HomeMy WebLinkAboutContract 60071CSC No. 60071
FORT WORT H
CITY OF FORT WORTH
PURCHASE AGREEMENT BASED UPON AN INTERLOCALAGREEMENT BETWEEN THE
CITY OF FORT WORTH AND TARRANT COUNTY
WHEREAS, Section 271.102 of the Texas Local Government Code allows Local Governments to pursue
mutually beneficial and cooperative purchasing programs; and
WHEREAS, pursuant to Chapter 791 of the Texas Government Code and Subchapter F, Chapter 271 of
the Texas Local Government Code, the City of Fort Worth ("City"), a Texas home -rule municipality and
Tarrant County ("County") have entered into an Interlocal Cooperative Purchasing Agreement on October
15, 1998, which provides that when the one of the Local Government Entities enters into a contract with
a vendor for goods and services, the other Local Government is able to enter into a Purchase Agreement
with the vendor under the same terms and conditions offered to the Original Local Government Entity so
long as the vendor is agreeable (Copy Attached as Exhibit A); and
WHEREAS, SEF Builders, Inc. d/b/a Superior Fencing("Vendor") responded to BID 2022-217 Fence
Installation, Demolition and Repairs issued by Tarrant County agreeing to allow other Local
Governmental Entities to enter into a Purchase Agreement with Vendor under the same terms and
conditions as those contained in the BID (Copy attached as Exhibit B).
NOW THEREFORE, City and Vendor each of which will individually be referred to as a "Party" and
collectively as the "Parties" enter into this Purchase Agreement.
The Parties agree that any references to Tarrant County in Exhibit `B" shall be construed as the City of
Fort Worth for the purposes of this Agreement and all rights, benefits, duties, and obligations shall inure
to the City as if the contract in Exhibit B were originally executed between the City and Vendor. This
shall specifically include any requirements imposed on Vendor by virtue of a Tarrant County Ordinance
included in Exhibit B.
The Agreement includes the following documents which shall be construed in the order of precedence in
which they are listed:
1. Exhibit A — Agreement between the City of Fort Worth and Tarrant County;
2. Exhibit B — Contract between Tarrant County and Vendor for Fence Installation,
Demolition and Repairs identified as Contract No. 2022-217;
3. Exhibit C — Vendor's Pricing; and
4. Exhibit D — Conflict of Interest Questionnaire.
Exhibits A, B, C and D which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit
B pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
thereto. In the event of a conflict between Exhibit B and this Agreement or Exhibit A, then this Agreement
and Exhibit A shall control.
City shall pay Vendor in accordance with the fee schedule in Exhibit C and in accordance with the
provisions of this Agreement. Total payment made under this Agreement for the first year by City
shall not exceed Fifty Thousand Dollars ($50,000.00). Vendor shall not provide any additional items or
services or bill for expenses incurred for City not specified by this Agreement unless City requests and
approves in writing the additional costs for such services. City shall not be liable for any additional
expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing.
The term of this Agreement shall be for two months beginning on September 1, 2023 and ending
on October 12, 2023.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to
and the right to examine at reasonable times any directly pertinent documents and records of Vendor
involving transactions relating to this Agreement. Vendor agrees that City shall have access during normal
working hours to all necessary Vendor facilities subject to Vendor's reasonable rules and regulations while
at Vendor's facilities, and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice
of intended audits, and all such audits shall be conducted on regular business days during Vendor's regular
business hours in a manner that will not unreasonably interfere with Vendor's operations at its facilities.
City's auditors shall present proper credentials to the manager of Vendor's facility at the time that they
are admitted to such.
This Agreement shall be construed in accordance with the laws of the State of Texas. If any action,
whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action
shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined to
have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or
representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received
by the other party by United States Mail, registered, return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Dana Burghdoff, Assistant City Manager
200 Texas Street
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
SEF Builders, Inc. d/b/a Superior Exterior Fencing
Jeff Frank, Owner
432 Blackjack Trail
Keller, TX 76248
Facsimile: N/A
[SIGNATURES FOLLOW]
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor..
CITY OF FORT WORTH:
8r66 f� Dana Burghdoff (Sep , 2023 1 CDT)
Name: Dana Burghdoff
Title: Assistant City Manager
Date: Sep 9, 2023
APPROVAL RECOMMENDED:
Chrislvoher ffaider
By: Christopher
Harder (Sep 6, 202315:32 CDT)
Name:
Christopher Harder
Title:
Water Director
ATTEST:
00 ��
........
d
ctio o9d
Pvo a=d°
CpQ� nEXp?oa
' BY.
Name: Jannette Goodall
Title: City Secretary
VENDOR:
SEF Builders, Inc. dlbla
Fencin
By:
ON��.Je Frank
Title: Owner
Date:�311�.
Superior Exterior
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all performance
and reporting requirements.
Name: Regina Jones
Title: Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY -
By:
51
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: NIA
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
c% CITY SECRETARY 2
CONTRACT NUMBER � �3 A
INTERLOCAL GOVERNMENTAL CONTRACT FOR PURCHASING
CITY OF FORT WORTH
AND
COUNTY OF TARRANT, TEXAS
This contract is made and entered into this , /-J ' day of4-04ek."1998, by and between the
County of Tarrant, Texas, a governmental agency, (hereinafter referred to as Tarrant County, acting by and
through its duly authorized County Judge, Tom Vandergriff, and the City of Fort Worth, (hereinafter referred to
as Fort Worth) acting by and through Charles Boswell, its duly authorized Assistant City Manager.
WHEREAS, Tarrant County and Fort Worth (hereinafter collectively referred to as the "parties" or either
"party") are political subdivisions of the State of Texas authorized to contract with each other relative to
governmental functions and services by the Interlocal Cooperating Act, Texas Government Code,
Chapter 791; and
WHEREAS, the parties believe that cooperating in the purchasing of various goods, materials,
equipment and supplies which both parties use in carrying out their governmental functions and services will
enable the parties to obtain these goods, materials, equipment and supplies in better terms and/or prices than
by making such purchases individually, and both desire to increase efficiency and effectiveness of such
purchasing by acting jointly in competitively procuring selected goods, materials, equipment and supplies.
NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein,
he parties agree as follows:
1.
AGREEMENT
This contract shall be for a term of one (1) year beginning on , 1998, and ending on
, 1999. This Contract shall automatically renew for one (1) year terms thereafter unless
one party gives written notice to the other party of its desire not to renew. The written notice required shall be
at least sixty (60) days prior to the expiration of an existing one year term.
2.
SCOPE AND IMPLEMENTATION
It is the intent of the parties that the joint or cooperative purchasing through each other's contracts will
be as broad as is allowed by applicable state statutes. Unless otherwise prevented by law, it is the intent of
the parties that the two may take part in joint purchase for any goods and services they may need to carry out
their governmental functions, and that either one will use reasonable efforts to allow the other to make
purchases under its contracts. In each instance, however, there shall be a "purchasing agreement" or
"purchase order" issued by the entity desiring to make the purchase, and agreed to or countersigned by the
entity having the contract with the supplier of goods or services, or which is the lead entity in that contract,
which purchasing agreement or purchase order shall specify the supply contract in question and set out any
and all terms and conditions appropriate to such joint purchase. The purchasing agreement or purchase order
shall be acknowledged by the supplier and shall be considered as being issued under this agreement and
shall be subject to all of the terms and conditions of this agreement without the necessity of those being set
jut or specifically referred to in such purchasing agreement or purchase order.
