HomeMy WebLinkAboutContract 60135 (2)CSC No. 60135
FORT WORTH,
"I'll
NON-EXCLUSIVE CONTRACTOR SERVICES AGREEMENT
This NON-EXCLUSIVE CONTRACTOR SERVICES AGREEMENT ("Agreement") is made
and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal
corporation, acting by and through its duly authorized Assistant City Manager, and RNDI COMPANIES,
INC. ("Contractor"), a Texas limited liability company and acting by and through its duly authorized
representative, each individually referred to as a "party" and collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Contractor Services Agreement;
2. Exhibit A
— Scope of Services;
3. Exhibit B
— Price Schedule;
4. Exhibit C
— City's ITB No.23-0076
5. Exhibit D
— Contractor's Bid Response to City's ITB No.23-0076; and
6. Exhibit E —
Verification of Signature Authority Form.
Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
C, or D with the terms and conditions set forth in the body of this Agreement, the terms and conditions of
this Agreement shall control.
1. Scope of Services. Contractor shall provide nuisance abatement and clean-up services
("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for
all purposes.
1.2 Contractor understands and agrees that the City will award non-exclusive purchase
agreements to multiple bidders for nuisance abatement and clean-up services as outlined in City of Fort
Worth Bid Solicitation (ITB No. 23-0076), which is attached hereto as Exhibit C, and incorporated herein
for all purposes. Contractor further understands that the aggregate amount of all contracts awarded to
multiple contractors under ITB No. 23-0076 shall be an amount not to exceed $125,000.00 per year, and
the City makes no promise or guarantee of the total amount of work that will be assigned to Contractor
under this Agreement. Contractor's Response to City of Fort Worth ITB No 23-0076 ("Contractor's
Response") is attached hereto as Exhibit D, and incorporate herein for all purposes.
1.3 The City shall issue electronic work orders ("Work Order") establishing the Contractor's
assignments. Contractor shall perform the Services in accordance with each Work Order issued by the City.
Except as otherwise specified in this Agreement, the fee for each Work Order shall be based upon the prices
included in Exhibit B — Price Schedule.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Non -Exclusive Contractor Services Agreement 1 of 112
RNDI Companies, Inc
2. Term. This Agreement begins on OCTOBER 1, 2023 ("Effective Date") and expires on
SEPTEMBER 30, 2024 ("Expiration Date"), unless terminated earlier in accordance with this Agreement
("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same
terms and conditions, for up to four (4) one-year renewal option(s) (each a "Renewal Term").
3. Compensation. City will pay Contractor in accordance with the provisions of this
Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total
compensation under this Agreement will not exceed One -Hundred Twenty -Five Thousand Dollars
($125,000.00). Contractor will not perform any additional 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 will not be liable for any additional expenses of Contractor not specified by this Agreement
unless City first approves such expenses in writing.
4. Termination.
4.1. Written Notice. City or Contractor may terminate this Agreement at any time and
for any reason by providing the other party with 30 days' written notice of termination.
4.2 Non-a_vnromiation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify
Contractor of such occurrence and this Agreement will terminate on the last day of the fiscal period
for which appropriations were received without penalty or expense to City of any kind whatsoever,
except as to the portions of the payments herein agreed upon for which funds have been
appropriated.
4.3 Duties and Obligations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Contractor for services actually rendered up
to the effective date of termination and Contractor will continue to provide City with services
requested by City and in accordance with this Agreement up to the effective date of termination.
Upon termination of this Agreement for any reason, Contractor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event
Contractor has received access to City Information or data as a requirement to perform services
hereunder, Contractor will return all City provided data to City in a machine readable format or
other format deemed acceptable to City.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has
made full disclosure in writing of any existing or potential conflicts of interest related to
Contractor's services under this Agreement. In the event that any conflicts of interest arise after the
Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to
City in writing.
5.2 Confidential Information. Contractor, for itself and its officers, agents and
employees, agrees that it will treat all information provided to it by City ("City Information") as
confidential and will not disclose any such information to a third party without the prior written
approval of City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subject to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
Non -Exclusive Contractor Services Agreement 2 of 112
RNDI Companies, Inc
City will promptly notify Contractor. It will be the responsibility of Contractor to submit reasons
objecting to disclosure. A determination on whether such reasons are sufficient will not be decided
by City, but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Contractor must store and maintain City Information in a
secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt
City Information in any way. Contractor must notify City immediately if the security or integrity
of any City Information has been compromised or is believed to have been compromised, in which
event, Contractor will, in good faith, use all commercially reasonable efforts to cooperate with City
in identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Ri2ht to Audit. Contractor agrees that City will, 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 books,
documents, papers and records, including, but not limited to, all electronic records, of Contractor involving
transactions relating to this Agreement at no additional cost to City. Contractor agrees that City will have
access during normal working hours to all necessary Contractor facilities and will be provided adequate
and appropriate work space in order to conduct audits in compliance with the provisions of this section.
City will give Contractor reasonable advance notice of intended audits.
7. Indeuendent Contractor. It is expressly understood and agreed that Contractor will
operate as an independent contractor as to all rights and privileges and work performed under this
Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the
conditions and provisions of this Agreement, Contractor will have the exclusive right to control the details
of its operations and activities and be solely responsible for the acts and omissions of its officers, agents,
servants, employees, Contractors, and subcontractors. Contractor acknowledges that the doctrine of
respondent superior will not apply as between City, its officers, agents, servants and employees, and
Contractor, its officers, agents, employees, servants, contractors, and subcontractors. Contractor further
agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City
and Contractor. It is further understood that City will in no way be considered a Co -employer or a Joint
employer of Contractor or any officers, agents, servants, employees, contractors, or subcontractors. Neither
Contractor, nor any officers, agents, servants, employees, contractors, or subcontractors of Contractor will
be entitled to any employment benefits from City. Contractor will be responsible and liable for any and all
payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees,
contractors, or contractors.
Liabilitv and Indemnification.
8.1 LIABILITY- CONTRACTOR WILL BE LIABLE AND RESPONSIBLE FOR
ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS,
OR SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION- CONTRACTOR HEREBY COVENANTS
AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS
Non -Exclusive Contractor Services Agreement 3 of 112
RNDI Companies, Inc
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO
CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR
PERSONAL INJURY, INCLUDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT
OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CA USED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS
OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Contractor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software and/or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay will not apply if
City modifies or misuses the software and/or documentation. So long as Contractor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Contractor will have the right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate
with Contractor in doing so. In the event City, for whatever reason, assumes the responsibility
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City will have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise and
to settle or compromise any such claim; however, Contractor will fully participate and
cooperate with City in defense of such claim or action. City agrees to give Contractor timely
written notice of any such claim or action, with copies of all papers City may receive relating
thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses
will not eliminate Contractor's duty to indemnify City under this Agreement. If the software
and/or documentation or any part thereof is held to infringe and the use thereof is enjoined
or restrained or, if as a result of a settlement or compromise, such use is materially adversely
restricted, Contractor will, at its own expense and as City's sole remedy, either: (a) procure
for City the right to continue to use the software and/or documentation; or (b) modify the
software and/or documentation to make it non -infringing, provided that such modification
does not materially adversely affect City's authorized use of the software and/or
documentation; or (c) replace the software and/or documentation with equally suitable,
compatible, and functionally equivalent non -infringing software and/or documentation at no
additional charge to City; or (d) if none of the foregoing alternatives is reasonably available
to Contractor terminate this Agreement, and refund all amounts paid to Contractor by City,
subsequent to which termination City may seek any and all remedies available to City under
law.
Assignment and Subcontracting.
9.1 Assignment. Contractor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Contractor under which
the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement.
Contractor will be liable for all obligations of Contractor under this Agreement prior to the effective
date of the assignment.
Non -Exclusive Contractor Services Agreement 4 of 112
RNDI Companies, Inc
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Contractor referencing this Agreement under which subcontractor agrees
to be bound by the duties and obligations of Contractor under this Agreement as such duties and
obligations may apply. Contractor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Contractor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of any Services pursuant to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Contractor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 -
Bodily Injury by accident; each accident/occurrence
$100,000 -
Bodily Injury by disease; each employee
$500,000 -
Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims -made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Requirements
Non -Exclusive Contractor Services Agreement 5 of 112
RNDI Companies, Inc
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102,
with copies to the Fort Worth City Attorney at the same address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Contractor has obtained all
required insurance will be delivered to the City prior to Contractor proceeding with
any work pursuant to this Agreement.
11. Compliance with Laws, Ordinances, Rules and Regulations. Contractor agrees that in
the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Contractor of any violation of such laws, ordinances, rules or regulations, Contractor must immediately
desist from and correct the violation.
12. Non -Discrimination Covenant. Contractor, for itself, its personal representatives,
assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees
that in the performance of Contractor's duties and obligations hereunder, it will not discriminate in the
treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY
CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION
COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS,
CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, CONTRACTOR
AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND
HOLD CITY HARMLESS FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will 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:
Non -Exclusive Contractor Services Agreement 6 of 112
RNDI Companies, Inc
To CITY:
To CONTRACTOR:
City of Fort Worth
RNDI Companies, Inc
Attn: Assistant City Manager
Diana Cross, President
200 Texas Street
6387 Camp Bowie #B-457
Fort Worth, TX 76102-6314
Fort Worth, TX 76116
Facsimile: (817) 392-8654
Email: dana@rndicompanies.com
Phone: 214-876-3069
With copy to Fort Worth City Attorney's Office at
same address
14. Solicitation of Emplovees. Neither City nor Contractor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Contractor to insist upon the performance of any term
or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such right on any
future occasion.
17. Governing Law / Venue. This Agreement will 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 will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Majeure. City and Contractor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Non -Exclusive Contractor Services Agreement 7 of 112
RNDI Companies, Inc
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or Exhibits A, B, and C.
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warranty of Services. Contractor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Contractor's
option, Contractor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Contractor for the nonconforming
services.
25. Immigration Nationalitv Act. Contractor must verify the identity and employment
eligibility of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Contractor will provide City with copies of all
I-9 forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor must adhere to all Federal and State laws as well as establish appropriate procedures
and controls so that no services will be performed by any Contractor employee who is not legally eligible
to perform such services. CONTRACTOR WILL INDEMNIFY CITY AND HOLD CITY
HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, CONTRACTORS,
SUBCONTRACTORS, OR AGENTS. City, upon written notice to Contractor, will have the right to
immediately terminate this Agreement for violations of this provision by Contractor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made -
for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright
Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest
in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade
secret, and all other proprietary rights therein, that City may have or obtain, without further consideration,
Non -Exclusive Contractor Services Agreement 8 of 112
RNDI Companies, Inc
free from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature Authoritv. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Contractor.
Each party is fully entitled to rely on these warranties and representations in entering into this Agreement
or any amendment hereto.
28. Change in Comvanv Name or Ownership. Contractor must notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Contractor or authorized official must sign the letter. A letter
indicating changes in a company name or ownership must be accompanied with supporting legal
documentation such as an updated W-9, documents filed with the state indicating such change, copy of the
board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure
to provide the specified documentation so may adversely impact future invoice payments.
29. No Bovcott of Israel. If Contractor has fewer than 10 employees or this Agreement
is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a
company for goods or services unless the contract contains a written verification from the company that it:
(1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms
"boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas
Government Code. By signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not
boycott Israel during the term of the Agreement.
30. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
31. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains
the entire understanding and agreement between City and Contractor, their assigns and successors in
interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is
hereby declared null and void to the extent in conflict with any provision of this Agreement.
(signature page follows)
Non -Exclusive Contractor Services Agreement 9 of 112
RNDI Companies, Inc
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
CITY OF FORT WORTH:
B3Nalerigton (Sep 20, 2023 09:36 CDT)
Name: Valerie Washington
Title: Assistant City Manager
DateSeptember 20 2023
APPROVAL RECOMMENDED:
SLcaycruIft� Elr%s-
By -Shannon Elder (Sen 20.2023 09:29 CDT)
Name: Shannon Elder
Title: Code Compliance Assistant Director
ATTEST: p�� F tt*"%Ao
�a
0
Pvo ^=d
C�*so oo*�d
aaaaIl��665gga
o
o
Name: Jannette Goodall
Title: City Secretary
CONTRACTOR:
RNDI Companies, Inc.
,liana CYacr
By: Diana Cross (Sep 19, 2023 12:32 CDT)
Name: Diana Cross
Title: President
Date:September 19 , 2023
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.
Y o
Name: Tony Hiller
Title: Code Compliance Superintendent
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Kevin Anders
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0753
Form 1295:2023-1043879
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Non -Exclusive Contractor Services Agreement 10 of 112
RNDI Companies, Inc
1.0
EXHIBIT A
SCOPE OF SERVICES
1.1 Contractor/Contractor: The person or company to perform specified
work contained herein.
1.2 Department Contract Manager: City of Fort Worth
employee assigned to manage the compliance, oversight,
and/or administration of the contract of project for their
department of employment.
1.3 Designee: A City of Fort Worth employee assigned by the
Department Contract Manager to assist with the
compliance, oversight and/or administration of the
contract or project.
1.4 Adequate Work Force: Sufficient equipment, supplies,
and personnel to complete the work order.
1.5 Business Day: Regularly scheduled days of operation,
Monday — Friday from 8AM to 5PM. Excludes Saturday,
Sunday, and holidays recognized by the City of Fort
Worth.
1.6 Immediate Abatement Request: Upon notification of an
immediate abatement work order from the Code
Compliance Department Special Project Superintendent
or his/her designee, the contractor shall commence the
abatement process within 24 hours.
1.7 Brush: Shrub limbs tree limbs - up to four (4) inches in diameter and
not to exceed eight (8) feet in length -- untreated lumber, and tree
trimmings resulting from landscape maintenance and cleaning
operations (other than a commercial pile).
1.8 Bulky Waste: The following is a list of items considered
to be bulky waste. These items are to be collected
provided such items do not contain hazardous waste or
Non -Exclusive Contractor Services Agreement 11 of 112
RNDI Companies, Inc
any waste which is not acceptable at the designated
landfill.
1.8.1 Furniture,
1.8.2 treated wood,
1.8.3 up to ten (10) cubic yards of construction
materials generated by a service unit (and not by a
commercial service provider) as a result of a
household project,
1.8.4 mattresses and box springs,
1.8.5 carpet,
1.8.6 swing sets,
1.8.7 plastic swimming pools,
1.8.8 small and large toys,
1.8.9 bicycles,
1.8.10 fish aquariums,
1.8.11 toilets,
1.8.12 household appliances and other similar items
which are CFC-free,
1.8.13 large branches (being branches in excess of four
(4) inches in diameter but less than eight (8) feet in
length),
1.8.14 tree trunks and root balls
1.9 Rubbish: Non-putrescible solid waste, excluding ashes that consist
of
1.9.1 Combustible waste materials, including
paper, rags, cartons, wood, excelsior,
furniture, rubber, plastics, yard trimmings,
leaves, and similar materials; or
1.9.2 Noncombustible waste materials, including glass,
crockery, tin cans, aluminum cans, metal
furniture, and similar materials that do not burn
at ordinary incinerator temperatures (sixteen
hundred (1600) degrees Fahrenheit to eighteen
hundred (1800) degrees Fahrenheit).
1.10 Special Waste: Any solid waste or combination of solid
wastes that because of its quantity, concentration,
physical, or chemical characteristics, or biological
properties requires special handling and to protect human
health or the environment.
1.11 Hazardous Waste: Any solid waste identified or
listed as hazardous waste by the administrator of
Non -Exclusive Contractor Services Agreement 12 of 112
RNDI Companies, Inc
the United States Environmental Protection
Agency pursuant to the Federal Solid Waste
Disposal Act, as amended by the Resource
Conservation and Recovery Act of 1976 (42
USC§§ 6901 et seq.), as amended.
1.12 General labor rate: the cost per hour for removal of
nuisance items such as trash and debris.
1.13 Heavy Equipment: Such as a track loader, equipment
used for moving large materials and large amounts of
materials with a metal bucket or attachment. Typically
moves with tracks rather than wheels.
1.14 Light Equipment: Such as a skidsteer, skid loader, skid -
steer loader. A class of compact equipment with lift arms
that can attach to a variety of buckets. This equipment
typically moves on wheels rather than tracks.
1.15 Dumpster: Dumpster equipment owned or rented by the
contractor at an hourly or daily rate to disposed and
hauled away by the contractor.
2.0 NUISANCE ABATEMENT AND CLEAN-UP SERVICES
2.1 Purpose
2.1.1 Contractor will provide all labor, tools, materials,
permits, and equipment necessary.
2.1.2 Contractor will perform clean-up, debris removal,
dead tree removal, nuisance vegetation removal,
and disposal work on privately owned property
and/or property that is owned or held -in -trust by
the City, as identified and ordered by the
Neighborhood Investigations Division of the Fort
Worth Code Compliance Department.
2.2 Before commencing work, the Contractor must:
2.2.1 Obtain a waste hauler's permit from the Solid
Waste Division (817) 392-1234, and submit
proof by email to the Code Compliance
Superintendent(tonv.hiller(a,fortworthtexas.�zov).
Neighborhood Investigations will not issue a
Letter to Proceed before Contractor submits
proof of permit.
Non -Exclusive Contractor Services Agreement 13 of 112
RNDI Companies, Inc
2.2.2 Obtain a Letter to Proceed from Neighborhood
Investigations to initiate the abatement.
2.2.3 Contractor and City will agree to a date and time by which
Contractor will abate the nuisance. Contractor will promptly
notify City in writing of its inability to abate the nuisance
within three (3) business days of receiving the Letter to
Proceed from Neighborhood Investigations.
3.0 MAINTENANCE AND SERVICE REOUEST REOUIREMENTS
3.1 The contractor shall respond and supply requested
materials or services during regular business hours
(8AM-5PM, Monday -Friday). Excludes Saturday,
Sunday, and holidays recognized by the City of Fort
Worth to:
3.1.1 Work with Code Compliance Neighborhood Investigations
to initiate abatement. Contractor shall initiate abatement
within three (3) days of receipt of the Letter to Proceed or as
specified on the proceed letter.
3.1.2 Ensure that a representative of Code Compliance -
Neighborhood Investigations is present at the job
site before any work is started; and
3.2 Contractor's Responsibility
3.2.1 Contractor understands that work orders will
be assigned with attention to a fair and
equitable distribution of the work to be
performed.
3.2.2 Once commenced, all work, including salvage
time at the site, must be completed within three
(3) business days, or as specified in the Letter to
Proceed.
3.2.3 The contractor shall be available and present on
the site when an administrative search warrant
is required for access on to the property. The
contractor or the contractor's representative
shall be no more than 15 minutes late for the
appointment time. If Contractor arrives more
than 15 minutes late for the appointment,
Contractor must explain, in writing before the
end of the business day, its reason for arriving
Non -Exclusive Contractor Services Agreement 14 of 112
RNDI Companies, Inc
late to the Code Compliance — Neighborhood
Services Investigator.
3.2.4 Contractor shall remove items from lots and adjacent rights
of way that include:
3.2.4.1 Junk, trash, rubbish, debris, tires, trees, brush,
discarded belongings;
3.2.4.2 Salvageable materials;
3.2.4.3 Furniture, household furnishings, business
furnishings, building materials, vehicle
parts;
3.2.4.4 Badly damaged or dilapidated fences, decorative
barriers;
3.2.4.5 Other special waste as required by
the Neighborhood Investigations
Division.
3.2.5 Contractor will not be required to remove
Hazardous Waste as defined in Section 2.12,
Exhibit A. However, contractor will immediately
contact Neighborhood Investigations if such
waste is discovered.
3.2.6 All debris, trash, rubbish, and junk from the
abatement site will be hauled to a state -licensed
disposal site at the expense of the contractor.
3.2.7 Upon completion of the work, the Contractor
shall:
3.2.7.1 Notify Neighborhood Investigations Division upon
completion of the job for a payment inspection.
3.2.7.2 Submit Copies of dump tickets certifying the debris
were taken to a state -certified landfill along with the
invoice for payment.
3.2.8 All salvageable material and items
identified to be removed will become the
property of the Contractor and shall be
removed from the site.
Non -Exclusive Contractor Services Agreement 15 of 112
RNDI Companies, Inc
3.2.9 Contractor shall protect the work site as necessary
with barriers, lights, safeguards, or warnings.
Contractor shall ensure Contractor's employees
comply with all OSHA safety requirements.
3.2.10 If vector nesting is encountered, the Contractor
may take necessary steps to exterminate the
hazard after verification and cost approval from
the Neighborhood Investigations Division. The
invoice relative to such extermination shall be
submitted to the Code Compliance Department
Contract Administrator with the corresponding
Abatement Work Order.
3.2.11 Contractor shall report any damage done to property owned
by the City of Fort Worth or damage to private personal
property to the Code Compliance Department (817-392-
6567) within two (2) hours after the occurrence.
3.3 Photograph Evidence
3.3.1 The following minimum specifications will be required:
3.3.1.1 Use of digital cameras capable of at least 1
mega -pixel with an image resolution of
1280 x 1224 that adds a date stamp on the
face of the picture.
3.3.1.2 Contractor shall provide photographic
evidence of the abatement prior to, and at
the completion of the assigned work.
3.3.2 Photographs will be:
3.3.2.1 in color, and date and time stamped.
3.3.2.2 submitted with the work order and invoice.
3.4 Point of Contact
3.4.1 Contractor shall designate at least one (1)
person within the firm as a Point of Contact
with an office phone or cell phone number
for accessibility.
3.4.2 Contractor's Point of Contact shall respond to
calls or voicemails within one (1) hour, during
Non -Exclusive Contractor Services Agreement 16 of 112
RNDI Companies, Inc
normal business hours.
3.4.3 Notification of any changes in contact numbers
or personnel shall be in writing or hand
delivered to the Code Compliance
Superintendent.
3.5 Payments and Invoices
3.5.1 An invoice is considered payable when an officer
has completed a visual inspection and determined
that the work was accomplished. The Code
Compliance Department will make payments
within 30 days from the date of acceptance of
work.
3.5.2 Contractor shall return work orders and
corresponding invoices (per Section 12.0, Part 2)
for abatement and cleanup work to the Code
Compliance Department within three (3) business
days, after completion of work. The work order is
considered complete once the Code Compliance
Department determines the Contractor
accomplished the work in accordance with the
terms and specifications of this contract.
3.6 Contract Performance
3.6.1 The City reserves the right to reject work for
poor quality of the work, or improper charges.
3.6.2 In addition, and of utmost importance,
Abatement Proceed Letters in the possession of
the Contractor over fifteen (15) days after the
Proceed Letter has been issued will not be paid
unless prior arrangements have been made with
the City. The Abatement Proceed Letter will be
canceled and reassigned to another contractor
from the Contractor list.
