Loading...
HomeMy WebLinkAboutContract 63705MUIR City Secretary Contract No. SORTWORTHO NON-EXCLUSIVE VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE VENDOR 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 GARRETT DEMOLITION, INC. ("Vendor"), a Texas corporation, 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 Non -Exclusive Vendor Services Agreement; 2. Exhibit A — Scope of Services; 3. Exhibit B — Contractor's Bid Response to City's RFQ No. 25-0080 4. Exhibit C — City's RFQ No. 25-0080; and 5. Exhibit D — Verification of Signature Authority Form. Exhibits A, B, C, and D, 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, or C, and 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. Services under this Agreement include labor, materials, equipment, and resources, including laboratory analytical services, necessary to support residential and commercial demolition activities, ("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for one year, beginning on the date signed by the Assistant City Manager ("Effective 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 options (each a "Renewal Term") 3. Compensation. 3.1 City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under the Initial Term of this Agreement will not exceed One Million Two -Hundred Thousand Dollars and Zero Cents ($1,200,000.00). City may award the Agreement to multiple vendors. Vendor agrees that the City is not required to provide Vendor with any guarantee of any compensation under this Agreement. OFFICIAL RECORD Non -Exclusive Vendor Services Agreement CITY SECRETARY Page 1 of 18 Garrett Demolition, Inc. FT. WORTH, TX 3.2 Vendor 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 Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.3 City will pay Vendor in accordance with the Prompt Payment Act (Texas Government Code Chapter 2251) and provisions of this Agreement, including Exhibit "C," which is attached hereto and incorporated herein for all purposes. 3.4 Following acceptance of the Services by the City, Vendor must provide the City with a signed, readable invoice no later than 15 days after the end of the prior month summarizing (i) the Service(s) that have been completed during the prior month; (ii) purchase order number, and (iii) requesting payment. If the City requires additional reasonable information, it will request the same promptly, in writing, after receiving the above information, and the Vendor must provide such additional reasonable information in writing, to the extent the same is available. Vendor must submit invoices to Supplierinvoices@fortworthtexas.gov and ENV_Purchasing@fortworthtexas.gov. Invoices must include the applicable City Department business unit number and complete City of Fort Worth Number (ex. FW013-0000001234). 3.4.1 The Vendor shall submit corrected/revised invoices within seven (7) calendar days after receiving written notice from the City for a corrected/revised invoice. 3.4.2 Unpaid invoices and/or appeals for service performed throughout the fiscal year (October 1 - September 30) must be resolved within thirty (30) days of the City's new fiscal year. Vendor shall provide its invoices for the last month of the City's prior fiscal year (September 1-30) no later 10 days after the start of the City's new fiscal year (i.e. no later than October 10.) No previous year invoices will be paid after October 30th of the current year. 4. Termination. 4.1. Written Notice. City or Vendor 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 -appropriation 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 Vendor 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 Oblieations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor 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, Vendor will provide City with copies of all Non -Exclusive Vendor Services Agreement Page 2 of 18 Garrett Demolition, Inc. completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor 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. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, 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, City will promptly notify Vendor. It will be the responsibility of Vendor 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. Vendor 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. Vendor 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, Vendor 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. RiLyht to Audit. Vendor 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 Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor 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 Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor 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, Vendor 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, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be Non -Exclusive Vendor Services Agreement Page 3 of 18 Garrett Demolition, Inc. construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor 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. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR 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 VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor 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 Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor 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 Vendor 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, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor 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 Vendor'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 Non -Exclusive Vendor Services Agreement Page 4 of 18 Garrett Demolition, Inc. restricted, Vendor 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 Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 ENVIRONMENTAL INDEMNIFICATION — THE VENDOR HEREBY RELEASES, INDEMNIFIES, DEFENDS, REIMBURSES, AND HOLDS HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES, AND VOLUNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES, CLAIMS, AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE REMOVAL, PACKAGING, TRANSPORTING, AND DISPOSING OF ENVIRONMENTALLY HAZARDOUS MATERIALS. 8.4.1 Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgments, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including, without limitation, reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this Agreement, or the existence of a violation of environmental requirements pertaining to, and including without limitation: 8.4.1.1 Damages for personal injury and death, or injury to property or natural resources; 8.4.1.2 Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the excavation, removal, and backfill of possibly contaminated soils and related wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration, or monitoring work required by any federal, state, or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs, and expenses incurred in enforcing this contract or collecting any sums due hereunder; and Non -Exclusive Vendor Services Agreement Page 5 of 18 Garrett Demolition, Inc. 8.4.1.3 Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in sub -paragraph 2 of this part. 8.4.2 Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: 8.4.2.1 All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and 8.4.2.2 All requirements pertaining to the protection of the health and safety of employees or the public. Assignment and Subcontracting. 9.1 Assignment. Vendor 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 Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor 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 Non -Exclusive Vendor Services Agreement Page 6 of 18 Garrett Demolition, Inc. (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 Vendor, 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 Reauirements (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 Non -Exclusive Vendor Services Agreement Page 7 of 18 Garrett Demolition, Inc. 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 Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor 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 Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor'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 VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR 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: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address Non -Exclusive Vendor Services Agreement Garrett Demolition, Inc. To VENDOR: Garrett Demolition, Inc. Attn: Bradley J. Garrett 232 SW Johnson Avenue Burleson, TX 76028 Page 8 of 18 14. Solicitation of Emulovees. Neither City nor Vendor 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 Vendor 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 Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GoverninLy 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 Maieure. City and Vendor 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 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. Non -Exclusive Vendor Services Agreement Page 9 of 18 Garrett Demolition, Inc. 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. Vendor 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 Vendor's option, Vendor 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 Vendor for the nonconforming services. 25. Immigration Nationalitv Act. Vendor 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, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor 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 Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 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, Vendor 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, 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 Vendor. 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. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining Non -Exclusive Vendor Services Agreement Page 10 of 18 Garrett Demolition, Inc. updated City records. The president of Vendor 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 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. 30. Prohibition on Discrimination Against Firearm and Ammunition Industries. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000.00, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274.001 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signatureprovides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 31. Prohibition on Bovcotting Energv Comnanies. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000.00, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276.001 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies, and (2) will not boycott energy companies during the term of this Agreement. 32. 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. Non -Exclusive Vendor Services Agreement Page 11 of 18 Garrett Demolition, Inc. 33. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains the entire understanding and agreement between City and Vendor, 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 Vendor Services Agreement Page 12 of 18 Garrett Demolition, Inc. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: V wa,_ We By: Valerie Washington (Jul 23, 202510:59:36 CDT) Naive: Valerie. Washington. Title: Assistant City Manager Date: 07/23/2025 2025 APPROVAL RECOMMENDED: By; Name: Wyndie Turpen Title; Assistant Director, Environmental Services ATTEST: �f�A�°q%�•0 y A g�i By: Name:. lannetie.'S.:Goodall Title: City Secretary VENDOR: Garrett Demolition, lire By. !r Names Bradley J..Ga&ett Title: Pres'deent I Dater Ti , 2025 t GONTRACTCQ.MPLIANCE MANAGER% By signing [acknowledge that I am the person responsible .for the monitoring and administration of this contract..iticluding.ensuring all performance and reporting requirements. By: 4 G ,// -" Name: Roger Grantham Title: Environmental Supervisor. APPROVED AS TO. FORM AND LEGALITY: M, 1'cE1/` kl Ando- k, By- M. Kevin Anders, II (Jul 21, 2025 15:39 CDT) Name: M..Kevin Anders, R Title..: Assistant City Attoriiey CONTRACT AUTHORIZATION: M&C: 25-0538 Form 1295: 2025-128989. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Non -Exclusive Vendor Services Agreement Page 13 of I $ Garrett Demolition; Inc., City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES I. Definitions A. The following terms shall retain their definitions under 40 C.F.R. § 61.141, or successor regulation(s): 1) Asbestos; 2) Facility (or Facilities); and 3) RACM (Regulated Asbestos -Containing Materials). B. NESHAP — National Emissions Standards for Hazardous Air Pollutants. C. Non -Structures: Non -structures shall include, but are not limited to fencing, parking lots, bridges, and water wells. D. Task Order — A demolition order issued by the City of Fort Worth Code Compliance Building Standards Division to demolish specified Facilities on a property pursuant to a determination by the City of Fort Worth Building Standards Commission that a property is in violation of the Fort Worth City Code. E. TCEQ — Texas Commission on Environmental Quality F. USEPA — The United States Environmental Protection Agency II. Proiect Tvues — Residential and commercial demolition services may be performed for the following types of facilities or structures: A. Facilities exempt from the Asbestos NESHAP B. Facilities regulated under the Asbestos NESHAP containing RACM below amounts prescribed in 40 C.F.R. § 61.145. C. Facilities regulated under the Asbestos NESHAP requiring removal of RACM before the demolition of the Facility can occur. D. Facilities regulated under the Asbestos NESHAP declared structurally unsound or in danger of imminent collapse E. Facilities owned by the City that may be demolished for future site redevelopment and use. III. Citv's Duties A. Citv's General Duties 1. City shall award work by issuing a Purchase Order to the winning bidder for demolition, emergency demolition, and asbestos abatement projects. The City shall award work based on the following criteria: 1) price; 2) approach; and 3) timeline in which the Vendor can meet the proposed project schedule. i. For emergency demolition orders issued by the City's building official, the City shall issue a Request for Cost to the Vendor containing the expected timeframe for the Vendor's response. Vendor's response time to such Request for Cost will depend on the urgency and nature of the emergency demolition order. 2. City shall pay Vendor for work the Vendor performs under each Purchase Order on a fixed -price basis. Each Purchase Order shall specify that the Purchase Order shall be paid on a fixed -price basis. The City shall pay the Vendor in the amount equal to the Vendor's bid for the Purchase Order. Non -Exclusive Vendor Services Agreement Page 14 of 18 Garrett Demolition, Inc. 3. The City's Request for Cost may, at a minimum, include the following items: 1) an abatement plan of action; 2) demolition plan of action; 3) site supervisor and worker documentation; 3) licensing documentation; 4) schedule of work; and 5) the total price for completing the project. 4. The City may issue a Change Orders only upon the City's receipt of complete documentation from the Vendor justifying the reason for the Change Order. The City's designated project manager and Vendor shall mutually agree to the Change Order before the issuance of the Change Order. IV. Vendor's Duties A. Vendor's General Duties 1. Vendor agrees to comply with federal and state law and regulations in addition to local ordinances, policies, rules, or procedures regarding demolition and/or asbestos abatement. For reference, applicable federal asbestos abatement regulations are located in Title 40, Chapter I, Subchapter C, Part 61, Subpart M of the Code of Federal Regulations. 2. Vendor agrees and acknowledges that City of Fort Worth Ordinance 17228 (commonly known as the "Tree Preservation Ordinance") may apply to the work it performs pursuant to a Purchase Order, including any applicable penalties described therein. If the City determines, in its sole judgment, that Vendor failed to comply with the Tree Preservation Ordinance, the City reserves the right to refuse to award future Purchase Orders to Vendor and/or terminate the Agreement. B. Vendor's Response to Reauest for Costs 1. Vendor shall respond to a Request for Cost within fourteen calendar days of issuance to be eligible to receive a Purchase Order. 2. Vendor shall verify all quantities of asbestos materials that are in the building to be demolished based on the suspect material survey. 3. Vendor shall exclusively rely upon its own estimates, investigation, research, tests, and other necessary data to supply the full and complete information upon which the Vendor's bid is based. 4. By submitting a bid for a Purchase Order, Vendor agrees and acknowledges that structures slated for demolition may still be occupied. Vendor assumes all risks associated with the current condition for the property or properties at the subject of the Task Order and agrees to take all necessary precautions to ensure the safety of occupants and surrounding properties during the demolition process. C. Vendor's General Job Site Duties: Before starting any work at any job site, Vendor shall: 1. Ensure the designated City project manager is present at the Job Site. 2. Be responsible for inspecting all areas in which work will be performed to ensure the safety of the crew. 3. Prepare a listing of any damages to structures, surfaces, and equipment at and around surrounding properties which could be misconstrued as damage Non -Exclusive Vendor Services Agreement Page 15 of 18 Garrett Demolition, Inc. resulting from work being performed. i. Vendor may take photographs and/or video recordings of the existing conditions for purposes of documenting the conditions or commercially reasonable future needs. However, Vendor shall only take photographs and/or video recordings from a public right- of-way. 4. Designate at least one (1) person with their firm as the point of contact that City may contact for each Task Order. Vendor shall provide the City with the email address and telephone number for any designated point of contact. 