PAGE 1 OF 3 PAGES
3.
( COMPENSATION
The parties agree to share the cost of the respective joint solicitations in a fair and equitable manner, to
be agreed upon in connection with each such solicitation.
4. _
COMPLIANCE WITH LAWS
The parties hereby agree to abide by and obey all applicable local, state and federal laws and
requirements, which apply to their respective procurement policies. It is specifically understood and agreed
that whichever party is handling the preparation and processing of the joint invitations for bid shall comply with
all legal requirements for competitive bidding which are applicable to both parties.
5.
NOTICES
Any notices or other communication required or allowed to be given by one party to the other pursuant
to this Contract shall be hand delivered or mailed by United States Postal Service, proper postage affixed, to
the addresses shown below:
To City of Fort Worth:
Purchasing Manager
City of Fort Worth
1000 Throckmorton
Fort Worth, Texas 76102
To Tarrant County:
Purchasing Agent
Tarrant County
100 E. Weatherford, Suite 303
Fort Worth, Texas 76196
6.
GOVERNING LAW AND VENUE
This contract shall be governed by and interpreted in accordance with the laws of the State of Texas.
This contract is entered into and is to be performed, wholly or in part, in the State of Texas and in Tarrant
County, Texas. In any action brought under the contract, venue shall be exclusively in Tarrant County, Texas.
In the event that any portion of this contract shall be found to be contrary to law, it is the intent of the parties
hereto that the remaining portions shall remain valid and in full force and effect to the extent possible.
7.
MISCELLANEOUS PROVISIONS
By execution of this contract, each party represents to the other that:
a. In performing its duties and obligations hereunder, it will be carrying out one or more
governmental functions or services which it is authorized to perform;
PAGE 2 OF 3 PAGES
b. The undersigned officer or agent of the party has been properly authorized by that party's
governing body to execute this contract and that any necessary resolutions extending such
authority have been duly passed and are now in effect;
C. All payments required or permitted to be made by a party will be made from current revenues
available to the paying party; and
d. All payments provided hereunder by one party to the other shall be such amounts as to fairly
compensate the other party for the services or functions performed hereunder.
8.
CONSTRUCTION OF CONTRACT
This contract represents the full, final and complete agreement of the parties related to its subject
matter and may not be added to, contradicted or otherwise modified by evidence of prior or contemporaneous
agreement or subsequent oral agreements or statements of either of the parties, nor by any writing not signed
by both parties after the date of this contract. No representations, inducements, promises, or agreements,
oral or otherwise, not embodied or incorporated herein shall be of any force or effect. In case of any apparent
ambiguity or conflict among any of the terms or provisions of this contract, they shall be construed as nearly
as possible as to effectuate each and all of such terms or provisions keeping in mind that the overriding
purpose of this contract is the public purpose of increasing the efficiency and effectiveness of the respective
purchases of goods, materials, equipment and supplies by the parties.
IN WITNESS WHEREOF, the Parties hereto have executed this contract on this date, the ,-A5 a
,)f , 1998.
C unty of
Tarrant, Texas City f Fort Worth
By: By. a 0 &,(V&
Tom Vandergriff Bob Terrell
County Judge City Manager
ATTEST:
By:tE/
NAMl%¢ mT 41-V
TITL'�' 'k
APPROVED AS TO FORM AND LEGALITY
By: ��
e- .s W-0400W
Assistant District Attorney
A ESi:`�Y��
By: ,,,�� =nrS
NAME 6 br, Cc`, '--
City Sepretary
APPROVED AS TO FORM AND LEGALITY:
By: G4-.-j
NAME t*.) lime mW,_
Assistan City Attorney
rk
Contract Ayuth9rization
�C
Date ,
PAGE 3 OF 3 PAGES
JACK BEACHAM, C.P.M.
PURCHASING AGENT
TARRANT COUNTY
PURCHASING DEPARTMENT
August 21, 1997
- Jim Conner, Buyer
City of Fort Worth Purchasing Department
1000 Throckmorton
Fort Worth, TX 76102
Bid No. 96-084, Annual Contract for Pagers and Paging Services
ROY EDWARDS, C.P.M.
ASSISTANT
Jim, enclosed is your copy of the Interlocal Agreement which was faxed to you
on August 21, 1997.
If I can be further assistance please call me at 884-2620.
Sincceerel
im ones
Buy
Attachment
TARRANT COUNTY ADMINISTRATION BUILDING, ROOM 303
100 E. WEATHERFORD, FORT WORTH, TEXAS 76196 817-884-1414, 817-884-2629 (Fax)
INTERLOCAL AGREEMENT
BETWEEN COUNTY OF TARRANT AND CITY OF FORT WORTH
This agreement is made this►ii. "- DayAMjwt, 1997 between the County of Tarrant, Texas
and the City of Fort Worth, Texas.
Pursuant to the authority granted by the "Texas Interlocal Cooperation Act," Chapter
791 Texas Government Code providing for the cooperation between local governmental
bodies, the parties hereto, in consideration of the premises and mutual promises contained
herein, agree as follows:
WHEREAS, the contract is made under the authority of Sections 791.001-791.029 of
the Texas Government Code; and,
WHEREAS, the parties, in performing governmental functions or in paying for the
performance of governmental functions hereunder shall make that performance or those
payments from current revenues legally available to that party;
WHEREAS, the governing bodies of each party find that the subject of this contract is
necessary for the benefit of the public and that each party has the legal authority. to
perform and to provide the governmental function or service which is the subject matter
of this contract; furthermore, the governing bodies find that the performance of this
contract is in the common interest of both parties; and that the division of cost fairly
compensates the performing party for the services performed under this contract;
I.
The City of Fort Worth, Texas, hereby makes, constitutes and appoints Tarrant County
its true and lawful purchasing agent for the purchase of various . commodities using
Annual Contracts (Bids). Tarrant County will maintain a listing of Annual Contracts
which are available for local entities use. To utilize one or more of these contracts, local
entities must request authorization, in writing, to Tarrant County. - Upon receipt of
request, Tarrant County will send a form letter to the appropriate vendor(s) for their
approval and signature. Upon receipt of authorizing letter from the vendor(s), Tarrant
County will forward a copy of the letter and appropriate Annual Contract to the
requesting entity. The City of Fort Worth, Texas agrees that Tarrant County shall serve
as the purchasing agent for selected items, and agrees that the bidding shall be conducted
by Tarrant County according to its usual bidding procedures and in accordance with
applicable State statutes.
I
II.
The City of Fort Worth Texas, agrees that all specifications for selected items shall be
as determined by Tarrant County.