3.6.3 The City retains the right to assign abatement jobs
in the most expeditious manner, and in the best
interest of the City of Fort Worth and its citizens.
All jobs will be distributed in a manner most
advantageous to the City. Jobs will be assigned by
location or other method determined by the City of
Non -Exclusive Contractor Services Agreement 17 of 112
RNDI Companies, Inc
Fort Worth to be efficient or expedient.
3.6.4 The City reserves the right; in case of default, to
procure the services from other sources and
hold the defaulting Contractor responsible for
any excess costs occasioned thereby.
3.6.5 The City reserves the right to request new quotes
for work previously requested. Contractor shall
respond to such request with an updated quote
reflecting the date of the new request.
Non -Exclusive Contractor Services Agreement 18 of 112
RNDI Companies, Inc
EXHIBIT B
PAYMENT SCHEDULE
Line #
Description
Unit of
Unit Price
Measure
I
Removal of Nuisance Items (Trash and Debris) Hourly
HR
$197.00
(Mon -Fri, 8AM-5PM)
2
Heavy Equipment, Hourly (Mon -Fri, 8AM-5PM)
HR
$250.00
3
Light Equipment, Hourly (Mon -Fri, 8AM-5PM)
HR
$229.00
4
Dumpster Fee, Hourly (Mon -Fri, 8AM-5PM)
HR
$136.00
Non -Exclusive Contractor Services Agreement 19 of 112
RNDI Companies, Inc
FORT WORTH.
EXHIBIT C CITY'S
ITB 23-0076
COVER PAGE
Event ID
CFW01-23-0076
Event Round Version
1 1
Event Name
ITB Nuisance Abatement and Clean -Up Services
Start Time Finish Time
06/14/2023 8:00 AM CDT 07/13/2023 1:30 PM CDT
Page Invited: EVENT DETAILS
1
Submit To: City of Fort Worth
FINANCIAL MANAGEMENT SERVICES
FINANCE - City Hall Purchasing
200 Texas St. (Lower Level Rm 1501)
Fort Worth TX 76102-6314
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Event Description
The City of Fort Worth (City) seeks bids to finalize an Agreement for nuisance abatement and clean-up services on an "as needed" basis for the
Code Compliance Department.
Submission Requirements and Deadlines
All companies/individuals wishing to do business with the City of Fort Worth must register as a Bidder on the PeopleSoft Supplier Portal.
Please visit https://www.fortworthtexas.gov/departments/finance/purchasing/register for more information.
Assigned Buyer: Jesus Fernandez
There is no pre -bid conference this bid
Bids are solicited for furnishing the merchandise, supplies, services and/or equipment as set forth in this solicitation. Completed Bids
including one executed original and one USB flash drive containing electronic versions of all bid documents must be received in the
Purchasing Division by 1:30 P.M., July 13, 2023, and then publicly opened and read aloud around 2:00 P.M. in the Council Chambers. Bids
must be submitted in a sealed envelope WITH THE BID NUMBER AND BIDDER COMPANY NAME WRITTEN ON THE OUTSIDE OF THE
ENVELOPE, addressed to the Purchasing Manager. YOUR BID MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME
STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED.
Bids shall be mailed or hand delivered to the following address:
City of Fort Worth, Purchasing Division,
Lower Level, City Hall, 200 Texas Street,
Fort Worth, Texas 76102
Bids delivered by special courier (i.e. Federal Express, Special Delivery etc.) are to be marked on the outside of the courier's shipping
envelope "BID No. 23-0076 Nuisance Abatement and Clean -Up Services" AND MUST BE RECEIVED BY THE PURCHASING OFFICE AND
TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED.
Late bids will be returned or destroyed; they will not be opened nor considered in the evaluation of the bid. Bids may be withdrawn at any
time prior to the official opening. Bids may not be altered, amended or withdrawn after the official opening. The undersigned agrees, if the bid
is accepted, to furnish any and all items upon which prices are offered, at the price(s) and upon the terms, conditions and scope/
specifications contained in this document. The period for acceptance of this bid will be 120 calendar days after the bid opening date.
Solicitation Documents:
Cover Page
Bid Submission Signature Page**
Price Submittal**
Part 1 Instructions
Part 2 Scope of Services/Specifications
Attachment A - Conflict of Interest Disclosure Requirement**
Attachment B - Reference Sheet**
Attachment C - Vendor Contact Information**
Attachment D - Bidders Qualification Questionnaire**
Attachment E - Consideration of Location of Bidder's Principal Place of Business** (if applicable)
Attachment F - Business Equity Forms**
Attachment G - Draft Service Agreement
Attachment H - Documentation Checklist**
**Required to be completed and submitted. See Section 14.2, Part 1 for all required documents that need to be submitted. Failure to submit
all items will be grounds for rejection of a bid as non -responsive to the specifications.
Non -Exclusive Contractor Services Agreement 20 of 112
RNDI Companies, Inc
FORT WORTH.
BID SUBMISSION SIGNATURE PAGE
Event ID Page Invited: EVENT DETAILS
CFW01-23-0076 2
Event Round Version Submit To: City of Fort Worth
1 1 FINANCIAL MANAGEMENT SERVICES
Event Name FINANCE - City Hall Purchasing
ITB Nuisance Abatement and Clean -Up Services 200 Texas St. (Lower Level Rm 1501)
Start Time Finish Time Fort Worth TX 76102-6314
06/14/2023 8:00 AM CDT 07/13/2023 1:30 PM CDT United States
Email: FMSPurchasingResponses@fortworthtexas.gov
The undersigned, by his/her signature, represents that he/she is submitting a binding offer and is authorized
to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by
submitting and signing below, acknowledges that he/she has received and read the entire document packet
sections defined above including all documents incorporated by reference, and agrees to be bound by the terms
therein.
Legal Company Name:
Company Address:
City, State, Zip:
Vendor Registration No.
Printed Name of Officer or Authorized Representative:
Title:
Signature of Officer or Authorized Representative:
Date:
Email Address:
Phone Number:
Federal Identification Number (FID):
Will agreement be available for Cooperative Agreement use*? Yes No
Non -Exclusive Contractor Services Agreement 21 of 112
RNDI Companies, Inc
FORT WORTH.
PRICE SUBMITTAL
Event ID Page Invited: EVENT DETAILS
CFW01-23-0076 3
Event Round Version Submit To: City of Fort Worth
1 1 FINANCIAL MANAGEMENT SERVICES
Event Name FINANCE - City Hall Purchasing
ITB Nuisance Abatement and Clean -Up Services 200 Texas St. (Lower Level Rm 1501)
Start Time Finish Time Fort Worth TX 76102-6314
06/14/2023 8:00 AM CDT 07/13/2023 1:30 PM CDT United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 1
Description:
Qtv
Unit
UnitPrice
Total
Removal of Nuisance Items (Trash and Debris),
2000.00
HR
Hourly (Mon -Fri, 8AM-5PM)
Line: 2
Description:
Qtv
Unit
UnitPrice
Total
Heavy Equipment, Hourly (Mon -Fri, 8AM-5PM)
122.00
HR
Line: 3
Description:
Qtv
Unit
UnitPrice
Total
Light Equipment, Hourly (Mon -Fri, 8AM-5PM)
135.00
HR
Line: 4
Description:
Qtv
Unit
UnitPrice
Total
Dumpster Fee, Hourly (Mon -Fri, 8AM-5PM)
100.00
HR
Total Bid Amount:
Prompt Payment Discount Terms: Percent Days (i.e. 3% Net 15, etc.)
A bid of "0" will be interpreted by the City as a no -charge (free) item and the City will not
expect to pay for that item. A bid of "no bid" or no response (space left blank) will be
interpreted by the City that the Offeror does not wish to bid on that item. Be advised, a "no
bid" or no response may be considered as non -responsive and may result in disqualification
of this bid.
Non -Exclusive Contractor Services Agreement 22 of 112
RNDI Companies, Inc
PART - 1
INSTRUCTIONS
1.0 SOLICITATION
1.1 Review of Documents: Bidders are expected to examine all documents that make up the
Solicitation as well as any addendums. Bidders shall promptly notify the City of any
omission, ambiguity, inconsistency or error that they may discover upon examination of the
Solicitation by the deadline for questions listed in Section 2.0, Part 2. The City assumes no
responsibility for any errors or misrepresentations that result from Bidders not using the
completed Solicitation document and addendums.
1.2 Location of Documents: Solicitations are issued by the Purchasing Division. The location
for the Purchasing Division is specified in the advertisement and on the first page of the
solicitation.
2.0 EXPLANATIONS, CLARIFICATIONS OR QUESTIONS
2.1 Any explanation, clarification, or question desired by a Bidder regarding any part of the
Solicitation must be requested in writing from the Purchasing Division by the question
deadline listed in Section 2.0, Part 2, so that a written addendum can be posted before the
submission deadline. Interpretations, corrections, or changes to the Solicitation made in
any other manner are not binding upon the City, and Bidders shall not rely upon such
interpretations, corrections or changes. Oral explanations or instructions given before the
award of the Contract are not binding.
2.2 IN ORDER FOR QUESTIONS TO BE ANSWERED, ALL QUESTIONS MUST SENT BY E-
MAIL BEFORE THE QUESTION DEADLINE AND MUST BE IDENTIFIED AS FOLLOWS:
2.2.1 All explanation, clarification or questions must clearly identify the buyer's name and
the bid number on the document or on the subject line, if sent by and email. For
example: "Attention: Buyer name and Bid No. XX-XXX". If the buver's name and
bid number is not included as specified above, the question(s) will NOT be
answered.
2.2.2 Delivery of questions:
2.2.2.1 via email — FMSPurchasingResponses(a�fortworthtexas.gov
2.2.2.1.1 Please note, if an e-mail confirming receipt of your e-mail
is not received within 1 (one) business day, please contact
the City of Fort Worth Purchasing at 817-392-2462.
2.3 Interpretations, corrections, or changes to the Solicitation made in any other manner are
not binding upon the City, and Bidders shall not rely upon such interpretations, corrections
or changes. Oral explanations or instructions given before the award of the Contract are
not binding.
2.4 Any material information given to one Bidder concerning a Solicitation will be furnished by
an Addendum posted on the City's website under the corresponding bid number.
3.0 UNAUTHORIZED COMMUNICATIONS — Bidders' contact regarding this Invitation to Bid (ITB) with
employees or officials of the City other than the Sr. Purchasing Manager, the Business Equity
Division, or as otherwise indicated in the ITB is prohibited and may result in disqualification from
this procurement process. No officer, employee, agent or representative of the Respondent shall
have any contact or discussion, verbal or written, with any members of the City Council, City staff or
Non -Exclusive Contractor Services Agreement 23 of 112
RNDI Companies, Inc
City's consultants, or directly or indirectly through others, seek to influence any City Council
member, City staff, or City's consultants regarding any matters pertaining to this solicitation, except
as herein provided. Any violation of this prohibition may result in the Respondent being disqualified
from the procurement process. Any oral communications are considered unofficial and non -binding
with regard to this ITB.
4.0 PRE -BID CONFERENCE
4.1 There is no pre -bid conference.
5.0 PREPARATION OF BIDS
5.1 Each Bidder must furnish all information required by the Solicitation in order to be
evaluated. Prices or Percent Markups submitted on other than the forms included in
the Solicitation shall be considered non -responsive.
5.2 Any attempt to alter the wording in the Solicitation is ineffective and will result in rejection of
the Bid.
6.0 QUANTITES - The quantities listed on the bid solicitation are only estimates based on previous
usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort
Worth is obligated to pay for only those materials and services actually ordered by an authorized
City employee and then received as required and accepted by the City.
7.0 TAXES - Purchases of Goods or Services for City use are usually exempt from City, State, and
most Federal Taxes. Bids may not include exempted taxes. The successful Bidder should request a
Tax Exemption Certificate from the Purchasing Division. Under no circumstances shall the City be
liable to pay taxes for which the City has an exemption under any Contract.
8.0 DEFINITIONS
8.1 Brand Name or Equal: If the Solicitation indicates brand name or "equal" products are
acceptable, the Bidder may offer an "equal" product and must be prepared to demonstrate
those features that render it equal. Final determination of a product as "equal" remains with
the City.
8.2 Delivery Time: Delivery time, if stated as a number of days, will be based on calendar
days. Time is of the essence in any City purchase. If the indicated date cannot be met or
the date is not indicated, the Bidder shall state its best delivery time.
8.3 Free on Board (FOB) Point: Freight Terms shall be FOB Destination, Freight Prepaid and
Allowed. This means the Vendor or Shipper owns goods in transit and is liable for delivery
to the point of destination.
8.3.1 The Vendor or Shipper is responsible for filing any claims with the delivering carrier
for breakage or other loss and for any damage resulting from transportation.
8.3.2 The Bidder should quote its lowest and best price, with the goods delivered to the
place specified, at the Bidder's expense and risk, and their tender delivery to the
City.
8.3.3 Bids offerinq any other delivery terms are not acceptable and may be cause for
resection.
Non -Exclusive Contractor Services Agreement 24 of 112
RNDI Companies, Inc
9.0 PRICES/PERCENTAGE MARKUP
9.1 Bid prices and percentage markup (if applicable) shall be firm offers unless otherwise
specified. Pricing and percentage markup (if applicable) shall be entered on the Bid Offer
Sheet.
9.2 In the event of a discrepancy between unit price and extended price, the unit price shall
govern.
9.3 Prices shall be offered in the Dollars of the United States of America (or decimal fractions
thereof).
10.0 SIGNATURE - The Bidder must provide a wet signature on each document in the Solicitation
requiring a signature. Any change made to the Bid must be initialed by the Bidder.
11.0 PROPRIETARY INFORMATION SUBMITTED IN THE BID
11.1 All material submitted to the City becomes public property and is subject to the Texas Open
Records Act upon receipt.
11.1.1 If a Bidder does not desire proprietary information in the bid to be disclosed, each
page must be identified and marked proprietary at time of submittal. The City will,
to the extent allowed by law, endeavor to protect such information from disclosure.
If a Public Information Request is made for Bidder's proprietary information, the
Bidder will be notified so that they can submit a letter to the Texas Attorney
General. The final decision as to information that must be disclosed lies with the
Texas Attorney General.
11.1.2 Failure to identify proprietary information will result in all unmarked sections being
deemed non-proprietary and available upon public request.
12.0 BID PREPARATION COSTS - All costs associated with preparing a Bid in response to a
Solicitation shall be borne by the Bidder.
13.0 PAYMENTS
13.1 All payment terms shall be no later than 30 days from the date the City receives a properly
prepared invoice that contains no errors. Please see Section 12.0, Part 2 for invoicing
requirements. Prompt/early payment discount(s) may be considered by the City. Bidder
shall submit the proposed discount(s) on the "Bid Solicitation page."
13.2 Successful bidders are encouraged to register for direct deposit payments prior to providing
goods and/or services using the forms posted on the City's website at
httDs://www.fortworthtexas.gov/departments/finance/ourchasinq/ach
14.0 SUBMISSION OF BIDS
14.1 Bid documents: Unless otherwise specified, Bidders are required to submit a signed
executed original and one scanned copy of the entire bid submittal on a flash drive. Bids
must be submitted in a sealed envelope with the bid number written on the outside of the
envelope.
14.2 Documents required to be submitted with Bid: Bidders shall submit all the items listed
below and utilize the format below to submit their bid prior to the bid submission deadline.
14.2.1 The completed and signed Bid Submission Signature Page;
14.2.2 The completed Bid Solicitation;
Non -Exclusive Contractor Services Agreement 25 of 112
RNDI Companies, Inc
14.2.3 A completed and signed original Conflict of Interest Questionnaire, Attachment A;
14.2.4 A completed reference sheet, Attachment B;
14.2.4.1 Reference list of a minimum of three (3) current customers
(comparable in size) who the bidder has recently provided services on
a continuing basis over a twelve (12) month period. The City of Fort
Worth may be used as one (1) of the references.
14.2.5 A completed and signed Vendor Contact Information, Attachment C;
14.2.6 A completed Bidders Questionnaire, Attachment D;
14.2.7 A completed Consideration of Location of Bidder's Principal Place of Business,
Attachment E (if applicable);
14.2.8 Letter outlining previous work, knowledge of trash and recycle disposal;
14.2.9 List of the equipment, numbers of crews, and number of crew members for each
crew available to perform the work;
14.2.10 Completed Business Equity Forms, Attachment F;
14.2.11 A completed document checklist, Attachment H;
14.2.12 Signed Addendum(s) acknowledging receipt (if applicable);
14.2.13 Scanned copy of all documents listed in Section 14.2, Part 1;
14.2.14 Any other document included in the Solicitation requiring completion or execution
by the Bidder.
14.3 Failure to submit all the items listed in Section 14.2, Part 1 will be grounds for rejection of a
bid as non -responsive to the specifications.
15.0 LATE BIDS
15.1 Bids must be received in the Purchasing Division prior to the bid submission deadline. All
Bids received after the submission deadline are considered late and will be returned to the
Bidder unopened.
15.2 Purchasing's time stamp clock is the official time of record. However, if the time stamp is
not available or broken, the date and time written on the bid receipt by Purchasing staff
shall be the time of record.
15.3 It is the sole responsibility of the Bidder to ensure timely delivery of the Bid to the
Purchasing Division. The City will not be responsible for failure of service on the part of the
U.S. Postal Office, courier companies, or any other form of delivery service chosen by the
Bidder to deliver before the bid due date and time.
15.4 Bids delivered to a City location other than the Purchasing Division will not be considered.
The Bid must be received by the Purchasing Division and stamped before deadline to be
considered.
16.0 MODIFICATION OR WITHDRAWAL OF BIDS
16.1 Modification of Bids: Bids may be modified in writing at any time prior to the bid
submission deadline.
Non -Exclusive Contractor Services Agreement 26 of 112
RNDI Companies, Inc
16.2 Withdrawal of Bids: Bids may be withdrawn in writing, or by facsimile (provided that the
facsimile is signed by the Bidder) at any time prior to the bid submission deadline. A Bid
may also be withdrawn in person by a Bidder, provided the withdrawal is made prior to the
bid submission deadline. A receipt of withdrawal must be signed by the Bidder. No Bids
may be withdrawn after the bid submission deadline without forfeiture of the Bid guarantee,
unless there is a material error in the Bid. Withdrawn Bids may be resubmitted, with or
without modifications, prior to the bid submission deadline. The City may require proof of
agency from the person withdrawing a bid.
17.0 OPENING OF BIDS
17.1 The Purchasing Division representative responsible for opening Bids shall personally and
publicly open all Bids timely received, reading each bid aloud.
18.0 EVALUATION FACTORS AND AWARD
18.1 Evaluation: Bidders may furnish pricing for all or any portion of the Solicitation (unless
otherwise specified). However, the City may evaluate and award the Contract for any item
or group of items shown on the Solicitation, or any combination deemed most
advantageous to the City. Bids that specify an "all or none" award may be considered if a
single award is advantageous.
18.2 Award. The Method of Award is detailed in Section 6, Part 2. (Note: A Bidder that does not
earn at least 50% of the technical points will be deem "non -responsive" and will not be
awarded a contract.)
18.3 Acceptance and Award of Bid: Acceptance and award of a Bid will be in the form of a
Purchase Order or a Contract. Subsequent Purchase Orders may be issued as
appropriate. The contents of a Bid Response shall become a part of the Contract. Under
no circumstances will the City be responsible for Goods or Services provided without a
Purchase Order issued by the City.
19.0 RESERVATIONS - The City expressly reserves the right to:
19.1 Specify approximate quantities in the Solicitation;
19.2 Extend the Solicitation opening date and time;
19.3 Consider and accept alternate Bids, if specified in the Solicitation, when most
advantageous to the City;
19.4 Waive as an informality, minor deviations from specifications provided they do not affect
competition or result in functionally unacceptable goods or services;
19.5 Waive any minor informality in any Bid or Solicitation procedure (a minor informality is one
that does not affect the competitiveness of the Bidder);
19.6 Add additional terms or modify existing terms in the Solicitation before the bid submission
deadline;
19.7 Reject a bid because of unbalanced unit prices bid;
19.8 Reject or cancel any or all Bids;
19.9 Reissue a Solicitation;
19.10 Procure any item by other means; and/or
Non -Exclusive Contractor Services Agreement 27 of 112
RNDI Companies, Inc
19.11 Award to multiple vendors on a non-exclusive award basis, or primary and secondary
vendors.
20.0 POST -BID DOCUMENTS REQUIRED FROM BIDDERS
20.1 Certificates of Insurance: When insurance is required, the successful Bidder must provide
Certificates of Insurance in the amounts and for the coverages required to the Purchasing
Office within 14 calendar days after notification of award, or as otherwise required by the
Solicitation.
20.2 Business Equity Provision: The Business Equity Goal of 9% has been established for the
bid, the applicable documents must be submitted by all bidders wishing to continue in the
bid evaluation process within three (3) City business days after the bid opening date,
exclusive of the bid opening date, to the City location specified in the bid. Bidders shall
obtain a receipt from the appropriate department as evidence that the City received the
documentation. Bidders shall the Business Equity Utilization Plan Requirements and Forms
attached as Attachment F.
20.1 Certificate of Interested Parties Form 1295: If the Purchase Agreement must be
approved by the City Council before execution, the successful bidder is required to
complete the Certificate of Interested Parties Form 1295 and submit the form to the
Purchasing contact listed in the solicitation before the purchase/contract will be presented
to the City Council. The form may be completed at
htti)s://www.ethics.state.tx.us/whatsnew/elf info form1295.htm.
21.0 PROTEST PROCEDURE
21.1 Vendors who respond to Invitations to Bid have the right to protest the solicitation process
or the bid award if they believe that there has been any impropriety or unfair criteria in the
process.
21.2 The Vendor must submit any protest in writing to the Purchasing Manager within 14 days
after the Vendor knows, or should have known, of the facts relating to the proposed action
or award.
21.3 The Purchasing Manager, or designee, is authorized to resolve a protest concerning a
purchasing action through telephone discussions, mail, e-mail or in person meetings with
the protesting Vendor.
21.4 After discussions or meetings, the Purchasing Manager or designee will issue a decision in
writing, state the reasons for the action taken and inform the protesting Vendor of the right
to review by a panel made up of City staff.
21.5 A City protest review panel will consist of an Assistant City Attorney, a representative of the
operating department, the Purchasing Manager and any other appropriate personnel or
employees of the operating department.
21.6 If the panel is unable to resolve the protest, or if the panel makes a decision with which the
Vendor does not agree, the protesting Vendor will be invited to attend the City Council
meeting at which the recommended award is to be presented to the City Council and make
known his/her concerns. The protesting Vendor will be instructed to arrive prior to the start
of the City Council meeting and complete a card requesting to speak concerning the
particular Mayor and Council Communication document (M&C) in question.
