv. Name, address, and phone number of the person in the bidder's firm
whom the prospective MBE/WBE subcontractor should contact for
additional information.
b. Sending letters or making other personal contacts with local, state, Federal,
and private agencies and MBE/WBE associations relevant to the project. Such
contacts should provide the same information provided in the direct contacts to
MBE and WBE firms.
3. Establishing delivery schedules, if feasible, which will encourage participation by
MBEs and WBEs.
Determination of Compliance
It is to be noted that bidders must demonstrate compliance with MBE/WBE
requirements to be deemed responsible. Demonstration of compliance shall
include, but is not limited to,the following information:
1. Names, addresses, and phone numbers of MBE/WBEs expected to perform
work;
2.Work to be performed by the MBEs and WBEs;
3. Aggregate dollar amount of work to be performed by MBEs and WBEs, showing
aggregate to MBEs and aggregate to WBEs separately;
4. Description of contacts to MBE and WBE organizations, agencies, and associates
which serve MBE/WBEs, including names of organizations, agencies,and associations,
and date of contacts;
5. Description of contacts to MBEs and WBEs, including number of contacts,fields, (i.e.
equipment or material supplier,excavators, transport services, electrical subcontractors,
plumbers, etc.)and date of contacts.
To demonstrate compliance, all bidders must complete the following Minority and
Women's Business Enterprise Utilization Worksheet and submit it to the Owner with
their bid.
This form to be submitted with Bid:
MINORITY AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION
WORKSHEET
Grant Applicant City of Round Rock
Project Number IFB 25-007
Contractor/Engineer Farnum Enterprises, Inc.dba B&O Construction
Address,City,State,and Zip 16238 Hwy 620 North, Suite F405,Austin, TX 78717
Contact Person Paul Famum Telephone No 512-989-6222
Amount of Contract MBE Percentage WBE Percentage:
1. MBE Subcontractor Harris Energy Solutions LLC
WBE X Address,City,State,Zip 310 West Main St.SUite 103,Round Rock,TX 78664
Contact Person Jessica Hams
Amount of Subcontract Tax ID Number
Scope Of Work Remove and replace residential HVAC system including air handling unit,
condensing unit,thermostat and disconnects as applicable.
2. MBE 'X Subcontractor Mechanical& Process Systems
WBE Address,City,State,Zip 1804 Central Commerce Court,Round Rock,TX 78664
Contact Person Michael Gonsalvez
Amount of Subcontract Tax ID Number
Scope Of Work Remove and replace residential HVAC system including air handling unit,
condensing unit.thermostat and disconnects as applicable.
3. MBE Subcontractor SMBR
WBE Address,City,State,Zip 505 barton Springs Road,5th Floor,Austin,TX 78704
Contact Person
Amount of Subcontract Tax ID Number
Scope Of Work Remove and replace residential HVAC system including air handling unit,
condensing unit,thermostat and disconnects as applicable.
4. MBE Subcontractor
WBE Address,City,State,Zip
Contact Person
Amount of Subcontract Tax ID Number
Scope Of Work
No response received from these subcontractors.
Jan Moore
From: Jan Moore
lent: Wednesday, November 20, 2024 2:21 PM
To: mike@mpsltd.us
Cc: Paul Farnum
Subject: Request for HVAC bid, project IFB 25-007
Attachments: 2024 1120 IFB 25-007 Letter to Subcontractors for bids-Mechanical &Process Systems
LLC.pdf
We are seeking bids for HVAC on an upcoming project in Round Rock, TX.
Please see attached and let us know if you would consider sending us a quote.
Phyllis Gibich
Office ltl anger
yarnum Enterprises, Inc.
Dba B&O Construction
512-989-6222
i
Farnum Enterprises, Inc.
dba B&O Construction
16238 Highway 620, Suite F-405
Austin, TX 78717
November 20, 2024
Mechanical&Process Systems LLC
1804 Central Commerce Court
Round Rock, TX 78664
RE: IFB 25-007 Community Block Development Grant(CDBG)Home Repairs
Round Rock, TX
Description of work: Remove and replace residential HVAC system including air handling
Unit, condensing unit,thermostat,and disconnects as applicable.
We are requesting bids no later than December 5, 2024 from subcontractors to assist us on the
above referenced project.
