Loading...
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)