21.6.1 Vendors wishing to speak before the City Council should review the rules for
registering to appear before City Council located at:
Non -Exclusive Contractor Services Agreement 28 of 112
RNDI Companies, Inc
htti)://fortworthtexas.qov/citvsecretarv/info/default.asl)x?id=2914 on the City's
website.
22.0 COOPERATIVE PURCHASING
22.1 Should other governmental entities decide to participate in this contract, Bidder, shall
indicate in their proposals whether they agree that all terms, conditions, specification, and
pricing would apply.
22.2 If the successful Bidder agrees to extend the resulting contract to other governmental
entities, the following shall apply: Governmental entities within utilizing Contracts with the
City of Fort Worth shall be eligible, but not obligated, to purchase material/services under
this contract(s) awarded as a result of this solicitation. All purchases by governmental
entities other than the City of Fort Worth shall be billed directly to that governmental entity
and paid by that governmental entity. The City of Fort Worth shall not be responsible for
another governmental entity's debts. Each governmental entity shall order its own
material/services as needed.
Non -Exclusive Contractor Services Agreement 29 of 112
RNDI Companies, Inc
PART — 2
SCOPE OF SERVICES/SPECIFICATIONS
1.0 SCOPE
1.1 The City of Fort Worth (City) seeks bids to finalize a non-exclusive purchase agreement for
nuisance abatement and clean-up services for the Code Compliance Department on an "as
needed" basis. Prospective responding bidders should ensure they download all
attachments for complete responses and understanding of the agreement the City intends
to award from this solicitation. The successful bidder(s), known hereafter as
"Contractor"/"Vendor."
1.2 The quantities listed on the bid solicitation are only estimates based on previous usage and
do not indicate intent to purchase or a guarantee of future business. The City is obligated to
pay for only those services actually ordered by an authorized City employee and then
received as required and accepted by the City.
1.3 This Agreement shall begin upon award or execution of the City Secretary Contract
("Effective Date") and shall expire on the oncoming September 30th ("Expiration Date"),
unless terminated earlier in accordance with this Agreement ("Initial Term"). Upon the
expiration of the Initial Term, the Agreement shall renew automatically under the same
terms and conditions for up to four (4) one-year renewal periods, unless City or Contractor
provides the other party with notice of non -renewal at least 60 days before the expiration of
the Initial Term or renewal period. However, if funds are not appropriated, the City may
cancel the Agreement 30 calendar days after providing written notification to the
Contractor/Vendor.
1.4 Following the award, additional services of the same general category that could have
been encompassed in the award of this Agreement, and that are not already on the
Agreement, may be added based on the discount bid and price sheet provided with the bid.
1.5 Unit prices shall include all costs associated with the specified work, including but not
limited to handling, delivery, fuel charges, fees and certifications fees. NO ADDITIONAL
CHARGES WILL BE ACCEPTED OR PAID BY THE CITY.
1.6 Any services that have been omitted from this scope of service that are clearly necessary
or in conformance shall be considered a requirement although not directly specified or
called for in the scope of services.
1.7 The submission of a bid by the bidder shall be considered evidence of compliance with
these requirements.
2.0 TENTATIVE SCHEDULE OF EVENTS
TASK DATE
ITB Release Date Wednesday, June 14, 2023
Deadline for Questions Thursday, June 22, 2023 at 5PM (Local Time)
Answers Posted Tuesday, June 27, 2023
ITB Responses Due Date AT 1:30 p.m. (Local Time) Thursday, July 13, 2023
Recommended Vendor Selection July 2023
Mayor and City Council August 2023
Contract Execution August 2023
3.0 CHANGE IN COMPANY NAME OR OWNERSHIP - The Vendor shall notify the City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of
Non -Exclusive Contractor Services Agreement 30 of 112
RNDI Companies, Inc
maintaining updated City records. The president of the company or authorized official must sign the
letter. A letter indicating changes in a company name or ownership must be accompanied with
supporting legal documentation such as an updated W-9, documents filed with the state indicating
such change, copy of the board of director's resolution approving the action, or an executed merger
or acquisition agreement. Failure to do so may adversely impact future invoice payments.
4.0 CONTRACTOR REQUIREMENTS IN ORDER FOR THE BID TO BE EVALUATED
4.1 The contractor shall:
4.1.1 Have a minimum of 3 (three) years of experience conducting services similar or
related to the Scope of Services.
4.1.2 Have and operate a full-time, permanent business address with the ability to be
reached by email and telephone.
5.0 BUSINESS EQUITY PROVISIONS
5.1 All Bidders shall note that the Business Equity Ordinance #25165-10-2021 (codified in
Chapter 20, Article X of the Fort Worth Code of Ordinances, as amended), and any
relevant policy or guidance documents, was adopted to ensure the full and equitable
participation of certified Minority — and Women -owned business enterprises (M/WBEs),
(collectively, "Business Equity Firms") in City contracts for the procurement of goods and
services where a contract's total dollar value is greater than $100,000.01, as detailed
below.
5.1.1 (1) The Business Equity Goal is 9%
5.1.2 (2) The information that shall be submitted with the ITB include as part of
Attachment F:
5.1.2.1 a. The company name, address, point of contact, email address, office and
fax telephone numbers of the Business Equity firms;
5.1.2.2 b. A detailed description of the work to be performed or supplied by each
Business Equity Firm;
5.1.2.3 c. The sub -contract value or percentage of work for each Business Equity
firm and each non -Business Equity Firms;
5.1.2.4 d. State the Business Equity Percentage level of commitment achieved;
and
5.1.2.5 e. Provide the same identification information for all non -Business Equity
firms.
5.2 It is important to note that only Business Equity Firms that perform a commercially useful
function may count towards the 9% Business Equity Goal. Business Equity Firms must be
located in the City's six (6) county geographic marketplace that includes the counties of:
Tarrant, Dallas, Denton, Johnson, Parker and Wise.
5.3 A Business Equity Firm bidder can count its self -performance services towards meeting the
Business Equity Goal for the assigned North American Industry Classification System
(NAICS) commodity codes on their Minority Business Enterprise or Women Business
Enterprise Certification. If the Business Equity Firm Bidder cannot self -perform all of the
Non -Exclusive Contractor Services Agreement 31 of 112
RNDI Companies, Inc
work, it will be accountable for subcontracting with certified Business Equity Firms to meet
the overall goal.
5.4 Bidders must obtain a listing of certified firms from the City of Fort Worth's Business Equity
Division website at https://www.fortworthtexas.gov/files/assets/public/diversitv-
inclusion/documents/business-equity/request-for-listinq-form-2021.pdf and submit the form
by email to DVIN BEoffice(@fortworthtexas.gov.
5.5 Obtaining a listing of certified firms shall not be considered a restricted communication
pursuant to Section 3, Part 1. This will ensure that bidders are acknowledging Business
Equity Firms currently certified by the North Central Texas Regional Certification Agency
(NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and
the Women's Business Council Southwest (WBCS) at the time proposals are submitted, in
order for the participation to be counted towards the established goal. For clarity, Business
Equity Firms must be located in the City's six (6) county geographic marketplace that
includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise.
5.6 If a bidder forms a joint venture with one or more Business Equity Firms, the Business
Equity joint venture percentage participation will be counted towards the established goal.
The appropriate Business Equity Joint Venture Form must be submitted for review
and approval in order for it to be counted. Joint ventures must be in accordance with City
Ordinance §20-370(J), which has recently been amended to preclude any Contractor(s)
from entering into an exclusive contract or non -compete agreement that restricts a
Business Equity Firm's ability to grow and build capacity in the City's marketplace unless it
can be shown that this relationship has resulted in the growth of the Business Equity Firm's
capacity and the Business Equity Firm freely consents to the contract or agreement.
5.7 Failure to submit the Business Equity participation information or the detailed explanation
of the Bidder's Good Faith Efforts to meet or exceed the stated Business Equity Goal,
may render the proposal non -responsive.
5.8 If a Bidder fails to meet the stated Business Equity Goal, in part or in whole, then a detailed
explanation must be submitted to demonstrate the Good Faith Efforts made to secure
Business Equity Firm participation. Bidders shall also indicate if any Business Equity Firms
or joint venture partners could reasonably expect to increase their percentage over time to
meet the Business Equity Goal if they are awarded any Contract(s) as a result of this ITB.
Bidders shall be evaluated based on the Business Equity Percentage that is achievable
upon the Commencement Date.
5.9 In making a Good Faith Effort determination, the City will consider the bidders efforts to:
5.9.1 (1) Solicit through all reasonable and available means (e.g., attendance at the Pre -
proposal Conference, advertising and written notices) the interest of all
Business Equity Firms in the scope of work included in this ITB. The Bidder
shall provide interested Business Equity Firms with timely, adequate
information about the plans, specifications, and requirements of any and all
components of Service to allow such firms to respond to the solicitation. The
Bidder must follow up initial solicitation with interested Business Equity Firms.
5.9.2 (2) Select portions of the work to be performed by Business Equity Firms in order
to increase the likelihood that the Business Equity Goal will be achieved. This
includes, where appropriate, breaking out tasks into economically feasible units
to facilitate participation, even when the Bidder would otherwise prefer to
perform these work items with its own forces. It is the Bidder's responsibility to
make a portion of the work available to Business Equity Firms and to select
Non -Exclusive Contractor Services Agreement 32 of 112
RNDI Companies, Inc
those portions of the work or material needs consistent with the availability of
such Business Equity Firms to facilitate their participation.
5.9.3 (3) Negotiate in good faith with interested Business Equity Firms. Evidence of such
negotiation includes the names, addresses, and telephone numbers of
Business Equity Firms that were contacted; a description of the information
provided regarding the plans and specifications for the work selected for
subcontracting; and why agreements could not be reached. The Bidder may
not reject Business Equity Firms without sound reasons based on a thorough
investigation of their capabilities. That there may be some additional costs
involved in finding and using Business Equity Firms is not in itself sufficient
reason for a Bidder's failure to meet the Business Equity Goal, as long as such
costs are reasonable.
5.10 The performance of other bidders in meeting the Business Equity Goal may be considered.
For example, when a bidder fails to meet the Business Equity Goal but others meet it, it
may be reasonably questioned whether, with additional reasonable efforts, other Bidders
could have met the Business Equity Goal.
5.11 Bidders shall provide a signed Business Equity Division letter of intent (From 11) from each
listed Business Equity Firm describing the work, materials, equipment or services to be
performed or provided by the Business Equity Firm and the agreed upon dollar value shall
be due at the time specified in the solicitation.
5.12 If the City determines that a Good Faith Effort was not made, the bidder's submission shall
be deemed non -responsive and disqualified Pursuant to Section 14.2, Part 1.
6.0 METHOD OF AWARD
6.1 Bids will first be evaluated based upon bids received from a responsible bidder that
presents the best value to the City. A responsible bidder is defined as a bidder that:
6.1.1 Meets the requirement listed in Section 4, Part 2.
6.1.2 Submits a completed bid package within the stated deadline and in accordance
with the bid specifications.
6.2 Bids that do not receive 50% or more of the total available points, excluding the points for
price, will be deemed non -responsive.
6.3 The following criteria will be used to determine the best value:
6.3.1 Cost of service — up to 30 points
6.3.2 Contractor's qualifications and experience — up to 25 points
6.3.3 Contractor's ability to provide resources (equipment and personnel) — up to 25
points
6.3.4 Contractor's approach to perform services — up to 20 points
6.4 The City reserves the right to accept or reject in whole or in part any or all bids received
and to make an award on the basis of individual item, combination of items, or overall bid,
as it is deemed in the best interest of the City. The City also reserves the right to reject the
bid of a bidder who has previously failed to perform properly or complete on time
agreements of a similar nature.
Non -Exclusive Contractor Services Agreement 33 of 112
RNDI Companies, Inc
6.5 The City reserves and shall be free to exercise the right to evaluate bid in relation to
performance record of bidder with the City itself, another municipal corporation of like size,
or private corporations during the past two-year period. Such precautions are deemed to be
in the public interest inasmuch as Vendor failure or inability to furnish items within the
prescribed time can create emergency situations and impose unnecessary hardship on
both the City as a municipal corporation and the public at large.
6.6 The evaluation factors listed above will be applied in a comparative manner to all eligible,
responsive bids. Award may be made without discussion with Bidders after bids are
received. Bids should, therefore, be submitted on the most favorable terms.
6.7 The City also reserves the right to reject the bid of a bidder who has previously failed to
perform properly or complete on time agreements of a similar nature.
6.8 If Attachment E, Consideration of Location of Bidder's Principal Place of Business, is
completed by any Bidder, the City will review the Attachment to determine whether Local
preference will apply to the award.
6.9 In order for the City to receive adequate coverage on its requirements as specified in the
solicitation, the City reserves the right to make multiple awards.
7.0 DEFINITIONS
7.1 Contractor/Vendor: The person or company to perform specified work contained herein.
7.2 Department Contract Manager: City of Fort Worth employee assigned to manage the
compliance, oversight, and/or administration of the contract of project for their department
of employment.
7.3 Designee: A City of Fort Worth employee assigned by the Department Contract Manager to
assist with the compliance, oversight and/or administration of the contract or project.
7.4 Adequate Work Force: Sufficient equipment, supplies, and personnel to complete the work
order.
7.5 Company Hours: The time it would take the company to complete the assigned work order.
7.6 Business Day: Regularly scheduled days of operation, Monday — Friday from 8AM to 5PM.
Excludes Saturday, Sunday, and holidays recognized by the City of Fort Worth.
7.7 Immediate Abatement Request: Upon notification of an immediate abatement work order
from the Code Compliance Department Special Project Superintendent or his/her
designee, the contractor shall commence the abatement process within 24 hours.
7.8 Brush: Shrub limbs, tree limbs - up to four (4) inches in diameter and not to exceed eight
(8) feet in length, untreated lumber, and tree trimmings resulting from landscape
maintenance and cleaning operations (other than a commercial pile).
7.9 Bulky Waste: Furniture, treated wood, up to ten (10) cubic yards of construction materials
generated by a service unit (and not by a commercial service provider) as a result of a
household project, mattresses and box springs, carpet, swing sets, plastic swimming pools,
small and large toys, bicycles, fish aquariums, toilets, household appliances, and other
similar items, white goods (CFC-free), large branches (being branches in excess of four (4)
inches in diameter but less than eight (8) feet in length), tree trunks and root balls; provided
such items do not contain hazardous waste or any waste which is not acceptable at the
designated landfill.
Non -Exclusive Contractor Services Agreement 34 of 112
RNDI Companies, Inc
7.10 Rubbish: Nonputrescible solid waste, excluding ashes that consist of:
7.10.1 Combustible waste materials, including paper, rags, cartons, wood, excelsior,
furniture, rubber, plastics, yard trimmings, leaves, and similar materials; or
7.10.2 Noncombustible waste materials, including glass, crockery, tin cans, aluminum
cans, metal furniture, and similar materials that do not burn at ordinary incinerator
temperatures (sixteen hundred (1600) degrees Fahrenheit to eighteen hundred
(1800) degrees Fahrenheit).
7.11 Special Waste: Any solid waste or combination of solid wastes that because of its quantity,
concentration, physical, or chemical characteristics, or biological properties requires special
handling and to protect human health or the environment.
7.12 Hazardous Waste: Any solid waste identified or listed as hazardous waste by the
administrator of the United States Environmental Protection Agency pursuant to the
Federal Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act of 1976 (42 USC§§ 6901 et seq.), as amended.
7.13 General labor rate (Line items #1): the cost per hour for removal of nuisance items such as
trash and debris.
7.14 Heavy Equipment (Line item #2): Such as a track loader, equipment used for moving large
materials and large amounts of materials with a metal bucket or attachment. Typically
moves with tracks rather than wheels.
7.15 Light Equipment (Line item #3): Such as a skidsteer, skid loader, skid -steer loader. A class
of compact equipment with lift arms that can attach to a variety of buckets. This equipment
typically moves on wheels rather than tracks.
7.16 Dumpster (Line #4): Dumpster equipment owned or rented by the contractor at an hourly or
daily rate to disposed and hauled away by the contractor.
8.0 MAINTENANCE AND SERVICE REQUEST REQUIREMENTS
8.1 The contractor shall respond and supply requested materials or services during regular
business hours (8AM-5PM, Monday -Friday). Excludes Saturday, Sunday, and holidays
recognized by the City of Fort Worth.
9.0 NUSIANCE ABATEMENT AND CLEAN-UP SERVICES
9.1 Purpose
9.1.1 The successful bidders, shall furnish all labor, tools, materials, permits and
equipment necessary for performing clean-up, debris removal, dead tree removal,
nuisance vegetation removal and disposal work on privately owned property and/or
property that is owned or held -in -trust by the City, as identified and ordered by the
Neighborhood Investigations Division of the Fort Worth Code Compliance
Department.
9.2 Prior to the commencement of work after being awarded the agreement, Contractors shall:
9.2.1 Obtain a waste hauler's permit from the Solid Waste Division (817) 392-1234, and
present proof to the Code Compliance Superintendent prior to the issuance of a
Letter to Proceed;
9.2.2 Obtain a Letter to Proceed from Neighborhood Investigations to initiate abatement.
Non -Exclusive Contractor Services Agreement 35 of 112
RNDI Companies, Inc
9.2.3 Ensure that a representative of Code Compliance - Neighborhood Investigations is
present at the job site before any work is started; and
9.2.4 Abatement work must begin within 3 business days from the date of the proceed
letter or as specified on the proceed letter.
9.3 Contractor's Responsibility
9.3.1 Contractor understands that work orders will be assigned with attention to a fair
and equitable distribution of the work to be performed.
9.3.2 Once commenced, all work, including salvage time at the site, must be completed
within three (3) business days, or as specified in the Letter to Proceed.
9.3.3 The contractor shall be available and present on the site when an administrative
search warrant is required for access on to the property. The contractor or the
contractor's representative shall be no more than 15 minutes late for the
appointment time.
9.3.4 Contractor shall remove items from lots and adjacent right of ways that include:
9.3.4.1 Junk, trash, rubbish, debris, tires, trees, brush, discarded belongings;
9.3.4.2 Salvageable materials;
9.3.4.3 Furniture, household furnishings, business furnishings, building materials,
vehicle parts;
9.3.4.4 Badly damaged or dilapidated fences, decorative barriers;
9.3.4.5 Other special waste as required by the Neighborhood Investigations
Division.
9.3.5 Contractor will not be required to remove Hazardous Waste as defined in Section
7.12, Part 2. However, contractor will immediately contact Neighborhood
Investigations if such waste is discovered.
9.3.6 All debris, trash, rubbish, and junk from the abatement site will be hauled to a
state -licensed disposal site at the expense of the contractor (per line item #4 of the
price submittal page).
9.3.7 Upon completion of the work, the Contractor shall notify Neighborhood
Investigations Division upon completion of the job for a payment inspection. Copies
of dump tickets certifying the debris were taken to a state -certified landfill shall be
submitted along with the invoice for payment.
9.3.8 All salvageable material and items identified to be removed will become the
property of the Contractor and shall be removed from the site.
9.3.9 Contractor shall protect the work site as necessary with barriers, lights, safeguards,
or warnings.
9.3.10 If vector nesting is encountered, the Contractor may take necessary steps to
exterminate the hazard after verification and cost approval from the Neighborhood
Investigations Division. The invoice relative to such extermination shall be
submitted to the Code Compliance Department Contract Administrator with the
corresponding Abatement Work Order.
Non -Exclusive Contractor Services Agreement 36 of 112
RNDI Companies, Inc
9.3.11 Contractor shall report any damage done to property owned by the City of Fort
Worth or damage to private personal property to the Code Compliance Department
(817-392-6567) within two (2) hours after the occurrence.
9.4 Photograph Evidence
9.4.1 The following minimum specifications will be required:
9.4.1.1 Use of digital cameras capable of at least 1 mega -pixel with an image
resolution of 1280 x 1224 that adds a date stamp on the face of the picture.
9.4.1.2 Contractor shall provide photographic evidence of the abatement prior to,
and at the completion of the assigned work.
9.4.2 Photographs will be:
9.4.2.1 in color, and date and time stamped.
9.4.2.2 submitted with the work order and invoice.
9.5 Point of Contact
9.5.1 Contractor shall designate at least one (1) person within the firm as a Point of
Contact with an office phone or cell phone number for accessibility.
9.5.2 Contractor's Point of Contact shall respond to calls or voicemails within one (1)
hour, during normal business hours.
9.5.3 Notification of any changes in contact numbers or personnel shall be in writing or
hand delivered to the Code Compliance Superintendent.
9.6 Payments and Invoices
9.6.1 An invoice is considered payable when an officer has completed a visual inspection
and determined that the work was accomplished. The Code Compliance
Department will make payments within 30 days from the date of acceptance of
work.
9.6.2 Contractor shall return work orders and corresponding invoices (per Section 12.0,
Part 2) for abatement and cleanup work to the Code Compliance Department
within three (3) business days, after completion of work. The work order is
considered complete once it's been determined that the work was accomplished in
accordance with the terms and specifications of this contract.
9.7 Contract Performance
9.7.1 The City reserves the right to reject work for poor quality of the work, or improper
charges.
9.7.2 In addition, and of utmost importance, Abatement Proceed Letters in the
possession of the Contractor over fifteen (15) days after the Proceed Letter has
been issued will not be paid unless prior arrangements have been made with the
City. The Abatement Proceed Letter will be canceled and reassigned to another
contractor from the Contractor list.
9.7.3 The City retains the right to assign abatement jobs in the most expeditious manner,
and in the best interest of the City of Fort Worth and its citizens. All jobs will be
distributed in a manner most advantageous to the City. Jobs will be assigned by
Non -Exclusive Contractor Services Agreement 37 of 112
RNDI Companies, Inc
location or other method determined by the City of Fort Worth to be efficient or
expedient.
9.7.4 The City reserves the right; in case of default, to procure the services from other
sources and hold the defaulting Contractor responsible for any excess costs
occasioned thereby.
9.7.5 The City reserves the right to request new quotes for work previously requested.
Contractor shall respond to such request with an updated quote reflecting the date
of the new request.
10.0 WARRANTY
10.1 The Vendor warrants and guarantees the part(s), material(s), and/or service(s) against any
defects or failures to operate satisfactorily.
10.2 The Vendor shall provide a warranty to include at a minimum, but not limited to the
following:
10.2.1 In addition to any other warranties in this purchase, the Vendor warrants that all
work and products supplied in this purchase conforms to the specification
requirements and is free from any defect in workmanship, equipment, material, or
design furnished by the Vendor or any supplier at any tier.
10.2.2 Vendor agrees to repair or replace promptly, on a one -for -one basis without
additional cost to the City of Fort Worth, any and all defective work and products.
The City defines "prompt" repair or replacement to be within twenty- four (24) hours
after notification by authorized City personnel.