5. Provide and cover the cost of all materials, equipment, labor, transportation, tools, fuel, utilities, and any necessary temporary facilities for completing the work as outlined in each Task Order. 6. Coordinate with the City's Code Compliance — Building Standards Division or the Environmental Services Department regarding the start date of the demolition or asbestos abatement to allow for adequate time in accordance with any applicable state law or regulations to notify the Texas Department of State Health Services (DSHS). The City shall prepare and submit the DSHS notification. 7. Ensure that all of its employees use all applicable personal protective equipment (PPE) at all times while on -site. The City reserves the right to escort any personnel found not using the appropriate PPE from the premises until they obtain and use appropriate PPE. 8. Sweep dirt and debris from the haul routes used to ensure any sediment tracked from the site is collected and does not migrate onto City streets. D. Vendor's Duties Re2ardin2 Utilities 1. Vendor shall verify whether utility service to the job site is still active with the City, Atmos, Oncor, and any other utility which provides utility service to the job site (e.g. natural gas, water, sewer). 2. Vendor shall contact the appropriate utility service to determine whether underground utility lines or routes run under the job site. To address any utility concerns or questions, Vendor agrees to consult with City staff. 3. Vendor shall cut and cap all job site utilities at the point of connection to the job site. 4. Vendor shall be responsible for obtaining all water from the City of Fort Worth Water Department, including, but not limited to, any necessary temporary water meters, if usage of water from nearby fire hydrants is anticipated. E. Vendor's Duties Re2ardin2 Demolition 1. By submitting a bid for a Purchase Order, Vendor agrees and acknowledges that it is the operator of a demolition activity, under the definition of "Owner or operator of a demolition or renovation activity" in 40 C.F.R. § 61.141. 2. Upon receipt of a demolition Task Order, Vendor shall obtain all necessary permits, including, but not limited to, the City's wrecking/razing permit, from the City's Development Services Department to demolish any structures. Vendor may apply for permits electronically through Accela or Non -Exclusive Vendor Services Agreement Page 16 of 18 Garrett Demolition, Inc. in person at Fort Worth City Hall, located at 100 Fort Worth Trail, Fort Worth, TX 76102. 3. Vendor shall maintain the work area in a manner that will control all demolition debris from becoming windblown and/or migrating from the work area during and after working hours. 4. Vendor shall clean and remove all remaining furniture, household furnishings, building materials, tires, debris, trash, rubbish and any other solid waste from the premises. Vendor shall recycle or dispose these materials at a facility or landfill approved to accept such waste. 5. Vendor shall maintain proper safety fencing, as needed, and also provide for adequate signage, barricades, traffic cones, and "flagmen" during the course of the project when heavy traffic will be leaving or entering the site. i. Temporary safety fencing shall be a heavy-duty, diamond- link mesh, orange, high density polyethylene safety or security fencing that will withstand substantial weather -related stresses. 6. Vendor shall use site material, if available, or clean fill from an approved source to fill any holes in the terrain resulting from any of the above work, and grade the entire lot, ensuring that low areas are filled to prevent the pooling of water. F. Vendor's Duties Re2ardin2 Asbestos Abatement 1. Before any site disturbance, Vendor shall implement stormwater Best Management Practices (BMP's), if applicable. These may include, but are not limited to, the following: the use of silt fencing, rock check dams, mulching, erosion control blankets, curb and inlet protection devices, sediment traps, sediment basins, and/or stabilized construction entrances and exits. 2. Vendor shall use applied water to the structure prior to and during the demolition process, including loading of debris so as to prevent fugitive dust emissions from leaving the project site in accordance with the provisions of NESHAP. 3. Vendor shall abate all RACM from all regulated structures. 4. Vendor shall dispose all debris generated from the removal of RACM as asbestos -containing waste and transport it to facilities registered with the USEPA and TCEQ for disposal. 5. Each abatement worker, as required, shall have and maintain the appropriate current TDSHS abatement worker license and a current abatement worker certificate from a certified TDSHS abatement training provider. 6. Vendor's on -site personnel shall have current medical surveillance and respirator fit test, as outlined by OSHA and as required by TDSHS for maintenance of individual licensure. Non -Exclusive Vendor Services Agreement Page 17 of 18 Garrett Demolition, Inc. EXHIBIT B Contractor Bid Response RFQ-0080 PO Box 633, Burleson, TX 76097 - Office (817) 426-0082 - Fax (817) 426-2307 www.qarrettdemolition.com RFQ-08 ATTACHMENT STATEMENT OF PROPOSAL ITEM 4-a_Company Overview i. Garrett Demolition, Inc PO Box 633, Burleson, TX 76097 Form of Business Organization: Corporation Year Founded: 2005 as Garrett Excavation & Demolition and Incorporated in 2009 as Garrett Demolition, Inc. A total of 20 years in business. Bradley J Garrett, President April Collmar, Secretary I Treasurer ii. Hours of Office Operation: Monday -Friday 8AM — 5PM Phone Number: 817.426.0082 Fax Number: 817.426.2307 iii. Executive Summary: Garrett Demolition, Inc., a Texas Corporation, is an individually owned and operated small business that has been serving the demolition and construction industry for over 20 years. We are active members of the National Demolition Association, Associated General Contractors of America, Better Business Bureau with Accredited Status, Burleson Area Chamber of Commerce, and the National Association of Women in Construction. Our company provides the benefit of a stable environment with exceptional control over workflow processes. Garrett Demolition has a strong history of success meeting and exceeding customer needs while maintaining the highest possible standards for safety and quality. Garrett Demolition will be able to perform the scope of work in a manner that is safe and efficient. We also have an extensive fleet of excavators with state-of-the-art hydraulic attachments that are fitted with a "quick release" system so we can switch between buckets, hammers, magnets, etc. in seconds and not minutes saving time along with our fleet of tractor -trailers for material transport. Moreover, we have never failed to successfully complete any contract within the expected time frame. Additionally, Garrett Demolition has no record of citations, violations, or non-compliance on the job site or administratively. Our office staff is well trained and has adequate experience with handling all aspects of the administrative requirements associated with federally funded projects such as certified payroll, M/WBE reporting, asbestos abatement and demolition requirements. We also ensure that our estimators, project managers, site supervisors and crews stay up to date on the most current requirements of the TDSHS, TCEQ, OSHA, as well as all other local, state, and federal regulations. Holding a position as one of the annual contractors with the city for the last 16 years gives us a complete understanding of the commitment and requirements that are present for each and every project. We are also well aware of the communications that must had, and the respect required for each property owner and property that we work on, as present in the RFCs. Though our competitors are highly qualified and skilled, we feel we are the best candidate for the annual contract opportunity. ITEM 4-b Personnel & Staff Overview i. & ii. Please see attached our Company Organization Chart and Resume' ITEM 4-c_Experience in Demolition Services and Asbestos Abatement Services i. Garrett Demolition has been successfully completing demolition and abatement projects for 20 years. With our highly trained and qualified management, support staff, supervisors, and field team we have the ability to coordinate the execution of abatement and demolition concurrently. A portion of our management staff training is committed to knowing and understanding TDSHS, city, state, and federal guidelines. Though this knowledge is paramount, it doesn't mean much if you don't partner with an abatement contractor that has the same values and work ethic. That is why we only partner with the most reputable abatement contractors. We've completed projects for the City of Fort Worth, City of Arlington, City of Carrollton, City of Lake Worth, Trinity Regional Water District, multiple Independent School Districts throughout the metroplex, and many more governmental agencies. Please see attached our Past Completed Projects. ITEM 4-d_Approach to Perform Services i. Based on our past experience working with the City of Fort Worth, we have a strong understanding of project expectations. Every project will be completed as outlined in presented RFC and within the timelines given. ii. All materials generated from demolition will be segregated between C&D material and recyclable materials, i.e. concrete, stone, etc. Once segregated, the material will be loaded into tractor -trailers and C&D will be taken to an approved landfill and all other materials will go to a recycling facility. iii. Please see attached our equipment schedule. iv. 3 crews-2-3 operators per crew. v. Certifications: include copies of appropriate company licenses, certifications, and registrations such as, but not limited to, the following: Can provide OSHA training and other safety certifications for demolition management team however, specific requested licensing is not applicable to demolition. Requested licensing is for a consulting company which holds a different annual contract, and those services are provided by the city, However, If/when a subcontracting opportunity arises for asbestos abatement, all licensing, required for abatement companies, supervisors and workers can be provided at that time. ITEM 4-e Davis -Bacon Act L Projects that required Davis -Bacon Act weekly payroll reporting are as follows: just to name a few 1-35W Expansion Project —North Section 1-35W Expansion Project —South Section 1-35E Express Lane Expansion Project TSTC_Airport Road Abatement & Demo TSTC_Demolition of 198 structures project TCU_Multiple Residential & Commercial Abatement & Demo Projects TRWD_Multiple Abatement & Demo Projects "This requirement is a common requirement with a vast majority of our larger projects so it's something we do on a weekly basis as it stands. Meeting this requirement is not a problem at all. ITEM 4-f_Health and Safety Plan L The current safety procedures concerning all employees, crew makeup, and equipment proposed under this solicitation. Please see attached the Overview of Safety & Emergency Action Plan. Full General Health & safety Policy can be provided upon request as it is over 65 pages. Please refer 4-d iii & iv attachments for crew makeup and equipment schedule. ii. Any OSHA exceptions or citations issued to the Proposer in the preceding three (3) years. NONE iii. Contractor's OSHA Incident Rate for the most recent two (2) years. EMR: 2023-2024 .67 EMR: 2024-2025 .66 Please see attached EMR letters iv. Current standing with the Texas Department of State Health Services (TDSHS). Good Standings —No Citations v. Any TDSHS Incidents for the most recent five years. No vi. Sample of written work plan including abatement methods and equipment. Please see attached Example Work Plan vii. Written compliance plan including health and safety plan and respiratory plan. Please see attached Example Work Plan and Emergency Action Plan for health and safety. For the respiratory plan, our operators work from an enclosed cab, so they are not exposed to high levels of dirt or silica but in the event we have labors on site they are provided with adequate mask and material is kept wet to help eliminate dust and silica emissions. If abatement is involved, mask requirements are dictated by the consultant and their written specifications. viii. Waste Transporter and Disposal site information. For C&D or recyclable materials generated from demolition, Garrett Demolition will be the transporter and materials will go to a TCEQ/EPA landfill or a recycling facility. When abatement is part of the project, the abatement contractor will provide ACM material transport by a licensed transporter to a landfill that has the proper permitting by TCEQ/EPA. ix. Identification of OSHA air monitor for OSHA monitoring personnel. Not applicable to demolition, provided by abatement contractor and or consultant. x. Copies of all outstanding and resolved Notice of Violations issued to the Contractor by the Texas Department of State Health Services (TDSHS) for the last five (5) years. None xi. Copies of any violations issued by the Texas Commission on Environmental Quality (TCEQ) within the last five (5) years for any illegal dumping of hazardous asbestos waste. None ITEM 4-b Personnel & Staff Overview ATTACHMENT Garrett Demolition, Inc Project Organization Chart RFC Point of Contacts: Brad Garrett: 817-999-5246 brad@garrettdemo.com Melinda Bee: 811 melinda@garrettc Bradlev J Garrett Responsible forall contractual agreements, inclusive of change orders. Implements Quality Control Procedures and Health and Safety Plan. Responsible for the actual performance of the work, evaluating and implementing the agreed upon project approach and methodology. Ensures Client is satisfied with project during the execution of the contract and works with April Collmar and Melinda Loughery to correct any administrative issues with Client. April Collmar Responsible forcontractual agreements, execution of change orders, contract document preparation, billing, certified payroll, and MWBE reporting Brad Garrett I Melinda Bee (Position is currently open) Responsible forproject estimating, contract negotiations, assisting project supervisor in quality control, project planning, work plans, project scheduling and enforcing Health and Safety Plans. Melinda Bee Responsible forobtaining permits, insurance certificate requests, file maintenance, line locates, filing TDSHS notifications, coordinating subcontractors, negotiating change orders, over sees site supervisors and field workers to ensure that the project is completed on schedule, safely and within budget. Also responsible for project Safety Plans and procedures. Andrew Stewart Responsible forthe actual performance of the work. Works directly with the Site Supervisorand Client Representative to ensure the contract is executed in strict accordance with the specifications and plans. Maintains the progress of the project and field workers. Martin Espinosa Responsible forthe actual performance of the work. Works directly with the Site Supervisorand Client Representative to ensure the contract is executed in strict accordance with the specifications and plans. Maintains the progress of the project and field workers Field Workers Is selected on a per -project basis, in accordancewith the scope that best suits the workers experience. All workers are responsible forimplementing correct procedures in the performance of the Scope of Work. ITEM 4-b Personnel & Staff Overview ATTACHMENT Company Resume Management Team Bradley J Garrett President 2005 — Present Garrett Demolition, Inc President • Played key role in start-up of Garrett Excavation & Demolition, overseeing project management, policies/procedures, business development, licensing, insurance/bonding and operational cost control. • Deliver exceptional multiple sub -contractor coordination. • Oversee all facets of organizational activities • Sucessfully establish, manage highly positive relationships with key clients. • Deliver insightful project estimates for all projects. • Oversee estimation/management of turn -key projects involving demolition and asbestos abatement. • Administer effective operations in safety, quality control and scheduling. • Coordinate/prioritize assignments to sub -contractors. • Negotiate, draft and execute contracts. • Facilitate exceptional personnel training/staff development. • Duties include the estimation, contractual negotiation, complete management and oversight of demolition and asbestos abatement projects. Review project scope of work, formulate work plans and schedules with jobsite superintendents and foremen to ensure budgets are maintained and coordinate logistics of labor, consumables and equipment. • Work with clients in the negotiation of change orders. • Coordinate subcontractors, waste tracking, conforming to scope of work, maintaining construction schedule, tracking progress and job cost. • Trains employees in safe work practices through "hands on" means and "Demolition Safety Talks" held each morning prior to the commencement of work. • Operation and maintenance of heavy equipment inclusive of front end loaders, bulldozers, excavators, bobcats, mini - excavators and graders. • Enforce Health and Safety Policy procedures. • Ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, TCEQ, and OSHA. 1997- 2006 Garrett Development Group, LP / Gold Star Homes of Texas Management Partner / Construction Manager • Recruited to oversee all facets of organizational activities involved in relation to the construction of residential homes. • Sucessfully established, managed highly positive relationships with key clients. • Administer effective operations in safety, quality control and scheduling. • Coordinate/prioritize