The City of Tort Worth, Texas, agrees to pay the supplier for all goods, equipment
and products pursuant to this agreement. The successful bidder or bidders shall bill the
City of Fort Worth, Texas directly for all items purchased, and the City of Fort Worth,
Texas shall be responsible for vendor's compliance will all conditions of delivery and
'quality of the purchased items.
IV.
John Wally, Purchasing Manager, is hereby designated as the official representative to act
for the City of Fort Worth, Texas in all matters relating to this agreement.
V.
This agreement shall take effect upon execution by both signatories.
VI.
This agreement shall be in effect from the date of execution until terminated by either
party to the agreement.
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be
executed by their authorized officers the day and year first above written.
BY: ✓
DATE:
TARRANT COUNTY
r�-
CITY OF FORT WORTH
BY: Bob Terrell X
TITLE: Citv Manager
DATE: e-1111
HUU-Ll-01 I11U 1L.L0 IMAY1111 vn„ , vnvuuv..,
TARRANT COUNTY
PUACHABDNG UEPA;RTM D-M
JACK biGACHAM, C.P.M.
PURCHASING ACENT
August 21, 1997
Cassandra M. Stober
Paging Network of Dallas/Fort Worth
9001 Airport Freeway, Suits 900
Fort Worth, TX 76180
Bid No. 86-084, Annual Contract for Pagers and Paging Services
ROY )EDWARDS, C.Y.61.
ASSISTANT
Cassandra, Bid Number 96=084 authorizes other governmental entities within
Tarrant County to utilize the contract at the some firm fixed pricing and terms
And conditions. I have received a request from the City of Fort Worth to utilize
Bid No. 96-084. Please sign and date the following statement.
Paging Network of Dallas/Fort Worth hereby authorizes the City of Fort Worth to
utilize Bid No. 96-084, Annual Contract for Pagers and Paging Services, at the
same firm fixed pricing and terms and conditions as that offered to Tarrant
County. This Bid currently expires April 30, 1998 at which time Paging Network
of Dallas/Fort Worth will have th"seewond.;aft options to renew for an
addditional twelve (12) month period(Printed name & title (Date)
If I can be further assistance please call me
;S,inc rel
'Ti Jones
B er
TARRANT C04UNTY ADMINISTRATION BUILDING, ROOM 303
100 F- WEATIMRFORD, PORT WORTH, TF XAS 76156 E17-W-1414, 917-W-2629 (pax)
•a�� ��: REFERENCE NUMBER 139395
COMMISSIONERS COURT
PAGE r OF 18
COMMUNICATION
• •' DATE: 10/11/2022
SUBJECT: BID NO.2022-217 - ANNUAL CONTRACT FOR FENCE
INSTALLATION, DEMOLITION, AND REPAIRS - FACILITIES
MANAGEMENT - VARIOUS VENDORS - PER UNIT PRICE,
HOURLY RATE, AND MARKUP FOR PARTS
COMMISSIONERS COURT ACTION REOUESTED
It is requested that the Commissioners Court award Bid No. 2022-217, Annual Contract for Fence
Installation, Demolition, and Repairs, for Facilities Management, to the following vendors at the per
unit price, hourly rate, and markup for parts:
Primary SEF Builders, Inc. d/b/a Superior Fencing
Secondary Triple-C Fence, LLC
BACKGROUND
Notice of the County's intent to bid was advertised in local newspapers, as required by State statute,
and posted on the Internet, the Arlington Black Chamber of Commerce, the Fort Worth Hispanic
Chamber of Commerce, the Fort Worth Metropolitan Black Chamber of Commerce, and the Tarrant
County Asian American Chamber of Commerce. One hundred thirty-two (132) vendors were
contacted and requested to participate in this bid process. All documents pertaining to this bid were
posted on the Tarrant County website and were downloaded by interested bidders. A pre -bid
conference held on September 15, 2022 was attended by two (2) vendors as well as representatives
from Facilities Management and Purchasing. Two (2) bids were received.
Bids were evaluated by Facilities Management and Purchasing representatives. Award
recommendations are to the low bids meeting specifications.
The term of the contract is twelve (12) months, effective October 13, 2022, with two (2) options for
renewal periods of twelve (12) months each.
Therefore, it is the joint recommendation of Facilities Management and Purchasing that Bid No.
2022-217, Annual Contract for Fence Installation, Demolition, and Repairs, be awarded to the vendors
listed above at the per unit price, hourly rate and markup for parts.
FISCAL IMPACT
Expenses for last year were approximately $41,000.00. Services are provided on an as -needed
basis. Funding is available in account 532011/10000-2023/Various Cost Centers.
SUBMITTED BY: Purchasing PREPARED BY: Roger D. Fuller UT W
APPROVED BY: Chris Lax, CPSM, CPCP
Jt( N
COUN '•.
*• TAKINGS IMPACT ASSESSMENT CHECKLIST
Complete this form for any county action that involves the adoption of a regulation,
policy, guideline, court resolution, or order.
Project/Regulation Name: Bid No. 2022-217 - Annual Contract for Fence
Installation. Demolition, and Repairs - Facilities Manaaement - Various Vendors - Per Unit Price.
Hourly Rate. and Markup for Parts
County Department:
Contact Person:
Phone Number for Contact Person
PURCHASING
Melissa Lee. C.P.M.. A.P.P.
(817) 884-3245
Type of TIA Performed: SHORT TIA o FULL TIA. Circle one after answering the questions in
Sections II and III below.
I. Stated Purpose
Attach to this checklist an explanation of the purpose of the regulation, policy, guideline,
court resolution, or order.
Note: The remainder of this Takings Impact Assessment Checklist should
be completed in consultation with the Criminal District Attorney's Office.
II. Potential Effect on Private Real Property
1. Does the county action require a physical invasion, occupation, or dedication of real
property?
Yes
No 4
2. Does the county action limit or restrict a real property right, even partially, or
temporarily?
Yes No
If you answered yes to either question, go to Section III. If you answered no to both, STOP
HERE and circle SHORT TIA at the top of the form.
