Loading...
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