assignments to sub -contractors. • Negotiate, draft and execute contracts. • Facilitate exceptional personnel training/staff development. • Coordinate and oversee all punch list activities. • Maintain construction schedule, tracking progress and job cost. • Enforce Health and Safety policy procedures. • Oversee land acquisition and land clearing for new residential construction Certificates and Traininq • OSHA 10 & 30 Hour • CPR • Asbestos Safety Garrett Demolition, Inc I PO Box 633 1 Burleson, Texas 76097 817-426-0082 office 1 817-426-2307 fax Company Resume Management Team April Collmar Operations Manager 2005 — Present Garrett Demolition, Inc Operations Manager • Played key role in start-up of Garrett Excavation & Demolition overseeing project estimating, payroll, accounts payable, accounts receivable, contract and document preparation, coordinating, record and bookkeeping, business development, and quality control. • Successfully establishes and manages positive relationships with key clients. • Delivers insightful project estimates and work plans for all projects. • Oversees the estimation I management, scheduling and quality control of turn -key projects involving demolition and asbestos abatement. • Negotiate, draft and execute contracts. • Duties include the estimation, contractual negotiation, complete management and oversight of demolition and asbestos abatement projects. Review project scope of work, formulate work plans and schedules with superintendents to ensure budgets are maintained. • Work with clients in the negotiation of change orders. • Maintain construction schedule, tracking progress and job cost. • Helps enforce Health and Safety Policy procedures. • Helps ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, TCEQ, and OSHA • Oversee and manage all operations on the administrative end 2001 — 2006 Garrett Development Group, LP I Gold Star Homes of Texas Office Manager & Human Resources Specialist • Duties included payroll, accounts payable, accounts receivable, contract and document preparation, coordinating, record and book keeping, human resources, business development, and quality control. • Maintain construction schedule, tracking progress and job cost. • Successfully establish and manage positive relationships with key clients. • Help enforce Health and Safety Policy procedures. • Coordinate sub-contractorjob scheduling. • Attend closings on behalf of owner. • Coordinate pre -construction meetings with buyers. • Manage, maintain, and resolve all residential home warranty issues. Garrett Demolition, Inc I PO Box 6331 Burleson, Texas 76097 817-426-0082 office 1 817-426-2307 fax Company Resume Management Team Melinda Bee Project Manager 2011 — Present Garrett Demolition, Inc Proiect Manager • Plays a key role in reading, understanding and deciphering project plans in order to assist estimator in accurately and competitively bid projects. • Works with clients in the negotiation of contracts and change orders. • Successfully establishes and manages positive relationships with key clients. • Development of work plans for all projects. • Assists in overseeing the management and field quality of projects involving demolition and asbestos abatement. • Duties also include the contractual negotiation, and oversight of demolition and asbestos abatement projects. • Reviews project scope of work, formulates work plans and schedules with superintendents to ensure budgets are maintained. • Attend pre -construction meetings, progress meetings, conduct site visits, safety compliance and verification • Maintain construction schedule, tracking progress and job cost. • Helps enforce Health and Safety Policy procedures. • Helps ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, TCEQ, and OSHA • Also is responsible for project coordination, obtaining permits, processing certificate of insurance request, verifying and coordinating utility kills, line locates for all projects, maintaining project files and all project documentation, filing TDSHS 10 Day notification forms and making sure all required project forms are on site. 1998 — 2010 Albertson's Division Manager Trainee • Assisted the Corporate Office in the design, layout and equipment of bakery departments in new stores and remodels. Assisted in reviewing blue prints during new builds and remodels ensuring design, layout and equipment were according to plans. • Responsible for overseeing day to day operations in multiple bakeries, review of profit and loss statements, conducting and/or reviewing of monthly inventories, scheduling and employee relations. Certificates and Traininq • OSHA 30 Hour • Demolition Safety • Asbestos Safety • Silica Dust Safety in Construction • CPR Garrett Demolition, Inc I PO Box 633 1 Burleson, Texas 76097 817-426-0082 office 1 817-426-2307 fax Company Resume Management Team Charles Andrew Stewart Project Foremen / Site Supervisor/ Equipment Operator 2017 — Present Garrett Demolition, Inc Proiect Foreman / Site Supervisor / Equipment Operator • Successfully establishes and manages positive relationships with key clients. • Assist with delivering insightful project work plans on projects. • Assists with the management, scheduling, and quality control of projects involving demolition and asbestos abatement. • Duties include managing daily completion of residential, commercial, and industrial projects, heavy equipment operator, complete management and oversight of demolition and asbestos abatement projects. Review project scope of work, formulate work plans and schedules with Project Manager and/or Client to ensure budgets are maintained. • Reading, understanding and communicating extent of work as laid out on demolition plans or within written demolition scope of work to field crews. • Communicating with Mr. Garrett and trucking dispatcher to ensure enough trucks are scheduled to keep debris removed from project site. • Completion of daily project forms including but not limited to: Daily Field Reports, JHA's, JSA's, Equipment Check list and more, as required per project. • Maintain construction schedule and tracking progress. • Overseeing subcontractors to ensure completion of specific scope of work. • Communicating with Mr. Garrett and other Key personnel on status of projects, subcontractor work, and daily activities to ensure project stays on or ahead of schedule. • Helps enforce Health and Safety Policy procedures. • Helps ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, TCEQ, OSHA, and EPA 2/2014 — 712017 Lindamood Demolition Site Supervisor/Equipment Operator • Assisted with the management, scheduling, and quality control of projects involving demolition. • Duties include managing daily completion of residential and commercial projects, heavy equipment operator, complete management and oversight of demolition projects. • Review project scope of work, formulate work plans and schedules with Project Manager and/or Client to ensure budgets are maintained. • Maintain construction schedule and tracking progress. • Helps enforce Health and Safety Policy procedures. • Helps ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, OSHA, and EPA Mr. Stewart began as an equipment operator demolishing buildings and site improvements along with segregating material, loading trucks, doing final property grades. At completion of projects it was his responsibility to communicate with his supervisor to walk the project, review plans or scopes and verify project was completed. Certificates and Training • OSHA 30 Hour • CPR • Asbestos Safety Garrett Demolition, Inc I PO Box 633 1 Burleson, Texas 76097 817-426-0082 office 1 817-426-2307 fax Company Resume Management Team Martin Espinosa Site Supervisor/Equipment Operator 2005 — Present Garrett Demolition, Inc Site Supervisor/Equipment Operator • Assists with the management, scheduling, and quality control of projects involving demolition and asbestos abatement. • Duties include managing daily completion of residential, commercial, and industrial projects, heavy equipment operator, complete management and oversight of demolition and asbestos abatement projects. Review project scope of work, formulate work plans and schedules with Project Manager and/or Client to ensure budgets are maintained. • Reading, understanding and communicating extent of work as laid out on demolition plans or within written demolition scope of work to field crews. • Communicating with Mr. Garrett and trucking dispatcher to ensure enough trucks are scheduled to keep debris removed from project site. • Completion of daily project forms including but not limited to: Daily Field Reports, JHA's, JSA's, Equipment Check list and more, as required per project. • Maintain construction schedule and tracking progress. • Overseeing subcontractors to ensure completion of specific scope of work. • Communicating with Mr. Garrett and other Key personnel on status of projects, subcontractor work, and daily activities to ensure project stays on or ahead of schedule. • Helps enforce Health and Safety Policy procedures. • Helps ensure compliance with regulations, procedures and specifications in accordance with Texas Department of State Health Services, TCEQ, OSHA, and EPA Certificates and Training OSHA 30 Hour CPR Asbestos in Construction Garrett Demolition, Inc I PO Box 633 1 Burleson, Texas 76097 817-426-0082 office 1 817-426-2307 fax ITEM 4-c_Experience in Demolition Services and Asbestos Abatement Services ATTACHMENT SAMPLE OF PAST PROJECTS COMPLETED Owner: Trinity River Vision Authority Contact: Jenna Brummett Phone: 817-698-0700 Project Description: Abatement and Demolition of the former McKinley Iron Works Facility Contract Amount: $ 246,256.50 Completion Date: January 2016 SAMPLE OF PAST PROJECTS COMPLETED Owner: Springhill Suites Contractor: Arch -Con Project Description: Asbestos Abatement and Demolition of the former Wells Fargo Wedge building located in the Fort Worth Stockyards. Demolition included the removal of underground basement, former underground teller tunnels and removal of site pavement to make way for the new Springhill Suites Hotel. The structure was a 5-story building demolished using our High Reach Excavator, so some demolition work required road closures due to the building being so close to main street. Contract Amount: $ 452,501.00.00 Completion Date: August 2016 SAMPLE OF PAST PROJECTS COMPLETED Owner: Dallas ISD Contact: Eddie Jasso Phone: 972-925-7237 Project Description: General Contractor overseeing the demolition of the Carver Learning Center and Dallas Environmental Science Academy (DESA) Schools, which included removal of underground crawlspaces, piers, all associated flat -work, some parking areas, capping of utilities, SWP3 preparation, inspections, installation of erosion control devices and turf establishment. Also included NESHAP Compliant Demolition of moisture barrier discovered after demolition began. We were responsible for all safety documents, JHA's, project status updates, coordination of all subcontractors. Contract Amount: $ 680,733.00 Completion Date: December 2018 SAMPLE OF PAST PROJECTS COMPLETED DESA Photos T�- � -4 Carver Photos SAMPLE OF PAST PROJECTS COMPLETED Owner: NewQuest Properties Contact: Seth Boots Phone: 281-477-4339 Project Description: General Contractor overseeing the demolition of the Former AC Molding Plastic Plant Facility which included removal of six story industrial building, basement, underground parking garage, piers, industrial tanks, all associated flat -work, parking areas, capping of utilities, SWP3 preparation, inspections, installation of erosion control devices and turf establishment. Also included NESHAP Compliant Demolition of moisture barrier discovered after demolition began. We were responsible for all safety documents, JHA's, project status updates, coordination of all subcontractors. Contract Amount: $ 532,200.00 Completion Date: June 2019 W 14-1e*a.�•, SAMPLE OF PAST PROJECTS COMPLETED Owner: Taylor County Contact: Scott Henderson Phone: 325-738-8602 Project Description: Abatement and Demolition of 1931 Taylor County Jail. General Contractor overseeing the abatement and demolition of the Former 1931 Taylor County Jail which included removal of 5 story jail facility, basement, piers and all associated flat -work, import and compaction of fill dirt to bring basement void back to existing grade, capping of utilities, and installation of erosion control devices. We were responsible for all safety documents, JHA's, project status updates, coordination of all subcontractors. Contract Amount: $ 345,025.00 Completion Date: August 2020 4e • . MAI A m'. ITEM 4-d Approach to Perform Services —Section iii. ATTACHMENT 12005 Peterbilt 12000 Peterbilt 12004 Peterbilt 12011 Kenworth 12009 Kenworth 12009 Peterbilt 2005 Peterbilt 2007 Trail King Lowboy Trailer 12015 PJ Lowboy Trailer 12016 Trailboss Lowboy Trailer 12018 Aspen Heavy Haul Lowboy Trailer Jeep Attachment Booster Attachment 12024 Atoka SD352-1001-V480 Lowboy Trailer 12013 CTS Round Bottom End Dump 12013 CTS Round Bottom End Dump 12004 Hilbilt Round Bottom End Dump 12017 CTS Round Bottom End Dump 12017 CTS Round Bottom End Dump 12019 CTS Round Bottom End Dump 12016 CTS Trash End Dump Trailer 12009 Steco Trash End Dump Trailer 12018 CTS Trash End Dump Trailer 12019 CTS Trash End Dump Trailer 12019 CTS Trash End Dump Trailer 12019 CTS Trash End Dump Trailer 2019 CTS Trash End Dump Trailer 2011 Ford F-350 12018 Ford F-550 12019 Chevy Colorado 12019 Chevy Colorado 12019 Ford F-250 12019 Ford F-450 12018 Chew Colorado 2013 Bobcat S750 Skid Steer Loader 2012 Bobcat S650 Skid Steer Loader 2024 JD John Deere 3 3 1 G Track Loader 2024 JD John Deere 3 3 1 P Track Loader 2007 Caterpillar 330 DL Hydraulic Excavator 2011 JD 290 GLC Hydraulic Excavator 2017 JD 245 GLC Hydraulic Excavator 2015 JD 380 GLC Hydraulic Excavator 2017 Volvo EC480EHR Hydraulic Excavator with High Reach Boom 2019 Volvo ECR355E Hydraulic Excavator 2019 Volvo EC380E Hydraulic Excavator 2015 JD 470 GLC Hydraulic Excavator 2022 Volvo EC380E Hydraulic Excavator 2022 JD 245G Hydraulic Excavator **we have multiple attachments including buckets, hammers, claws, and sweepers just to name a few ITEM 4-f Health and Safety Plan —Section ill. Contractor's OSHA Incident Rate for the most recent two (2) years. ATTACHMENT om October 16, 2023 Garrett Demolition, Inc. 10705 County Road 1020 Burleson, TX 76028 RE: Experience Modifier Rate r� Insperit - HR that Makes a Difference" You have requested us to provide you with the Experience Modifier Rate for your company, a client company of a Professional Employer Organization. The effective date and the Experience Modifier Rate are as follows: 10/01/23 to 10/01/24 is .67 If you have any further questions, please contact the NCCI toll free number at 800-622-4123 to confirm this information. Thank you. Sincerely, Tim Ogata Senior WC Compliance Coordinator, Property & Casualty inspenty_com r� �0 Insperity HR that Makes a Difference" February 12, 2025 Garrett Demolition, Inc. 10705 County Road 1020 Burleson, TX 76028 RE: Experience Modifier Rate You have requested us to provide you with the Experience Modifier Rate for your company, a client company of a Professional Employer Organization. The effective date and the Experience Modifier Rate are as follows: 10/01/24 to 10/01/25 is .66 If you have any further questions, please contact the NCCI toll free number at 800-622-4123 to confirm this information. Thank you. Sincerely, Tim Ogata Senior WC Compliance Coordinator, Property & Casualty inspenty.com FORT WORTH, I CITY OF FORT WORTH -ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) 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 Iocal governmental entity (i.e. City of Fort Worth) must disclose in the Conflict of Interest Questionnaire Form "CIQ" the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the City of Fort Worth 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 a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at https://www.ethics.state.tx.us/forms/conflict/ 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 the Proposer name in # 1, and use N/A in each of the areas on the form. However, a signature is required in the 97 box in all cases. FORT WORTH- CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This Questionnaire reflects chamgpa made to the Ina by H.O. 23, Bath Leg.. Regular Session OFFICE USE ONLY This questionnaire is berg filed in accordance with Chaplw 176. Loral Gommmanl C06D. by a vendor who Oro Receme has a bLismass relationship as defined by Section 176,00vi-ai with a local govommentai amity and the vandof meets requeemonts under Section 176,0061a1 By law this gAmhorviarre must be filed with the records administrator of Cie local governmental eritib not later Man [tw 71h busiriess day after the date the vendor becomes aware of taps that require the statement to be hied_ Sep Seebon 176.tte6fa.0. Lod Govertrriem Code. A vendor correrits an offense it the vendor knowingly violates Sedron 176.006, Local Government Code- An atlerde udder this sac[= is a n swmgww J Name of vendor who has a business refatlonshlp with local govemmanlal entity. Garrett Demolition, Inc J t;fleck fide bee My- sect MM ert updflp to I pwvleusfy filed questionrial ra. (The law requrros that you file an updaled eompfeted quest*nnsif* with the appropriale filing autfi0mty no: later than me 7th business day after the date on which you became aware that the originally filed questionnaire was incomplate or maocurate.) .J Name Of local government officer about whom the information is being disclosed_ Name of Officer J Describe each employment or other business relationship with the local goverrimem officer. or a family member of the Officer. as described by Section 176.OM&)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 for each employment or business relationship described. Attach addllional pages to this Form CIO as necessary. A. Is the local governmem officer or a family member of the officer receiving or likely to recerve taxable income. other than investment income. from the van ton Yes a No $. Is mo vendor receiving or likoty to receive taxablo income, other than "vestment income. from or at V* direction of the total govemmont officor or a family member of the officer AND the taxable "come is not received from the local govommontal entity? Yes F-1 No ?1 Describe each employment or business relationship that the vendor named In Section t maintains with a corporation or Other bustriess 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 ❑Chock ox duo bN the vwtdor has given Nov k=t gwwnmont officer or a famiy membe of ftw offiew ono or Moro gift as donattiod in Sachem 176.003(a)(2)(B). exckxfng gifts described in Secpon 176.003(a-1). 