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence, LLC
K
Keller, TX
Haslett, TX
HUB - No
HUB - No
CO-OP - Yes
CO-OP - Yes
Item I
Description
I Qty
Unit
I Extended
Unit
I Extended
SECTION 1: INSTALLATION OF FENCE
PER BID SPECIFICATIONS
Common Chain Link
1
Fence, 6 Feet High, per
250
$
32.00 $ 8,000.00
$
38.50 $ 9,625.00
Linear Foot
Common Chain Link
2
Fence, 8 Feet High, per
30
$
40.00 $ 1,200.00
$
42.50 $ 1,275.00
Linear Foot
Common Chain Link
3
Fence, 10 Feet High, per
1
$
50.00 $ 50.00
$
68.50 $ 68.50
Linear Foot
Common Concrete Masonry
4
Fence, 6 Feet Column
1
$
100.00 $ 100.00
$
235.00 $ 235.00
Height, per Linear Foot
Common Concrete Masonry
5
Fence, 8 Feet Column
1
$
150.00 $ 150.00
$
315.00 $ 315.00
Height, per Linear Foot
Common Mini -Mesh
6
Fence, 10 Feet High, per
1
$
45.00 $ 45.00
$
145.00 $ 145.00
Linear Foot
Common Ornamental Iron
7
Fence, 3 Feet High, per
1
$
38.00 $ 38.00
$
38.50 $ 38.50
Linear Foot
Common Ornamental Iron
8
Fence, 5 Feet High, per
16
$
36.00 $ 576.00
$
44.50 $ 712.00
Linear Foot
Common R-Panel Fence,
9
6 Feet High, per Linear
1
$
36.00 $ 36.00
$
54.50 $ 54.50
Foot
Common R-Panel Fence,
10
8 Feet High, per Linear
400
$
45.00 $ 18,000.00
$
68.50 $ 27,400.00
Foot
11
Common Wood Fence, 6
1
$
35.00 $ 35.00
$
48.50 $ 48.50
Feet High, per Linear Foot
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence, LLC
'`�Haslett,
TX
Keller, TX
HUB - No
HUB - No
CO-OP - Yes
CO-OP - Yes
(Item
Description
Qty
Unit Extended
Unit Extended
12
Common Wood Fence, 8
70
$
45.00 $ 3,150.00
$
65.50 $ 4,585.00
Feet High, per Linear Foot
13
Common Wood Fence, 10
1
$
75.00 $ 75.00
$
98.50 $ 98.50
Feet High, per Linear Foot
Subtotal Section 1
$
31,455.00
$
44,600.50
Discount
off List for Items not
5.00%
2.00%
Listed
(SECTION 2: DEMOLITION OF FENCE
PER
BID SPECIFICATIONS
Common Chain Link
1
Fence, 6 Feet High, per
20
$
5.00 $ 100.00
$
3.95 $ 79.00
Linear Foot
Common Chain Link
2
Fence, 8 Feet High, per
30
$
5.00 $ 150.00
$
3.95 $ 118.50
Linear Foot
Common Chain Link
3
Fence, 10 Feet High, per
1
$
5.00 $ 5.00
$
4.25 $ 4.25
Linear Foot
Common Concrete Masonry
4
Fence, 6 Feet Column
1
$
10.00 $ 10.00
$
25.50 $ 25.50
Height, per Linear Foot
Common Concrete Masonry
5
Fence, 8 Feet Column
1
$
10.00 $ 10.00
$
35.50 $ 35.50
Height, per Linear Foot
Common Mini -Mesh
6
Fence, 10 Feet High, per
1
$
10.00 $ 10.00
$
20.50 $ 20.50
Linear Foot
Common Ornamental Iron
7
Fence, 3 Feet High, per
1
$
5.00 $ 5.00
$
3.95 $ 3.95
Linear Foot
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence, LLC
Keller, TX
Haslett, TX
HUB -
No
HUB - No
CO-OP
- Yes
CO-OP - Yes
Item
Description
Qty
Unit Extended
Unit
Extended
Common Ornamental Iron
8
Fence, 5 Feet High, per
20
$
5.00 $ 100.00
$
3.95
$ 79.00
Linear Foot
Common R-Panel Fence,
9
6 Feet High, per Linear
1
$
5.00 $ 5.00
$
4.25
$ 4.25
Foot
Common R-Panel Fence,
10
8 Feet High, per Linear
10
$
5.00 $ 50.00
$
4.95
$ 49.50
Foot
11
Common Wood Fence, 6
1
$
5.00 $ 5.00
$
4.25
$ 4.25
Feet High, per Linear Foot
12
Common Wood Fence, 8
1
$
5.00 $ 5.00
$
4.95
$ 4.95
Feet High, per Linear Foot
13
Common Wood Fence, 10
1
$
5.00 $ 5.00
$
6.50
$ 6.50
Feet High, per Linear Foot
Subtotal Section 2
$
460.00
$
435.65
Discount off List for Items not Listed
5.00%
2.00%
SECTION 3A: GATES, REPAIR
Standard Chain Link slide
1
gate w/ v-track & pinch -
roller system
6' Height
20
$
10.00 $ 200.00
$
515.00
$ 10,300.00
8' Height
20
$
10.00 $ 200.00
$
520.00
$ 10,400.00
10' Height
20
$
10.00 $ 200.00
$
530.00
$ 10, 600.00
12' Height
20
$
10.00 $ 200.00
$
550.00
$ 11,000.00
2
Standard Chain Link
single swing gate system
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Item Description Qty
6' Height 20
8' Height 20
10' Height 20
12' Height 20
3 Standard Chain Link
double swing gate system
6' Height 20
8' Height 20
10' Height 20
12' Height 20
4 Cantilever Chain Link slide
gate w/ 4" posts
Primary Award
SEF Builders, Inc. dba
Superior Fencing
Keller, TX
HUB - No
CO-OP - Yes
Unit Extended
$ 10.00 $ 200.00 $
$ 10.00 $ 200.00 $
$ 10.00 $ 200.00 $
$ 10.00 $ 200.00 $
Secondary Award
Triple-C Fence, LLC
Haslett, TX
HUB - No
CO-OP - Yes
Unit
Extended
480.00
$
9,600.00
485.00
$
9,700.00
495.00
$
9,900.00
510.00
$
10, 200.00
$ 10.00
$
200.00
$
480.00
$
9,600.00
$ 10.00
$
200.00
$
485.00
$
9,700.00
$ 10.00
$
200.00
$
495.00
$
9,900.00
$ 10.00
$
200.00
$
510.00
$
10, 200.00
6' Height
20
$
10.00
$
200.00
$
520.00
$
10,400.00
8' Height
20
$
10.00
$
200.00
$
525.00
$
10,500.00
10' Height
20
$
10.00
$
200.00
$
540.00
$
10,800.00
12' Height
20
$
10.00
$
200.00
$
545.00
$
10,900.00
Square tubing with R-
5 Panel slide gate w/ v-
track & pinch -roller system
6' Height 20
8' Height 20
10' Height 20
12' Height 20
$ 15.00
$
300.00
$
520.00
$
10, 400.00
$ 15.00
$
300.00
$
525.00
$
10, 500.00
$ 15.00
$
300.00
$
540.00
$
10, 800.00
$ 15.00
$
300.00
$
545.00
$
10, 900.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Item Description Qty
Square tubing with R-
6 Panel single swing gate
system
6' Height
20
8' Height
20
10' Height
20
12' Height
20
Square tubing with R-
7 Panel double swing gate
system
6' Height
20
8' Height
20
10' Height
20
12' Height
20