10.2.2.1 This warranty shall continue for a period of 90 days from date of
acceptance of products and work by the City.
10.2.3 The Vendor shall remedy at the Vendor's expense any non -conforming or defective
products or work. In addition, the Vendor shall remedy at Vendor's expense any
damage to real or personal property owned by the City of Fort Worth, when that
damage is the result of a defect of products furnished.
10.2.4 The Vendor's warranty with respect to products repaired or replaced will run for 90
days from date of installation and acceptance of such by the City.
10.2.5 The City of Fort Worth shall notify the Vendor, within 72 hours after the discovery of
any failure, defect, or damage.
10.2.6 If the Vendor fails to remedy any failure, defect, or damage within 30 days for most
incidences, or approved time otherwise after receipt of notice, the City of Fort
Worth shall have the right to replace, repair, or otherwise remedy the failure,
defect, or damage at the Vendor's expense.
10.2.6.1 Repairs must be scheduled within 72 hours.
10.2.7 This warranty shall not include failures attributable to accident, fire, or negligence
on the part of City personnel.
Non -Exclusive Contractor Services Agreement 38 of 112
RNDI Companies, Inc
10.2.8 With respect to all warranties, expressed or implied, from manufacturers, or
suppliers for work performed and materials furnished under this purchase, the
Vendor shall:
10.2.8.1 Obtain all warranties that would be obtained in normal commercial
practice;
10.2.8.2 Enforce all warranties for the benefit of the City of Fort Worth.
11.0 LAWS, REGULATIONS, AND ORDINANCES
11.1 The Vendor shall be responsible for meeting all Federal: laws, ordinances and regulations;
State: laws, ordinance and regulations; County: laws, ordinances and regulations; and City:
laws, ordinances, and regulations for safety of people, environment, and property. This
includes, but is not limited to, all Federal, State, County, and City Agencies, Administrations
and Commissions such as the Environmental Protection Agency (EPA), Occupational
Safety and Health Administration (OSHA), and the Texas Commission on Environmental
Quality (TCEQ). In the event any law, regulation or ordinance becomes effective after the
start of this Agreement, the Vendor is required to comply with new policy. Any mandates
requiring the City to comply with new guidelines will also require the Vendor to comply.
12.0 INVOICING REQUIREMENTS
12.1 The City of Fort Worth has implemented an automated invoicing system.
12.2 The Contractor shall send invoices electronically to our centralized Accounts Payable
department invoice email address: suwIierinvoices (aVortworthtexas.pov. This email
address is not monitored so please do not send correspondence to this email address.
The sole purpose of the supplier invoices email address is to receipt and process supplier
invoices.
12.3 Please include the following on the subject line of your e-mail: vendor name, invoice
number, and PO number, separated by an underscore (ex: Example, Inc._123456_FW013-
0000001234)
12.4 To ensure the system can successfully process your invoice in an expedient manner,
please adhere to the following requirements:
• All invoices must be either a PDF or TIFF format.
• Image quality must be at least 300 DPI (dots per inch).
• Invoices must be sent as an attachment (i.e. no invoice in the body of the email).
• One invoice per attachment (includes PDFs). Multiple attachments per email is
acceptable but each invoice must be a separate attachment.
• Please do not send handwritten invoices or invoices that contain handwritten notes.
• Dot matrix invoice format is not accepted.
• The invoice must contain the following information:
• Supplier Name and Address;
• Remit to Supplier Name and Address, if different;
• Phone Number
• Applicable City Department business unit# (i.e. FW023);
• Complete City of Fort Worth PO number (i.e. the PO number must contain all
preceding zeros);
• File, map and TAD number;
• Quantity of material (tons)
• Copies of the proceed order
• Copy of all dump tickets for disposal of the specified items.
• Invoice number;
Non -Exclusive Contractor Services Agreement 39 of 112
RNDI Companies, Inc
• Invoice date;
• Detailed costs associated with abatement (labor and disposal); and
• Invoices should be submitted after delivery of the goods or services.
12.5 To prevent invoice processing delays, please do not send invoices by mail and email and
please do not send the same invoice more than once by email to
supplierinvoices(a)fortworthtexas.gov. To check on the status of an invoice, please contact
the City Department ordering the goods/services or the Central Accounts Payable
Department by email at: ZZ FIN AccountsPavable(a�fortworthtexas.gov.
12.6 If you are unable to send your invoice as outlined above at this time, please send your
invoice to our centralized Accounts Payable department instead of directly to the individual
City department. This will allow the City staff to digitize the invoice for faster processing.
12.7 If electronic invoicing is not possible, you may send your paper invoice to:
City of Fort Worth
Attn: FMS Central Accounts Payable
200 Texas Street
Fort Worth, Texas, 76102
The City's goal is to receive 100% of invoices electronically so that all supplier payments
are processed efficiently. To achieve this goal, we need the Contractor's support.
If Contractor has any questions, please contact the Accounts Payable team at (817) 392-
2451 or by email to ZZ FIN AccountsPavable cDfortworthtexas.gov.
12.8 Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish
a tax exemption certificate upon Vendor's request.
13.0 UNIT PRICE ADJUSTMENT
13.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the
renewal period but before the effective date of the renewal upon written request from the
Vendor.
13.2 The Vendor must submit its price adjustment request, in writing, at least 60 days before the
renewal effective period. The Vendor shall provide written proof of cost increases with
price adjustment request.
13.3 If the City concludes that the rate increase being requested is exorbitant, the City reserves
the right to adjust the rate request, or reject the rate request in its entirety and allow the
contract to expire at the end of the contract term. If the City elects not to exercise the
renewal option, the Purchasing Division will issue a new solicitation.
13.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all
associated freight and delivery costs.
13.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in
extensions or totals, the unit prices offered will govern.
13.6 Upon expiration of the Agreement term the successful bidder, agrees to hold over under
the terms and conditions of this Agreement for a reasonable period of time to allow the City
to re -bid an agreement, not to exceed ninety (90) days. Vendor will be reimbursed for this
service at the prior agreement rate(s). Vendor shall remain obligated to the City under all
clauses of this Agreement that expressly or by their nature extends beyond and survives
the expiration or termination of this Agreement.
Non -Exclusive Contractor Services Agreement 40 of 112
RNDI Companies, Inc
13.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written
notice to the City.
14.0 INSURANCE REQUIREMENTS — The Contractor shall carry insurance in the types and amounts
for the duration of this contract as listed in the draft service agreement, Attachment G to this
solicitation, and furnish certificates of insurance along with copies of policy declaration pages and
policy endorsements as evidence thereof.
15.0 PERFORMANCE - Failure of the City to insist in any one or more instances upon performance of
any of the terms and conditions of this Agreement shall not be construed as a waiver or
relinquishment of the future performance of any terms and conditions, but the Vendor's obligation
with respect to such performance shall continue in full force and effect.
16.0 SUBCONTRACTING - No subcontracting of the work under this contract will be allowed without
written permission from the City.
17.0 HAZARDOUS CONDITIONS
17.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or
damage to any property.
18.0 CONTRACT ADMINISTRATION AND TERMINATION
18.1 Contract administration will be performed by the City Department. In the event the Vendor
fails to perform according to the terms of the agreement, The Department head or his/her
designee will notify the Vendor, in writing, of its failures. A meeting may be arranged to
discuss the Vendor's deficiencies. A written cure notice may be prepared giving the
Vendor 14 calendar days to cure any deficiency.
18.2 In the event the Vendor continues with unsatisfactory performance, the department will
take appropriate action to cure the performance problem(s), which could include
cancellation, termination for convenience or default. If the agreement is terminated for
default, the Vendor may be held liable for excess cost and/or liquidated damages.
18.3 The Vendor will be paid only those sums due and owing under the agreement for services
satisfactorily rendered, subject to offset for damages and other amounts which are, or
which may become, due and owing to the City.
18.4 The City reserves the right to terminate this agreement, or any part hereof, for its sole
convenience. In the event of such termination, the Vendor shall immediately stop all work
hereunder and shall immediately cause any and all of its suppliers and subVendors to
cease work. Subject to the terms of this agreement, the Vendor shall be paid a percentage
of the agreement price reflecting the percentage of the work performed prior to the notice of
termination, plus reasonable charges the Vendor can demonstrate to the satisfaction of the
City using its standard record keeping system, have resulted from the termination.
However, in no event shall the total of all amounts paid to the Vendor exceed the
agreement price. The Vendor shall not be reimbursed for any profits which may have been
anticipated, but which have not been earned up to the date of termination.
19.0 RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT
19.1 If the Federal award meets the definition of "funding eCFR — Code of Federal Regulations
agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into
a contract with a small business firm or nonprofit organization regarding the substitution of
parties, assignment or performance of experimental, developmental, or research work
under that "funding agreement," the recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations
Non -Exclusive Contractor Services Agreement 41 of 112
RNDI Companies, Inc
and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency.
20.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
20.1 Vendor shall comply with all applicable standards, orders or regulations issued pursuant to
the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as
amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding
agency and the Regional Office of the Environmental Protection Agency (EPA).
21.0 DEBARMENT AND SUSPENSION
21.1 Per Executive Orders 12549 and 12689, a contract award (see 2 CFR 180.220) shall not
be made to parties listed on the government -wide exclusions in the System for Award
Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement
Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989
Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of
parties debarred, suspended, or otherwise excluded by agencies, as well as parties
declared ineligible under statutory or regulatory authority other than Executive Order
12549.
22.0 BYRD ANTI -LOBBYING AMENDMENT (31 U.S.C. 1352)
22.1 Firms that apply or bid for an award exceeding $100,000.00 must file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with
obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each
tier must also disclose any lobbying with non -Federal funds that takes place in connection
with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the
non -Federal award.
22.2 Bidders shall provide proof of Byrd Anti -Lobbying Amendment certification filings with their
bid, if the bid exceeds $100,000.00.
23.0 NO BOYCOTT OF ISRAEL
23.1 If Vendor has fewer than 10 employees or this Agreement is for less than $100,000,
this section does not apply. Vendor acknowledges that in accordance with Chapter 2271
of the Texas Government Code, the City is prohibited from entering into a contract with a
company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those
terms in Section 2271 of the Texas Government Code. By signing this Agreement,
Vendor certifies that Vendor's signature provides written verification to the City that
Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
24.0 RIGHT TO AUDIT
24.1 Vendor agrees that City shall, until the expiration of three (3) years after final payment
under the Agreement, have access to and the right to examine any directly pertinent books,
documents, papers and records of Vendor involving transactions relating to the Agreement.
Vendor agrees that City shall have access during normal working hours to all necessary
Vendor facilities and shall be provided adequate and appropriate workspace in order to
Non -Exclusive Contractor Services Agreement 42 of 112
RNDI Companies, Inc
conduct audits in compliance with the provisions of this section. City shall give Vendor
reasonable advance notice of intended audits.
Non -Exclusive Contractor Services Agreement 43 of 112
RNDI Companies, Inc
ATTACHMENT - A
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.
Non -Exclusive Contractor Services Agreement 44 of 112
RNDI Companies, Inc
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made io the law by N.B. 23, 64ih Leg., Regular Session. CHFIFICEL)SEONLY
This questionnaire is being liled in accordance with Chapter 17f, Local Govemment Code, by a vendor who Dace Received
has a business relalionship as defined by Section 17{}_041(1-a) with a local governmental enliry and the
vendor meets requirements under Section 175.006(a)_
fay law this questionnaire must be liked with the records administrator of the local governmental entity not laser
than the 7th business day after ilia dale the vendor becomes aware of fads that require the sta-ement to be
filed. Sep Section 175_aob(a-1), Local Govemment Code.
A vendor commils an olfanse if the vendor knowingly violates Section 176.10a6, Local Government Code_ An
ofierrse under ibis sadion is a misdemeanor.
-11 Name of vendor who has a business relationship with loeaI governmental entity.
JEl Chadc th is box if you am fili ng an ups is a previously fi led q uasfionnmire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete Or inaccurate.)
J Name of local government offioerabout wham the information is being disclosed,.
Name of Officer
J describe each employment or other business relationship with the Iota I government officer. or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A_ Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than irnvestment income, from the vendor?
Yes =No
B_ Is the vendor receive ing or likely to receive taxable income, other than investment income. from or at the direction
of the local govemment officer Or a family member of the officer AND the taxable income is not received From the
local governmental entity?
Yes =No
Describe each employment or business relationship that thevendor named in Section i maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director. or holds an
ownership iniprest of one percent or more.
61
ElChockthis boot if the vendor has given the local govem ment officer or a fam ily member of the Officer one or more gifts
as descrbed in Section 176.@(G(a)(2)(B), excluding gifts described in Section 176.003(a-1 ).
71
Signature of vendor doing business with the governmental envy pate
Form provided by Texas PhicsCommission www.ethics.state.lx.us Revised 111r2021
Non -Exclusive Contractor Services Agreement 45 of 112
RNDI Companies, Inc
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:J,vww. statutes_legis_state.tx_us+
Docs+L htrrdLG 176.htm. For easy reference. below are some of the sections cited on this farm.
Local Government Code 4176.001Mali: "Business relationship" means a connection between two or more parties
based on commercial activity o f one of the parties. The term does not incl ude a con nection 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) atransaction conducted at price and subject to terms avail able to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular exam i nation by, and reporting to, that agency.
Local Gave m ment Cade ti 176.01)3(a)f2)(A) and ( B),
{ a) A local govern ment officer shall fi le a confI icts disclosure statement with re spect to a vendor if:
(2) thevendor:
(A) has an ern ployment or other business relation sh ip 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 th at
(i) a contract between the local govern mental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor,
(B) has given to the local government officer orafamily memberofthe off icerone ormore gifts
that have an aggregate value of more than $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 Government Code 4176.006(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 ity member of the officer, descri bed by Section 176.003(aK2) (A);
(2) has given a local government officer of that I oval govern mental entity, or a family member of the
officer. one or more gifts with the aggregate val ue specified by Section 176.003(a)(2)(B), excludi ng any
gift described by Section 176.003(a-1 ); or
(3) has a family relationship with a local government officer of that local governmental entity_
{a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
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) submits to the local governmental entity an application. response to arequest 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
(C) of a family relationship with a local government officer_
Farm provided by Texas Elhics Commission mvw.ethics.stata.Ix. us Re%dsed 111 2021
Non -Exclusive Contractor Services Agreement 46 of 112
RNDI Companies, Inc
ATTACHMENT - B
REFERENCE SHEET
Bidders shall provide a reference list of a minimum of three (3) current customers who the bidder has
recently supplied comparable items and services over a recent twelve (12) month period. The City will be
the sole judge of references. Please use additional sheets if necessary.
1. Company's Name
Name of Contact
Title of Contact
Present Address
City, State, Zip Code
Telephone Number
Email
2
3
Company's Name
Name of Contact
Title of Contact
Present Address
City, State, Zip Code
Telephone Number
Email
Company's Name
Name of Contact
Title of Contact
Present Address
City, State, Zip Code
Telephone Number
Email
( ) Fax Number( )
( ) Fax Number( )
( ) Fax Number( )
Non -Exclusive Contractor Services Agreement 47 of 112
RNDI Companies, Inc
ATTACHMENT - C
VENDOR CONTACT INFORMATION
Vendor's Name:
Vendor's Local Address:
Phone: Fax:
Email:
Name of persons to contact when requesting services or billing questions:
Name/Title
Phone: Fax:
Email:
Name/Title
Phone: Fax:
Email:
Name/Title
Phone: Fax:
Email:
Will your company accept P-card payments? yes no
Signature Printed Name Date
Non -Exclusive Contractor Services Agreement 48 of 112
RNDI Companies, Inc
ATTACHMENT - D
BIDDERS QUESTIONNAIRE
1. Number of years in business under current company name:
a. Date of business opening:
b. List any former names your organization has operated under and the timeframe(s):
If Bidder answers "Yes" for any of questions 2 through 5, Bidder must attach separate sheets with a brief
description or explanation of the answer and provide pertinent contact information (parties' names,
addresses and telephone numbers).
2.
Has the Bidder ever defaulted on a contract?
O Yes
O No
3
Are there currently any pending judgements, claims, or lawsuits
O Yes
O No
against the Bidder?
4
Does Bidder currently have any pending claims, judgements or
O Yes
O No
lawsuits against any prior client?
5
Is the Bidder or its principals involved in any bankruptcy or
O Yes
O No
reorganization proceedings?
6. How many OSHA violation(s) has your company received in the last three years?
7. Does your company have the ability to provide same day service if contacted before 12:OOpm?
Yes No
8. Does your company offer same day emergency service within 24 hours including holidays, if so, what is
your average response time? Yes No Average response time
9. Please describe your approach to perform the services.
10. Can the company provide all of the items listed on the Price Submittal Section? Yes No
11. Do you agree with the warranty stated on Section 10.0, Part 2? Yes No- if no please
provide a warranty the company offers.
12. Please describe your Firm's method of reporting completed work.
Non -Exclusive Contractor Services Agreement 49 of 112
RNDI Companies, Inc
13. Please describe your Firm's method of quality control.
14 Please provide the number of personnel you have available to perform services.
Non -Exclusive Contractor Services Agreement 50 of 112
RNDI Companies, Inc
ATTACHMENT - E
CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when considering
competitive sealed bids, to enter into a contract for certain purchases with a bidder whose principal
place of business is in the corporate limits of the City of Fort Worth and whose bid is within 3 or 5
percent of the lowest bid, depending on the value of the request and goods or services requested, if
the lowest bid is from a business outside the municipality and contracting with the local bidder
would provide the best combination of price and other economic benefits to the municipality.
Requests to be considered a local business must be submitted on this form with bid packages to be
considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the
bid or request package.
The Fort Worth City Council requires the following information for consideration of location of a bidder's
principal place of business. Add additional sheets if needed to provide this information.
1. Locational Eligibility: Principal Place of Business in Fort Worth, Texas.
Do you have a Fort Worth office? If yes, identify address:
What percentage of estimated gross company sales (worldwide) are sales originating in Fort
Worth? "Originating in Fort Worth" shall mean payable at the Fort Worth office. [must exceed
50%]
2. Economic Development opportunities resulting from contract.
Number of Fort Worth resident -employees?
Amount of City of Fort Worth ad valorem taxes (real and business personal property) paid by
company (for prior tax year — Fort Worth office or former location, if Fort Worth office is newly -
established)?
Certification of information:
The undersigned does hereby affirm that the information supplied is true and correct as of the date
hereof, under penalty of perjury.
(Company Name)
(Signature)
(Date)
(Printed Name and Title)
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
51 of 112
ATTACHMENT -F
BUSINESS EQUITY FORMS
The Business Equity Forms is attached as a separate document.
Non -Exclusive Contractor Services Agreement 52 of 112
RNDI Companies, Inc
ATTACHMENT - G
DRAFT SERVICE AGREEMENT
The draft service agreement is attached as a separate document.
Non -Exclusive Contractor Services Agreement 53 of 112
RNDI Companies, Inc
ATTACHMENT - H
DOCUMENT CHECKLIST
*Bidder shall complete the below to aid in responsiveness*
Refer to Part 1, Section 14.2 for more information on the below required documents.
Reauired Documents Document Attached? Yes/No Page Number(s) of
Answering No to the below can Bid Response
result in the bid being deemed *Bidder will need to
nonresponsive*
number each page
of their bid*
A completed and signed Bid Submission Signature Page
A completed Bid Solicitation
Attachment A - Conflict of Interest Questionnaire
Attachment B — Reference Sheet
Attachment C - Vendor Contact Information
Attachment D — Bidders Questionnaire
Attachment E — Consideration of Location of Bidder's
Principal Place of Business (if applicable)
Letter outlining previous work, knowledge of trash and
recycle disposal (Section 14.2.8, Part 1)
List of the equipment, numbers of crews, and number of
crew members for each crew available to perform the work
(Section 14.2.9, Part 1)
Attachment F — Business Equity Forms
Attachment H - Document Checklist
Signed Addendum(s) (if applicable)
Non -Exclusive Contractor Services Agreement 54 of 112
RNDI Companies, Inc
EXHIBIT D
CONTRACTOR'S BID RESPONSE
TO CITY'S ITB No.23-0076
UUMPANIES, INC.
Prepared By:
RNDI Companies, Inc.
6387 Camp Bowie #B-457
Fort Worth, TX 76116
ITB Nuisance Abatement
and Clean -Up Services
CFWOI-23-00761
FORTWORTH.
Prepared For:
City of Fort Worth
Zoo Texas Street
Fort Worth, TX 76102
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
55 of 112
ITB Nuisance Abatement and Clean -Up Services
CFW01-23-0076 I
TABLE OF CONTENTS
TAB 1. Bid Submission Signature Page...................................................2
TAB2. Bid Solicitation........................................................... . ............3
TAB 3. Attachment A - Conflict of Interest Questionnaire ..............................4
TAB 4. Attachment B - Reference Sheet...................................................5
TAB 5 Attachment C - Vendor Contact Information ................... ...................6
TAB 6. Attachment D - Bidders Questionnaire..........................................7-8
TAB 7. Attachment E — Principal Place of Business.........................................9
TAB 8. Previous Work ................................... ....................................... 10-11
TAB9. List of Equipment.....................................................................12
TAB 10. Attachment F —Business Equity Forms ......... .......................... ....... 13-28
TAB 11. Attachment H — Document Checklist..............................................29
TAB 12. Signed Addendum...................................................................NIA
TAB 13. All other Documents in Solicitation.....................................................
a. Form 1295 30
TAB 14. License and Certifications............................................................31-40
TAB 15. Statement of Qualifications and Past Performance ....... ......................... 41-57
Page 1 of 57
56 of 112
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
FORT WORTH.
BID SUBMISSION SIGNATURE PAGE
Event la - — Rage'
CM01-23-0076 2{
Event Round Version
Event Name
ITB Nuisance Abatement and Clean-UF Services
Start Time Finish Time
06/14/2023 8;00_AM CDT _ 07/13/2023 1.30 PM CDT
Invited: EVENT DETAILS
Submit To: City of Fort Worth
FINANCIAL MANAGEMENT SERVICES
FINANCE - City Hall Purchasing
200 Texas St. (Lower Level Rm 1501)
Fort Worth TIC 76102-6314
United States
Email: FMSPurchasingResponsesQfortworthtexas.gov
The undersigned, by his/her signature, represents that he/she is submitting a binding offer and is authorized
to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by
submitting and signing below, acknowledges that he/she has received and read the entire document packet
sections defined above including all documents incorporated by reference, and agrees to be bound by the terms
therein.