7, a79 >� a 03/03/2025 ha t' wsm the gorprnrnantai ar* Date - Form UrovidM pY Tgxas Et fCS Gomrrnssron wriw.ethres.state.tx_us F wOwd 111✓3021 FORT WORTH CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at htWlwww. statutes.legis.state.tx.usl Doc:s/LG.'htm'LG17G.htm. For easy reference, below are some of the sections cited on this form. Local GovemrnentCode 6 176.001(1-a): "Business relationship' means a connection between two or more parties based on commercial activity alone of the parties The term does not include a connection based on: fA) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (8) a transaction conducted at a price and subject to terms available 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 examination by, and reporting to, trial agency_ Local Govemment Code 4176.003(aX9AA) and(B): ta) A local government officer shall file a convicts disclosure statement with respect to a vendor it: (2) thevendor. (A) has an employment or other business relationship with the focal government officer or a family member of the officer that results to the Officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed, or (f)) the local governmental entity is considering entering info a contract with the vendor. (8) has given to the local government officer or a family member of the officer one or more gifts trial 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 (n) the local governmental entity is considering entenng into a contract with the vendor_ Local Governmem Code k 176.006(a) and (a-1I raj Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a focal governmental entity and: (1) has an employment or other business relationship with a local government officer of that local govemmentat entity, or a family member of the officer, described by Section 176.D03(a)(2)(A): (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176 003(a)(2)(B), excluding any gm described by Section 176.003fa-1), or (3) has a family relationship with a local govemment officer of that local governmental entity. (a-1) The completed Conflict of interest questionnaire must be filed with the approonate 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 govemmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids. correspondence. or another writing related to a potential contract with the local govemmenta) 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 vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer Form provided by Texas Ethics Comvmsw WWW ethics.stare.Mus Rwsed III,=' FORT WORTH CITY OF FORT WORTH ENVIRONMENTAL SERVICES DEPARTMENT 100 FORT WORTH TRAIL FORT WORTH, TEXAS 76102 REQUEST FOR QUALIFICATIONS CITY DEMOLITION SERVICES RFQ: 25 - 0080 Legal Name of Respondent: Garrett Demolition, Inc DB/A Name of Respondent: Garrett Demolition. Inc City of Fort Worth Peoplesoft Bidder/Supplier ID or Federal 1D Number (TIN):--27-09271 R 1 Address: Pn Rnx 631 Rnrlecnn TX 76097 Name of the Authorized Representative: Bradley d Garrett Title: President The undersigned, by his/her signature, represents that he/she is submitting a binding Proposal 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 for this RFQ and agrees to be bound by the terms therein. The undersigned agrees if the Statement of Qualifications is accepted, to furnish any and all items and/or services upon which prices are offered, at the price(s) and upon the terms, conditions, and scope/specifications contained in this RFQ. Signature of the Authorized Representatives Email: brad@garrettdemo.com please cc: Phone. 817-426-0082 rnelinda@garrettdemo.com Name of Contact Person 1: Bradley J Garrett Title of Contact Person 1: President Email: brad@ aarrettdemo.com Phone. 817-426-0082 Name of Contact Person 2: Melinda Bee Title of Contact Person 2: Proiect Manager Email: melinda@garrettdemo.com Phone: 817-426-0082 Name of Contact Person 3: April Collmar Title of Contact Person 3: Secretary / Treasurer also AP/AR Email: april@garrettdemo.com Phone: 817-426-0082 Please answer each question below: Will the agreement be available for Cooperative Agreement use? Yes X No Prompt Payment Discount Terms: NA Percent NA Days (i.e. 3% Net 15, etc.) Form 201 (Revised 1/06) Return in duplicate to: Secretary of State P.O. Box 13697 Austin, TX 7871 1-3697 512 463-5555 FAX: 512/463-5709 Filing Fee: $300 'A M_d�< - Certificate of Formation For -profit Corporation This space reserved for office use_ 1FILED in the Office of the Secretary of Stat- of TexA- Corporations Section IArticle I — Entity Name and Type The filing entity being formed is a for -profit corporation. The name of the entity is: GARRETT DEMOLITION, INC. The name must contain the word "corporation." "company; "incorporated." "limited" or an abhncviation of one of nccx terms. Article 2 — Registered Agent and Registered Office (Select and complete VjW A or n and complete C) ❑ A. The initial registered agent is an organization (cannot he entity named above) by the name of: OR - — m B. The initial registered agent is an individual resident of the state whose name is set forth below: BRADLEY J GARRETT Fvxi .Name M. i Law Name Suff- C. The business address of the registered agent and the registered office address is: 312 FAITH CT BURLESON TIC 76028 Street Address" c7ty Slate Zip Code Article 3 — Directors (A minimwn of 1 director is required.) The number of directors constituting the initial board of directors and the names and addresses of the person or persons who are to serve as directors until the first annual meeting of shareholders or until their successors arc elected and qualified are as follows: Director I + BRADLEY J GARRETT First Name M.1. Last Name I Suffix j P. O. BOX 633 Streer ar Mailing Address BURLESON _ TX City state Form 201 4 76097-0633 USA Zip Code Counin< Director 2 APR- M ICOLLMAR f First Name M.1. Last Name Su/fix P. O. BOX 633 BURLESON TX 76097-0633 USA f Street rx Mailing Address City .Stare Zip Code Country I Director 3 NIA I First Name M.1. tau Name Sy�rr Street or Mailing /fddress city Store ?,lpCode Couttlry l Article 4 — Authorised Shares f (Provide the number of share in the space below, then sctcat option A yj option B, do not select both) 1 The total number of shares the corporation is authorized to issue is: 1,000 ❑ A. The par value of each of the authorized shares is: $1.00 OR ❑ B. The shares shall have no par value. If the sh=s art• to be divided into classes, you must sct forth the designation of each class, the number of shares ofeach class. the par value (or statement of no par value), and the preferences, limitations, and relative rights oreach class in the space provided for supptemcntal information on this form. Article 5 — Purpose The purpose for which the corporation is formed is for the transaction of any and all lawful business for which a for -profit corporation may be organized under the Texas Business Organizations Code. Supplemental Provisions/Information ! 'text Arta: lllrc attached addendum. if any, is incorporated herein by refcrencc.l 1 Fonn 201 5 Organizer The name and address of the organizer: BRADLEY J GARRETT Name - - P. O, BOX 633 BURLESON TX 76097-0633 Street or Mailing Address CitV Stale Zip Cade ( Effectiveness of Filing (Select cilher A, B. or C.) A. This document becomes effective when the document is filed by the secretary of state. 13. ❑ This document becomes efTective at a later date, which is not more than ninety (90) days from the date of signing. The delayed effective date is: C. ❑ This document takes effect upon the occurrence of future event or fact, other than the passage of time. The 90`n day after the date of signing is: The following event or fact will cause the document to take effect in the manner described below: Execution The undersigned signs this document subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument. Date: Signat4of organizer Form 20 t 6 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT REFERENCE SHEET Respondent shall furnish the following information with their Statement of Qualifications, for at least three (3) recent clients/customers to whom subject services were provided that are similar to the requirements stipulated in this RFQ. 1. Company's Name: City of Fort Worth -Code Compliance Name of Contact: Jason Pittman Title of Contact: Senior Code Officer Code Compliance Department Address: Fort Worth Code Compliance Office Phone No. 817-994-4385 Email: Jason.pittman(cr�,fortworthtexas.gov Type of Services Provided: Demolition of various commercial and residential structures aloniz with abatement when reauired. during our Annual Demolition Services Contract with the City of Fort Worth, since 2011. 2. Company's Name: City of Carrollton Name of Contact: Cynthia Arias Title of Contact: City of Carrollton Pollution Control Coordinator Address: 1945 E. Jackson Road, Carrollton, Texas 75006 Phone No. 972-466-3059 Email: cynthia.arias(abcityofcarrollton.com Type of Services Provided: Abatement and demolition of multiple commercial and residential structures including foundations, all associated flat -work, pavement, filing TDSHS 10 Day Notification forms, pulling required demolition permits, utility kill verifications, installation of erosion control measures, Design and implementation of SWPPP along with TCEQ filings and inspections 3. Company's Name: Gallagher Construction Services Name of Contact: Jenna Brummett Title Of Contact: Project Manager Address: 3501 Token Dr #100, Richardson, TX 75082 Phone No. 817-718-1876 Email: jrummett@gallaghertx.com Type of Services Provided: Asbestos abatement and demolition of multiple parcels as part of the larger development plans for the Trinity River Corridor. Projects included removal of foundations, all associated flat -work including pavement, piers (if present), abandoned underground utilities, preparation and implementation of SWP3, installation of BMPs, site restoration (return to greenfield conditions), obtaining demolition permits, filing TDSHS 10 Day notifications as required by each project PROJECT REFERENCES Citv of Fort Worth Roger Grantham - City of Fort Worth Environmental Management 817-392-8592 roger.Grantham(7a,fortworthtexas.gov Jason Pittman - Senior Code Officer Code Compliance Department - Environmental Quality Division 817-392-2770 iason.pittman(cD.fortworthtexas.gov 200 Texas St., Fort Worth, TX 76102 Abatement and demolition of various commercial and residential structures including indicated foundations, flat -work, filing TDSHS 10 Day Notifications and pulling required demolition permits during our Annual Demolition Services Contract with the City of Fort Worth. Renewed for the 13t" year Citv of Temple Chad Parsons - Assistant Director of Transform Temple 254-298-5994 cvarsons(@templetx.gov Asbestos abatement, structural and site demolition of various commercial projects. Scope of work also included filing TDSHS 10 Day notification forms, pulling required demolition permits, utility kill verifications, installation of erosion control measures, Design and implementation of SWPPP along with TCEQ filings and inspections Citv of Carrollton Cynthia Arias — Code Enforcement 972-466-3059 Cvnthia.arias(cDcitvofcarrollton.com Abatement and demolition of multiple commercial structures including foundations, all associated flat -work, pavement, filing TDSHS 10 Day Notification forms, pulling required demolition permits, utility kill verifications, installation of erosion control measures, Design and implementation of SWPPP along with TCEQ filings and inspections HP EnviroVision Tom Palet - President 972-399-0068 tom(cD.hpenvirovision.com Demolition of formal storage facility for UT Southwestern Medical, NESHAP Demolition of SMU's Olympic pool and underground locker rooms and pump rooms, amongst several other various projects Gallaqher Construction Services Jenna Brummett, Project Manager 817-718-1876 jbrummettna.gallaghertx.com Asbestos abatement and demolition of multiple parcels as part of the larger development plans for the Trinity River Corridor. Projects included removal of foundations, all associated flat -work including pavement, piers (if present), abandoned underground utilities, preparation and implementation of SWP3, installation of BMPs, site restoration (return to greenfield conditions), obtaining demolition permits, filing TDSHS 10 Day notifications as required by each project Tavlor Countv Purchasinq Scott Henderson - Purchasing Agent I AP Director 325-738-8602 hendersons(7a,tavlorcountvtexas.orq Abatement and Demolition of 1931 Taylor County Jail included removal of 5 story jail facility, basement, piers and all associated flat - work, import and compaction of fill dirt to bring basement void back to existing grade, capping of utilities, and installation of erosion control devices. FORTWORTH. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS T EQUITY (M/WBE) RFP Ref. #: 25-0080 I Doc. Ref#: RFP-07 Page 1 of 3 BUSINESS EQUITY (M/WBE) The Business Equity Goal for this RFP is 15.96% Note: If there is no Goal assigned for this RFP, please ignore all Business Equity -related language and related documentation, including this document. If a Business Equity Goal has been established for the RFP: i. Proposers should complete and sign these cover pages (pages 1 & 2 of this document) to confirm their understanding of the Business Equity Goal and related process. ii. Proposers should submit the completed and signed cover pages (pages 1 & 2 of this document) in the Bonfire Portal before the Close Date and Time. iii. Proposers are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 31 business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. iv. All items received through the message function will be appended to the Proposer's response; however, only Business Eouitv documents will be reviewed. Anv attempt to modify any other portion of the bid will not be accepted or reviewed by the evaluation panel or Purchasing Division. V. Failure to submit a preliminary Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at hnps:Hfortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. vi. Proposers must obtain a listing of certified Business Equity Firms from the City's Department of Access and Opportunity Services. The request for listings form can be found on the City's website at https://www.fortworthtexas.gov/departments/diversity- inclusion/business-equity, or email DVIN_BEOffice@fortworthtexas.gov vii. For additional information regarding the Business Diversity Equity Goal, contact the Department of Diversity and Inclusion at (817) 392-2674 or send an email to DVIN_BEOffice@fortworthtexas.gov Legal Name of the Proposer: Garrett Demolition. Inc Name of the Authorized Representative: Bradlev J Garrett Title: President Pagel of 3 FORT WORTH CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref #: 25-0080 1 Doc. Ref#: RFP-07 Page 2 of 3 Signature of the Authorized Representative: Email: brad@earreademo.com please cc: Phone: 817-42 - 082 melinda@garrettdemo.com Note: Please see the Important Information on the following pages. Page 2 of 3 FORT WORTH CITY OF FORT WORTH- PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0090 I Doc. Ref#: RFP-07 Page 3 of 3 Important Information: i. All Proposers shall note that the Business Equity Ordinance No. 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, as detailed below. ii. If a Proposer is certified as a Business Equity Firm, such Proposer can count its self.. performance services towards meeting the Business Equity Goal(s) for the assigned NAICS commodity codes on their MBE or WBE certification. If such a Proposer will not self - perform all of the work, it will be required to provide subcontracting opportunities with certified Business Equity Firms to meet the stated Goal(s). iii. The selected Proposer acknowledges it will present Business Equity Firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and the Women's Business Council Southwest (WBCS) and accepted by the City in order for the participation to be counted towards the established Goal(s). iv. The firms must be located in the Marketplace (Dallas, Johnson, Tarrant, Denton, Parker, and Wise) , or meet the requirements of the City's Significant Business Presence which means a Person (1) which has its principal place of business located inside the Marketplace; or (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. V. Proposers shall submit with their Proposals a preliminary Business Equity Utilization Plan ("Plan") to address how it will comply with the Business Equity Goal(s). At a minimum, the preliminary Plan must certify that the Proposer will comply with the requirements and present evidence of the Proposer's past business diversity procurement practices. vi. Business Equity Firms must be certified at the time the Proposal is submitted, in order for the participation to be counted towards the established Goal. vii. Short-listed firms are required to submit the final Utilization Plan detailing efforts to comply with the Business Equity Goal(s). List of Business Equity Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form Page 3 of 3 FORT WORM, City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: RFO: 25-0080 Business Equity Goal: 15.96 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 numberRF'Q. 25-0080is %. 