Square tubing Cantilever
8 with R-Panel slide gate w/
4" posts
Primary Award
SEF Builders, Inc. dba
Superior Fencing
Keller, TX
HUB - No
CO-OP - Yes
Unit Extended
Secondary Award
Triple-C Fence, LLC
Haslett, TX
HUB - No
CO-OP - Yes
Unit Extended
$ 15.00
$
300.00
$
520.00
$
10, 400.00
$ 15.00
$
300.00
$
525.00
$
10, 500.00
$ 15.00
$
300.00
$
540.00
$
10, 800.00
$ 15.00
$
300.00
$
545.00
$
10, 900.00
$ 10.00
$
200.00
$
520.00
$
10, 400.00
$ 10.00
$
200.00
$
525.00
$
10, 500.00
$ 10.00
$
200.00
$
540.00
$
10, 800.00
$ 10.00
$
200.00
$
545.00
$
10,900.00
6' Height 20 $
8' Height 20 $
10' Height 20 $
12' Height 20 $
Ornamental Iron slide gate
9 w/ v-track & pinch -roller
system
15.00
$
300.00
$
520.00
$
10, 400.00
15.00
$
300.00
$
525.00
$
10, 500.00
15.00
$
300.00
$
540.00
$
10, 800.00
15.00
$
300.00
$
545.00
$
10, 900.00
6' Height 20 $ 15.00 $ 300.00 $ 540.00 $ 10,800.00
8' Height 20 $ 15.00 $ 300.00 $ 550.00 $ 11,000.00
10 Ornamental Iron single
swing gate system
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
SecondaryAward
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence, LLC
K
Keller, TX
Haslett, TX
HUB -
No
HUB - No
CO-OP
- Yes
CO-OP - Yes
Item
Description
Qty
Unit Extended
Unit
Extended
6' Height
20
$
15.00 $ 300.00
$
540.00
$ 10,800.00
8' Height
20
$
15.00 $ 300.00
$
550.00
$ 11,000.00
11
Ornamental Iron double
swing gate system
6' Height
20
$
15.00 $ 300.00
$
540.00
$ 10,800.00
8' Height
20
$
15.00 $ 300.00
$
550.00
$ 11,000.00
12
Ornamental Iron Cantilver
slide gate w/ 4" posts
6' Height
20
$
15.00 $ 300.00
$
540.00
$ 10,800.00
8' Height
20
$
15.00 $ 300.00
$
550.00
$ 11,000.00
13
Iron Pipe slide gate w/ v-
track & pinch -roller system
6' Height
20
$
15.00 $ 300.00
$
530.00
$ 10, 600.00
8' Height
20
$
15.00 $ 300.00
$
540.00
$ 10,800.00
14
Iron Pipe single swing
gate system
6' Height
20
$
15.00
$
300.00
$
530.00
$
10,600.00
8' Height
20
$
15.00
$
300.00
$
540.00
$
10,800.00
15 Iron Pipe double swing
gate system
6' Height
20
$
15.00
$
300.00
$
530.00
$
10,600.00
8' Height
20
$
15.00
$
300.00
$
540.00
$
10,800.00
16 Iron Pipe Cantilever slide
gate w/ 4" posts
6' Height
20
$
15.00
$
300.00
$
530.00
$
10,600.00
8' Height
20
$
15.00
$
300.00
$
540.00
$
10,800.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
SEF Builders, Inc. dba
Superior Fencing
Keller, TX
HUB - No
CO-OP - Yes
Item I Description I Qty Unit I Extended
SECTION 313: GATES, REPLACE (LIKE FOR LIKE)
Standard Chain Link slide
1 gate w/ v-track & pinch -
roller system
6' Height
20
8' Height
20
10' Height
20
12' Height
20
2 Standard Chain Link
single swing gate system
6' Height
20
8' Height
20
10' Height
20
12' Height
20
3 Standard Chain Link
double swing gate system
Secondary Award
Triple-C Fence, LLC
Haslett, TX
HUB - No
CO-OP - Yes
Unit I Extended
$ 50.00
$
1,000.00
$
295.00 $
5,900.00
$ 60.00
$
1,200.00
$
325.00 $
6,500.00
$ 65.00
$
1,300.00
$
345.00 $
6,900.00
$ 70.00
$
1,400.00
$
380.00 $
7,600.00
$ 50.00
$
1,000.00
$
170.00 $
3,400.00
$ 60.00
$
1,200.00
$
210.00 $
4,200.00
$ 65.00
$
1,300.00
$
250.00 $
5,000.00
$ 70.00
$
1,400.00
$
290.00 $
5,800.00
6' Height 20 $
8' Height 20 $
10' Height 20 $
12' Height 20 $
4 Cantilever Chain Link slide
gate w/ 4" posts
50.00
$
1,000.00
$
170.00 $
3,400.00
65.00
$
1,300.00
$
210.00 $
4,200.00
70.00
$
1,400.00
$
250.00 $
5,000.00
80.00
$
1,600.00
$
290.00 $
5,800.00
6' Height 20
$
75.00
$
1,500.00
$
310.00 $
6,200.00
8' Height 20
$
80.00
$
1,600.00
$
340.00 $
6,800.00
10' Height 20
$
85.00
$
1,700.00
$
390.00 $
7,800.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award SecondaryAward
SEF Builders, Inc. dba
Superior Fencing Triple-C Fence, LLC
KHaslett, TX
Keller, TX
HUB - No
HUB - No CO-OP - Yes
CO-OP - Yes
(Item Description Qty Unit Extended Unit Extended
12' Height 20 $ 90.00 $ 1,800.00 $ 420.00 $ 8,400.00
Square tubing with R-
5 Panel slide gate w/ v-
track & pinch -roller system
6' Height
20
$
75.00
$
1,500.00
$
325.00
$
6,500.00
8' Height
20
$
80.00
$
1,600.00
$
350.00
$
7,000.00
10' Height
20
$
85.00
$
1,700.00
$
395.00
$
7,900.00
12' Height
20
$
90.00
$
1,800.00
$
430.00
$
8,600.00
Square tubing with R-
6 Panel single swing gate
system
6' Height
20
$
75.00
$
1,500.00
$
315.00
$
6,300.00
8' Height
20
$
80.00
$
1,600.00
$
335.00
$
6,700.00
10' Height
20
$
85.00
$
1,700.00
$
380.00
$
7,600.00
12' Height
20
$
90.00
$
1,800.00
$
425.00
$
8,500.00
Square tubing with R-
7 Panel double swing gate
system
6' Height
20
$
85.00
$
1,700.00
$
320.00
$
6,400.00
8' Height
20
$
90.00
$
1,800.00
$
340.00
$
6,800.00
10' Height
20
$
110.00
$
2,200.00
$
385.00
$
7,700.00
12' Height
20
$
120.00
$
2,400.00
$
430.00
$
8,600.00
Square tubing Cantilever
8 with R-Panel slide gate w/
4" posts
6' Height
20
$
110.00
$
2,200.00
$
325.00
$
6,500.00
8' Height
20
$
120.00
$
2,400.00
$
345.00
$
6,900.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award Secondary Award
SEF Builders, Inc. dba
Superior Fencing Triple-C Fence, LLC
KHaslett, TX
Keller, TX
HUB - No
HUB - No CO-OP - Yes
CO-OP - Yes
Item Description Qty Unit Extended Unit Extended
10' Height 20 $ 130.00 $ 2,600.00 $ 385.00 $ 7,700.00
12' Height 20 $ 140.00 $ 2,800.00 $ 435.00 $ 8,700.00