Legal Company Name: RNDI Companies, Inc
Company Address: 6387 Camp Bowie 413-457
City, State, Zip: Fort Worth, TX 76116
Vendor Registration No. Text
Printed Name of Officer or Authorized Representative: Diana Cross
Title: President
Signature of Officer or Authorized Representati��_ '�
Date: 7/7/2023
Email Address: diana(a),rndiCompanie5-com
Phone Number: 214-876-3069
Federal Identification Number (FID): 202914905
Will agreement be available for Cooperative Agreement use*? Yes x No
Non -Exclusive Contractor Services Ag2r AZA Nuisance Abatement and Clean -Up Services 57 of 112
RNDI Companies, Inc Page 2 of 35
FORT WORTH..
PRICE SUBMITTAL
Event ID Page
CFWO1-23-0076 3
Event Round Version
1 I
Event Name
ITB Nuisance Abatement and Clean-Uo Services
Start Time Finish Time
06/14/2023 8:00 AM CDT 07/13/2023 1:30 PM CDT
Invited: EVENT DETAILS
Submit To: City of Fort Worth
FINANCIAL MANAGEMENT SERVICES
FINANCE - City Hall Purchasing
200 Texas S1. Lower Level Rm 1501)
Fort Worth TX 76102-6314
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 1
Description: Qtv Unit
UnitPrice
Total
Removal of Nuisance Items (Trash and Debris), 2000.00 HR
Hourly (Mon -Fri, 8AM-5PM)
$197.00
$394,000.00:
Line: 2
Description: Qtv Unit
UnitPrice
Total
Heavy Equipment, Hourly (Mon -Fri, 8AM-5PM) 122.00 HR
$250.00
$30,500.00
Line: 3
Description: Qtv Unit
UnitPrice
Total
Light Equipment, Hourly (Mon -Fri, SAM-5PM) 135.00 HR
$229.a4
$30,915.91
Line: 4
Description: QtV Unit
UnitPrice
Total
❑umpster Fee, Hourly (Mon -Fri, SAM-5PM) 100.00 HR
$136.00
13,600.00
Total Bid Amount:
$469,015.00
Prompt Payment Discount Terms: 0 Percent 0 Days (i.e. 3% Net 15, etc.)
A bid of "0" will be interpreted by the City as a no -charge (free) item and the City will not
expect to pay for that item. A bid of "no bid" or no response (space left blank) will be
interpreted by the City that the Offeror does not wish to bid on that item. Be advised, a "no
bid" or no response may be considered as non -responsive and may result in disqualification
of this bid.
Non -Exclusive Contractor Services Agr4TflgZP Nuisance Abatement and Clean -Up Services 58 of 112
RNDI Companies, Inc Page 3 of 35
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session
?his gtA_sliennaira is Doirg *iled it accordance'with. Chapler 176. Lo:-,W Government Gade, by a vendor who
has a bus inass relaJonshi❑ as defined by sec+Jon 176.0u'1.1•aI -Nith a local •governmental -3miy and the
vendor meats requirements under Section 176,006i.ar_
Sy law this questionnaire must be tiled with the records adminw.rawr of the IwAl goverrr-Qwal entity not later
than the Ah business day after the date the verlrsor DOWNS aware al fates that require the statement to be
tw_ Se9Seclion 1760ZVa•,i. Loral Government Code.
A vendor commils an clensa if the vardar viowingty vicii*s Sec:ior, 7,,6.306, Local Governmant Code. An
ofSerse under iris swion is a misdemeanor.
11 Nary* of vendor who has a business relationship with local governmental entity
RNDI Companzesjnc
FORM CIQ
OF F1GE USE ONLY
Date pk-ce vac
?J
Check this box if you are filing an updab to a previously filed "ationnalre. (The law requires that you file an updates
computed questionnaire with tine appropriate 141ing aultionty not later than the 7th business day after the bate on which
you became aware that the oNinally htad questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
NIA
Name or Officer
Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B foreach employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
k Is the local gorvarnmant officer or a familly member of the officer receiving or likely to recerve taxable income,
outer than investment income. from the vendor?
Yes Ex INo
6. Is the venturer receiving or likely to recewe taxable income, other than investment income, from or at the direction
or me local government officer or a fami;y member of the officer AND tha taxabia income is not received from the
local governmental entity?
F—] Y" FX—] No
Des cribeeach employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director. or holds an
ownership interest of one percent or more.
J
Check this box if the vendor teas given the I0=1 govern mint ofi car or a family member of the officer one or more gifts
El
as described in Section 176.003(a)(2)(5), excluding gifts described in Section 176.663ra-1 ].
�j
eta 71712023
,gnalure of vendor doing business with the governmental army' Aatg
Form provided by Taxas Lft= Commissior WWW,ethics.5Late. IX.us Revised 0=1
Non -Exclusive Contractor Services AY�3�47htNuisance Abatement and Clean -Lip Services 59 o�� 1��
RNDI Companies, Inc Page 26 of 35
ATTACHMENT - B
REFERENCE SHEET
Bidders shall provide a reference list of a minimum of three (3) current customers who the bidder has
recently supplied comparable items and services over a recent twelve (12) month period. The City will be
the sole judge of references. Please use additional sheets if necessary.
1. Company's Name
Name of Contact
Title of Contact
Present Address
City, State, Zip Code
Telephone Number
Email
2
3.
City of Dallas
Johnnie Brumfield
Sr Project Manaizer
1500 MarilIa St
Dallas. TX 75201
214-670-3059[ } Fax Number
johnnielbrumfield@dallascityhall.com
dallascityhall.com
Company's Name
Dallas ISD
Name of Contact
Jaime Garcia
Title of Contact
Sr Project Manager
Present Address
3801 Herschel Ave
City, State, Zip Code
Dallas, TX 75219
Telephone Number
817-995-6799 ) Fax Number( }
Email
jgarci 17(aaisd.net (Now works for Arlington ISD)
Company's Name
Fort Worth I SD
Name of Contact John Horton
Title of Contact
Present Address 6101 McCart Ave
City, State, Zip Code Fort Worth, TX 76133
Telephone Number 817-317-7744 ) Fax Number {
Email 1 ohnhorton(a-), pro c edogroup . c om
Re`i&tl d.9.22-
Non -Exclusive Contractor Services Ag2r�eM Nuisance Abatement and Clean -Up Services 60 of 112
RNDI Companies, Inc Page 28 of 35
ATTACHMENT - C
VENDOR CONTACT INFORMATION
Vendor's Name: Ararnsco
Vendor's Local Address: 12699 Stemmons Freeway Dallas, TX 75220-2428
Phone: 214-689-2110 Fax: 214-689-2117
Email:
Name of persons to contact when requesting services or billing questions:
Name/Title Patricia Mitchell
Phone: 713-263-7011 Fax:713-263-7021
Email: nmitchellVaramsco.com
Namerritle Claudia Nino
Phone: 214-689-2110 or 856-686-7721
Email: eninoia.aramsco.com
Name/Title
Phone:
Email:
Fax: 214-689-2117
Text Fax:
Text
Will your company accept P-card payments? yes no
l e-10 C_ V Diana Cross
Signature Printed Name
7/7/2023
Date
R,i d G. 9.1-2.
Non -Exclusive Contractor Services AA-M;gtNuisance Abatement and Clean -Up Services 61 of 112
RNDI Companies, Inc Page 29 of 35
13. Please describe your Firm's method of quality control.
14 Please provide the number of personnel you have available to perform services. 17+ staff from other
offices if needed
RNDI is committed to excellence and client satisfaction. Out quality program is carried out through
a formal process accommodated by out Quality Management. we require review and approval before
any services and documents be provided. RNDPs ability to work with clients and interpret tier project\
goals through an affective and efficient system design is the strategy for having satisfied clients. We
continuously strive to provide the highest quality in design and build, by continuing education
and research.
Before we start any project a quality control process is planned by our quality manager, which includes
implementing all provisions of the RNDI quality system and preparing related documents.
R,,,xd 6.9.22-
Non-Exclusive Contractor Services AgQ§RWA Nuisance Abatement and Clean -Up Services 62 of 112
RNDI Companies, Inc Page 31 of 35
ATTACHMENT - E
CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when considering
competitive sealed bids, to enter into a contract for certain purchases with a bidder whose principal
place of business is in the corporate limits of the City of Fort Worth and whose bid is within 3 or 5
percent of the lowest bid, depending on the value of the request and goods or services requested, if
the lowest bid is from a business outside the municipality and contracting with the local bidder
would provide the best combination of price and other economic benefits to the municipality.
Requests to be considered a local business must be submitted on this form with bid packages to he
considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the
bid or request package.
The Fort Worth City Council requires the following information for consideration of location of a bidder's
principal place of business. Add additional sheets if needed to provide this information,
1. Locational Eligibility: Principal Place of Business in Fort Worth, Texas.
a. Do you have a Fort Worth office? If yes, identify address:
6387 Camp Bowie #B-457
Fort Worth, TX 76116
b. What percentage of estimated gross company sales (worldwide) are sales originating in Fort
Worth? "Originating in Fort Worth" shall mean payable at the Fort Worth office. [must exceed
2. Economic Development opportunities resulting from contract.
a. Number of Fort Worth resident -employees? 2
b. Amount of City of Fort Worth ad valorem taxes (real and business personal property) paid by
company (for prior tax year — Fort Worth office or former location, if Fort Worth office is newly -
established)? Neu,l J actah9TcilPr3
Certification of information:
The undersigned does hereby affirm that the information supplied is true and correct as of the date
hereof, under penalty of perjury.
RNDI Companies, Inc. 7/ 10/2023
(Company Name) (Date)
Diana Cross - President
(Signature) (Printed Name and Title)
RG.is J 0.9.22a
Non -Exclusive Contractor Services AAaZfitNuisance Abatement and Clean -Up Services 63 of 112
RNDI Companies, Inc Page 32 of 35
AlhkCOMPANIES, INC.
City of Fort Worth
ITS Nuisance Abatement and Clean -Up Services
CFWO 1 -23-0076 1
RE: Prior Experience
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 996-9494
Fax: (713) 513-5285
Diana a+ ND1Companies.com
1_ City of Dallas - Trinity River Tire Removal and Creeks/Channels/Vacant Lots
Tire/Trash/Debris Removal
Project Address: North of I-20 and East of I-451Under I-20 Bridge and Upstream from 1-20
Description: A three (3) year Indefinite Delivery/Indefinite Quantity (IDIIQ) service contract for tire
removal from the Trinity River and tire/trash/debris removal from creeks/channels/vacant lots. This will
establish both initial anticipated cleanup efforts for the City of Dallas. Completed: July 25, 2019
2. City of Dallas Parks & Recreation — Fair Oaks Pond
Project Address: 7502 Fair Oaks, Dallas, TX 75231
Description: Removal of all debris, trash, and tree branch removal of approx. +75,000 cubic yards of
debris was removed and disposed in approved land fill. Completed: September 2022
3. City of Fort Worth — Lakeland Project
Project Address: 8504 Marks Lane to 8545 Shelby Lane (13 Homes)
Description: Asbestos abatement of five homes, demolition of thirteen homes, clean up all properties
and dispose of properly. Completed — September 2021
Non -Exclusive Contractor Services Agreement 64 of 112
RNDI Companies, Inc
6387 Camp Bowie #13-457
Fort Worth, TX 76116
Ali
990-9494
�OP"�t Phone.- Fax. (7T63) 513-5285
Diana(�NDICompanies. com
4. City of Fort Worth — Nuisance Abatement and Clean Up Services
Project Address: Various
Description: Three-year contract with The City, based per task order. Cleaning of any City property
on an "as needed" basis for the code compliance department. Ongoing contract.
5. City of Dallas Water Utilities — Tawakoni — Vincent County
Project Address — Various
Description: Asbestos abatement of two homes, demolition of thirteen abandoned homes in efforts to
clean up the area. Completed - 2019
Sincerely,
Diana Cross
President
Non -Exclusive Contractor Services Agreement 65 of 112
RNDI Companies, Inc
20232
RNDI Companies, Inc. - Equipment List
Equipment
Equipmen
I lEquipmentName
IQ
lCaterogy Code (Equipment
Name
Iouanfitl
�Cateropy t Code
11 U n fit"
HEPA VACS
EQUIPMENT (VEHICLES)
10-001
HEPA Vaccum
6
80-001
Dump Trailers
1
10-002
Pull man -Holt HEPA Vaecum
2
80-002
Closed Trailers
1
10-004
Nagative Air Machine
47
80-003
Trucks
4
SHOWER & PUMPS
20-001
Decon Showers
8
SAFETY EQUIPMENT
20-002
Shower Pump
9
90-001
PAPR"S(Powered Air Purifyng Respirf
19
20-003
❑econ Shower Pole Sets
6
90-002
Full Facepiece Respirators
14
❑RYING EQUIPMENT
90-003
Half Mask Facepiece Respirators
10
30-001
Water Extraction
13
90-004
Hard Hats
30
30-002
Air Movers
6
90-005
Safety Glasses
30
30-004
Dehumdifters
30
90-006
Gloves
30
30-005
Heaters
6
90-007
Wrap Aroiund Face Mask
15
30-006
Moisture and Circuit Meters
4
OTHER
ELECTRICAL SAFETY
00-001
Ladders (6 ft - 45 ft)
23
40-001
Extension Cords
57
00-002
Scaffold
9
40-002
GFCI Outlets
15
00-003
Insulation Vacuum Collection Bag
48
40-003
Water Filtration Unit
6
00-005
Shop Vac
6
40-004
Power Panels/Power Distrbution
9
00-006
Floor Machine Scrubbers
4
40-004
Portable Lighting
47
DEMOLITION EQUIPMENT
HAND TOOLS
10-001
Hydraulic Excavator
1
60-001
Staplers
6
10-002
Bulldozer
1
60-002
Hand Scrapers
14
10-003
Wacker Backhoe Loader
1
60-003
Saw Z blades
7
10-004
Trencher
2
60-004
Razor Scrapers
18
10-005
Grader
2
60-005
Floor Scrapers
25
10-006
Compact Excavator
1
60-006
Brooms and brushes
31
10-007
Concrete Crusher
2
60-007
Showers
7
10-008
Hydraulic Hammer
3
60-008
Demolition Too]
9
10-009
S70 Skid -steer Diesel
1
60-009
Razor Knives
26
10-010
Wacker Track Excavator 1404
1
60-010
Brushes
16
10-011
Hydralic Rock drill
2
60-011
Hand Sprayer
6
10-012
Post Puller
4
60-012
Drills
11
DEMOLITION ATTACHMENTSITOOLS
60-013
Sledgehammer
16
11-001
Rock Buckerts
2
60-014
Pry Bar
13
1 1-002
Grapple Buckets
2
60-015
Reciprocating Saw
8
11-003
Mechanical Hydraulic Thumbs
1
60-016
Masonry Drill
5
11-004
Sweep Brooms
3
60-017
Snippers
9
I 1-005
Harley Rakes
2
60-018
Angle Grinder
3
11-006
Auguer Attachments
4
60-019
Chisel
6
1 I-007
Rotary Jack Hammer
4
AIR SCRUBBERS
11-008
Chipping Hammer
3
70-001
Otani Air 60ON
3
11-009
Grinders
47
70-002
Air Scrubber Filters
6
11-010
Demolition Hammer
3
Crews 4 - 4 man crews + 1 Supervisor
More crews available if needed.
66 of 112
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
FORT WORTH. City of Fort Worth
Business Equity Division
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: CFWOI-23-0076-1 Business Equity Goal: 26 %
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number "0I-I3-0076-1 is 26 %. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, 26 % of the Bidder's awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City's current Business Eauitv Ordinance
925165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfv one (1) of the conditions below.
A. Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Eauitv Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 33: Submit the following two (2) forms:
a. Utilization Plan
b. Letter(s) of Intent
B. Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1) Bidder proposes a smaller Goal
Sty: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Eauitv Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a. Utilization Plan
b. Letter(s) of Intent
c. Good Faith Effort
2) Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of
Certified Firms Form" located at the City of Fort Worth's Business Eauitv Division
website.
Sty: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance UO-370 (M
page for requirements of an acceptable Good Faith Effort.
RFP 23-0003 Drop -Off Station and Special Event Collection
Addendum No. 1 - Page 5 of 20
Non -Exclusive Contractor Services Agreement 67 of 112
RNDI Companies, Inc
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of the goods and services through their own
company and that there are no goods or services provided by a third party or an affiliate.
Bidder will not purchase any supplies or inventory from a third party.
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for
the public opening of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equity Firm, can I count my performance of the bid?
Answer, A Business Equity Prime Contractor can count its self -performance towards meeting the
Business Equity Goal for the assigned North American Industry Classification System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2. What if I am a Business Equity Firm, but I am unable to self perform ail work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for
subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under
the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE.
3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how d❑ I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM
on the third business day after bids are opened detailing all Subcontractors the Contractor intends
to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count
their self -performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self -performed services towards meeting a
Business Equity Goal.
C. Non-comoliance., If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents, that bidder
will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification, This process will be followed until a
bidder submitting the required documents is selected.
RFP 23-0003 Drop-off station and Special Event Collection
Non -Exclusive Contractor Services Agreement Addendum No. 1 - Page 6 of 20 68 of 112
RNDI Companies, Inc
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace
determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
IMSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth.
DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described inthe Business Equity Ordinance S20-370 (g),
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City's Business Equity Ordinance will result in the bid being
considered "Non -Responsive."
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non -responsive and a "written warnina" letter that may impact the Offeror's evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance S20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DViN_BE@fortworthtexas.gov I Phone: 817-392-2674
RFP 23-0003 Drop -Off Station and Special Event Collection
Addendum No. 1 - Page 7 of 20
Non -Exclusive Contractor Services Agreement 69 of 112
RNDI Companies, Inc
FORT WORTH,.
PROJECT # BID #
(NApplicable Please Chedr One)
Amendment 0 Change ORW El
Business Equity Division
LETTER OF INTENT
A. Business Equity Sub-Conh*r/Consullant Information;
A oertffied Business EaL& firm is owned by a Minority or Woman Business Enterprise UWBE'!'
[Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity Firms participating under the Ordinance must be
certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies
acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier
Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of
Transportation (TXDOT), Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise {DBE} by the
NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank.
1. Name of Project: ITB Nuisance Abatement and Clean -Up Services
2, Name of Offeror/Prime Contractor; RNDI Companies, Inc.
3. Name of Business Equity Firm: RNDI Companies,lnc. .
Address:
6387 Camp BDW 88d57 Fort Wo rth. TX 7e11fi_ marts Cross Firm Contact Name/Phone: Diana Cross - 214-876-3069
4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project
(where appllcable specify "supply" or "install" or both):
Nuisance Abatement and clean up services
NAICS Code: In the amount of $
Diana Cross
(Owner/Authorized Agent) Type or Print Name
(Signature of Owner/Authorized Agent of Certified Business Equity Firm)
d i ana � rnd icom parries. com .
(Email Address)
B. Affidavit of Offeror/Prime
RNDI Companies, Inc
(Name of Certified Mnew E"tly Firm)
7/10/2Q23.
(Date)
469-990-9494
(Phone Number)
I HEREBY DECLARE AND AFFIRM that Diana Cross am the duly authorized representative of
(OwnerlAuthorized Agent)
RNDI Companies, Inc, and that I have personally reviewed the material and facts
(Name of OfferorfPrime)
set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no
material facts have been omitted.
Pursuant to the City of Fort Worth's Business Equity Ordinance, any personlentity that makes a false or fraudulent statement
in connection with participation of a certified firm in any City of Fart Worth contract may be referred for debarment
procedures under the City of Fort Worth's Business Equity Ordinance.
I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and
correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit.
Diana Cross
(Owner/ Authorized Agent) Ty a or Print Name
(Signature nerlAuthorized Agent)
dianaCc rndicompanies.com
(Email Address)
Department of Diversity and Inclusion
RNDI Companies,inc,
(Name of OfferodPrime)
7/10/2023
(Date)
214-876-3069
(Phone !Number)
Business Equity Division R F P 23-0003 Drop-off Station and Special Event Caflection
Email: DVIN 13HOffi" a, fortwartt3texa,, 4( Addendum No. 1 - Page S of 20
yh&_1=-ri A Contractor Services Agreement
RNDI Companies, Inc
Revised. 6-8-21
70 of 112
City of Fort Worth
FU[:'1` WUR'1'H Business Equity Utilization Form
Disadvantacled Business Enterprise Utilization Form (Applicable if Federally-Fundedl
PRIMEIOFFERORIOWNER 6387 Camp Boie #8-457 Fort Worth, TX 76116. Diana Cross
COMPANY NAME:
!PROJECT NAME:Diana Cross - 214-876-3069
PROJECT NUMBER: P13/2023
D DATE:
FW01-23-0076 1
Check all applicable boxes to describe ❑ Not Certified
Prime/OfferorlOwner's Classification:
City's Business Equity Goal: �Offeror's Business Equity (or DBE)
(Check if addressing DBE Goal) 26 % Commitment: 26
�✓
ZMBE ZWBE RIDBE R1HUB ❑VOSB Section 3
Certifying Agency: R NCTRCA
❑D/FW MSDC
[—]TX DOT
❑WBCS
❑ Other:
Ethnicity: ❑African American
✓ Hispanic
p
Caucasian
Asian
❑ Gender: ❑ ❑ ❑ ry
Native American Male �/ Female Non -Bing
Definitions: Business Equity Firm: Certified MBE Minority
Business Enterprise
or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise
HUB. Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, and received by the Purchasing Division no later than Z.00 p.m. on the third City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG proiects. documents will be submitted to the Citv Proiect Manager if publicly
bid or to the Developer if privately bid.
The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the
City of FortWorth (Exception: Developer oroiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non -responsive to bid specifications.
Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the
Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton. Parker. Wise. and all of Tarrant. Dallas. and Johnson counties.
Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the
North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest
(WBCS).
If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be
used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated. and receive full Business Equity
credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the
Business Equity as outlined in the lease agreement.
0
_ Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or
supplies towards the goal. If the materials or supplies are purchased from a DBE reclular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When
materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies or fees or transportati ��f rg� farotdh� ¢e14v�ror f becia ��yc o � 1oiNs delivered to the job site. In all cases, the Prime/Offeror is
responsible to identifythe amounts to be used toward the comma ed c r J 'a} o o e services count towards the goal.
Effective 01/01/2021
Updated 03/24/2022
Xz
zo
o:F
nm
0 2
3 0
a) N
D (.
(D C-)
(n 0
.�
n B
0
Cn
m
m
D
m
m
3
m
FORT WORTH
Business Equity Utilization Form
Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers,
regardless of status: i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of
subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered
2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers
identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal,
Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a
certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed
should be listed first on the Utilization form.
Check this box ✓ if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below.
Please list certified Business Equity firm names as listed on their certification, including DBA names.
NAMES AND A —. .:.; ,: c:•., OF
CONTRACTO RSIS UP PLIERS
Business Name:RNDI COMPANIES, INC.