Please contact Paul Farnum at 512-423-6836 or paulC bnoconstruction.com with any questions
and to obtain information needed to prepare a detailed price quote.
Sincerely,
Paul Farnum,President
Office Phone: 512-989-6222 assistant@bnoconstruction.com
Fax: 512-989-6333 Daul(g7.bnoconstructi(n.com
Jan Moore
From: Jan Moore
ant: Wednesday, November 20, 2024 2:21 PM
To: Jess.harris@harrisenergysolutionsllc.corn
Cc: Paul Farnum
Subject Request for HVAC bid, project IFB 25-007
Attachments: 2024 1120 IFB 25-007 Letter to Subcontractors for bids-Harris Energy Solutions LLC_pdf
We are seeking bids for HVAC on an upcoming project in Round Rock, TX.
Please see attached and let us know if you would consider sending us a quote.
Thy/Cis Gibich
Office Manager
yarnum Enterprises, Inc.
Dha B&O Construction
512-989-6222
1
Farnum Enterprises, Inc.
dba B&O Construction
16238 Highway 620, Suite F-405
Austin, TX 78717
November 20,2024
Harris Energy Solutions LLC
310 W. Main Street, Suite 103
Round Rock, TX 78664
RE: IFB 25-007 Community Block Development Grant(CDBG)Home Repairs
Round Rock, TX
Description of work: Remove and replace residential HVAC system including air handling
Unit,condensing unit,thermostat,and disconnects as applicable.
We are requesting bids no later than December 5, 2024 from subcontractors to assist us on the
above referenced project.
Please contact Paul Farnum at 512-423-6836 or paulAbnoconstruction.com with any questions
and to obtain information needed to prepare a detailed price quote.
Sincerely,
Paul Farnum, President
Office Phone: 512-989-6222 assistantabnoconstruction.com
Fax: 512-989-6333 paulabnoconstruction.com
Farnum Enterprises, Inc.
dba B&O Construction
16238 Highway 620, Suite F-405
Austin, TX 78717
November 20, 2024
SMBR
505 Barton Springs Road, 5th Floor
Austin, TX 78704
RE: IFB 25-007 Community Block Development Grant(CDBG)Home Repairs
Round Rock, TX
Description of work:NIGP 909-62 Maintenance and repair,residential buildings, including
Single family homes and apartments
We are requesting bids no later than December 5,2024 from subcontractors to assist us on the
above referenced project.
Please contact Paul Farnum at 512-423-6836 or paul(aibnoconstruction.com with any questions
and to obtain information needed to prepare a detailed price quote.
Sincerely,
Paul Farnum, President
Office Phone: 512-989-6222 assistantQbnoconstruction.corn
Fax: 512-989-6333 paula,bnoconstruction.com
Notice: Some procurement information has moved to the Vendor Services section on AustinTexas.gov/FSD as of April 12,
2024, and is no longer be available in this location.
Select Language
Disclaimer:
The information provided is for your convenience and is not intended to replace the official availability list of a solicitation. Contact SMBR Contract
Compliance Division at 512-974-7600 to request a copy of the availability list or a new availability list for new scopes identified.
• Commodity Code: 909 h Back
• Certification Type:wbe mbe
• Ethnicity:African American , Caucasian , Hispanic ,Asian , Native American
• Zip Code:78664
0 CERTIFIED VENDOR DIRECTORY RESULTS A Download this File
•90922 - Building Construction, Non-Residential (Office Bldg, etc) 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Construction 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK,TX 78664
■90 24- Building Construction, Commercial and Institutional ) 1 Certi„.
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Construction 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK, TX 78664
■90927 - BUILDING CONSTRUCTION, EDUCATIONAL 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Construction 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK, TX 78664
■90928 - BUILDING CONSTRUCTION, MEDICAL
1 Certifled�
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Construction 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK,TX 78664
) ) )
Notice: Some procurement information has moved to the Vendor Services section on AustinTexas.gov/FSD as of April 12,
2024, and is no longer be available in this location.
Select Language
Disclaimer:
The information provided is for your convenience and is not intended to replace the official availability list of a solicitation.Contact SMBR Contract
Compliance Division at 512-974-7600 to request a copy of the availability list or a new availability list for new scopes identified.