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, I % 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 Equitv Ordinance #25165-10-2021 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). Ster) 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 Equitv 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 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 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 Equitv 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. Step 2: 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 �20-370 (a) page for requirements of an acceptable Good Faith Effort. 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 (NAILS) 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 all 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 do 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. Nan -compliance. 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. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (MIWBE) 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 (NA1CS) 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 /MSDC), 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 &20-370 (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 agility 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 warninq" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance WO-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 City of Fort Worth FORT WORTH Business Equitv Utilization Form Disadvantaged Business Enterprise Utilization Form !Applicable if Federally -Funded! PRIME/OFFEROWOWNER COMPANY NAME: Garrett Demolition, Inc PROJECT NAME: City Demolition Services PROJECT NUMBER: BID DATE: City's Business Equity Goal: RFQ: 25-0080 03/06/2025 FV (Check if addressing DBE Goal) Check all applicable boxes to describe Not Certified MBE �WBE Prime/Offeror/Owner's Classification: Certifying Agency: ❑NCTRCA []D/FW MSDC �TX DOT FJWBCS Ethnicity: ❑African American Hispanic aCaucasian Asian ❑ DBE ATTACHMENT IA Page 1 of 4 Offeror's Business Equity (or DBE) 15.96 % Commitment: 15.96 % ❑ HUB ❑ VOSB/ ❑Section 3 SDVOSB Other: ❑ Native American Gender: Male OFemale11 Non -Binary 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 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 oroiects, documents will be submitted to the City Project Manaaer if up blicly_ 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 Fort Worth (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 City 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 of 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. 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 reqular 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 reqular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT' WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2of4 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 ADDRESSES OF CONTRACTORSISUPPLIERS Business Name: JD & Son Trucking_Yesenia Address: 18170 Dallas Pkwy, #501 TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: 1 St Trucking/material transport Dallas, TX 75287 Phone: 972-951-5643 NAICS Code: 484220 yesenia@jdandsontrucking.com Contact Person: $ AMOUNT: TBD Business Name: G&N Demolition, LLC Address: 1005 S Uhl Rd Desoto, TX 75115 Phone: 169-628-3796 Email: gary@gandndemo.com Gary Brignon Contact Person: Type of Service/Supplies: Saw -cutting NAI` `3 C°`]`,,: 238990 $ AMOUNT: TBD Business Name: Guaranteed Hydromulch LL( Type of Service/Supplies: Address: 6554 E. Hwy 114 Rhome TX seeding Phone: 76078 Email: 817-488-9528 NAICS C°d,: 561730 Contact Person: tim@guaranteedhydromulch.co $ AMOUNT: TBD "rim Neal Certification Agency Certified By: /FW MSDC IZINCTRCA ❑TXDOT E]WBCS Elother. 1 St Certified By: :]DFW MSDC —1NCTRCA ]TXDOT ❑WIIBCS ]Other: The Twig rompe011e, of Pub11C A�(CPA), Certified By: EIDFW MSDC ZNCTRCA E1TXDOT [:JWBCS Other: Gender and Ethnicity: ❑✓ Male ❑ Female 7 Non -Binary African American a Hispanic Asian Caucasian Native American Male a Female Non -Binary African American ❑ Hispanic Asian Caucasian Native American 1-1 Male a Female Non -Binary African American Asian Caucasian 11 Hispanic Native American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICEWSUPPLIES PROVIDED (NAICS Required) of Service/Supplies: S Code: IOUNT: a of Service/Supplies: :S Code: IOUNT: of Service/Supplies: :S Code: IOUNT: ATTACHMENT 1A Page 3 of 4 Specify Tier Certification Agency Gender and Ethnicity: Name list Tier Certified By: ❑ Male ❑ Female ❑ Non -Binary �]D/FW MSDC ❑African American ❑ Hispanic ❑NCTRCA El Asian ❑TXDOT ❑WBCS ❑Other: ❑Caucasian El Native American Certified By: ❑Male ❑Female ❑Non -Binary ❑DFW MSDC ❑African American ❑Hispanic i ❑NCTRCA ❑TXDOT ❑WBCS []Asian I —]Other: ❑ Caucasian ❑ Native American Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American []Hispanic ❑ TXDOT ❑ WBCS ❑ Asian ❑ Other: ❑ Caucasian ❑ Native Amencan a of ServicelSupplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC _ NCTRCA —]African American ❑Hispanic S Code: _TXDOT ❑WBCS ❑Asian Other: ❑ Caucasian ❑ Native FOUNT: — American Effective 01/01/2021 Updated 02/07/2025 ATTACHMENT 1A Page 4 of 4 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ TBD (SDB not recognized) Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ TBD (based on subcontracting opa Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TBD TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ TBD (based on awarded RFC) The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition 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 change/addition 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. Authorized gnatur6 President Title Garrett Demolition, Inc Company Name PO Box 633 Address Burleson, TX 76097 City/State/Zip Code Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 Bradley J Garrett Printed Signature Bradley J Garrett or Melinda Bee, Project Mari Contact Name and Title (if different) 817-426-0082 Phone Number brad@garrettdemo.com or melinda@garrettdt Email Address 03/03/2025 Date Effective 01 /01 /2021 Updated 02/07/2025 FORT NORTH® THIS FORM WILL BE COMPLETED BY EACH RFQ: 25-0080 EQUITY FIRM SUBCONTRACTOR & PROJECT # BID # SUBMITTED WHEN A SUBCONTRACTING (ffAPP c"PleaseCh9c*One) Amendment ❑ Change Order ❑ OPPORTUNITY I5 AVAILABLE Business Equity Division LETTER OF INTENT A Businm Equity Sub-Contractor/Consultant Information: A certified Business Eaufi► firm is owned by a Minority or Woman Business Enterprise fMIWBEI [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. Name of Project: City Demolition Services 2. Name of OfferorlPrime Contractor: Garrett Demolition, Inc 3. Name of Business Equity Firm: Address: Firm Contact Name/Phone: 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): NAICS Code: (Owner! Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent of Certified Business Equity Firm) brad@garrettdemo.com or melinda@garrettdemo.com (Email Address) B. Atridwit of Oft'o Rdme I HEREBY DECLARE AND AFFIRM that Bradley J Garrett (OwrierlAuthorized Agent) In the amount of $ (Name of Certified BusImss EgiAy Finn) 03/03/2025 (Date) (Phone Number) am the duly authorized representative of Garrett Demolition, Inc _ and that I have personally reviewed the material and facts (Name of OfferorlPdme) 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 person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort 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. Bradley J Garrett --eWe t) T or P Name r ~Z (Signariz Agent) brad@garrettdemo.com (Email Address) Department of Diversity and Inclusion Business Equity Division Email:DVIN BF- tficca Rim+1+Clhlctati poi Ph:817-392-2674 Garrett Demolition, Inc (Name of Offeror/Prime) 03/03/2025 (Date/ 8187-426-0082 (Phone Number) Effective 01 /01 /2021 Revised. 6-8-21 FORT WORTH. City of Fort Worth ATTACHMENT I Business Equity Division Page 1 of 4 Good Faith Effort Form FORM NOT APPLICABLE, GOAL WILL BE MET PRIMEIOFFEROR Check applicable box to describe COMPANY NAME: Garrett Demolition, Inc Prime/Offerors Certification PROJECT NAME: ` us!ress F_qum' on Business rirrr l malty Firm CityDemolition Services BID DATE o3/06/2025 Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 15.96 o/. 15.96 % RFQ:25-0080 I If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror'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 suuoortina documentation, and received by the Project Manager on Bonfire 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 be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or 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 Effective 02107/2025 FORM NOT APPLICABLE, GOAL WILL BE MET ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) months old from the bid open date) list of Business Equity subcontractors and/or 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 and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? r Yes (Jf yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) El 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 1 returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "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 No email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" 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 in order to deemed responsive to the Good Faith Effort requirement. NOTE; The Prime/Offeror must provide supporting documentation to be in compliance with questions 3 thru S. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes El No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes 71 No Effective 0210712025 FORM NOT APPLICABLE, GOAL WILL BE MET ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Business Equity Division to address Yes the corrections needed.) I 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 Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feet will further explain your good and honest efforts to obtain Business Equity firm participation on this project. 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 bid. 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. Effective 02107/2025 ATTACHMENT I Page 4of4 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 I will be contacted and the reasons for not using them will be verified by the City's usiness Equity Division. C Garrett Demolition, Inc u oriz ig re Printed Signature President Bradley Garrett or Melinda Bee Title Contact Name and Title (if different) Garrett Demolition, Inc 817-426-0082 Company Name Phone Number PO Box 633 Address Burleson, TX 76097 City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 brad@garrettdemo.com or meiindaC&garrettdemo.com Email Address 03/03/2025 Date Effective 0210712025 FORT WORTH City of Fort Worth Business Equity (MIWBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Garrett Demolition, Inc PROJECT NAME: City Demolition Services City's MBE Project Goal: I Offeror's MBE Project Commitment: 15.96 % 15.96 ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime I[:]MNV13E �✓ V'i�' n,4', aF BID DATE 03/06/2025 PROJECT NUMBER RFQ: 25-0080 If both answers to this form are YES, do not complete ATTACHMENT 1 C (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 1 C. This form is only applicable if b-ath answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Project Manager no later than 2:00 o.m.. on the third Citv business day after bid opening, 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 scope 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? 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 M/WBE(s) on this contract, the payment thereof and any proposed changes to the original MIWBE(s) arrangements submitted with this bid. The 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 by the M/WBEs 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 participatinq in City work for a period off�time �not �lelss than one (1) year. Ahon.,dre Printed Signature-3 President Bradley Garrett or Melinda Bee Title Garrett Demolition, Inc Company Name PO Box 633 Address Burleson, TX 76097 City/State/Zip Contact Name (if different) 817-426-0082 Phone Number Fax Number brad@garrettdemo.com or melinda@garrettdemo.com Email Address 03/03/2025 Date Business Equity Division Rev. 02107/2025 Email: DVIN_BEOf ice@forhvorlhtexas.gov Phone: (817) 392-2674 Generated by Melinda Bee. Garrett Demo4tion, Inc. on 1011512024 ToolsHelp & Certification: View i Certification List Add Date Alert This record is from SAM.gov. It is not managed by North Central Texas Regional Certification Agency. Vendor Information BUSINESS NAME SYSTEM VENDOR NUMBER PRIMARY OWNER'S NAME ETHNIC GROUP GENDER Certification Information CERTIFYING AGENCY Lcni inLMieUN TYPE Contact Information MAIN PHONE MAIN FAX MAIN COMPANY WEBSITE Addresses PHYSICAL ADDRESS MAILING ADDRESS Business Capabilities BUSINESS CERTIFIED FOR FULL DESCRIPTION OF CAPABILI I it�)WKUL)Vl.1 S GAhnci r ►ycivdOLITION INC 20338438 Mr. Bradley) Garrett SAM.gov SDB - Small Disadvantaged Business 426-0082 426-2307 http://wvvw.garrettdemolition.com 10016 TANTARRA DR BURLESON. TX 76028-7850[mapj rU dUA bs i BURLESON,TX76097 mapj Page 1 of 2(20338438_00421710_20241M5151942.pdf) Generated by Melinda Bee, Garrett Demolition, Inc. on 10/15/2024 COMMODITY CODES oAAPLe a..i4691V Site Preparation Contractors (more) NAICS 562910 Remediation Services More Owner Ethnicity and Gender ETHNIC GROUP GENDER Location COUNTY Certification List This profile was generated on 10/15/2024 Customer Support Home I Print This Pagg I Print To PDF I Translate Copyright (,) 2024 82Gnow. All rights reserved. Q Powered by 82Gnow Page 2 of 2(20338438_00421710_20241015151942.pdf) JD & SON TRUCKING EQUITY BUSINESS CERTIFICATIONS Minority Business Enterprise (MBE) NCTRCA JD & Son Trucking Enterprises, LLC JD & Son Trucking Enterprises, LLC 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: NAILS 484220: GRAVEL HAULING, LOCAL NAICS 484220: SAND HAULING, LOCAL NAICS 484220: SPECIALIZED FREIGHT (EXCEPT USED GOODS) TRUCKING, LOCAL This Certification commences March 14, 2023 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: March 31, 2025 Issued Date: March 14, 2023 CERTIFICATION NO. HMMB41403NO325 Certification Administrator Disadvantaged Business Enterprise (DBE) NCTRCA JD & Son Trucking Enterprises, LLC JD & Son Trucking Enterprises, LLC 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 484220: GRAVEL HAULING, LOCAL NAILS 484220: SAND HAULING, LOCAL NAICS 484220: SPECIALIZED FREIGHT (EXCEPT USED GOODS) TRUCKING, LOCAL This Certification commences February 4, 2025 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. Issued Date: February 4, 2025 CERTIFICATION NO. HMDB11537NO226 Certification Administrator 40*or-s- U",, C� TUCP F �a�0 c Sian NCTRCA Small Business Enterprise (SBE) JD & Son Trucking Enterprises, LLC JD & Son Trucking Enterprises, LLC 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 484220: GRAVEL HAULING, LOCAL NAICS 484220: SAND HAULING, LOCAL NAICS 484220: SPECIALIZED FREIGHT (EXCEPT USED GOODS) TRUCKING, LOCAL This Certification commences March 14, 2023 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: March 31, 2025 Issued Date: March 14, 2023 CERTIFICATION NO. HMSB59897NO325 i Certification Administrator Texas Historically Underutilized Business (HUB) Certificate CertificateNlD Number: 1814161116200 Approval Date: August 18, 2023 ,. Scheduled Expiration Date: August 18, 2027 The Texas Comptroller of Public Accounts (CPA), hereby certifies that JD & Son Trucking Enterprises, LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed August 18, 2023, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (Le., business structure, ownership, day to day management, operational control, business location) provided in the submission of the business; application for registration/certification 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 HUB Program Statewide Procurement Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateNlD Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet(httpsJ/mycpa.cpa.state.txusA:passcmbisearchAndex jsp) or by contacting the HUB Program at 512463-5872 or toll -free in Texas at 148884163-5881. G & N DEMOLITION EQUITY BUSINESS CERTIFICATIONS E, Texas Historically Underutilized Business (HUB) Certificate Certificate/VID Number: 1921157356300 Approval Date: April 10, 2024 Scheduled Expiration Date: April 10, 2028 The Texas Comptroller of Public Accounts (CPA), hereby certifies that G & N Demolition LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed April 10, 2024, 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 to day management, operational control, business location) provided in the submission of the business; application for registration/certification 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 HUB Program Statewide Procurement Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateNID Number identified above. Agencies, universities and prime contractors are encouraged to verify the companys HUB certification prior to issuing a notice of award by accessing the Internet(httpssJ/mycpa.cpa.state.tx.usApasscmblsearcKtinde) jsp) or by contacting the HUB Program at $12-463-5872 or toll -free in Texas at 1-88"63-5881. GUARANTEED HYDROMULCH EQUITY BUSINESS CERTIFICATIONS Women Business Enterprise (WBE) NCTRCA Guaranteed Hydromulch, LLC Guaranteed Hydromulch, LLC 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 541320: LANDSCAPE ARCHITECTURAL SERVICES NAICS 541620: ENVIRONMENTAL CONSULTING SERVICES NAICS 561730: LANDSCAPING SERVICES NAICS 562910: REMEDIATION SERVICES This Certification commences January 29, 2024 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: January 31, 2026 issued Date: January 29, 2024 CERTIFICATION NO, WFWBO8987NO126 Certification Administrator WBENC WOMEN'S BUSINESS ENTERPRISE NATIONALCOUNCIL JOIN FORCES. SUCCEED TOGETHER. NENEBT own W8111 IWNEN SHALL BISINESS (wall CENTIRUTIIN TI GNIMnleed N08MVIC11, LLC The identified small business is an eligible WOSB for the WOSB Program, as set forth in 13 C.F.R. part 127 and has been certified as such by an SBA approved Third Party Certifier pursuant to the Third Party Agreement, dated June 30, 2011, and available at www.sba.gov/wosb. The WOSB Certification expires on the date herein unless there is a change to the SBA's regulation that makes the WOSB ineligible or there is a change in the WOSB that makes the WOSB ineligible. if either occurs, this WOSB Certification is immediately invalid. The WOSB must not misrepresent its certification status to any other party, including any local or State government or contracting official or the Federal government or any of its contracting officials. Majority Female Owner: Lori Moody X`3, l �Xk� NAICS:561730 B`li1sss C!