Ornamental Iron slide gate
9 w/ v-track & pinch -roller
system
6' Height
20 $
8' Height
20 $
10 Ornamental Iron single
swing gate system
6' Height
20 $
8' Height
20 $
11 Ornamental Iron double
swing gate system
6' Height
20 $
8' Height
20 $
12 Ornamental Iron Cantilver
slide gate w/ 4" posts
6' Height
20 $
8' Height
20 $
13 Iron Pipe slide gate w/ v-
track & pinch -roller system
6' Height 20 $
8' Height 20 $
14 Iron Pipe single swing
gate system
120.00 $ 2,400.00 $
150.00 $ 3,000.00 $
90.00 $ 1,800.00 $
100.00 $ 2,000.00 $
90.00 $ 1,800.00 $
100.00 $ 2,000.00 $
110.00 $ 2,200.00 $
120.00 $ 2,400.00 $
100.00 $ 2,000.00 $
110.00 $ 2,200.00 $
410.00 $ 8,200.00
420.00 $ 8,400.00
385.00 $ 7,700.00
395.00 $ 7,900.00
385.00 $ 7,700.00
395.00 $ 7,900.00
415.00 $ 8,300.00
430.00 $ 8,600.00
385.00 $ 7,700.00
395.00 $ 7,900.00
6' Height 20 $ 130.00 $ 2,600.00 $ 385.00 $ 7,700.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
(Item Description Qty
8' Height 20
15 Iron Pipe double swing
gate system
Primary Award
SEF Builders, Inc. dba
Superior Fencing
Keller, TX
HUB - No
CO-OP - Yes
Unit Extended
$ 140.00 $ 2,800.00 $
Secondary Award
Triple-C Fence, LLC
Haslett, TX
HUB - No
CO-OP - Yes
Unit Extended
390.00 $ 7,800.00
6' Height 20 $ 120.00 $ 2,400.00 $ 380.00 $ 7,600.00
8' Height 20 $ 130.00 $ 2,600.00 $ 385.00 $ 7,700.00
16 Iron Pipe Cantilever slide
gate w/ 4" posts
6' Height 20 $ 180.00 $ 3,600.00 $ 395.00 $ 7,900.00
8' Height 20 $ 200.00 $ 4,000.00 $ 400.00 $ 8,000.00
SECTION 3C GATES, NEW
Standard Chain Link slide
1 gate w/ v-track & pinch -
roller system
6' Height
20
$
80.00
$
1,600.00
$
295.00
$
5,900.00
8' Height
20
$
85.00
$
1,700.00
$
325.00
$
6,500.00
10' Height
20
$
90.00
$
1,800.00
$
345.00
$
6,900.00
12' Height
20
$
95.00
$
1,900.00
$
380.00
$
7,600.00
2 Standard Chain Link
single swing gate system
6' Height
20
$
75.00
$
1,500.00
$
170.00
$
3,400.00
8' Height
20
$
80.00
$
1,600.00
$
210.00
$
4,200.00
10' Height
20
$
85.00
$
1,700.00
$
250.00
$
5,000.00
12' Height
20
$
90.00
$
1,800.00
$
290.00
$
5,800.00
3 Standard Chain Link
double swing gate system
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
SecondaryAward
SEF Builders, Inc. dba
Superior
Fencing
Triple-C Fence,
LLC
Keller,
K
TX
Haslett, TX
HUB -
No
HUB
- No
CO-OP
- Yes
CO-OP - Yes
Item Description
Qty
Unit
Extended
Unit
Extended
6' Height
20
$
80.00
$ 1,600.00
$
170.00
$
3,400.00
8' Height
20
$
85.00
$ 1,700.00
$
210.00
$
4,200.00
10' Height
20
$
130.00
$ 2,600.00
$
250.00
$
5,000.00
12' Height
20
$
140.00
$ 2,800.00
$
290.00
$
5,800.00
4 Cantilever Chain Link slide
gate w/ 4" posts
6' Height
20
$
145.00
$ 2,900.00
$
310.00
$
6,200.00
8' Height
20
$
150.00
$ 3,000.00
$
340.00
$
6,800.00
10' Height
20
$
155.00
$ 3,100.00
$
390.00
$
7,800.00
12' Height
20
$
160.00
$ 3,200.00
$
420.00
$
8,400.00
Square tubing with R-
5 Panel slide gate w/ v-
track & pinch -roller system
6' Height
20
$
145.00
$ 2,900.00
$
325.00
$
6,500.00
8' Height
20
$
150.00
$ 3,000.00
$
350.00
$
7,000.00
10' Height
20
$
155.00
$ 3,100.00
$
395.00
$
7,900.00
12' Height
20
$
160.00
$ 3,200.00
$
430.00
$
8,600.00
Square tubing with R-
6 Panel single swing gate
system
6' Height
20
$
145.00
$ 2,900.00
$
315.00
$
6,300.00
8' Height
20
$
150.00
$ 3,000.00
$
335.00
$
6,700.00
10' Height
20
$
155.00
$ 3,100.00
$
380.00
$
7,600.00
12' Height
20
$
160.00
$ 3,200.00
$
425.00
$
8,500.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
SecondaryAward
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence,
LLC
K
Keller, TX
Haslett, TX
HUB -
No
HUB - No
CO-OP - Yes
CO-OP - Yes
(Item
Description
Qty
Unit Extended
Unit
Extended
Square tubing with R-
7
Panel double swing gate
system
6' Height
20
$
150.00 $ 3,000.00
$
320.00
$
6,400.00
8' Height
20
$
155.00 $ 3,100.00
$
340.00
$
6,800.00
10' Height
20
$
160.00 $ 3,200.00
$
385.00
$
7,700.00
12' Height
20
$
170.00 $ 3,400.00
$
430.00
$
8,600.00
Square tubing Cantilever
8
with R-Panel slide gate w/
4" posts
6' Height
20
$
160.00 $ 3,200.00
$
325.00
$
6,500.00
8' Height
20
$
165.00 $ 3,300.00
$
345.00
$
6,900.00
10' Height
20
$
170.00 $ 3,400.00
$
385.00
$
7,700.00
12' Height
20
$
180.00 $ 3,600.00
$
435.00
$
8,700.00
Ornamental Iron slide gate
9
w/ v-track & pinch -roller
system
6' Height
20
$
150.00 $ 3,000.00
$
410.00
$
8,200.00
8' Height
20
$
160.00 $ 3,200.00
$
420.00
$
8,400.00
10
Ornamental Iron single
swing gate system
6' Height
20
$
140.00 $ 2,800.00
$
385.00
$
7,700.00
8' Height
20
$
150.00 $ 3,000.00
$
395.00
$
7,900.00
11
Ornamental Iron double
swing gate system
6' Height
20
$
150.00 $ 3,000.00
$
385.00
$
7,700.00
8' Height
20
$
160.00 $ 3,200.00
$
395.00
$
7,900.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
_ Superior Fencing
Triple-C Fence, LLC
K
Keller, TX
Haslett, TX
HUB - No
HUB - No
CO-OP - Yes
CO-OP - Yes
Item Description Qty Unit Extended
Unit Extended
12 Ornamental Iron Cantilver
slide gate w/ 4" posts
6' Height 20 $
8' Height 20 $
13 Iron Pipe slide gate w/ v-
track & pinch -roller system
6' Height 20 $
8' Height 20 $
14 Iron Pipe single swing
gate system
180.00 $ 3,600.00 $
190.00 $ 3,800.00 $
160.00 $ 3,200.00 $
170.00 $ 3,400.00 $
415.00 $ 8,300.00
430.00 $ 8,600.00