• Commodity Code: 910 h Back
• Certification Type:wbe mbe `
• Ethnicity:African American , Caucasian , Hispanic, Asian , Native American
• Zip Code:78664
0 CERTIFIED VENDOR DIRECTORY RESULTS
A,Download this File
•91016 - Energy Conservation Services(Including Audits) 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
V00000936795 Jessica Harris Woman Women/Disadvantaged Non- 11/30/25
Jessica Rose Harris Phone: 5127625007 Owned Business professional
Harris Energy Fax:
Solutions LLC jess.harris@harrisenergysolutionsllc.com
310 W Main St Suite
103
Round Rock,TX 78664
•911'1610 - ENERGY CONSERVATION REBATES (MULTIFAMILY) 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
V00000936795 Jessica Harris Woman Women/Disadvantaged Non- 11/30/25
Jessica Rose Harris Phone: 5127625007 Owned Business professional
Harris Energy Fax:
Solutions LLC jess.harris@harrisenergysolutionsllc.com
310 W Main St Suite
103
Round Rock,TX 78664
■9101664- REVIEW OF ENERGY TAX EXEMPTION APPLICATIONS FOR ELIGIBILITY 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
V00000936795 Jessica Harris Woman Women/Disadvantaged Non- 11/30/25
Jessica Rose Harris Phone: 5127625007 Owned Business professional
Harris Energy Fax:
Solutions LLC jess.harris@harrisenergysolutionsllc.corn
310 W Main St Suite
103
Round Rock,TX 78664
•91017 - ENERGY COMPUTERIZED CONTROL SYSTEM (HVAC, LIGHTING, UTILITIE 1 CertiHed
Vendor Information Contact Information Ethnicity Certification Area Expire Date
V00000936795 Jessica Harris Woman Women/Disadvantaged Non- 11/30/25
Jessica Rose Harris Phone: 5127625007 Owned Business professional
Harris Energy Fax:
Solutions LLC jess.harris@harrisenergysolutionsllc.com
310 W Main St Suite
103
Round Rock,TX 78664
•91018 - ENERGY SYSTEM, SOLAR, INSTALLATION SERVICES 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
V00000936795 Jessica Harris Woman Women/Disadvantaged Non- 11/30/25
Jessica Rose Harris Phone: 5127625007 Owned Business professional
Harris Energy Fax:
Solutions LLC jess.harris@harrisenergysolutionsllc.com
310 W Main St Suite
103
Round Rock, TX 78664
•91036 - Heating, Air Conditioning, Vent., Maintain.,Repair, Install 1 Garth ed
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Non-professional 02/28/28
MECHANICAL & PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL & PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK,TX 78664
■ 9103640 - MAINTENANCE OF ALL HEATING, VENTILATION, REFRIGERA 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Non-professional 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK, TX 78664
•910444- MAINTENANCE OF THE PNEUMATIC AND ELECTRIL HVAC TEM 1 certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Non-professional 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK,TX 78664
•91 C60 - Plumbing Maintenance and Repair (Includes Toilets, 1 Certified
Vendor Information Contact Information Ethnicity Certification Area Expire Date
MEC8310574 Michael Gonsalvez Asian Minority/Disadvantaged Owned Non-professional 02/28/28
MECHANICAL& PROCESS Phone: 5126919259 Business
SYSTEMS LLC Fax: 5126919258
MECHANICAL& PROCESS mike@mpsltd.us
SYSTEMS
1804 CENTRAL
COMMERCE COURT
ROUND ROCK,TX 78664
1 1
Form Thank You Page
• Here is your message:
Your Name: Phyllis
Your e-mail address:assistant@bnoconstruction.com
Subject: looking for WBE/MBE, NIGP 909-62
Message: We are trying to locate local contractors for NIGP code 909-62, Maintenance and repair, residential buildings, including single
family homes and apartments. I have searched online through the link provided on your website and am unable to find any listed. I did find 2
listed under 909 and have contacted them. If you have any others I'm not finding,please forward their information to me.
I appreciate your time and assistance.
Phyllis Gibich
Farnum Enterprises Inc. dba B&O Construction
• Return to Department Page
E-mail successfully sent!
Thank you for your input. We will respond to your comment, question, or suggestion as soon as possible.
Section 3 Business Concern Certification
Instructions:
Enter the following information and select the criteria that applies to certify your
business's Section 3 Business Concern status.