_oulterr, WWomeen's Business Center UNSPSC:10151700 WOMEN'S President Certification Number: WOSR220286 BUSINESS Q Q. j� 4�,, COUNCIL Pamela Prince -Easton, WBENC President & CEO Renewal Date: January 31, 2025 — SOUTHWEST WOSB Regulation Expiration Date: 01/31/2025 LaKesha White, Vice President, Certification 1111111 1 RI R+illlllll _ IN NMI Texas Historically Underutilized Business (HUB) Certificate CertificateNlD Number: 1813395606200 Approval Date: February 21, 2024 Scheduled Expiration Date: February 21, 2028 The Texas Comptroller of Public Accounts (CPA), hereby certifies that Guaranteed Hydromulch, LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed February 21, 2024, 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 to day management, operational control, business location) provided in the submission of the business; application for registration/certification 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 HUB Program Statewide Procurement Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateNlD Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet (ht":I/mycpa.cpa state.foLusApasscmbisearchAndex jV) or by contacting the HUB Program at 512463-5872 or toll -free in Texas at 1-888-863-5881. 1 *14 111 1.118 1.1 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 1 of 5 Legal Name of Respondent: Garrett Demolition, Inc 1. PROPRIETARY INFORMATION i. All material submitted to the City becomes public property and is subject to the Texas Public Information Act upon receipt. ii. If a Firm does not desire information that it believes to be proprietary in the bid to be disclosed, the bidder must list each page number in the chart below and must clearly mark and identify each page by including the word "PROPRIETARY" in all caps and highlighted yellow on the bottom center of each page at the time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to the information that must be disclosed lies with the Texas Attorney General. Note: Pricing may not be marked proprietary and will be made publicly available in the form of a bid tab following evaluation of all bids. By submitting a response, Bidders agree that pricing is not proprietary and may be released. iii. Failure to identify proprietary information, as required in section 15.6 of the City's document "RFQ-01 Instruction to Proposers," will result in all unmarked sections being deemed non-proprietary and available upon public request. Pages with information Please indicate if only specific sections on the believed to be Proprietary page are believed to be Proprietary NA Page 1 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 2 of 5 2. RESPONDENT'S QUALIFICATION QUESTIONNAIRE The information provided on this questionnaire and in the Response, will be used to determine the responsiveness of the statement of qualifications. Please answer each question thoroughly. Answers maybe provided on a separate sheet as long as each response is labeled according to the question. 2.1 Please confirm that your company provide demolition services. Yes 2.2 How long has your company been in business under its present name? 16 years a. List any former names your company has operated under and the timeframe(s) of each name. Garrett Excavation & Demolition from 2005 to 2009 when the company incorporated 2.3 Does your company operate a full time, permanent business address within the Dallas -Fort Worth metroplex? Yes 2.4 Does your company have a dedicated team for emergency requests? Yes a. Please include contact information for emergency request team below Brad Garrett Office: 817-426-0082 Cell: 817-999-5246 -Melinda Ree Office- 817-476-0 97 Cell- 687-999-5746 2.5 Has your company ever defaulted on a contract? No a. If so, why were you unable to fulfill the obligation? 2.6 Do you or your personnel hold an active Wrecking Contract registration with the City of Fort Worth Development Services Department? Yes a. Please provide the name and registration number of each individual below. Garrett Demolition, Inc - Bradlev J Garrett RB006214 b. If no, please sign below to acknowledge that registration is required prior to obtaining any wrecking/razing permit with the City of Fort Worth. Page 2 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 1Doc. Ref#: RFQ-08 Page 3 of 5 2.7 Does your company utilize subcontractors? a. If so, please provide the information requested in the below table. 3. SUBCONTRACTOR INFORMATION SHEET Subcontractor's Name Subcontractor's Addres Proposed Tasks on a Project I. TBD TBD Asbestos abatement per specifications Abatement Company provided by consultant 2. TBD TBD Installation of silt fence or Erosion Control tree protection Company 3• Guaranteed Hydromulch LLC 6554 E. Hwy l l4 Seeding/Turf Establishment Rhome TX 76078 4. JD & Son Trucking 5. G&N Demolition, LLC 6. 7. 18170 Dallas Pkwy, #501 Dallas, TX 75287 1005 S Uhl Rd Desoto, TX 75115 Additional trucking/material transport Saw -cutting Page 3 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 4 of 5 4. CONTRACTOR REQUIREMENTS The Respondent shall include a comprehensive statement of qualifications. The information provided in this statement of qualifications will be used to determine the responsiveness of the contractor. Within the Statement of qualifications, the Respondent is expected to address the following key aspects: a. Company Overview i. Provide an overview of the company, highlighting the organizations has been in business for a minimum of five (5) years. Include any former names the organization has operated under and timeframe, if applicable. ii. Specify the business hours for communication and service availability. iii. Executive Summary detailing the contractor's interest and understanding of the Scope of Services. b. Personnel & Staff Overview i. Submit an organization chart depicting contact arrangement from the City to the Contractor. Identify keypersons by name and title and describe the primary work assigned. Please include a designated person, or team, as the point of contact for the City's Request for Costs. ii. Submit a brief resume (one page maximum per individual) for the overall Contract Manager, NESHAP Trained Individual, and Primary Asbestos and/or Demolition Contractor. c. Experience in Demolition Services and Asbestos Abatement Services i. Describe the Respondent's experience in performing these services within the market. This should include past and current work performed in or around the Dallas -Fort Worth area. d. Approach to Perform Services i. Include a statement detailing the contractor's understanding of, and planned approach to the services contemplated in the Scope of Services. ii. Provide a description of how materials will be processed for transportation and disposal. iii. Equipment: provide a list of the equipment, including vehicles and available resources to perform these services. iv. Crews: outline the number of crews and the corresponding number of crew members for each crew. v. Certifications: include copies of appropriate company licenses, certifications, and registrations such as, but not limited to, the following: • TDSHS Licensed Asbestos Consultant • TDSHS Licensed Asbestos Management Planner • TDSHS Licensed Asbestos Inspector • TDSHS Licensed Asbestos Project Designer • TDSHS Licensed Asbestos Air Monitoring Technical • TDSHS Licensed Asbestos Consultant Agency Page 4 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 1Doc. Ref#: RFQ-08 Page 5 of 5 vi. Any other information that will assist the City in selecting the most qualified contractor. e. Davis -Bacon Act i. Work orders that are funded fully or in part by federal funds may require compliance with the Davis -Bacon Act. Provide a minimum of three (3) projects where your firm was responsible for providing weekly payrolls. Briefly explain how you expect to meet this federal requirement. f. Health and Safety Plan Contractor must provide the following items in the SOQ: i. The current safety procedures concerning all employees, crew makeup, and equipment proposed under this solicitation. ii. Any OSHA exceptions or citations issued to the Respondent in the preceding three (3) years. iii. Contractor's OSHA Incident Rate for the most recent two (2) years. iv. Current standing with the Texas Department of State Health Services (TDSHS). v. Any TDSHS Incidents for the most recent five (5) years. vi. Sample of written work plan including abatement methods and equipment vii. Written compliance plan including health and safety plan and respiratory plan. viii. Waste Transporter and Disposal site information. ix. Identification of OSHA air monitor for OSHA monitoring personnel x. Copies of all outstanding and resolved Notice of Violations issued to the Contractor by the Texas Department of State Health Services (TDSHS) for the last five (5) years. xi. Copies of any violations issued by the Texas Commission on Environmental Quality (TCEQ) within the last five (5) years for any illegal dumping of hazardous asbestos waste. Page 5 of 5 TM OSHAcademy Occupational Safety & Health Training Certificate of Professional Course Completion This is to certify that Bradley J Garrett Has demonstrated academic excellence with distinction by completing all exams, academic requirements and a minimum of 30 hours of study on required subjects in the OSHAcademy Professional Development Certificate Program. This achievement demonstrates commitment and professionalism in Occupational Safety and Health. 30-hour Construction Safety and Health S 16. Steven J. Geiglc, MA, CET, CSHM Director, Instructor OSHAcademy Safety and Health Training R«ogn"d by This training conforms to OSHA CRT Training Standards and , 1 S H M+At-SMS ANSI Z490.1, Criteria for Accepted Practices in Safety, Health and Environmental Training. OSHAcademy training is endorsed T National Safety by the National Safety Management Society and is recognized by H-1th Ni—V 1 Management Society the Institute for Safety and Health Management_ 447527 07.18.2018 30 Student # Issue Date Hours Original certificates are embossed with the official OSHAcademy raised stamp. Certificates can be validated through the OSHAcademy website. Validation code: 860 OSHAcademy is a division of IN" [ Gcigle Safety Group, Inc. 15220 NW Greenbrier Pkwy, Ste 230 , Beaverton, OR USA, 97006 k1i Tel: +1.971.217.8721 Website: www.oshatrain.org U.4"vR C'& • CLICKSAFETY (K e CERTIFICATE OF WEB BASED TRAINING This is to certify that BRAD GARRETT Has successfully completed Asbestos in Construction The course was developed and presented by ClickSafety Serial Number: 5284074 Completed: 7/20/2011 T OF COMPLETION IN RECOGNITION OF SUCCESSFUL COMPLETION IN: CPR / AED / First -Aid (Adult / Child / Infant / Choking) AED / Injury & Universal Precautions Brad Garrett The above mentioned Student is now certified in the above mentioned course by demonstrating proficiency in the subject by passing the examination in accordance with the Terms & Conditions of National CPR Foundation - Valid for 2 years. Course administered in accordance with the 2020 ECC/ILCOR and AHA guidelines. ID#:137C78A COURSE PROVIDED BY: National CPRFoundatiorfm Completion: August 29, 2023 Instructor: Paul J. Scruton Signature: TM OSHAcademy 44_ Occupational Safety & Health Training Certificate of Professional Program Completion This is to certify that Melinda Bee Has demonstrated academic excellence with distinction by completing all exams, academic requirements and a minimum of 30 hours of study on required subjects in the OSHAcademy Professional Development Certificate Program. This achievement demonstrates commitment and professionalism in occupational Safety and Health. 30-hour Construction Safety and Health lit/L/L/� Steven J. Geigle, MA, CET, CSHM-E Director, Instructor OSHAcademy Safety and Health Training This training complies with OSHA standards and conforms with ANSI -L490.1 and ISO 45001 guidelines for Safety, Health, and Environmental (SHE) Training. OSHAcademy training is widely recognized by government agencies, colleges, technical schools, and businesses. OSHAcademy training also qualifies for Continuance of Certification (COC) points toward professional recertification. 448555 03.07.202 t 30 Student # Issue Date Hours Printed original certificates must include the OSHAcademy hologram or embossed OSHAcademy seal. All certificates include a unique QR Code "71 and can be validated through the OSHAcademy wcbsite. VERIFIED wwlvoshaaain.orgserify Va UDlnn'We Ht%. TRAINING OSHAcademy is a division of �❑■ Geigle Safety Group, Inc. 15220 NAY Greenbrier Pkwy, Ste 230 2 Beaverton, OR USA, 97006 +1.971117.8721 � %wwoshatrairr.org ■ 2 TM ,66.1k OSHAcademy wrOccupational Safety & Health Training phis is to rertifi, thr,t Melinda Bee Has successfully completed all assignments mrd_final exam requirements for the following OSHAcademy Occupational SaAery & Health Course: Demolition Safety Topics covered in this training include: Demolition Program Elements: Contractor Preparation; Engineering Survey and Report; Locating Utilities; Worker Training; Fire Prevention and Protection Planning; Medical Services, First Aid. and Security: Demolition Hazards: Structural Instabilities; Unsecured Work Areas; hazardous Substances: Safe Work Practices in Confined Spaces; Demolition of Pre -stressed Concrete Structures; Special Structures Demolition; Removing Debris and Cleanup; Controlling Asbestos; and Silica Exposure. lif/l�L� Steven J. Geigk, MA, CET, CSHM-E Director, Instructor OSHAcademy Safety and Health Training This training complies with OSHA standards and conforms with ANSI Z490.1 and ISO 45001 guidelines For Safety, Health, and Environmental (SHE) Training, OSHAcademy training is widely recognized by government agencies, colleges, technical schools, and businesses. OSHAcademy training also qualifies for Continuance of Certification (COC) points toward professional recertification. 448555 03.07.2021 5 Student # Issue Date Hours Printed original certificates must include the OSHAcademy hologram or embossed OSHAcademy seal. All certificates include a unique QR Code and can be validated through the OSHAcademy website. V � www.oshavain.org/verify OSHAcademy is a division of '~ Geigle Safety Group, Inc. c 15220 NW Greenbrier Pkwy, Ste 230 Beaverton, OR. USA, 97006 +1.971.217.8721 y i . www.osharrainorg 0� ii I .. ... ._I.,.-• �y_,..... ...i - .;a. .,i 4,. f—.. .. ., ., :.'.l•.i.�:• .i, . , . , . TM OSHAcadem Occupational Safety & Health Training This is to certify that Melinda Bee Has successfully completed all assignments and final exam requirements for the following OSHAcademy Occupational Safety & Health Course: Silica Dust Safety in Construction Topics covered in this training include: Forms of Silica Including Quartz, Cristobalite, and Tridymite; Visible and Respirable Dust; Exposure Control Plan Components; Exposure to Silica Dust; Silicosis and Symptoms of Exposure; Permissible Exposure Limits and Measuring Airborne Silica; Silica Dust Control Strategies; Wet and Dry Control Methods; Dust Collection Systems; Exhaust Systems; Respiratory Protection; Best Practices in Cutting, Drilling, Hammering, Blasting, Milling, and Crushing; Medical Surveillance; Recordkeeping; and Housekeeping, 1081245 03/25/2024 6.0 Student # Issued Hours Printed original certificates must include the OSHAcademy Steven J. Geigle, MA, CET, CSHM hologram or embossed OSHAcademy seal. All certificates include a Director, Instructor VERIFIED unique OR Code and can be validated through the OSHAcademy OSHAcademy Safety and Health Training website, www.oshacademy.com/verify TRAINING t o.�i ce do da This training complies with OSHA standards and conforms with OSHAcademy is a division of Q' Q; Geigle Safety Group, Inc. s w n ANSI/ASSP Z490.1 and 150 45001 guidelines for Safety, Health, andm Environmental (SHE) Training. OSHAcademy training is widely 15220 NW Greenbrier Pkwy, Ste 230 �? recognized by government agencies, colleges, technical schools, Beaverton, OR, USA, 97006 and businesses. OSHAcademy training also qualifies for +1 (971) 217-8721 0 Continuance of Certification (COC) points toward professional www.oshacademy.com a; recertification. n • 5125UW4 • C851 t AUTHENTIC t 1081245 • 03;25/2024 • (651 • GtuGINAL M TM OSHAcadem Occupational Safety & Health Training This is to certify that Melinda Bee Has successfully completed all assignments and final exam requirements for the following OSHAcademy Occupational Safety & Health Course: Asbestos Safety Topics covered in this training include: Properties of Asbestos; Where Asbestos is Used; How Asbestos is Used; Health Hazards; Asbestosis, Lung Cancer, and Mesothelioma; Employer Responsibilities; Hierarchy of Controls; Monitoring and Sampling; Multi -Employer Worksites; Medical Surveillance and Examinations; Employee and Competent Person Training; and Brake and Clutch Repair Work. 1081245 03/25/2024 03/25/2025 3.0 Student # Issued Expires Hours Printed original certificates must include the OSHAcademy Steven J. Geig le, MA, CET, CSHM hologram or embossed OSHAcademy seal. All certificates include a Director, Instructor unique OR Code and can be validated through the OSHAcademy OSHAcademy Safety and Health Training website. www.oshacademy.com/verify S, 8 This training complies with OSHA standards and conforms with OSHAcademy is a division of Geigle Safety Group, Inc. RE] ' ; A ANSI/ASSP Z490.1 and ISO 45001 guidelines for Safety. Health, and r' Environmental (SHE) Training. OSHAcademy training is widely 15220 NW Greenbrier Pkwy, Ste 230 recognized by government agencies, colleges, technical schools, Beaverton, OR, USA, 97006 and businesses. OSHAcademy training also qualifies for +1 (971) 217-8721 Continuance of Certification (COC) points toward professional www.oshacademy.com recertification. GLNU+NE x _Ue1[45 • U3/15/2024 • C652 t AUTHENTIC w 1081245 • U3,25i1U24 • 4Lo52 t CmIwNAL Ai OF COMPLETION IN RECOGNITION OF SUCCESSFUL COMPLETION IN: CPR / AED / First -Aid (Adult / Child / Infant / Choking) AED / Injury & Universal Precautions Melinda Bee The above mentioned Student is now certified in the above mentioned course by demonstrating proficiency in the subject by passing the examination in accordance with the Terms & Conditions of National CPR Foundation - Valid for 2 years. Course administered in accordance with the 2020 ECC/ILCOR and AHA guidelines. ID#:AF7546A COURSE PROVIDED BY: r' NationalCPRFoundation"" L Completion: August 29, 2023 Instructor: Paul J. Scruton Signature. 