385.00 $ 7,700.00
395.00 $ 7,900.00
6' Height 20 $ 170.00 $ 3,400.00 $ 385.00 $ 7,700.00
8' Height 20 $ 180.00 $ 3,600.00 $ 390.00 $ 7,800.00
15 Iron Pipe double swing
gate system
6' Height 20 $ 170.00 $ 3,400.00 $ 380.00 $ 7,600.00
8' Height 20 $ 180.00 $ 3,600.00 $ 385.00 $ 7,700.00
16 Iron Pipe Cantilever slide
gate w/ 4" posts
6' Height 20 $
8' Height 20 $
Subtotal Section 3 $
(SECTION 4: MISCELLANEOUS
Post Replacement -
1 Galvanized - 1-5/8" sq,
.65" wall thickness
6' Height 2 $
180.00 $ 3,600.00 $
190.00 $ 3,800.00 $
243,900.00 $
395.00 $ 7,900.00
400.00 $ 8,000.00
1,183, 500.00
150.00 $ 300.00 $ 380.00 $ 760.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
SecondaryAward
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence, LLC
Keller, TX
K
Haslett, TX
HUB - No
HUB - No
CO-OP - Yes
CO-OP - Yes
Item Description
Qty
Unit Extended
Unit Extended
8' Height
2
$ 160.00 $ 320.00
$ 385.00 $ 770.00
10' Height
2
$ 170.00 $ 340.00
$ 390.00 $ 780.00
12' Height
2
$ 180.00 $ 360.00
$ 395.00 $ 790.00
Post Replacement - Pipe -
2
2-3/8"
6' Height 2
8' Height 2
10' Height 2
12' Height 2
3 Post Replacement - Pipe -
2-7/8"
6' Height 2
8' Height 2
10' Height 2
12' Height 2
4 Post Replacement - Pipe -
3-1/2"
6' Height 2
8' Height 2
10' Height 2
12' Height 2
Post Replacement - Pipe -
5 411
$ 150.00
$
300.00
$
385.00
$
770.00
$ 160.00
$
320.00
$
390.00
$
780.00
$ 180.00
$
360.00
$
395.00
$
790.00
$ 200.00
$
400.00
$
400.00
$
800.00
$ 200.00
$
400.00
$
390.00
$
780.00
$ 220.00
$
440.00
$
395.00
$
790.00
$ 240.00
$
480.00
$
400.00
$
800.00
$ 250.00
$
500.00
$
405.00
$
810.00
$ 350.00
$
700.00
$
500.00
$
1,000.00
$ 375.00
$
750.00
$
505.00
$
1,010.00
$ 400.00
$
800.00
$
520.00
$
1,040.00
$ 450.00
$
900.00
$
525.00
$
1,050.00
6' Height 2 $ 350.00 $ 700.00 $ 515.00 $ 1,030.00
8' Height 2 $ 375.00 $ 750.00 $ 520.00 $ 1,040.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
Superior Fencing
Triple-C Fence,
LLC
K
Keller, TX
Haslett, TX
HUB -
No
HUB - No
CO-OP
- Yes
CO-OP - Yes
Item Description
Qty
Unit Extended
Unit
Extended
10' Height
2
$
400.00 $ 800.00
$
530.00
$
1,060.00
12' Height
2
$
450.00 $ 900.00
$
550.00
$
1,100.00
Post Replacement - Pipe -
6 4-1/2"
6' Height
2
$
350.00 $ 700.00
$
520.00
$
1,040.00
8' Height
2
$
375.00 $ 750.00
$
530.00
$
1,060.00
10' Height
2
$
400.00 $ 800.00
$
550.00
$
1,100.00
12' Height
2
$
450.00 $ 900.00
$
580.00
$
1,160.00
7 Post Replacement -
Square Tubing - 4"
6' Height
2
$
200.00 $ 400.00
$
520.00
$
1,040.00
8' Height
2
$
225.00 $ 450.00
$
530.00
$
1,060.00
10' Height
2
$
250.00 $ 500.00
$
550.00
$
1,100.00
12' Height
2
$
350.00 $ 700.00
$
580.00
$
1,160.00
T-Post Installation - 8'
8
apart
6' Height
2
$
25.00 $ 50.00
$
300.00
$
600.00
8' Height
2
$
30.00 $ 60.00
$
320.00
$
640.00
10' Height
2
$
40.00 $ 80.00
$
330.00
$
660.00
12' Height
2
$
50.00 $ 100.00
$
350.00
$
700.00
9 Barbed Wire/Razor Wire -
Material and Labor
Single Twist
100
$
13.00 $ 1,300.00
$
11.50
$
1,150.00
Double Twist
100
$
15.00 $ 1,500.00
$
11.50
$
1,150.00
Traditional
100
$
13.00 $ 1,300.00
$
11.50
$
1,150.00
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award
Secondary Award
SEF Builders, Inc. dba
Superior Fencing _
Triple-C Fence, LLC
K
Keller, TX
Haslett, TX
HUB - No
HUB - No
CO-OP - Yes
CO-OP - Yes
Item
Description
Qty
Unit Extended
Unit Extended
Razor Wire
100
$
20.00 $ 2,000.00
$
26.80 $ 2,680.00
Installation of Post in
10
Rocky/Heavily Rooted
2
$
275.00 $ 550.00
$
35.00 $ 70.00
Areas (per hole)
Subtotal Section 4
$
22,960.00
$
35,270.00
SECTION 5: REPAIR SERVICE
Trained Repair Technician (Non -Automation)
Hourly Labor Rate,
1
Normal, M-F, 8:00a -
20
$
75.00 $ 1,500.00
$
225.00 $ 4,500.00
5:00p
Hourly Labor Rate,
2
Afterhours, M-F, 5:01 p -
1
$
100.00 $ 100.00
$
385.00 $ 385.00
7:59a
3
Hourly Labor Rate,
1
$
150.00 $ 150.00
$
485.00 $ 485.00
Weekend and Holiday
Trained Repair Technician (Automation)
Hourly Labor Rate,
1 Normal, M-F, 8:00a - 20 $ 50.00 $ 1,000.00 $ 285.00 $ 5,700.00
5:00p
Hourly Labor Rate,
2 Afterhours, M-F, 5:01 p - 1 $ 75.00 $
7:59a
3 Hourly Labor Rate, 1 $ 150.00 $
Weekend and Holiday
Subtotal Section 5 $
Parts Mark -Up (Standard Fencing 10.00%
Parts)
75.00 $ 395.00 $ 395.00
150.00 $ 495.00 $ 495.00
2,975.00 $ 11,960.00
35.00 %
RFB 2022-217 Annual Contract for Fence Installation, Demolition, and Repairs
Primary Award Secondary Award
SEF Builders, Inc. dba
Superior Fencing Triple-C Fence, LLC
KHaslett, TX
Keller, TX
HUB - No
HUB - No CO-OP - Yes
CO-OP - Yes
Item I Description I Qty Unit I Extended Unit I Extended
Parts Mark -Up (Automation Fencing 15.00% 38.50%
Parts)
Number of Technicians 3 10
Maimum Response for Standard 48 Hours 48 Hours
Calls
Maimum Response for Emergency 8 Hours 6 Hours
Calls
Bid Total $ 301,750.00 $ 1,275,766.15
Exhibit D
CONFLICT OF INTEREST DISCLOSURE REQUIREMENT
Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or
seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity
(i.e. The City of Fort Worth) must disclose in the Questionnaire Forms CIQ ("Questionnaire") the person's
affiliation or business relationship that might cause a conflict of interest with the local governmental entity.