Business Information
Name of Business. Farnum Enterprises, Inc. dba B&O Construction
Address of Business: 16238 Hwy 620 North, Suite F405, Austin, TX 78717
Name of Business Owner:Paul Farnum
Phone Number: 512-423-6836 Email:Paul@bnoconstruction.com
Preferred Contact Information
$I Same as above
Name of Preferred Contact
Phone Number: Email:
Type of Business(select from the following options):
pliCorporation ❑Partnership OSole Proprietorship DJoint Venture
Select from ONE of the following three options below that applies and provide
required documentation for verification and certification:
❑ At least 51% of the business is owned and controlled by low or very low income
persons (Refer to Eligibility Guidelines document).
o Most Recent Income Tax Return Statement
❑ At least 51% of the business is owned and controlled by current public housing
residents or residents who currently live in Section 8-assisted housing.
o Letter of verification from the Public Housing Authority
❑Over 75% of the labor hours performed for the business over the prior three-month
period are performed by Section 3 workers(Refer to Eligibility Guidelines document).
o Payroll Hours Log for ALL employees for the prior three-month period;and
o Payroll Hours Log for the prior three-month period showing at least 75%of total
hours were worked by Section 3 or Targeted Section 3 Workers;and
o Section 3 or Targeted Section 3 Self-Certifications for all workers included in
the 75% claim
Business Concern Affirmation
I affirm that the above statements (on the frontside of this form) are true, complete, and
correct to the best of my knowledge and belief. I understand that businesses who
misrepresent themselves as Section 3 business concerns and report false information to
the City of Round Rock may have their contracts terminated as default and be barred
from ongoing and future considerations for contracting opportunities.
I hereby certify, under penalty of law, that the following information is correct to the best
of my knowledge.
Print Name: Paul Farnurh
Si na
g turel� A � Date: ka11lC\2G'2A
Certification expires wrthip'six montfr of the date of signature
Information regarding Section 3 Business Concerns can be found at 24 CFR 75 5
FOR ADMINISTRATIVE USE ONLY
Is the business a Section 3 Business Concern based upon their certification and documentation
provided?
❑YES ONO
Reviewer Comments:
EMPLOYERS MUST RETAIN THIS FORM IN THEIR SECTION 3 COMPLIANCE FILE FOR FIVE YEARS.
ATTACHMENT E- PREVAILING WAGE
2016 ANNUAL TEXAS WORKFORCE COMMISSION
WAGE RATES
Construction and Extraction Occupations Hourly $12.32
First-Line Supervisors of Construction Trades and Extraction Workers Hourly $18.79
Brickmasons and Blockmasons Hourly $20.94
Carpenters Hourly $13.28
Floor Layers, Except Carpet,Wood, and Hard Tile Hourly $12.00
Tile and Marble Setters Hourly $12.20
Cement Masons and Concrete Finishers Hourly $12.92
Construction Laborers Hourly $10.81
Paving, Surfacing, &Tamping Equipment Operators Hourly $12.41
Pile-Driver Operators Hourly $14.65
Operating Engineers and Other Construction Equipment Hourly $13.80
Drywall and Ceiling Tile Installers Hourly $14.28
Electricians Hourly $15.80
Glaziers Hourly $13.08
Insulation Workers, Floor,Ceiling, and Wall Hourly $13.29
Insulation Workers, Mechanical Hourly $14.52
Painters, Construction and Maintenance Hourly $12.25
Pipelayers Hourly $13.19
Plumbers, Pipefitters, and Steamfitters Hourly $14.46
Reinforcing Iron and Rebar Workers Hourly $13.87
Roofers Hourly $12.38
Sheet Metal Workers Hourly $13.25
Structural Iron and Steel Workers Hourly $14.75
Helpers-Brickmasons, Blockmasons,Stonemasons, and Tile and Marble Hourly $12.36
Setters
Helpers-Carpenters Hourly $8.17
Helpers-Electricians Hourly $8.78
Helpers-Pipelayers, Plumbers, Pipefitters, and Steamfitters Hourly $10.04
Helpers-Construction Trades,All Other Hourly $10.34