01 TM OS HAcademy Occupational Safety & Health Training Certificate of Professional Program Completion This is to certify that Charles Andrew Stewart Has demonstrated academic excellence with distinction by completing all exams, academic requirements and a minimum of 30 hours of study on required subjects in the OSHAcademy Professional Development Certificate Program. This achievement demonstrates commitment and professionalism in Occupational Safety and Health. 30-hour Construction Safety and Health Steven J. Geigle, MA, CET, CSHM-E Director, Instructor OSHAcademy Safety and Health Training This training complies with OSHA standards and conforms with ANSI Z490.1 and ISO 45001 guidelines for Safety, Health, and Environmental (SHE) Training. OSHAcademy training is widely recognized by government agencies, colleges, technical schools, and businesses. OSHAcademy training also qualifies for Continuance of Certification (COC) points toward professional recertification. 550585 09.18,2019 30 Student # Issue Date Hours Printed original certificates must include the OSHAcademy hologram or embossed OSHAcademy seal. All certificates include a unique QR Code and can be validated through the OSHAcademy website. www . os hatrain. orgNeri fy OSHAcademy is a division of �f �Q .. Geigle Safety Group, Inc. 15220 NW Greenbrier Plrwy, Ste 230 Beaverton, OR, USA, 97006 c A 41.971.217.8721 1 ' _ s P www.oshatrain.org . a u TM AOS HAcade Y Occupational Safety &Health Training This is to certify that Charles Andrew Stewart Has successfully completed all assignments and final exam requirements for the following OSHAcademy Occupational Safety & Health Course_ Asbestos Safety Topics covered in this training include: Properties of Asbestos; Where Asbestos is Used; How Asbestos is Used; Health Hazards; Asbestosis, Lung Cancer, and Mesothelioma; Employer Responsibilities: Hierarchy of Controls; Monitoring and Sompfing; Multi -Employer Worksites; Medical Surveillance and Examinations, Employee and Competent Person Training; and Broke and Clutch Repair Work. Steven J. Geiglc, MA, CET, CSHM-E Director, Instructor OSHAcademy Safety and Health Training This training complies with OSHA standards and conforms with ANSI Z490.1 and ISO 45001 guidelines for Safety, Health, and Environmental (SHE) Training. OSHAcademy training is widely recognized by government agencies, colleges, technical schools, and businesses. OSHAcadcmy training also qualifies for Continuance of Certification (COC) points toward professional recertification 550585 09.18.2019 3 Student # Issue Date Hours Printed original certificates must include the OSHAcademy hologram or embossed OSHAcademy seal. All certificates include a unique QR Code and can be validated through the OSHAcademy website, VERIFIED www.osltatrsin.orglverify TRAINING DSHAcadcmy is a division of iB Geigle Safety Group, Inc. 15220 NW Greenbrier Pkwy, Ste 230Beaverton, OR, USA, 97006+1.971.217.g721 www.oshanin.org ;W OF COMPLETION IN RECOGNITION OF SUCCESSFUL COMPLETION IN: CPR / AED / First -Aid (Adult / Child / Infant / Choking) AED / Injury & Universal Precautions Charles Andrew Stewart The above mentioned Student is now certified in the above mentioned course by demonstrating proficiency in the subject by passing the examination in accordance with the Terms & Conditions of National CPR Foundation - Valid for 2 years. Course administered in accordance with the 2020 ECC/ILCOR and AHA® guidelines. 0#:54C217 COURSE PROVIDED BY: 'D NationalCPRFoundatiorfm Completion: April 17, 2023 Instructor: Paul J. Scruton Signature: ITEM 4-f Health and Safety Plan Section i. ATTACHMENT GENERAL SUMMARY OF SAFETY REQUIREMENTS FOR ALL PROJECTS REQUIRED DOCUMENTATION: • Health and Safety Plan • Emergency Contacts & Procedures (Emergency Action Plan) • Environmental Management Program • Hazard Communication Program • Safety Data Sheets • Key Personnel and Contact Information o Designated Competent Person(s) o Superintendent o Safety Manager o Supervisor (Project Manager) • Approved Work Plan SAFETY REQUIREMENTS: • Daily Pre -Task Meeting • PPE — The minimum requirements o ANSI Approved Hard Hat o Z-87.1 Safety Glasses o Class II I ANSI Approved Safety Apparel for All Employees o Sturdy Leather Work Boots o Long Pants and Sleeved Shirts (shorts and sleeveless shirts will not be permitted) • Traffic Control that meets applicable requirements for local, state and federal regulations must be required when working in or adjacent to roadways • All Equipment To Be Inspected Daily before work begins (Daily Equipment Checklist) • Utility Locate Permit with utility locate confirmations — Copies of these must be kept on -site • Keep all work areas free of trash and hazards (trip / fall) • 100% Fall Protection — Zero Tolerance • All accidents must be reported to the Safety Department Immediately o Notify all appropriate personnel o A post -accident drug test shall be conducted and a signed affidavit must be forwarded to the Safety Department o Confirm that a negative test result was reported to the company involved o Follow policies and procedures outlined in Emergency Action Plan • Job Hazard Analysis (JHA) must be completed DAILY and BEFORE work begins • Weekly `Tool Box Talks' or `Demolition Safety Talks'— to be conducted and documented by each crew Emergency Action Plan Contacts & Procedures Emergency Response Plan An emergency response plan is in place for Garrett Demolition. Our objective is to eliminate any confusion about emergencies, should one occur. It establishes procedures for summoning help, emergency response, requirements for handling the media, and emergency communication responsibilities. Communication of the Plan In order to ensure that all employees are familiar with the plan, it will be provided to all employees and available on all job sites. An overview of the plan will be provided during the safety orientation that everyone is required to attend. Reinforcement of the procedures of the plan will be provided at a frequency to ensure retention and whenever a change is made to the plan. Administration It will be the responsibility of Garrett Demolition's safety manager to periodically review the plan to ensure that it is current and meets the needs of the project. Communication Systems Communications on the jobsite will be primarily through the use of push -to -talk radios or cellular telephones. This will allow all site supervisors and personnel to remain in constant contact in an emergency situation. Notification Checklist ➢ Incident occurs ➢ Supervisor on scene will immediately determine if a call to 911 is necessary y Supervisor on scene will notify the Garrett Demolition safety manager if a release or threat to the environment occurs v Supervisor on scene will notify the Garrett Demolition safety manager if the incident involves an injury on the jobsite. If the incident involves third -party motorists, then the supervisor must also notify 911. ➢ Supervisor will notify the construction manager FIRST HOUR RESPONSE CHICKLIST SUPERVISOR ON SCENE ➢ Contact Emergency Services (see contacts section) ➢ Initiate site control and determine if the site should be shut down ➢ Account for all employees and move to a safe and secure area away from incident ➢ Do not move anything that could be classified as evidence ➢ Ensure telephone coverage at the site ➢ Inform site personnel to direct requests for information from outside groups to Garrett Demolition Office ➢ Post workers to restrict entry to the site ➢ Assign workers to meet and guide Emergency Services to incident site ➢ Take photos of site for documentation ➢ Inform any surrounding areas that may be affected by the incident ➢ Instruct employees at the accident site to contact their families to let them know they are ok OPERATIONS MANAGER / OFFICE ➢ Debrief workers who witnessed the accident ➢ If necessary, initiate a post -accident drug/alcohol test ➢ If appropriate, notify the applicable governmental agency ➢ Initiate a third party investigation team to work in tandem with authorities ➢ Establish an emergency message mailbox for employees to access if office operations have been impacted ➢ Secure and offer critical -incident stress counseling for employees who witnessed the accident (if necessary) ➢ If there is an employee injury/fatality, determine who will notify the relatives ➢ If the injury/fatality is a contractor's employee; it is their responsibility to notify the spouse/family ➢ If the injury or fatality is not an employee or contractor's employee, allow the authorities to make the notification and contact the insurance company ➢ Call/fax/email/voicemail all contractors whose work is impacted by the event to notify them of the incident Garrett Demolition: Brad Garrett Cell: 817-999-5246 April Collmar Cell: 817-269-7212 GC, Proiect Manager & Superintendent: TBD Cell: Office: Email: TBD Cell: Office: Email: Ambulance 911 Fire Department 911 Police 911 EMERGENCY CONTACTS Office: 817-426-0082 Email: brad@garrettdemo.com Office: 817-426-0082 Email: april@garrettdemo.com Poison Information 800-222-1222 Utility Companies: Line Locates 811 Oncor / Electric 888-313-4747 Atmos / Gas 866-322-8667 City of ------- Water Insert # OSHA 817-581-7303 EMERGENCY PROCEDURES In the event of an accident, every effort should be made to ensure maximum safety for everyone. Only authorized personnel should be admitted to the scene. FOR ALL EMERGENCIES DIAL FOR IMMEDIATE EMERGENCY RESPONSE NEXT, REPORT THE EMERGENCY TO THE FOLLOWING: Brad Garrett Cell: 817-999-5246 Office: 817-426-0082 April Collmar Cell: 817-269-7212 Office: 817-426-0082 Cell: Office: GC Office: Person Name Cell: Person Name Cell: CHEMICAL SPILL PROCEDURES The following procedure will be implemented in case of a chemical spill: • The spill will be reported as soon as possible to the Hazardous Materials Manager as to what type of chemical and how much was spilled • All work shall stop in the immediate area of the spill • The Hazardous Materials Manager will evaluate the spill and utilize the best available containment method. The SITE supervisor will see that the correct employee PPE is used in the containment procedure • The Hazardous Materials Manager will be responsible for reporting the spill to the site supervisor and Garrett Demolition office • Work may resume as soon as the spilled chemical has been removed from the area and it is deemed safe to return by the Hazardous Materials Manager and Safety Department. SEVERE WEATHER EVACUATION PROCEDURE In case a severe weather alert is issued, the following procedure will be implemented: • In case of severe weather, Garrett Demolition office will notify the field crew and advise them of the threat level. If the threat is: o Moderate - Field crews will be told to standby until further instructed o Severe - Field crews will be ordered to stop work immediately • Contractors will inform all crews, including subcontractors of the alert to stop work • Each site supervisor will inform their field crew to stop work immediately and move quickly to a safe location where the foreman will take a headcount of their crews. Any missing employees will be reported immediately to the supervisor and Garrett Demolition office • Once all employees are accounted for, they will be directed to evacuate the site • Employees shall not return to the jobsite until each supervisor has been notified that it is safe to do so PERSONNEL EMERGENCY PROCEDURE In case of an employee injury on site, the following procedure will be implemented: • Immediate supervisor will be notified • If the injury requires immediate medical attention, the supervisor will call 911. The supervisor will follow company policy and notify Garrett Demolition office, as well • The supervisor will stop all work in the area of the accident and ensure that it is safe to administer medical assistance. Once the area is clear, qualified crew members will provide first aid and CPR as necessary until EMS arrives • Should the situation require evacuating the area, all employees will meet at an upwind safe area determined by the supervisor on scene. The foreman will conduct a head count and report to their supervisor if any are missing • Rescue vehicles will be directed by a designated person to the incident FIRE EMERGENCY The procedures for a fire on site are as follows: • Fire extinguishers will be located throughout the job site wherever there is a potential fire hazard • If a fire cannot be immediately extinguished with a portable fire extinguisher the supervisor on scene will immediately call 911 • The supervisor on scene will designate an employee or employees to direct emergency equipment onto the site • All employees shall leave the area until the fire is out, the emergency equipment has left and the Safety Officer has determined that it is safe to return to the area EMERGENCIES INVOLVING THE PUBLIC, PROPERTY and UTILITY DAMAGE Any emergency involving the public (pedestrians), property damage and/or utility damage requires that the supervisor on scene immediately notify 911, if necessary Notification of damaged utilities shall be made to the proper utility company: Gas Lines ATMOS Energy (866) 322-8667 Power Lines ONCOR (888) 313-4747 Water Lines City of INSERT (123) 456-7890 BOMB THREATS, TERRORIST THREATS and WORKPLACE VIOLENCE In the event of a bomb or terrorist threat, or a workplace violence situation, the severe weather evacuation procedure will go into effect PUBLIC DEMONSTRATION EMERGENCIES In case of public demonstration emergencies, the severe weather evacuation procedure will go into effect IN THE EVENT OF A SERIOUS EMPLOYEE INJURY • Determine the extent and nature of the injuries • Find out immediately where the person is being taken • Determine the most appropriate person to call the spouse/family. That individual explains that there has been an accident and that the employee has been injured, but does not discuss the severity of the injuries. If the spouse/family asks about the severity of the injuries, the response should be: "We can't be certain of the extent of the injuries until we hear from a doctor." • Advise the family member of the medical facility they are being transferred to • If necessary, send an employee to the injured employee's house to lend assistance. This help may include offering a ride to the hospital or finding someone to watch the children (if applicable) • The team leader assigns someone to stay in contact with the hospital to monitor the injured person's condition NOTE: If the injury involves a non -employee, the authorities should be consulted about notification procedures ITEM 4-f Health and Safety Plan Section vi. Sample of written work plan including abatement methods and equipment. ATTACHMENT Project Name: General Contractor: Signed Date Date Attachments: WORK PLAN Written by: Melinda Bee Description of Change Key personnel & contact information Scope of Work & Methodology Emergency Action Plan Health & Safety Plan Environmental Management Program Hazard Communications Daily Safety Forms Miscellaneous Safety Forms Reviewed by: Accepted by: Change Initiated by Change Approved by 1. Purpose The purpose of this Work Plan is to identify and communicate the workflow process for demolition of the example project. This will assist in the operations being conducted in a manner that minimizes harm to those affected and meets the safety and quality standards required. Detailed work plan will be drafted after project meeting on site. 2. Key Personnel, Responsibilities and Contact Information Garrett Demolition, Inc Office: 817.426.0082 Fax: 817.426.2307 Site Supervisor(s): Responsible for the execution, supervision, and oversight of all work and employees during the building demolition on this project Andrew Stewart 817.903.5182 Brad Garrett 817.999.5246 "Additional Supervisor will be added as needed and their information will be provided at that time Proiect Manager: Responsible for health and safety documents, plan and contract submittal documents, change order processing, scheduling, and project coordination along with obtaining permits, filing state notifications, certificate of insurance, coordinate and follow up on line locates and utility kills Melinda Bee 817.426.0082 office / 682.999.7395 cell Human Resources Specialist & AIP — AIR: Responsible for processing payroll, maintaining employee files, project billing, progress payment submittals, time tracking and reporting April Collmar 817.426.0082 MWBE Participation: Responsible for processing subcontractor and supplier invoice payments, tracking minority participation and reporting April Collmar 817.426.0082 Abatement Company Office: Site Supervisor(s): Responsible for the execution, supervision, and oversight of all work and employees during the asbestos abatement on this project IIIII-N 3. Scope of Work: Abatement The scope of work for abatement is as follows: Abatement work to begin on or around TBD: A.) TBD.. material will be specified in asbestos survey provided by the consultant B.) Specifications, requirement, and proceedures will be provided in the consultant's prepared abatement sepcifications. 