By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after
the date the person begins contract discussions or negotiations with the City, or submits an application or
response to a request for proposals or bids, correspondence, or another writing related to potential
agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176.
A copy of the Questionnaires Form CIQ is enclosed with submittal documents. The form is also available at
http://www.ethics.state.tx.us/forms/CIQ.pdf.
If you have any questions about compliance, please consult your own legal counsel. Compliance is the
individual responsibility of each person or agent of a person who is subject to the filing requirement. An
offense under Chapter 176 is a Class C misdemeanor.
NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might
have with the City, state Contractor name in the # 1, use N/A in each of the areas on the form.
However, a signature is required in the #7 box in all cases.
R -d 6.9.22-
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
Fier vendor doing bL1S111PS5 With IoCal goverr►n pmal wntity
"his questronnaim mflens changes made to the law by H B 23. &fth Lay . Pogular Sassion OFFICE USE ONLY
='ir -na ra +*ir., 'rftd v' a. -i roan:v -oo 11 Z-aF le, a L(,L-a f_ GVFrnTnF-t IC jo.''je 3 r5' ' "NrK r,
-its a yus+-asS 11� 3'rr•s60 as oet W'd kr &eC'fe- '74L aCsrt 3! n l a V�31 dn'e'nM-rel Fray and it*
J. ,x'•ac tt'v]urr.}rar% _naa -Sod 7r 'r7:' 16,ai
c-estonnafrc mLs: Do'ilc-d w :h the a xci adrr'nrtra:ar c' f'q Ic�.a g,NarrTerral e1'f rr.: la'ar
�t ❑'tk -V t = ^zv �r'c- 11a d3to rtK vc-nct,r taxies wham A'a•_!r r-l' rooufr•7 t`n S':S'Pfflr "t ;G De
•iY; .y -•r > >n 1 : f. �, -a ' • l:Cc3 G _,�klrnmo".t Dnd o
4 irnm*,E an .''c ":g i' 'f a verdar RnJrhfng if Y 3ta:[S 3AC''L}3Sn :::.� _ _11 7r :• r"'r' .:c:da Ar
se
1 Name of vendor who has a business relationship with local governmental entity"
?1 - .
Check this box 1f you are filing an update to o previously Tiled questio afire. " _ -.Y r _,q�ar*E, :�tt you -cpC3 ar t,t=;
oIc-. Ojos 4-.rrai,c-wi'n'-io 3::'r SIC . 1'10 3JY1:rrly - rC' 31=':nC • t" __, ,."_-: dZ v :ftc•r 1 13t;
tc--a-ia z7h3ra I7il M-) :' a ral y ' c: quest cri-orc tY i, "_ cr'� L}'•} i' ];'
J Name of local government officer about whom the information is being disclosed.
J Describe each employment or other business relationship with the local government officer, or a family m4mber of the
officer, as described by Section 176-003lay(2)(A). Also describe any family relationship with the local govemrnent officer.
Complete subparts A and B foreach employment or business relationship described Attach additional pages to this Form
CIO as necessary.
A. s :7iv I:gal ,cfva rn crt :ff co' a far i' ,ioa fiber :1 :~ro Oficar w Erw r; i.ke;y t. rc- a ve tasab•, nL,-rrc
:l'1a• tar lc:'na, 4rc•rr t'10 vcrvoil
Y-c_ ®hlo
E . 1-: w a-rd'• focery r I ht ; t: a.? vo taxabia ir.co,mo, DIM nay r we:a Irr'erI z :nia. :'n 3; ln-y d•-oct or
:f '. 10 4C] 9OVD'n'107 G'f :tier or 3 farrf y ma•nca• of :no dlt.ar ANC:6* tJXabk, r.-.T&, is a,,: x:;vad ft:'n :t•t
o_3 ;rverrrrcrtal ant ry-1
u Describe each employment or business relationship that the vendor named in Section i maintains with a corporation or
other business entity with respect to which the local government officer serves as in officer of director. or holds an
ownership interest of orw percent or more.
J
❑ Ct WK th,s f x ,l :t10 vondar has giver l'1 _ I:,:al govorg rn ,it o"ico1 , i a f Oro 4 -,k h
--Aw o' ra o`' �� o ►� of rr.rr3 y r
d5 AI S-Cr�.od in Sdclion 17e"a03la1i21{l5i. 9RCI'jd rg gi is dos_i t,,,z of ` ":: - 176:X3i3•1r-
T131114j-
5 ,na: .3 • ri. je L' irld I: n 56 W th Hla pt7aarnalenrai ontrty �raV
rr1rR1 �'.�ri000 l:y 16ra5 Ettk:S GG�n� 55 D{",
www.orhl"s slato to"u:
Revised •. 27
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Cade may be found at http Avww. statutes_legis_state.tx_us/
Docs+L +htrNLG_ 17B.tOm. For easy reference. below are some of the sections cited on this farm.
Local Government Code 6176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity atone of the parties. The germ does not include a connection based on:
(A) a tran saction that is s ubject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a pu rchase or lease of goods or services from a person that is ch artered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Goverment Cade § 176.DD3(a)f2)(A] and ( B),
(a) A local govern ment officer sh all fi le a confI icts disclo sure statement with respect to a vendor if:
(2) thevendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local govern mental entity and vendor has been executed;
or
(i i) the local governmental entity is considering entering into a contract with the
vendor,
(B) h as given to the lccaJ government officer or a family mem ber of the off icer one or more gifts
that have an aggregate value of more than 3 100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(i i) the local governmental entity is considering entering into a contract with the vendor-
Loca I Gove rnme nt Code 61 76.006(a) and (a-1)
{a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a fam ily member of the officer. descri bed by Section 176-003(a)(2) (A);
(2) h as given a local govemment officer of that I oval govern mental entity, or a family member of the
officer. one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1)1 or
(3) has a famity relationship with a local government officer of that local governmental entity-
{a- f ) The completed confI ict of interest questionnaire must be fi led with the appropriate records admin istrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) subm its to the local governmental entity an application. response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the ven dor has given one or mare gifts described by Subsection (a), or
(G) of a family relationship with a local government officer -
Form provided by Texas Dhics Commission rrnw. othi cs.stato.lx. u s Reuised 1112021
Revised 6.9.22cc