Construction and Building Inspectors Hourly $19.15
Fence Erectors Hourly $12.17
Hazardous Materials Removal Workers Hourly $12.98
Highway Maintenance Workers Hourly $13.44
Septic Tank Servicers and Sewer Pipe Cleaners Hourly $12.05
Construction and Related Works,All Others Hourly $13.34
Derrick Operators, Oil and Gas Hourly $10.38
Service Unit Operators,Oil,Gas and Mining Hourly $13.22
Earth Drillers, Except Oil and Gas Hourly $16.45
Rock Splitters, Quarry Hourly $10.65
Roustabouts, Oil and Gas Hourly $11.69
Installation, Maintenance,and Repair Occupations Hourly $12.59
First-Line Supervisors of Mechanics, Installers, and Repairers Hourly $19.61
1
ATTACHMENT E- PREVAILING WAGE
2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE
RATES
Computer,Automated Teller&Office Machinery Repairers Hourly $10.93
Radio Mechanics Hourly $14.11
Telecommunications Equipment Installers and Repair Hourly $15.62
Electric Motor, Power Tool, and Related Repairs Hourly $13.76
Electrical and Electronics Repairers, Commercial and Residential Hourly $16.12
Electrical and Electronic Repairers, Powerhouse Substation, and Relay Hourly $22.18
Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30
Security and Fire Alarm Systems Installers Hourly $17.79
Aircraft Mechanic and Service Technicians Hourly $21.97
Automotive Body and Related Repairs Hourly $15.89
Automotive Glass Installers and Repairers Hourly $14.29
Automotive Service Technicians and Mechanics Hourly $13.38
Bus &Truck Mechanics& Diesel Engine Specialists Hourly $15.61
Farm Equipment Mechanics Hourly $11.52
Mobile Heavy Equipment, Except Engines Hourly $14.84
Motorboat Mechanics Hourly $13.38
Motorcycle Mechanics Hourly $10.79
Outdoor Power Equipment&Other Small Engine Mechanics Hourly $10.31
Recreational Vehicle Service Technicians Hourly $12.75
Tire Repairers and Changers Hourly $10.45
Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14.82
Heating,Air Conditioning and Refrigeration Mechanics and Installers Hourly $16.15
Home Appliance Hourly $13.04
Industrial Machinery Mechanics Hourly $15.74
Maintenance Workers, Machinery Hourly $15.31
Millwrights Hourly $15.79
Electrical Power-Line Installers and Repairers Hourly $15.94
Telecommunications Line Installers and Repairers Hourly $13.68
Medical Equipment Repairers Hourly $19.05
Precision Instrument Repairers, Other Hourly $14.40
Maintenance and Repair Workers, General Hourly $11.42
Coin,Vending, and Amusement Machine Servicers and Repairers Hourly $10.00
Locksmiths and Safe Repairers Hourly $12.93
Helpers-Installation, Maintenance, and Repair Workers Hourly $8.30
Installation, Maintenance& Repair Workers, Other Hourly $10.61
Production Occupations Hourly $10.43
First Line Supervisors of Production and Operating Workers Hourly $19.08
Electrical and Electronic Equipment Assemblers Hourly $11.81
Electromechanical Equipment Assemblers Hourly $15.04
Structural Metal Fabricators and Fitters Hourly $14.88
Team Assemblers Hourly $9.19
Timing Device Assemblers,Adjusters&Calibrators Hourly $16.33
2
ATTACHMENT E- PREVAILING WAGE
2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE
RATES
Assemblies and Fabricators,All Other Hourly $10.10
Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70
Numerical Tool and Process Control Programmers Hourly $20.26
Extruding and Drawing Machine Setters Hourly $12.14
Cutting, Punching, and Press Machine Setters, Operators Hourly $10.91
Grinding, Lapping, Polishing and Buffing Machine Hourly $10.58
Lathe and Turning Machine Tool Setters, Operators Hourly $13.47
Machinists Hourly $14.96
3
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
Replace rotted board
'mow_
fir..;a'
6;:
ja..A. .=-•.,•, _ r 1. .
i ,
,}r a
;i
i ry..F '
7 x,
i
i l
F
1
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
- -• I.\i 01000'1'
. 1- ,I: ,
replace rotted board
-:
+am.^ ''i' $_ } '`4 • '` .s ,' - • 'r
• �
sib" `.. • Y +r'} „
} �• j •3y .00
j.