6387 Camp Bowie #B-457
Address: Fort Worth, TX 76116
469-990-9494
Phone: Email: liana@rndicompanies.com
Diana Cross
Contact Person:
Business Name:A&A Construction
11271 Mosier Valley RD
Address: Euless, TX 76040
Phone: 817-267-2757
Email: Irene @ aacon structio n, com
Irene Esquivel
Contact Person:
Business Name:
Address:
Phone:
Email:
N Contact Person:
N
TYPE OF SERJiL;i=;9t.3.,PPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
General Contractor
NAICS Code:
$ AMOUNT:
Type of Service/Supplies:
Transportation
IVAI .:y �_;Ucle.
$ AMOUNT:
Type of Service/Supplies:
NAICS Code:
1$ AMOUNT:
Specify Tier Certification Agency
Name 1st Tier
Certified By
]D/FW MSDC
]NCTRCA
:1TXDOT ]WBCS
Other:
Certified By:
]DFW MSDC
RINCTRCA
]TXDOT ]WBCS
Other:
Certified By:
]DFW MSDC
]NCTRCA
]TXDOT ]WBCS
]Other:
Gender and Ethnicity:
❑ Male Z Female ❑ Non -Binary
FlAfrican American ✓V Hispanic
Asian
❑ Native
American
Male ]✓ Female ❑ Non -Binary
African American Hispanic
❑ Asian
Caucasian Native
American
Male F Female FNon-Binary
❑ African American
Asian
❑ Caucasian
❑ Hispanic
Native
American
RFP 23-0003 Drop -Off Station and Special Event Collection Effective 01/01/2021
Addendum No. 1 - Page 10 of 20 Updated 03/24/2022
Mz
zo
o�
-m
nx
0
3 =
<
�.
7 (D
(D' ()
Cn o
D
c� m
0
U)
m
m
Cn
m
m
m
FO R I' WORTH
Business Equity
Utilization Form
Please include multiple copies of this page if needed
to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRA- . „. i, , JPPLIERS
TYPE OF SERVICESISUPPLIES
PROVIDED NAICS Required)
� 9 )
Specify Tier Certification Agency
Gender and Ethnicity:
Business Name:
Type of ServicelSupplies:
Certified B y:
[:]Male ❑Female
❑Non -Binary
Address:
❑D/FW MSDC
-]African American
❑Hispanic
❑NCTRCA
Phone:
NAICS Code:
❑TXDOT ❑WBCS
[—]Asian
Email:
❑Other:
❑Caucasian
❑Native
Contact Person:
$ AMOUNT:
American
Business Name:
Type of Service/Supplies:
Certified By:
❑ Male ❑Female
❑Non -Binary
Address:
❑✓ DFW MSDC
❑African American
❑Hispanic
❑NCTRCA
Phone:
NAICS Code:
❑TXDOT ❑WBCS
' ❑ Asian
Email:
❑Other
❑Caucasian
El Native
Contact Person:
$ AMOUNT:
American
Business Name:
Type of Service/Supplies:
Certified BY:
❑ Male ❑ Female
1-1Non-BinaryAddress:
j❑DFW MSDC
❑ AfrlCan American
❑Hispanic
❑NCTRCA
Phone:
NAICS Code:
❑TXDOT ❑WBCS
❑Asian
Email:
❑ Other:
❑ Caucasian
❑ Native
Contact Person:
$ AMOUNT:
American
Business Name:
Address:
Phone:
Email:
Contact Person:
rype of Service/Supplies:
AICS Code:
AMOUNT:
RFP 23-0003 Drop -Off Station and Special Event Collection
Addendum No. 1 - Page 11 of 20
Certified By: ❑ Male ❑Female ❑Non -Binary
❑DFW MSDC
❑NCTRCA ]African American ❑Hispanic
❑TXDOT ❑ WBCS i ❑ Asian
-]Other: ❑ Caucasian ❑Native
I American
Effective 01/01/2021
Updated 0312412022
X Z
Z 0
o,
—m
nX
0
3 c
Q (N
v<
CD
CD Cn
0
�v
a
U)
CD
z.
CD
CD
3
CD
FORT WORTH
Business Equity Utilization Form
Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $
Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $
Total Dollar Amount of Non -Business Equity SubcontractorslSupp] iers
TOTAL DOLLAR AMOUNT OF CERTIFIED PRIMEIALL SUBCONTRACTORSISUPPLIERS $
The Prime/Offeror will not make additions, deletions, ❑r substitutions to this certified list without the prior approval of the Business Equity Division
through the submittal of a Request for Approval of ChangelAddition online. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of
how the requested changeladdition or deletion will affect the committed Business 'Equity goal. If the detail explanation is not submitted, it will affect
the final compliance determination.
By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners,
principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work
performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or
knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years.
C� -
Authorized Signature
President
Title
RNDI Companies, Inc.
Diana Cross
Printed Signature
Diana Cross - President
Contact Name and Title (if different)
469-999-9494
Company Name Phone Number
6387 Camp Bowie #B-457 diana@rndicompanies.com
A
Address Email Address
N Fort Worth, TX 76116 7/102023
City/State/Zip Code
Date
Department of Diversity and Inclusion - Business Equity Division RFP 23-0003 Drop -Off Station and Special Event Collection
Email: DVIN_8EQffce@fortwarthtexas.gov Addendum No- 1 - Page 12 of 20
Ph: 817-392-2674
Effective 0110V2021
Updated 0312412022
FORT WORTH..
City of Fort Worth
Business Equity Division
Good Faith Effort Form
IPRIME1OFFEROR RNDI Companies, Inc. Check applicable box to describe
COMPANY NAME. PrirnefOfferor's Certification
Business Equity I Nan -Business
PROJECT NAME: R1 Firm I ❑ Equity Firm
ITB Nuisance Abatement and Clean -Up Services. BID DATE
711312023.
Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER
20 20 CFW01-23-0076 1.
IIf the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete
this form.
If the PrimelOfferor's method of compliance with the Business Equity Goal is based
upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud, intentional andlor knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non -responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will he submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
1.) Please list each and every subcontracting andlor supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a Business Equity firm or non -Business
Equity firm. {DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Transportation
RFP 23-0003 Drop-off Station and Special Event Collection
Addendum No. 1 - Page 13 of 20
Non -Exclusive Contractor Services Agreement 75 of 112
RNDI Companies, Inc
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors andfor suppliers from the City's Business Equity Division.
Yes
❑ No
Date of Listing
3.) Did you solicit bids from Business Equity firms, within the subcontracting andfor supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
❑v Yes (If yes, attach list to include name of Business Equity firm, ep rson contacted, phone number and date and time of contact.)
No
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation andfor "undeliverable confirmation" documentation may render the
No GFE non -responsive.}
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
Previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened?
Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the
email system for proper documentation. Failure to submit confirmation andfor "undeliverable message"
RI No documentation may render the GFE non -responsive.)
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.} Did you provide plans and specifications to potential Business Equity firms?
Yes
0 No
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
Yes
No
RFP 23-0003 Drop -Off Station and Special Event Collection
Addendum No. 1 - Page 14 of 20
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
Effective 03/15/2022
76 of 112
8.) Did you prepare a quotation for the Business Equity firms to bid on goodslservices specific to their
skill set?
Yes (If yes, attach all copies of quotations.)
Q No
9.) Was the contact information on any of the listings not valid?
Yes {If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
No
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the PrimelOfferor wishes to be considered by the City. In the
event of a Mona fide dispute concerning quotes, the PrimelOfferor will provide for confidential in -camera
access to an inspection of any relevant documentation by City personnel.
(Please use additional sheets, of necessary, and attact .)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION;
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
Have a company we work with on a regular basis and have a good business relationship with.
The Prime/Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed on this contract,
the payment thereof and any proposed changes to the original arrangements submitted
with this hid. The Prime/Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company that will substantiate the actual work
performed on this contract, by an authorized officer or employee of the City.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
RFP 23-0003 DFop-Off Station and Special Event Collection
Addendum No. 1 - Page 15 of 20 Effective 03/1512022
Non -Exclusive Contractor Services Agreement 77 of 112
RNDI Companies, Inc
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1C will be contacted and the reasons for not using them will be
verified by the City's Business Equity Division.
Authorized Signature
President
Title
RNDI Companies, Inc.
Company Name
6387 CampBowie #B-457.
Address
Fort Worth, Tx 76116.
Citylstate/Zip
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
6387 Camp Boie #B-457 Fort Worth, TX 76118. ❑iana Cross
Printed Signature
Diana Cross - President
Contact Name and Title (if different)
469-990-9494.
Phone Number
diana@rndicompanies.com.
Email Address
711012023.
Cate
RFP 23-0003 Drop-off Station and Special Event Collection
Addendum No. 1 - Page 16 of 20 Effective 0311512022
Non -Exclusive Contractor Services Agreement 78 of 112
RNDI Companies, Inc
FORT WORTH.
s CITY OF FORT WORTH
MIWBE Joint Venture Elieffi lity Form
All questions►rrust be answered; use "N/A" if not applicable.
Name of City project: ITB Nuisance abatement and clean-up services
Aioint venture form must be completed on each project
RFP/Bid/Purchasing Number: CFW01 -23-0076 1
I. Joint venture information:
Joint Venture Name: NIA
Joint Venture Address: NIA
(If applicable)
Teiephone:N/A Facsimile: E-mail address:
Cellular:N jA NIA NIA
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to he performed by each firm comprising the
joint venture
Mf%VBE firmN/A
I
Non-MIWBE firm
NIA
name:
name:
Easiness Address -
MA
Business Address:N/A
City, State, Zip:N'A
City, state, Zip:N'A
Telephone Facsimile E-mail
II Telephone Facsimile
NIA
I NIA
Cellular N/ANIA
Cellular
IN/A
NIA N/A
ICertification Status:N/A
E-mail address NIA
Name of Certifying Agency:
NIA
Z. Scope of work performed by the Joint Venture:
Describe the scope of work of the MIWBE: Describe the scope of work of the non-MIWBE: �
NIA NIA
RFP 23-0003 Drop-off Station and Special Event Collection
Non -Exclusive Contractor Services Agreement Addendum No. 1 - Page 17 of 20 79 of 112
RNDI Companies, Inc
3. What is the percentage of NVWEE participation on this joint venture that you wish to be counted toward
meeting the project goal? NIA
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not comptete if this informadion is described in joint venture
agreement)
IN/A
Profit and loss sharing: INIA
— N/A —
NIA J
Capital contributions, including NIA
equipment:
NIA
- -� NIA
Other applicable ownership interests: NIA
NIA
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
NIA
(to include Account Payable and Receivable):
!
Management decisions:
N./A
a. Estimating
NIA
b. Marketing and Sales
NIA -
c. Hiring and Firing of management
1/A
NIA
personnel
1
d. Purchasing of major equipment
�N/A
NIA
and/or supplies
N./A
Supervision of field operations
NIA
INIA
The City's Business Equity Division will review your joint venture submission and will have final
approval of the M1WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City's Business Equity Division immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City's Business Equity Ordinance P5165-10-20211.
RFP 23-0003 Drop-off Station and Special Event Collection
Non -Exclusive Contractor Services Agreement Addendum No- 1 - Page 18 of 20 80 of 112
RNDI Companies, Inc
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terns and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
— — — — — --- — — —_ _ — — — — — — — — — ---------------
Name of MBE Srm Name of non -MBE firm
Printed Name 7,A
Signaturewner
Jn J of Owner
Printed Name of Owner
Signature of Owner
Title
President
Date
7/10/2O23.
State of
On this
day of
Printed Name of owner
Signature ofowner
Printed Name of Owner
Signatureof owner
Title
Date
Notarization
County of
and
20 before me appeared
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
Signature
Commission Expires
(seal)
Office of Business Diversity
Email; mwbeoffice@fortwortht S.&r*Qp3 Drop-off station and Special Event Collection
Phone: (817) 392-2674 Addendum No. 1 - Page 19 of 20
Non -Exclusive Contractor Services Agreement 81 of 112
RNDI Companies, Inc
FORT WORTH
City of Fort Worth
Business Equity (MIWBE) Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME:
RNDI Companies, Inc.
PROJECT NAME:
ITB Nuisance Abatement and Clean -Up Services.
City's MBE Project Goal: Offeror's MBE Project Commitment:
26 % 26 %
Check applicable block to describe Prime
�21 MANBE El NON-M VVBE
BID HATE
711312023.
PROJECT NUMBER
CFW01-23-0076 1.
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
o.m.. on the second Citv business day after bid ouenina, exclusive of the bid opening date, will result in
the bid being considered non -responsive to bid specifications.
Will you perform this entire contract without subcontractors?
❑ YES
If yes, please provide a detailed explanation that proves based on the size and scrape of this
NO
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers?
Fv_1 YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified MNVBE(s) on this contract, the payment
thereof and any proposed changes to the original MNIBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit andlor examination of any books, records and files held by their company that will
substantiate the actual work performed by the MMIBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participating in City work for a period of time not less than one (1) year.
Authorized Signature
President
Title
RNDI Companies, Inc.
Company Name
6387 CampBowie #13-457.
Address
Fort Worth, TX 76116.
CitylState2ip
Printed Signature
DIANA Cross
Contact Name (if different)
469-990-9494. 713-513-5285
Phone Number Fax Number
diana@rndicompanies.com.
Email Address
7/10/2023.
Date
Business Equity Division N_BEOfficeRFP 23-0003 Drop -Off Station and Special Event Collection
@fortworthtexas.gov Phone
Email: DVIdendum No. 1 -page 2D of 20
t l M-��T��i4 Contractor Services Agreement
RNDI Companies, Inc
82 of 112
ATTACHMENT -H
DOCUMENT CHECKLIST
*Bidder shad complete the below to aid in responsiveness*
Refer to Part 1, Section 14.2 for more information on the below required documents,
pocgnzentAttachgd? Yes1No
Answering No to the below can
result in the bid being deemed
nonresponsive*
A completed and signed Bid Submission Signature Page Yes
E!gug Number(s) of
Bid Response
*Bidder will need to
number each page
of their bid*
A completed Bid Solicitation
Yes
Attachment A - Conflict of Interest Questionnaire
Yes
Attachment B - R; � ; .e Sheet
Yes
Attachment C - Vendor Contact Information
Yes
Attachment D - Bidders Questionnaire
Yes
Attachment E - Consideration of Location of Bidder's
Principal Place of Business (if applicable)
Yes
Letter outlining previous work, knowledge of trash and
recycle w'..,,...:,:,,I (Section 14.2.8, Part 1)
Yes
List of the equipment, numbers of crews, and number of
crew members for each crew available to perform the work
(Section 14.2.9, Part 1 )
Yes
e
� dr.
t F - Business Equity Forms
Yes
Attachment H - Document Checklist
Ye
t�
Signed Addendum(s) (if applicable)
Yes
IA
P.0sed 6.9.22x
23-0076 Nuisance Abatement and Clean -Up Services 83 of 112
Non -Exclusive Contractor Services Agreement Page 35 of 35
RNDI Companies, Inc
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1ofl
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 it there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number;
of business. 2023-1043879
RNDI COMPANIES, INC.
ROCKWALL, TX United States Date Filed:
2 Name of governmental entity or state agency that Is a party to the contract for which the form is 07/10/2023
being filed.
City of Fart Worth Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to track or identitythe contract, and provide a
description of the services, goods, or other property to be provided under the contract.
CFW01-23-0076 1
ITB Nuisance Abatement and Clean -Up Services
4 Nature of interest
Name of Interested Party City, State, Country (place of business (check applicable)
Controlling Intermediary
5 Check only if there is NO interested Party.
x
6 UNSWORN DECLARATION
My name is Diana Cross
, and my date of birth is
1 1/26/ 1966
My address is 519 E. Interstate 30 #519 _
Rockwall TX
75087
USA
(strest)
(city) (state)
(zip cede)
(country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Rockwall
County, State of
Texas lath July
on the day of
23
20
(month)
(year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms pro�degb4 Texts Etthicts C�omm� sAt Bement www.ethics.state.tx.us Version �43cS.11�18ea2ca
on- x usroe on ran or Bruin
RNDI Companies, Inc
Texas Department of State Health Services
RNDI COMPANIES INC
is ccrtifxed to pertorm a s an
Asbestos Abatement Contractor
in the Mate of TI and is hcwbj-gavtimed br the rights, pnrs!leges and respansihillt�es set forth in Texas
Occupations Cade, Chapter 1954 and Title 1 ? Tcxss _ ldministratis-v Cade, Chapter 295 rrlatrng to 7i.ras
_isbestos !lealth Prorectlorr, as long as dW license rs not suspended orrevoked
_J
Incense Num,!' & "&V FJpiradon Bain~ 0712012023
CantrolNumber. 96931
John Hellerstedt MD.,
Catnmisdioner ofHedlth
VOID IF ALTERED NON -TRANSFERABLE
{Void AfterF_ rp m&bn Date)
SEE BACK
Non -Exclusive Contractor Services Agreement 86 of 112
RNDI Companies, Inc
Texas Department of State Health Services
BE IThNOWN THAT
RNDI COMPANY INC
is Cettifted to pelfotin a a
Lead Firm
1i2 the .State of Texas and is hereby govewed b[• the nkhts, pristilrges and tesponslbilidies
set forth in Teas Occupations Code, Chapter 19_-i5 a td Title 25 Texas-idmirdstralrve Code, Chapter295
relating to Terns l nvironniental Lend Reduction, as long as this license is not suspended or revoked
Cefd6 ation Number.- 2110539 F rpiratr'on Date 1211412024
Control Number.• 7416
AJL.&, A�Shuford, AM,
MPH, Commissioner of
F-T-g ly-b
VOID IF ALTERED NON-TKANSFERABLE
(VoidAfterExpiration Date)
SEE BACK
Non -Exclusive Contractor Services Agreement 87 of 112
RNDI Companies, Inc
x
z
0
0
O
NrLerase Number: 400358
0
- ,e Type
m
I. ;R _ :.,•y Status
F),
m
DDiry Date
9
1m,. lrve Rank Daly
3
m
Agdresses
Mailing Address
Main Address
Physical Addr
00
OD
O
N
TEXAS
[ ]cY,�rtm�rM t•
Stat1� t•iL�aith Se�rr r11•�
Current Date: 10115,2021 09.36 AM
Address
Phoxt, his T, ;rr
A,: 1
- horw Nu,rOer
Address
RNDI COMPANIES INC
Asbestos Transporter
Currant
09rl W2d23
09! 1412005
RN01 Co11P111 l S 1 C
ROCKWALL.Tx
ROCKWALL
7l,M7 6W
us
4119 F WE ASTAIE 10 %7f 157
AVCKWAL t . TA
RO(, KWAL L
74017 51A0
us
2141711977
M9 F rNTFRSTATF 70 YTF 1;7
ROCKWALL.rk
ROCKWALL
76"T 5W
us
PNne Number
2147713977
TEXAS DEPARTMENT OF LICENSING AND REGULATION
P.O. Box 12157
Austin, Texas '78711-2167
1-800.803-9202 (512) 463-6599
www.tdlr.texas.aov
❑IANA CROSS
519 E INTERSTATE 30 SUITE 157
ROCKWALL TX 76087
Ricky Figueroa
Chair
Thonias F. DutCer
1'icc Chair
If you cut around the border of the license it will fit in
a standard 5" x 7" frame.
GevaCd-T, Cads, 3t.D., F.A.S.-Al.
9-CeCen Caller
3V"ora Castafiedfa
Lori High, R.N., N.T., Retired
Gary F. ) esson, D.D.S. I %.S.
Mold Aemediation Company
RNDI COMPANIES, INC
311 E INTERSTATE 30 #1 ROCKWALL
License Number: RC00263
The entity named above is licensed by the Texas Department of Licensing and Regulation.
License Expires: September 25, 2024 Mike Arismendez, Jr.
r� Executive Director
Non -Exclusive Contractor Services Agreement 89 of 112
RNDI Companies, Inc
GLENN REGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS
The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB)
Program for the State of Texas, which includes certifying minority, woman, and service disabled veteran -owned businesses
as HUBs and facilitates the use of HUBS in state procurement and provides them with information on the state's procurement
process.
We are pleased to inform you that your application for certification/re-certification as a HUB has been approved. Your
company's profile is listed in the State of Texas HUB Directory and may be viewed online at
https:ttmycpa.cpa.state.tx.usltpasscmbisearchlindex,jsp. Provided that your company continues to meet HUB eligibility
requirements, the attached HUB certificate is valid for the time period specified.
You must notify the HUB Program in writing of any changes affecting your company's compliance with the HUB eligibility
requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note: Any
changes made to your company's information may require the HUB Program to re-evaluate your company's eligibility.
Please visit our website at http://comptroller.texas.gov/procurement/prog/hub/ and reference our publications (i.e. Grow Your
Business pamphlet, HUB Brochure and Vendor Guide) providing addition information on state procurement resources that
can increase your company's chances of doing business with the state.
Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program
representative at 512-463-5872 or toll -free in Texas at 1-888-863-5881.
Texas Historically Underutilized Business (HUB) Certificate
CertificateNID Number: 1202914905M
FIIsNandor Number: 044403
Approval Date: 05-FEB-2020
Scheduled! Expiration Date: 05-FES-2024
5tatewidit Historlcatly tlndenitilEewl Buslness program
The 'Texas Comptroller of Public Accounts (CPA), hereby certifies that
RNDI COMPANIES, INC.
has successfully met the established requirements of the Stine of Texas Historically Underutilized Business (HUB)
Program to be recognized as a HUB. This certificate printed 07-FEB-2020, supersedes any registration and certificate
previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure,
ownership, day -today management, operational control, business location) provided In the submission of the business'
application for registrationlcertification as a HUB, you must immediately (within 30 days of such changes) notify the HUB
Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB
certification may be suspended or revoked upon findings of ineligibility.
Statewide 14UB Program
Statewide Procurement Division
Mate: in order ftx State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award
payment under the CenKcateJVID Number Identified shove. Apenaies, universities and prime contractam are encouraged to verify the oompanyr=s HUB
certification prior to Issuing a notice of award by accessing the Internet jhttps:lirnycpa.cpa.state.tx.usitposscmblsearctrlindow.Jspy er by enntacting
the HUB Program at 512.463.9872 ortnil free In Texas at 1-888.883- 881. RW,06/19
Non -Exclusive Contractor Services Agreement 90 of 112
RNDI Companies, Inc
Small Business Enterprise (SBE)
NCTRCA RNDI Companies, Inc.
RNDI Companies, Inc.
has filed with the Agency an Affidavit as defined by NCTRCA Small Business Enterprise (SBE) Policies &
Procedures and is hereby certified to provide service(s) in the following areas:
NAICS 562112: HAZARDOUS WASTE COLLECTION
NAICS 562910: REMEDIATION SERVICES
This Certification commences October 4, 2022 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of the firm or operation, notification must be made immediately to the North Central
Texas Regional Certification Agency for eligibility evaluation.
Certification Expiration: October 31, 2024
Issued Date: October 4, 2022
CERTIFICATION NO. HFSB29565N1024
01w:X — :I- -- 21- -
Certification Administrator
RNDI Companies, Inc
Disadvantaged Business Enterprise (DBE)
N RCA RNDI Companies, Inc.
RNDI Companies, Inc.
has filed with the Agency an Affidavit as defined by NCTRCA Disadvantaged Business Enterprise (DBE) 49 CFR
Part 26 and is hereby certified to provide service(s) in the following areas:
NAICS 562112: HAZARDOUS WASTE COLLECTION
NAICS 562910: REMEDIATION SERVICES
This Certification commences May 25, 2023 and supersedes any registration or listing previously issued. This
certification must be updated annually by submission of an Annual Update Affidavit. At any time there is a change in
ownership, control of the firm or operation, notification must be made immediately to the North Central Texas
Regional Certification Agency for eligibility evaluation.
' �C60 u��ff v►
Issued Date: May 25, 2023 TLIC P
CERTIFICATION NO. HFDB46358NO524 ' f'
�� r �0
ation
Certification Administrator
RNDI Companies, Inc
Minority Business Enterprise (MBE)
NCTRCA RNDI Companies, Inc.
RNDI Companies, Inc.
has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise (MBE) Policies &
Procedures and is hereby certified to provide service(s) in the following areas:
NAICS 562112: HAZARDOUS WASTE COLLECTION
NAICS 562910: REMEDIATION SERVICES
This Certification commences October 4, 2022 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of the firm or operation, notification must be made immediately to the North Central
Texas Regional Certification Agency for eligibility evaluation.
Certification Expiration: October 31, 2024
Issued Date: October 4, 2022
CERTIFICATION NO. HFM877984N1024
i
Certification Administrator
RNDI Companies, Inc
Women Business Enterprise (WBE)
NTICA RNDI Companies, Inc.
RNDI Companies, Inc.
has filed with the Agency an Affidavit as defined by NCTRCA Women Business Enterprise (WBE) Policies &
Procedures and is hereby certified to provide service(s) in the following areas:
NAICS 562112: HAZARDOUS WASTE COLLECTION
NAICS 552910: REMEDIATION SERVICES
This Certification commences October 4, 2022 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of the firm or operation, notification must be made immediately to the North Central
Texas Regional Certification Agency for eligibility evaluation.
Certification Expiration: October 31, 2024
Issued Date: October 4, 2022
CERTIFICATION NO. HFWB48878N1024
1yLanow 0111� -I-
Certification Administrator
Non -Exclusive Contractor Services Agree
RNDI Companies, Inc
(E-J]"OMFikNIES. IIlVC,
STATEMENT OF QUALIFICATION
41.9
PAST PERFORMANCE
Non -Exclusive Contractor Services Agreement 95 of 112
RNDI Companies, Inc
STATEMENT OF QUALIFICATIONS
INTRODUCTION
RNDI Companies, Inc. (RNDI) is a minority woman owned small business that is financially sound,
environmental remediation and demolition company. Our team stays on the edge of innovative techniques and
procedures to conquer environmental and demolition problems for our customers, Our team is driven to be the
best when solving environmental and demolition issues with safety and effectiveness at the forefront of our
operations. RNDI's goal is to complete the job right the first time, on time and within budget. RNDI is a
certified Women's Business Enterprise (WBE), Small Business Enterprise (SBE), Disadvantaged Business
Enterprise (DBE), Minority Business Enterprise (MBE), and Historically Underutilized Business (HUB).
RNDI offers a wide variety of remediation and disposal services for government agencies, commercial
entities, and private entities. RNDI is ideally suited to provide environmental services throughout the State of
Texas. We have offices located all throughout the State of Texas including Dallas, Rockwall, Fort Worth and
Houston. RNDI is bonded and fully insured, allowing our team to provide necessary remediation and disposal
services. Our team can provide all required documentation to satisfy all local, state, and federal government
agencies requirements.
RNDI has the experience to assist you in projects, funding projects thru our "Inter -local Agreement"
with the City of Dallas. RNDI can provide you our contractual information upon request, please do not hesitate
to reach out to us if you require any additional information. RNDI strives to meet the needs of the client and
has developed numerous tools to do so. RNDI can also provide other purchasing tools with Intergovernmental
Cooperative Purchasing Agreements, such as the ones with City of Dallas, City of Garland, Dallas Independent
School District, Dallas Area Rapid Transit, Texas Department of Transportation, and many other governmental
entities throughout the State of Texas. We are also apart of Buy Board Cooperative Purchasing and ESC 18
Educational.
RNDI offers a full range of environmental remediation and demolition services including:
■ Asbestos Abatement
• Structural Demolition
• Hazardous Waste Transportation
• Hazardous Waste Disposal
• Wastewater Removal
FIRM ESTABLISHMENT
• Lead & Lead Paint Remediation
• Mold Remediation
• Disaster Recovery
• Property Restoration
• Air & Water Pollution Remediation
RNDI Companies, Inc. was established in 2005 by President Diana Cross. Diana saw a need for a full -service
environmental engineering and construction company that could provide all customers with exceptional
services at an affordable price.
Fort Worth Office
Rockwall Office
Houston Office
6387 Camp Bowie #B-457
519 E. I-30 #157
14518 Hempstead Hwy #4Z
Fort Worth, TX 76116
Rockwall, Texas
Houston, TX 77040
Non -Exclusive Contractor Services Agreement 96 of 112
RNDI Companies, Inc
Corporate Overview
RNDI Companies, Inc. is a general contracting company offering specialized trade services such as demolition,
asbestos, lead, and mold abatement, environmental remediation, solid & hazardous waste removal, renovation,
and general construction. RNDI holds many certifications including Historically Underutilized Business
(HUB), Disadvantaged Business Enterprise (DBE), Minority -Owned Business Enterprise (MBE), Women -
Owned Business Enterprise (WBE), and Small Business Enterprise (SBE). RNDI has expertise in multiple
areas of construction; we specialize in different projects ranging from hospitals, power plants, high-rise office
towers, commercial, industrial, governmental facilities, and historic building renovations. Like in all our
contracts, anything else which may arise unexpectedly throughout the duration of the contract can be handled
by us. In the past RNDI has had the pleasure of working with many local government entities like DART,
DISD, DFW Airport Board, Dallas Housing Authority (DHA), Lockheed Martin and more.
RNDI also reaches down to Houston/Harris County area where we have had contracts with the Metropolitan
Transit Authority of Harris County (METRO), Port of Houston Authority, Pori of Corpus Christi Authority,
the City of Houston, University of Houston Clear Lake. When you work with RNDI you know that you are
working with a company that has over 25 years of experience in the construction industry, excellent customer
service, whose main goal is to get your project completed in a safe, cost-efficient, and timely manner.
RNDI Companies, Inc.
2022 a Year in Review
2022 was a great year at RNDI Companies, Inc., we saw an amazing business year. RNDI had repeat business
through ongoing contracts, with the City of Dallas, City of Houston, Garland Power & Light, Dallas County,
Dallas Area Rapid Transit (DART). Not only did RNDI fulfill the needs of our ongoing contracts, but we also
obtained new clients and contracts throughout the year. The City of Pittsburg, Garland ISD, Dallas Fort Worth
Airport, City of Fate, Texas Parks & Wildlife, Rockwall ISD, Humble ISD, Texas Department of State Health
Services, Dallas Fire Department, University of Clear Lake, Port of Corpus Christi, Texas City Economic
Development Corporation (TCEDC), and Texas Department of Public Safety (Garland) are just some of the
new clients RNDI met the needs of this year.
During 2022 RNDI strived to meet the needs of every client by ensuring that every aspect of our contract was
fulfilled completely, on time, and within budget constraints. Many of the contracts varied not only in length
and complexity, but also financially. RNDI took on contracts that other companies would not, as we understand
that not every client has unlimited resources for construction and renovation projects.
Although 2022 was a difficult and stressful year due to Covid-19 hitting our entire country, it also brought
many new challenges for RNDI. Challenges which RNDI was willing and able to handle with care and
consideration with the Pandemic going on around us.
We here at RNDI Companies, Inc. are excited to see what 2023 holds in store for us, our clients, and our new
clients.
Non -Exclusive Contractor Services Agreement 97 of 112
RNDI Companies, Inc
Past Performance
Table of Contents
➢ RNDI Companies, Inc. Certification's
o Mold Remediation Company
o Asbestos Abatement Contractor
c Asbestos Transporter
o Mold Remediation Contractor
o AHERAIEPA Accredited Certifications
❑ Lead Abatement Supervisor
o Demolition Contractor
❑ EPA Approved Under the Toxic Substance Act (TSCA) Title II Cert
o TIPS
➢ Project Experience
o METRO
❑ City of Dallas
o Dallas Independent School District
a City of Houston
❑ Port of Houston Authority I Port of Corpus Christi Port of Arthur
o Dallas County j Dallas College
o DFW International Airport
o U.S. Airforce c/o Lockheed Martin Aeronautics
❑ Reese Technology Center Airforce Base -Lubbock
o City of Fate f City of Terrell I Town of Prosper
o Dallas Fire Department I Texas Military Department
o Texas Parks & Wildlife Department
Y JIP-Jabs in Progress
r� Recently Major Contracts, Completed
Licenses and Certifications:
• City of Houston HFH
• METRO Certification
• Asbestos Abatement Contractor
• Asbestos Transporter
• TIPS
• TCEQ
■ Mold Remediation Company
■ Lead Firm
■ NCTRCA Certification's (SBE,
DBE, WBE, MBE)
• HUB
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
98 of 112
Pro i ect Experience:
RNDI Companies, Inc. (RNDI) has performed many projects involving mold, asbestos, lead abatement,
demolition and construction for many cities, school districts, hospitals, airports, and many other Governmental
Agencies.
Currently RNDI Companies, Inc. has been approved by Houston City Council as a Pre -Qualified Asbestos
and Lead Abatement, Mold and Soil Remediation, Demolition and Petroleum. Storage Tank Removal
Contractor, and to be on the Approved Hire Houston First Program and Chapter 15, Article XI of the City of
Houston's Code of Ordinances. RNDI has completed many fully Bonded Projects contracted by Metro,
directly and indirectly working with Washington Group, Houston Rapid Transit (HRT), jobs such as the
North, East, Southeast corridor and many other properties, involving different contracts that involved several
demolition projects.
RNDI Companies, Inc. has completed many asbestos and demolition projects for high profile clients, such as
Department of Defense (DoI)), Texas National Army Guard, Texas Department of Transportation (TXDOT),
North Texas Tollway Authority (NTTA), Lockheed Martin, Port of Corpus Christi, Port of Houston, City of
Dallas, City of Fort Worth, University of Clear Lake, City of Houston, Dallas Area Rapid Transit (DART),
Dallas County, and many school districts such as Dallas Independent School District (DISD), Arlington
Independent School District (AISD), Vidor Independent School District (VISD), Rockwall ISD (RISD), and
many others. All these contracts were fully bonded and Indefinite Delivery Indefinite Quantity (IDIQ) type
contract, where each project would contain multiple structures and multiple properties for demolition
activities.
Some of our Satisfied Clients:
City of Houston
900 Bagby, 2nd Floor
Houston, TX 77002
Job Name: Police Station
Address: 1200 Travis
Houston, TX 77002
New Hope Church
3640 CR 58
Manvel, TX 77578
New Hope Church
Address: 221 S. Gordon
Alvin, TX 77511
GCCISD
Pumphrey Elementary
Address: 4901 Fairway
Baytown, TX 77521
Wal-Mart Stores, Inc.
Wal-Mart Wayside
Address: 2221 S. Wayside
Houston, TX 77023
Lumberton ISD
Lumberton, TX 77654
Lumberton H.S.
121 S. Main
Address: 103 S. LHS Dr.
Lumberton, TX 77657
Ellington Field
11900 Galveston Road
Houston, TX 77034
UAV Hangar Bldg. 1382
Address: 11900 Galveston
Road, Houston, TX 77077
Non -Exclusive Contractor Services Agreement
RNDI Companies, Inc
99 of 112
PREVIOUS PROJECTS:
DALLASIFORT WORTH, TEXAS
Proiect Name: Asbestos Abatement
Client: Fort Worth ISD
6101 McCart Ave
Fort Worth, TX 76133
Project Description: RNDI provided asbestos services based on contract unit pricing for the capital
improvement department. RNDI removed asbestos, bagged, and properly disposed of at a landfill.
Proiect Name: DISD- Job Order Contract for Hazardous Materials Abatement Services,
Julia C. Frazier Elementary Stonewall Jackson Paul L. Dunbar Learning
4600 Spring Ave. Elementary Center
Dallas, TX 75210 5828 E Mockingbird Ln. 4200 Metropolitan Ave.
Dallas, TX 75206 Dallas, TX 75210
Bryan Adams High Lakewood Elementary David W. Carter High
2101 Millmar Dr. 3000 Hillbrook St. 1819 W. Wheatland Rd.
Dallas, TX 75228 Dallas, TX 75214 Dallas, TX 75235
Client: Dallas Independent School District
3 801 Herschel Avenue
Dallas, TX 75219
Project Description: The DISD Bond Program included 14 different schools throughout the district. Work
performed included asbestos abatement and selective demolition. Scope included the removal and disposal
of sprayed -on acoustical plaster ceilings, removed and disposed of piping insulation and wrap in crawlspaces
and restroom chases, the removal of transit panels, removal of ceramic floor tile grout, the removal of floor
the and mastic, the removal of exterior aggregate panels, and the removal of exterior windows and doors.
Proiect Name: Lakeland Asbestos and Demolition Proiect
Client: City of Fort Worth — Fort Worth Nature Center
200 Texas
Fort Worth, TX 76102
Project Description: RNDI Companies, Inc. performed the task of removing Asbestos in seven (7) homes
located in Fort Worth, TX. RNDI safely removed and disposed of asbestos containing materials using
negative pressure enclosed with personnel decontamination system, critical barriers, proper PPE, material
worked wet, hand methods, waste properly bagged, labeled, and disposed of at an approved landfill. Once
the homes were clear of all asbestos substances the demolition activities began. RNDI utilized a NESHAP
approach to the structures to ensure the dust from the demolitions was minimal, to keep the environment clean
and safe for surrounding neighbors.
Non -Exclusive Contractor Services Agreement 100 of 112
RNDI Companies, Inc
Proiect Name: Asbestos Abatement
Client: Dallas Community College
4849 W Illinois
Ave Dallas TX
Project Description: RNDI removed and disposed of Asbestos containing material at various location in
Dallas, TX as part of a 3-year contract with Dallas Community College
Proiect Name: Citv of Dallas Fire Denartment- Station #52 Asbestos Abatement & Mold
Remediation
Client: City of Dallas Fire Department- Station #52
2504 S. Cockrell Hill Rd.
Dallas, TX 75211
Project Description: RNDI Companies, Inc. was tasked with the removal of asbestos containing building
materials and the remediation of mold. This job required attention to detail, safety, and timeliness. The fire
station was still active with personnel, making safety a number one priority. RNDI first completed the asbestos
removal from the contaminated area and disposed of the ACM according local, state and federal guidelines.
RNDI completed a final clearance before containment was taken down. The next task was to clean all surfaces
in preparation for new containment walls to be erected, the surfaces were cleaned to ensure no mold spores
would be covered by the new containment. walls. Once the mold containment was put in place RNDI began
the mold remediation portion of the job. This consisted of cleaning both non -porous and semi -porous surfaces
with a biochemical cleaning agent. RNDI chose to use a low VOC cleaning agent that was made of natural
cleaners, as it would pose less health concerns for the workers and fire personnel. The remediation of the mold
was completed with final clearance samples showing no dangerous mold spores remaining. RNDI's timeliness
and attention to safety allowed the job to run smoothly and without incident.
Proiect Name: Asbestos Abatement and Demolition
Client: Texas A&M Commerce
1200 E. Brin
Terrell, Texas 75160
Project Description: RNDI safely removed and disposed of asbestos containing materials for over ten (10)
homes, using negative pressure enclosed with personnel decontamination system, critical barriers, proper
PPE, material worked wet, hand methods, waste properly bagged, labeled, and disposed of it at an approved
landfill.
Proiect Name: Dallas Countv Criminal Courts ComDlex. Annex & records Building
Client: Dallas County
Goa Commerce Suite 900
Dallas, TX 75208
Project Description: Abatement, Mold, Lead and Demolition of the Dallas County Building containing three
(3) separate structures, each with a different building history. The scope of work for each structure varied
greatly, the largest hurdle that RNDI had to overcome was historical preservation. With historical preservation
of the utmost importance RNDI utilized its expertise in abatement and demolition techniques to guarantee
preservation of historical items in the work areas. The other contract consists of Annual Contract for
Abatement and Remediation Services (Asbestos -Lead -Mold) Facilities Management
Non -Exclusive Contractor Services Agreement 101 of 112
RNDI Companies, Inc
Proiect Name: Kav Bailev Hutchins Convention Center Dallas —Plaster Soffit Demolition,
Client: City of Dallas
650 South Griffin St
Dallas, TX 75202
Project Contact: Raymond Sottilare, RA, ravmond.sottilare(a dallascitvhall.com, (214) 939-2822
Project Description: RNDI Companies provided demolition services to the convention center plaster soffit
located at 650 South Griffin in Dallas. RNDI performed site clearance of the area and Mobilization of area
in preparation for removal of ceiling. RNDI removed damaged exterior ceiling and concrete at Meeting rooms
North Exit Ceiling. All electrical was tied off and preserved for future use. Project was completed on time
and within budget.
Proiect Name: Demolition of 1800 N Frances
Client: City of Terrell
■ 1800 N Frances Terrell, Texas 75160
• 201 East Nash St. Terrell, Texas 75160
Project Description: RNDI demolished, cleared, removed, and properly disposed of materials related to
substandard structures and other debris including concrete foundations and steps. Of 1800 N Frances.
Accessory structures and dead trees were included in the demolition and removal. Lots were regraded or
smoothed to remove any projections.
Proiect Name: Demolition of Two Residential Structures
Client: Town of Prosper
■ 407 E. 15L St. Prosper, TX 75078
Project Description: RNDI demolished two single family Residential Structures.
Proiect Name: MLK Recreation Center Storm Damases February 2021.
Client: City of Dallas
1500 Marilla Street
Dallas, TX 7520
Project Address: 2922 Martin Luther King Jr. Blvd, Dallas, TX
Project Contact: Johnnie Brumfield, Johnnie.brumfield(a-),dallascitvhall.com. 214-670-3059
Project Description: RNDI Companies, Inc. provided the mold abatement and water damage restauration at
the MLK Recreation Center located in Dallas, TX. RNDI Companies, Inc. performed the remediation, mold
abatement for the MLK Center that was damaged due to the winter storm in February 2021. The scope of
work was to proceed with water remediation throughout the facility and included removing and reinstalling
insulation from damaged ceilings, removed and replaced affected drywall 4feet up walls, removed disfigure
buckled hardwood gym floor, removed VCT tile, buck back adhesive, tile floor in bathrooms that was laid
over VCT tile. Removed and replaced 4" and 6" cove base and removed tile wails 4' up in bathrooms.
Removed and replaced water damaged ceiling tiles throughout facility, in addition to move items around for
construction and reinsulate air ducts. This job was completed within budget.
Non -Exclusive Contractor Services Agreement 102 of 112
RNDI Companies, Inc
Proiect Name: City of Fate Abatement & Structural Demolition.
Client: City of Fate
1900 CD Boren Parkway
Fate, TX 75087
Project Description: RNDI Companies, Inc. was tasked with the removal of Asbestos containing building
materials and the demolition of the remaining structure. There were five (5) different structures that needed
to be abated of asbestos prior to demolition activities. The asbestos containing materials included sheetrock,
floor tile, and other building materials. Once the buildings were clear of all asbestos substances the demolition
activities began. RNDI utilized a NESHAP approach to the structures to ensure the dust from the demolitions
was minimal, to keep the environment clean and safe for surrounding neighbors.
Proiect Name: HAZMAT Abatement of Bunkhouses at the Chaparral Wildlife
Client: Texas Parks & Wildlife Department
Chaparral Wildlife Management Area, 64 Chaparral WMA Drive
Cotulla, Dimmit County, Texas78014
Project Description: RNDI Companies, Inc. performed an abatement on HAZMAT materials at several
bunkhouses at the Chaparral Wildlife Management Area in Cotulla, Dimmit County, Texas. Specifically, the
bunkhouses included the Cabana Grande, Cabana Oeste, Cabana Medio, & Cabana Este. The material needing
abatement was the drywall construction on the ceilings of the 4 Cabanas. All drywall was found to be in good
condition and non -friable, so we utilized the glove -bag method of removing the ACM. A tight schedule was
set upon us allowing only two days in the middle of the week to complete the entire project. RNDI completed
the project in an efficient and timely manner resulting in the full satisfaction of the client.
Proiect Name:
Demolition of Several Properties
3227 Reynolds
810 Packard
2842 Britton
1003 Packard
802 Packard
3607 Frank
810 Packard
806 Packard
1514 Homeland
6306 Canaan
1010 LaSalle
1730 Garza
1004 LaSalle
1004 LaSalle
3731 State Oak
1019 Packard
3109 Pennsylvania
3730 Bickers
1008 LaSalle
2306 Hudspeth
4848 Ware
4005 Copeland
2739 Locust
3725 Carl
Client: City of Dallas
1500 Marilla St. 43FS
Dallas, TX 75201
3616 Hatcher
216 Landis
2672 Hudspeth
4540 Luzon
2718 Rochester
2843 Frost
2947 Arizona
2463 Easley
Project Description: Asbestos abatement and demolition of several properties throughout the City of Dallas.
RNDI has completed more than 70 properties and continues to perform asbestos abatement and demolitions
for the City of Dallas. Abatement has been completed also in occupied office buildings such as the Oak Cliff
Municipal Center, and many others. This project has been fully bonded for $1,833,286.00.
Non -Exclusive Contractor Services Agreement 103 of 112
RNDI Companies, Inc
Proiect Name: Asbestos Abatement & Insulation Services for GP&L Production Power Plants,
Client: City of Garland
13835 Co Rd 489 * 1701 A Spencer Rd.
Nevada, Texas 75173 Denton, TX 76205
Project Contact: Paul Kelly- Plant Manager pkelly gpltexas.orw (972) 485-6576
Project Description: RNDI has an on -going renewal contract with the City of Garland for maintenance on
their two city power plants, specifically asbestos abatement and insulation services but also including mold
and lead abatement. During this contract, RNDI has worked along -side power plant officials to maintain a
safe working environment in a potentially dangerous working area. Precautions had to be taken as to not affect
the production of the power plant and to keep our crew and near -by power plant personnel safe. At some
points, sections or even the entire power plant had to halt production to proceed with the necessary
abatement/insulation work. Some specific areas requiring work were the lead -containing power -producing
turbines, insulation found throughout all levels of the plants, and even boilers which needed asbestos
abatement done. For most projects, a specific timeframe was set so that the power plants would be out of
operation for as little time as possible meaning RNDI's crew had to work at maximum efficiency with all
hands on -board to ensure the required work got completed in a timely manner.