Zit
} Y
f7'''S7 ..�'` wr 5 7• `S
11
-
.10
�w
REVISION: Replace rotted board at the bottom as well
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
1
I ter.
Remove and replace damaged wallboard shelving and damaged insulation. Paint to match 2 coats.
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
REVISION TO SCOPE OF WORK: NEW WORK LINE ITEM ADDED AT WALK THRU:
Paint water damage areas on this wall at back door. Paint to match.
Nil z,
f
-- -. -.I . 4 — NI
11
III
/ 'r
f
t .
r "
p
r Jr-pt T ,-..�,l�N`#A +-.is
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
R,
r fi r.
4
TM
;‘.1.ii-,4*.
1
y
Remove rotted board and replace door with like Paint board to match 2 coats.
Revision Replace door and frame. re-use existing hardware. Paint to match
Replace rotted board under door. Paint to match
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
r
' E
Iftail
1 l 4110.
EI
1 ' 1 1
/
I I 1'
i l i
l
lh
ow gory/
i
\ A '41.'--1-::.::-.. ,
'lig—... .;* 7, ,"--4141,141... - .
Replace shower floor pan
REVISION: Replace shower floor pan and replace tiles as needed-homeowner to provide tiles.
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
lir IIIIIIr
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION #2
11
-----___
may,
"tip'
jsa
�. jr, (" r.7►R
Replace condensor
CDBG HOME REPAIR LOCATION #2
•
_------44ausatomminimiiiiiii111110 '*:-.-..: "'
r1,1.,_, -:.-,t.,., _..,, ,_
imentommoommoffill 1 ;..2 _ .
Attachment F-Location 2-Addendum 2 Update
Pk, "�-�
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
t `` ;.
Nikkiltw
F y, a I r M
14 K lF
a ;
,.
1 I ' \\\ .N . . '
I.
_,
I mo^
s.-.r
r
1
obil
{
ir .0/zinnia;. "._.
.,,,,, ._ ,,,''...N,.., f Ni.. ,,, .,
....
1:,,..t‘
..
. .. ,
, ,,,
_ ,,, ,,
Replace Furnace
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
p4 r v
M
'''' ir, ,4104 4,-. '_*44404. 2 ,iiiip...t.N.,,, _,....x_r 1F
Ailillibilw-
164, )L. f ,_,
1a
1
r
-
i
J
.
.. ;�� \
iki,
N
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
I
W
lopilk
lijt
taiiiiia„ - 0
41:,
F f
4'�
Apr R..+
.� � _
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
t l ate„ 4fY ' ; ``
k o- 4T
il
-
N.
V
f
atte-
M 3
1 hf', ,.
i
...... ,,„, •
,,,, A
Y M_- ; '`v I -y" t3S�
Al 'fit.
,.�'
.. .41 ,.
d DPP
n+As,-.
Attachment F-Location 2-Addendum 2 Update
CDBG HOME REPAIR LOCATION#2
1,11kik
r •
r,
Replace rotten section
Attachment I
I. CDBG Required Certifications
All required certifications should be reviewed, completed, and submitted with
the final bid/proposal packet. If these documents are not submitted, the
submittal will be deemed non-responsive and disqualified from possible
award.
a. Prospective contractor/vendor is required to have an active registration in
the System for Award Management (SAM). Instructions on how to register
are included. The website link for registration is www.sam.gov .
b. The Certification Regarding Debarment and Suspension from must be
completed and submitted with final proposals.
c. The Request for Taxpayer Identification Number and Certification form must
be completed and submitted with final bid/quote.
d. Prospective contractor/vendor must review the Conflict-of-Interest
Summary of Rules for CDBG Contractors. The affidavit must be reviewed,
signed, and submitted. ANY possible conflict of interest must be reported.
e. Prospective contractor/vendor must complete and submit the Certification
Regarding Equal Employment Opportunity.
f. Prospective contractor/vendor should complete and submit the Clean Air
and Water Certification, if applicable.
g. Prospective contractor/vendor should complete and submit the Certification
on Non-Lobbying Activities. Additional information is included.
h. Prospective contractor/vendor must complete and submit the Non-Collusion
Affidavit. Additional information is included.
i. Information regarding use of Minority-Owned Business Enterprises/Women
Owned Business Enterprises is included.
j. If this project is subject to Section 3 compliance as explained in the
Instructions to Bidders, the documents should be reviewed and completed
as applicable.