Proiect Name: Cedar Creek Bunkhouse Demolition,
Client: Tarrant Regional Water Department
800 E. Northside Dr
Ft Worth, TX 76102
Project Contact: Frank Garcia 1-(817)-335-2491 frank.carcia(&trwd.com
Project Description: Demolition of single-family home located at 6799 Ashley Ave in Trinidad, TX.
Demolition included removal of driveway, sidewalks, fence, and any debris in yard.
Proiect Name: Asbestos Abatement of Bldg.'s 675 & 679 at Terrell State Hospital
Client: Texas Department of State Health Services
1200 E. Brin
Terrell, Texas 75160
Project Description: In buildings 675 & 679 at the Terrell State Hospital in Terrell, Texas, RNDI had to
remove pipe and fitting insulation and visible debris from the crawlspaces of the buildings. The project proved
to be more difficult than expected because of the limited space in the area. Some sections were only 3-4 feet
in height, our crews struggled and shimmied through shallow gaps, around awkward corners, and navigated
around non -ACM piping. The entire crawlspace had no existing lighting system. RNDI provided lighting for
all areas where workers would be present. A critical harrier was needed, it was erected and maintained for
entire area. RNDI sealed off all entrances into the crawlspace including multiple vents around the exterior of
the building leading into the crawlspace. Terrell State Hospital is an active psychiatric hospital, RNDI had to
ensure the safety of not only our crews but the patients as well. RNDI maintained a 24hr watch of the work
site ensuring no patients entered our containment, took tools (contraband) or were caused harm in any way
from our work site equipment or tools. Nevertheless, RNDI succeeded in completing the project within the
desired number of working days.
Non -Exclusive Contractor Services Agreement 104 of 112
RNDI Companies, Inc
Proiect Name: Funizal Remediation and Repairs Building F
Client: Dallas/Fort Worth International Airport Board
2200 W. Airfield Dr - DFW Airport, TX
Job Site: 2175 W. Airfield Dr, DFW Airport, TX 76051
Project Contact: Desmond Denman -Development Construction Manager 972-973-5076
ddenmana,dfwairuort.corn /Robert Garrison — Consultant 817-268-8600
Project Description: Removal of mold contaminated drywall, carpet in various Rooms of Building F.
(Rooms 20, 19, 30 stairwell and corridor) The building was occupied by workers doing renovations, so a
negative pressure containment was necessary. RNDI determined the water source and then eliminated source
to avoid future problems. The fungal remediation was conducted in negative pressure enclosures with high
efficiency particulate air (HEPA) filtered exhaust and two -stage dry decontamination egress. After the work
area passed the final visual clearance, exposed wall cavity materials and plywood and plaster or gypsum board
surfaces were treated with an EPA registered anti -microbial encapsulant. Job was completed on time and
within budget.
Previous Projects:
HOUSTON. TEXAS
Proiect Name: Demolition of Facility.
Client: Goose creek ISD
3401 N. Main St.
Baytown, Texas 77521
Project Description: Demolition of YMCA Facility, a 24,150 square foot masonry, concrete block and steel
framed one story structure built in the 1960 period all related site improvement located at 201 YMCA Drive,
Baytown, Texas 77520.
Proiect Name: Asbestos Abatement
Client: University of Houston -Clear Lake
2700 Bay Area Blvd.
Houston, TX 77058
Project Description: RNDI removed drywall, floor tile, window glazing, fire proofing. All of which included
the removal of ACM material and disposal of waste.
Proiect Name: Brazosoort Collcge
Client: Brazosport College
500 College Dr
Lake Jackson, TX
Project Description: RNDI Companies, Inc performed the asbestos abatement for the corporate Phase I
Abatement of asbestos containing dry wall on the 2nd floor in the two wings of the 211d floor of the building.
Phase II Abatement of Asbestos containing TSI, throughout the 2nd floor north area of the building in the two
wings. The job was completed on time and without any issues.
Non -Exclusive Contractor Services Agreement 105 of 112
RNDI Companies, Inc
Proiect Name: Asbestos Abatement Several Properties
Client: City of Houston
900 Bagby, 211 Floor
Houston, TX 77002
Project Description: RNDI Companies, Inc. is an approved vendor for the City of Houston for the removal
of any Asbestos and Demolition of houses within the city limits. Many of these houses are uninhabitable and
in dire need of repair. Some of the house's pose potential issues with surrounding properties and neighbors,
RNDI uses precision demolition techniques to ensure the safety of nearby houses and residents while the
demolitions are being conducted.
Proiect Name: Kindred Hospital
Client: 6441 Main St 2,d Floor
Houston, TX 77030
Project Description: RNDI Companies, Inc performed the asbestos abatement Asbestos abatement of
various materials for the renovation of the 4th floor of the hospital to comply with Texas Department of State
Health Services rules and regulations. The project was successfully completed on time.
Proiect Name: Upper Braeswood Water Treatment Plant
Client: City of Houston
13331 W Houston Center Blvd
Houston, TX
Project Description: RNDI Companies, Inc. was given the opportunity Environmental cleaning throughout
the maintenance building. We identified the source of the problem to report to the City of Houston for repairs.
We treated every office in the building with biocide including all furniture, to prevent from microbial re-
growth. RNDI successfully completed the job and without any security violations.
Proiect Name: 801 St. Joseph (29 Story Hotel)
Client: Shahzay Construction
801 St. Joseph Pkwy
Houston, TX 77002
Project Description: RNDI Companies, Inc successfully performed the asbestos abatement for 801 St.
Joseph Parkway, a 29-story hotel needing renovations. During the course of the project, we reported directly
to Jeremy Hall. Time was of the essence in the completion of this job, along with time constraints we also had
to battle the height of the building. RNDI successfully abated the entire scope of work quickly, most of the
ACM materials were drywall board on the walls and ceilings. The largest challenges we faced during the
completion of the job was the removal of waste and supplying water to the upper floors. The most time-
consuming part was the removal of waste, as it was brought down via the stairways. The water in the building
was not currently on, RNDI was able to overcome this challenge by utilizing large storage tanks of water with
a constant flow of new amended water being placed into the tanks. The job was completed on time and without
any issues.
Non -Exclusive Contractor Services Agreement 106 of 112
RNDI Companies, Inc
Proiect Name: 611 Walker St. Houston, TX,
Client: City of Houston
611 Walker St.
Houston, TX 77002
Project Description: RNDI Companies, Inc completed an asbestos abatement project for the City of Houston
at 611 Walker St. on 22 floor of the Government Building. This job had a few difficult points when it came
to scheduling and being able to perform work. Some of the tasks were able to be complete during normal
business hours, while other jobs needed to be performed after hours. After hours posed potential issues with
supplies, equipment, and work time frames. None of these potential issues affected our job, we planned
accordingly with having excess materials on site, spare equipment in case of failure, and above all we met the
time deadline of needing to be out of the building before the start of the next working day. RNDI completed
the job successfully and was offered additional work from the City, upon successful completion.
Proiect Name: Houston Police Station
Client: Houston Police Department
1200 Travis St.
Houston, TX 77002
Project Description: RNDI Companies, Inc. was given the opportunity to abate one of the many City of
Houston Police Stations. This job was unique and posed a large security risk. RNDI was tasked with abating
Floor Tile and Mastic from the police station, while it was still active. This created the obstacle of security;
security was of the highest importance as the police station was still active and held evidence. RNDI ensured
that site security and access to the work areas was limited to who needed to be there. The measures taken
allowed the City of Houston to rest easy in knowing that no unauthorized access would occur during the work.
RNDI successfully completed the job and without any security violations.
Proiect Name: Fire Ranive of Three Locations: Waco. LaMaoue and Fort Worth.
Client: Texas Military Department
P.O Box 5218
Austin, TX 78763
Project Description: RNDI Companies, Inc performed the lead abatement for three Texas Military locations,
Readiness Center in LaMarque, TX, Readiness Center in Waco, TX and Readiness Center in Fort Worth, TX.
Lead materials were removed, all work was upon specifications provided. The three locations contaminated
by lead in the storage room, observation rooms, hallways, and restrooms. All Department of State Health
Services rules and regulations were followed. Daily safety meetings were conducted prior to start the shift.
The project was successfully completed on time and within budget.
Proiect Name: Asbestos Abatement of Oak Forest Elementary
Client: Vidor ISD
505 Orange Street
Vidor, Texas 77662
Project Description: RNDI Companies Inc. did abatement of a drywall inside a negative pressure
containment using wet methods and NESHAP Regulated area for wrapping of sinks located in the Gymnasium
area. All materials were doubled bagged and disposed of.
Non -Exclusive Contractor Services Agreement 107 of 112
RNDI Companies, Inc
Proiect Name: The Port of Corpus Christi Authoritv for Asbestos Abatement
Client: Port of Corpus Christi
222 Power St
Corpus Christi, TX 78401
Project Address: 1221 Peabody Ave 2001 Van Loan
Corpus Christi, TX Corpus Christi, TX
Point of Contact: Robert Schultz Manager of Environmental Compliance 361-885-6609
rschulz(d�t7occa.com
Project Description: Asbestos abatement, remove floor tile mastic, duct board insulation and mastic. RNDI
completed this tack in a timely manner and within budget.
Proiect Name: Reese Technology Center (Lubbock Reese Redevelonment Authoritv LRRA)
Client: Reese Technology Center
9801 Reese Technology Center
Lubbock, TX 79416
Project Description: RNDI Companies, Inc performed asbestos abatement and demolition for
several building by specifications and regulations upon Department of State Health. Buildings 11-
Former Post Office, building 15 Former Library, building 21-Former Bowling Alley and Building
52-South Area of Hanger. All asbestos -containing materials were removed inside negative pressure
containment per Environmental Protection Agency.
Proiect Name: Wal-Mart Stores
Client: Wal-Mart Stores
2221 S. Wayside St.
Houston, TX 77023
Project Description: RNDI Companies, Inc performed the asbestos abatement for Wal-Mart Stores at 2221
S. Wayside St. Houston, TX 77023. RNDI was tasked with the abatement of floor tile, mastic, and drywall.
Among the challenges that faced RNDI the biggest were no water, power, and 24-foot-tall ceilings. RNDI
provided water and power to the job site using a local fire hydrant and portable power generators. We also
had to use the inverted prep of the ceilings to be able to achieve negative pressure per engineering controls
required by the specifications. After all of the prep work was completed, RNDI completed the job without
any issues.
Proiect Name: At Home Stores
Client: At Home Stores
19411 Atrium Place
Houston, TX 77094
Project Description: RNDI Companies, Inc performed the asbestos abatement for the corporate office and store front
of At Home Stores in Houston, TX. This was a large-scale job with more than 10,000 Sq Ft of asbestos to be abated.
There were multiple locations throughout the building, all needing separate containment. The largest challenge that
RNDI faced was the extremely high ceilings, the height was an issue as we had to use the inverted prep method to
ensure a full containment was achieved with negative pressure. The job was completed on time and without any issues.
Non -Exclusive Contractor Services Agreement 108 of 112
RNDI Companies, Inc
Proiect Name: Metropolitan Transit Authoritv — Several Corridors Demolition
2911 Rusk
4819 Harrisburg
5207 Grigg
4402 University Oaks
1403 Scott
4711 Harrisburg
4384 Wheeler
6302 Fulton
3603 Bell
Parcel 92
4386 Wheeler
6304 Fulton
2803 Scott
Parcel 93
4390 Wheeler
7412 Fulton
601 Nagle
Parcel 112
4392 Wheeler
2526 N. Main
1405/1409 Scott
6203 Harrisburg
4402 Wheeler
4819 Harrisburg
5040 Old Spanish Tr
1517 Scott
1200 York
4515 Fulton
5203 Griggs
4362 Wheeler
1405/1409 Scott
2518 N. Main
6001 Harrisburg
4368 Wheeler
3505 Bremond
And many others
4907 Harrisburg
4370 Wheeler
4374 Wheeler
4372 Wheeler
4410 Wheeler
Client:
Metropolitan Transit Authority (METRO)
1900 Main Street
Houston, TX 77002
Project Description: RNDI Companies, Inc successfully performed the asbestos abatement and demolition
of several corridors for METRO. These corridors included the Southeast, North, and East end. Each corridor
consisted of approximately seventy-five (75) properties. This project included the removal and disposal of
several different asbestos containing materials such as floor tile, ceiling tile, gypsum board, sheetrock, piping,
roofing, and many other identified construction elements of the different structures. Work was performed by
specifications with negative air pressure, properly labeled and disposed in an approved landfill. RNDI had to
get a permit with the City of Houston, coordinate, and order utility termination. Dealing in some cases, within
proximity to overhead power lines. In these properties, plumbing disconnections were also the tasks of RNDI.
Proiect Name: Asbestos Abatement at White Classroom and Memorial Library
Client: Del Mar College
3001 Ayers Street
Corpus Christi, TX 78404
Project Description: RNDI preformed the task of safely removing all asbestos containing materials,
transported them properly disposed of debris in an approved land fill. Removal of asbestos was completed in
the White Library a five (5) story building and Memorial Classroom Building. White Library Removal of
cork/insulation and brick/moisture barrier in the Fine Arts Music Building. The project was performed in strict
conformity to all OSHA, EPA and State of Texas Regulations. RNDI removed all asbestos containing
materials throughout the builings to include but not limited to pipe insulation utilizing the glove bag
procedure, mastic pucks, floor tile, window caulking, black mastic under carpet douible layer under Negative
Pressure, drywall and textures. Removal of over 3,700 light ballasts and florescent lamps in both locations.
Hand seperated all ballasts and florescant lamps, palletized in full boxes, secured with shrink wrap and placed
in 55 gallon1700 lb drums for recycling or disposal. Cut all A/C duct into sections and wrapped in 6-mil poly
for disposal. Project was accomplished in accordance with the specifications and within time.
Non -Exclusive Contractor Services Agreement 109 of 112
RNDI Companies, Inc 55'
Jabs in Progress:
RNDI Companies, Inc. has the following active IDIQ contracts with governmental entities:
City of Dallas $11,911,360.00 Asbestos, Mold, Lead Abatement & Demolition Services
Rockwall Independent School District 3 Year Contract —Asbestos, Lead and Mold Abatement
Garland Independent School District 3 Year Contract — Asbestos, Lead & Mold Abatement
Humble Independent School District 2 Year Contract — Asbestos, Lead and Mold Abatement
City of Houston$2,052,794.00 Environmental Remediation, Underground Removal & Demolition Services
City of Garland $99,000.001Yr.- Four (4) year contract renewal Asbestos & Mold Abatement
Services, Insulation Services
Dallas Independent School District: Over $2 Million dollars, on 10 plus schools throughout the district.
Master Agreement- Job Order Contract for HAZMAT Abatement/Remediation Services & Reconstruction
Services
Dallas County $199,570.00 Annual Contract for Abatement & Remediation Services
(Asbestos/Lead/Mold) for Facilities Management.
DART $750,000 Annual Contract for Abatement & Remediation Services — has
continually been renewed since 2016
University of Houston
$410,710.00 - Chungs Warehouse — Full Demolition
Recently Maior Completed Contracts:
Grayson College
$1,259,802.00 Abatement, Remediation and Demolition
City of Plano — Jack Carter Maintenance ..............$276,9973.00 Demolition, Asbestos Abatement
Port of Houston Authority — North Side.........................................$152,500.00-Asbestos Abatement
City of Dallas- Harry Hines ........................... $297,418.00 — Asbestos Abatement and Demolition
Del -Mar College................................$147,352.00-Asbestos Abatement& Light Ballast Removal
City of Fort Worth — Lake Land Project ........... $297,670.00 — Asbestos Abatement and Demolition
Tarrant Regional Water...............................................................$23,360.00 - Demolition
University of Clear Lake ...................................... , ...Job Order Contract - Asbestos Abatement
Port of Corpus Christi.......................................................$130,000.00 Asbestos Abatement
Port Houston........................................$152,500.00 Asbestos Abatement of Restroom Buildings
Dallas Ft Worth International Airport Building F.....................$ 92,000.00 Fungal Remediation
Dallas Housing Authority ........... $931,994.90 Asbestos Abatement and Demolition at Brooks Manor
Non -Exclusive Contractor Services Agreement 110 of 112
RNDI Companies, Inc
City of Dallas ...............$1,833,286.00 Asbestos, Lead, and Mold Abatement & Demolition Services
City of Carthage ............... $486,000.00 Asbestos, Lead and Mold Abatement & Demolition Services
City of Dallas - Kay Bailey Hutchins Convention Center ....... . ................................Demolition
Lockheed Martin ...... ............. $292,934.00 - 3 Year Contract - Asbestos, Lead and Mold Abatement
City of Dallas — MLK Recreation Center .............................. $272,798.00 Storm Damages 2021
DFW International Airport.....................................$3,202,000.00 Asbestos & Mold Abatement
Dallas County ...............$5,000,000.00 Asbestos, Lead, and Mold Abatement & Demolition Services
North Tarrant Infrastructure (NTI) ........ Not to exceed $100,000.00 on a per needed basis, for abatement
services for right of way demolition for the construction of new highway system. We have performed multiple
successful TxDOT contracts in the previous years. RNDI Companies, Inc. has obtained the certification of
Disadvantaged Enterprise as per 49 CFR Part 26, not to exceed $7,255,000.00 approved maintenance
contracts, i.e., Rehabilitation/Reconstruction Projects for Painting, Reinsulating, Fencing and many others.
Non -Exclusive Contractor Services Agreement 111 of 112
RNDI Companies, Inc 57
EXHIBIT E
VERIFICATION OF SIGNATURE
AUTHORITY
RNDI COMPANIES, INC
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Execution of this Signature Verification Form ("Form") hereby certifies that the following
individuals and/or positions have the authority to legally bind Contractor and to execute any agreement,
amendment or change order on behalf of Contractor. Such binding authority has been granted by proper
order, resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty
and representation set forth in this Form in entering into any agreement or amendment with Contractor.
Contractor will submit an updated Form within ten (10) business days if there are any changes to the
signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form
that has been properly executed by Contractor.
Name:
Position:
Signature
2. Name:
Position:
Signature
Name:
Position:
Signature
Name:
Dials cnsr
Diana Cross (Sep 19, 202312:32 CDT)
Signature of President / CEO
Other Title:
Date: September 19, 2023
Non -Exclusive Contractor Services Agreement 112 of 112
RNDI Companies, Inc
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 09/12/23
M&C FILE NUMBER: M&C 23-0753
LOG NAME: 13PITB 23-0076 NUISANCE ABATEMENT AND CLEAN-UP SERVICES JF CODE
SUBJECT
(ALL) Authorize Non -Exclusive Purchase Agreements with Neu Era Contract Services LLC and
RNDI Companies, INC. for Nuisance Abatement and Clean -Up Services in a
Combined Annual Amount Up to $125,000.00 for the Initial Term and Authorize Four One -Year
Renewals for the Code Compliance Department
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive purchase agreements with Neu Era
Contract Services LLC and RNDI Companies, INC. for nuisance abatement and clean-up
services in a combined annual amount up to $125,000.00 for the initial term and authorize four one-
year renewals for the same combined annual amount for the Code Compliance Department.
DISCUSSION:
The Code Compliance Department approached the Purchasing Division to procure an agreement
for nuisance abatement and clean-up services to provide tools, materials, permits, and equipment
necessary for performing clean-up, debris removal, dead tree removal, nuisance vegetation
removal and disposal work on privately owned property and/or property that is owned or held -in-
trust by the City, as identified and ordered by the Neighborhood Investigations Division of the Fort
Worth Code Compliance Department. In order to procure these services Purchasing staff issued
Invitation to Bid (ITB) No. 23-0076. The ITB consisted of detailed specifications describing the
City's various requirements and scope of work.
The bid was advertised in the Fort Worth Star -Telegram on June 14, 2023, June 21, 2023,
June 28, 2023, July 5, 2023, and July 12, 2023. The City received two (2) responses.
An evaluation panel consisting of representatives from the Code Compliance Department and
Park and Recreation Department reviewed and scored the submittal using Best Value criteria. The
individual scores were averaged for each of the criteria and the final scores are listed in the table
below. No guarantee was made that a specific amount of services would be purchased.
Bidders
Neu Era Contract Services
LLC
RNDI Companies, INC
Evaluation Factors i
a b c d Total Rank
Score
14.1712.5010.0130.00 66.67 1
118.331118.331114.001100.0011 50.67 11 2
Best Value Criteria:
• a. Contractor's qualifications and experience
• b. Contractor's ability to provide resources (equipment and personnel)
• c. Contractor's approach to perform services
• d. Cost
After evaluation, the panel concluded that Neu Era Contract Services LLC and RNDI Companies,
INC. presented the best value to the City. Therefore, the panel recommends that Council authorize
non-exclusive agreements for nuisance abatement and clean-up services to Neu Era Contract
Services LLC and RNDI Companies, INC. Staff certifies that the recommended vendors met the
bid specifications.
FUNDING: The maximum combined annual amount allowed under these agreements will be
$125,000.00; however, the actual amount used will be based on the need of the Department and
available budget.
Department JEstimated Annual Amount Account Name
Code Compliance $125,000.00 Solid Waste Fund
Funding is budgeted in the Code Compliance Department's Solid Waste Fund.
DVIN BE: New Era Contract Services is in compliance with the City's Business Equity Ordinance
by submission of the prime contractor waiver form. The City's Business Equity Goal on this project
is 9%.
DVIN BE: RNDI Companies, Inc. is in compliance with the City's Business Equity Ordinance by
committing to 26% MWBE participation on this project. The City's MWBE goal on this project is
9%.
AGREEMENT TERMS: Upon City Council approval, the agreements shall begin upon execution
and expire one year from that date.
RENEWAL TERMS: The agreements may be renewed for four additional one-year terms. This
action does not require specific City Council approval provided that the City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made
by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and
does not require specific City Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in
the current operating budget, as previously appropriated, in the Solid Waste Fund. Prior to an
expenditure being incurred, the Code Compliance Department has the responsibility to validate the
availability of funds
Submitted for Citv Manaaer's Office bv: Reginald Zeno
8517
Valerie Washington
6192
Oriainatina Business Unit Head: Reginald Zeno
8517
Brandon Bennett
6322
Additional Information Contact: Jo Ann Gunn
8525
Jesus Fernandez 6467