Attachment J
SYSTEM FOR AWARD MANAGEMENT
REGISTRATION AND ACTIVATION
Any business choosing to bid or provide proposals on Federally Funded
projects, must be currently REGISTERED and ACTIVE IN THE System for
Awards Management (SAM) database, at the time of bid opening. The
database is the primary federal registrant portal for the collecting,validating,
storing,and disseminating data on federal awards. SAM is an official website
of the U.S. Government and there is not cost to register on this site.
1. Does your organization have ACTIVE REGISTRATION status with SAM.gov?
YES NO
2. If so, please provide your organization's Unique Entity ID (UEI!):
Bidders are required to provide the UEI#. To register, please access the
following internet website: http://sam.gov .
What is the UEI?
Beginning April 2, 2022, the federal government will stop using the DUNS
number issues by DUN and Bradstreet to uniquely identify entities. At this
point, entities doing business with the federal government will use a Unique
Entity Identifier (UEI) number assigned in the SAM.gov and will not longer
use a third-party website to obtain their identifier number. Entities are able
to manage organizational information, such as legal business name and
physical address associated with UEI number, directly from SAM.gov .
How do I register with SAM?
To register with SAM, go to the System for Award Management (SAM) site.
Follow the online instructions to complete SAM registration. If you have any
questions, please contact the Federal Service Desk at www.FSC.gov . Their
phone number is (866) 606-8220.
EXHIBIT"B"
W9 FORM
10
Form W-9 Request for Taxpayer Give form to the
(Rev.March 2024) Identification Number and Certification requester.Do not
Department of the Treasury send to the IRS.
Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information.
Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below.
1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded
antity's name on lino 2.)
Farnum Enterprises, Inc.
2 Business name/disregarded entity name,if different from above.
B&0 Construction
3a Check the appropriate box for federal tax classification of the en Individual whose name is entered on line 1.Check r �'/ 4 Exemptions(codes apply only to
lT only one of the following seven boxes.
a certain entitles,not individuals;
c ❑ Individual/sole proprietor ❑✓ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3):
O. O ❑ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) Exempt payee code(if any)
Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax
classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax
0 2 box for the tax classification of its owner.
�.. Compliance Act(FATCA)reporting
❑ Other(see instructions) code(if any)
o
3b If on line 3a you checked"Partnership"or"Trustiestate,'or checked"LLC"and entered"P"as its tax classification,
e and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained
Cr) this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.)
n5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional)
16238 Hwy 620,Suite F405
6 City,state,and ZIP code
Austin, TX 78717
7 List account number(s)here(optionaD
Part I Taxpayer Identification Number(TIN)
Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number
backup withholding.For individuals,this is generally your social security number(SSN).However,for a
resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other — —
entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or
TIN,later.
Employer identification number
Note:If the account is in more than one name,see the instructions for line 1.See also What Name and
Number To Give the Requester for guidelines on whose number to enter. 7 4 - 2 8 1 9 4 1 7
Part II Certification
Under penalties of perjury,I certify that:
1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and
2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue
Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,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 any)indicating 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 backup withholding
because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of ured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments
other than interest and dividends, iou are no uired to sign the certification,but you must provide your correct T1N.See e instructions for Part II,later.
Her Signature of Date
Here us.person ✓/17--(12--q
General Instructions Maw lino 36 t,as boor,added t,O,lo font,.A now-througn entity Is
required to complete this line to indicate that it has direct or indirect
Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9
noted. to another flow-through entity in which it has an ownership interest.This
Future developments.For the latest information about developments change is intended to provide a flow-through entity with information
related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or
after they were published,go to www.irs.gov/FormW9, beneficiaries,so that it can satisfy any applicable reporting
requirements.For example,a partnership that has any indirect foreign
What's New partners may be required to complete Schedules K-2 and K-3.See the
Partnership Instructions for Schedules K-2 and K-3(Form 1065).
Line 3a has been modified to clarify how a disregarded entity completes
this line.An LLC that is a disregarded entity should check the Purpose of Form
spprvprloto bon for tho tan olaooli.auv,t yr Ito a,we,or.OSnCr-wIJO,
should check the`LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an
information return with the IRS is giving you this form because they
Cat.No.10231X Form W-9(Rev.3-2024)