4. Methodology Abatement contractor to follow abatement removal specifications 5. Scope of Work: Demolition The scope of work for demolition is as follows: Demolition work to begin on or around TBD: A.) File TDSHS 10 Day Notification with the State, IF REQUIRED B.) Verification of all utility kills and LO/TO being completed C.) Obtain demolition permit and pay fees, as required by the City of Fort Worth D.) Demolition and proper disposal of indicated buildings including foundations and footings to be removed entirely. E.) Final site clean of disturbed area F.) Rough grading of disturbed area only, to promote best possible positive drainage flow G.) Weekly safety meetings to be held on site with demolition crews and CMAR 6. Methodology The process will begin by wetting down structure to control visible dust emissions. Removal of each structure will begin in the corner of the structure, using an excavator with a grapple bucket. As sections of the structure are removed the material will be stockpiled for segregation. Sections will be removed in a manner that will prevent the structure from collapsing. A bobcat will begin segregating C&D material from recyclable material once complete, the material will be loaded into tractor -trailers for transport to either and approved landfill or recycling facility for proper disposal. Prior to leaving the job site, the driver will initiate the tarping system to cover debris for transport. This process will be repeated until structural demolition has been completed and debris hauled off. After completion of structural demolition excavators and bobcats will start demolition of flat -work, fencing and other above ground improvements scheduled to be removed. Excavators and bobcats will segregate concrete and miscellaneous site debris. Debris will be loaded into the tractor -trailers for transport to an approved landfill or recycling facility. Prior to leaving the job site, the driver will initiate the tarping system to cover debris for transport. After all site improvements have been removed, a final site clean and rough grade will be done prior to demobilization. ITEM 4-f Health and Safety Plan —Section ill. Contractor's OSHA Incident Rate for the most recent two (2) years. ATTACHMENT om October 16, 2023 Garrett Demolition, Inc. 10705 County Road 1020 Burleson, TX 76028 RE: Experience Modifier Rate r� Insperit - HR that Makes a Difference" You have requested us to provide you with the Experience Modifier Rate for your company, a client company of a Professional Employer Organization. The effective date and the Experience Modifier Rate are as follows: 10/01/23 to 10/01/24 is .67 If you have any further questions, please contact the NCCI toll free number at 800-622-4123 to confirm this information. Thank you. Sincerely, 61< )-`7- Tim Ogata Senior WC Compliance Coordinator, Property & Casualty inspenty_com r� �0 Insperity HR that Makes a Difference" February 12, 2025 Garrett Demolition, Inc. 10705 County Road 1020 Burleson, TX 76028 RE: Experience Modifier Rate You have requested us to provide you with the Experience Modifier Rate for your company, a client company of a Professional Employer Organization. The effective date and the Experience Modifier Rate are as follows: 10/01/24 to 10/01/25 is .66 If you have any further questions, please contact the NCCI toll free number at 800-622-4123 to confirm this information. Thank you. Sincerely, Tim Ogata Senior WC Compliance Coordinator, Property & Casualty inspenty.com FORTWORTHe ADDENDUM TO REQUEST FOR QUALIFICATIONS NO. 25-0080 CITY DEMOLITION SERVICES ENVIRONMENTAL SERVICES DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: February 25, 2025 REQUEST FOR QUALIFICATIONS (RFQ): 25-0080 RFQ OPENING DATE: March 6, 2025 (NO CHANGE) RFQ No. 25-0080 issued February 5, 2025, is hereby amended as follows: 1. Attachment RFQ-07-Business Equity-MWBE with ATTACHMENTS is hereby incorporated as an attachment, Exhibit A of this addendum and within the Bonfire e-procurement system. 2. Attachment RFQ-08- Questionnaire, Qualifications and Requirements is hereby incorporated as an attachment, Exhibit B of this addendum and within the Bonfire e- procurement system. All other terms and conditions remain unchanged. Sarah Czechowicz Purchasing Manager ■rrrrrrrr■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr�rrrrrrrrrrrrrrrrrrrrr By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above -referenced REQUEST FOR QUALIFICATIONS. COMPANY NAME: Garrett Demolition, Inc SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. No, �, . a5 . a 5 1�n t �K - scu(n e 't rso c cra ;ten a S F� � C1� - AcUw\ 00i. cVb c , L,e- e__ 'kFQ - 01 PO Box 633, Burleson, TX 76097 - Office (817) 426-0082 • Fax (817) 426.2307 www.aarrettdemolition.com STATEMENT OF NO ACCEPTIONS TAKEN City Demolition Services RFQ: 25-0080 Garrett Demolition takes no acceptations to this RFQ. EXHIBIT C City's RFQ 25-0080 FORT WORTH CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation TABLE OF CONTENTS 1.0 BROWSERS.........................................................................................................................4 2.0 SUPPORT.............................................................................................................................4 3.0 QUESTIONS.........................................................................................................................4 4.0 CLARIFICATIONS AND ISSUANCE OF ADDENDA.....................................................4 5.0 SCHEDULE OF EVENTS....................................................................................................5 6.0 CLOSE DATE AND TIME..................................................................................................5 7.0 SUPPORTING DOCUMENTATION (PUBLIC FILES).....................................................5 8.0 SUBMISSION INSTRUCTIONS.........................................................................................6 9.0 REQUEST FOR QUALIFICATION....................................................................................6 10.0 RESPONSE.......................................................................................................................7 11.0 FIRM.................................................................................................................................7 12.0 UNAUTHORIZED COMMUNICATIONS......................................................................7 13.0 NON -ENDORSEMENT AND PUBLIC COMMENTS...................................................8 14.0 PRE -RESPONSE CONFERENCE....................................................................................8 15.0 PREPARATION OF REPONSES.....................................................................................8 15.1 Tax Exemption..................................................................................................................9 15.2 Response Adequacy...........................................................................................................9 15.3 Response Page Limit: ........................................................................................................ 9 15.4 Response Summary and Company Overview...................................................................9 15.5 RFQ Exemptions:............................................................................................................10 15.6 Proprietary Information...................................................................................................10 15.7 Business Equity Division (M/WBE) Documents: ........................................................... 11 15.8 Alternate Reponses..........................................................................................................11 15.9 Response Preparation Costs: ............................................................................................ 11 15.10 Free on Board (FOB) Point..............................................................................................11 15.11 Prices: .............................................................................................................................. 11 16.0 MODIFICATION OR WITHDRAWAL OF RESPONSE..............................................12 16.1 Modification of Response................................................................................................12 16.2 Withdrawal of Response..................................................................................................13 17.0 OPENING OF RESPONSE.............................................................................................13 18.0 EVALUATION AND AWARD......................................................................................13 18.1 Evaluation........................................................................................................................13 18.2 Award..............................................................................................................................13 18.3 Acceptance of Response..................................................................................................14 18.4 Reservations.....................................................................................................................14 Page 1 of 19 FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation 18.5 Negotiations.....................................................................................................................15 18.6 Period of Acceptance.......................................................................................................15 19.0 DOCUMENTS REQUIRED FROM RECOMMENDED FIRM....................................15 19.1 Certificates of Insurance..................................................................................................15 19.2 Certificate of Interested Parties Form 1295.....................................................................15 20.0 AGREEMENT TERM.....................................................................................................16 21.0 UNIT PRICE ADJUSTMENT........................................................................................16 22.0 INVOICE AND PAYMENTS.........................................................................................17 22.1 Registration......................................................................................................................17 22.2 Invoice.............................................................................................................................17 22.3 Payment...........................................................................................................................19 23.0 PROTEST PROCEDURE...............................................................................................19 24.0 COOPERATIVE PURCHASING...................................................................................19 25.0 GENERAL PROVISIONS..............................................................................................20 26.0 SUBCONTRACTORS....................................................................................................20 27.0 BEST AND FINAL OFFER............................................................................................20 28.0 ASSIGNMENT...............................................................................................................20 29.0 ERRORS OR OMISSIONS.............................................................................................21 30.0 TERMINATION.............................................................................................................21 31.0 RIGHT OF ASSURANCE..............................................................................................21 32.0 CHANGE ORDERS........................................................................................................21 33.0 VENUE...........................................................................................................................22 34.0 CONFLICT OF INTEREST............................................................................................22 35.0 INSURANCE..................................................................................................................22 36.0 CONTRACT CONSTRAINTS AND CONDITIONS....................................................22 37.0 CHANGE IN COMPANY NAME OR OWNERSHIP...................................................22 Page 2 of 19 FORT WORTH 1.0 2.0 3.0 4.0 BROWSERS CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation The Procurement Portal (Bonfire Portal) can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. SUPPORT For technical questions about the Procurement Portal, visit Bonfire's help forum at httos://vendorsupport.aobonfire.com/hc/en-us or contact the Bonfire support team at Su-mort(a,GoBonfire.com or by calling 1-800-354- 8010. To get started with Bonfire, watch this five-minute training video: httDs://vendorsupport.2obonfire.com/he/en-us/articles/6796500613655- Vendor- Reaistration-and-Submission-VIDEO- QUESTIONS All questions, explanations, clarifications, or interpretations desired by Qualified Firms regarding any part of the solicitation must be electronically submitted to the City of Fort Worth's Bonfire Public Procurement Portal (Procurement Portal) through the "Vendor Discussion" section under the respective Project/Request for Qualification (RFQ) before the Questions Due Date and time specified in the Procurement Portal. CLARIFICATIONS AND ISSUANCE OF ADDENDA The Environmental Services Department of the City of Fort Worth (City) will post an Addendum on the Procurement Portal with answers to all questions received before the deadline before the submission Close Date and Time. Interpretations, corrections, or changes to the RFQ made in any other manner are not binding upon the City, and Qualified Firms shall not rely upon such interpretations, corrections, or changes. Oral explanations or instructions given before the award of the Contract are not binding. If the City, in its sole discretion, determines that a change or additional information is needed or a clarification is required, the City shall issue an Addendum in the Procurement Portal regarding such change, additional Page 3 of 19 FORT WORTH 5.0 6.0 7.0 CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation information, or clarification. Sole authority for issuing of Addendum shall be vested in the City's Environmental Services Department. Qualified Firms are advised to check the Procurement Portal frequently for any Addendum issued. SCHEDULE OF EVENTS Tentative Schedule of events are available in the facing page of Bonfire. The City reserve the rights to change those dates as and when required. Qualified Firms are advised to recheck those dates frequently. CLOSE DATE AND TIME The deadline date and time for submission(s)/Responses against a Project/RFQ shall be specified in the Procurement Portal. Your Reponses must be finalized, uploaded, and submitted on the Procurement Portal prior to the posted Close Date and Time for the Project/RFQ. The City reserve the rights to change those dates as and when required. Qualified Firms are advised to recheck those date frequently. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All Qualified Firms assume the risk of late transmission/submission. The City shall not be held liable if an interested Firm is unable to submit a complete Response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue anses. SUPPORTING DOCUMENTATION (PUBLIC FILES) Supporting Documentation (Public Files) attached to the Procurement Portal are integral part of the Project/RFQ. Bidders should download and review all those documents. Bidders should complete required documents and upload those to "Required Information" section of the Project in the Procurement Portal. Page 4 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation 8.0 SUBMISSION INSTRUCTIONS All submissions/Response(s) must be submitted electronically prior to the close date and time under the respective Project/RFQ via the Procurement Portal: httos://www.fortworthtexas.2ov/departments/finance/purchasinv-/online- biddina- platform Failure to submit all completed required information listed in the respective RFQ will be grounds for rejection of a Response as non -responsive. No late Reponses shall be accepted. Reponses delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such Firm provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Response was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a Response into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Qualified Firms are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. 9.0 REQUEST FOR QUALIFICATION A Request for Qualification (RFQ) is the publication of the City's intent of requesting Statement of Qualifications (SOQ) on the means and methods of how they will provide the requested goods and/or services to the City. It may also be referred to as a Project or Solicitation. The purpose of the RFQ is to describe the goods and/or services to be procured. Qualified Firms are expected to examine all documents that make up the RFQ. Qualified Firms shall promptly notify the City of any omission, ambiguity, inconsistency, or error that they may discover upon examination of the RFQ. Page 5 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation The City assumes no responsibility for any errors or misrepresentations that result from the use of incomplete SOQ. The evaluation criteria to award a contract from an RFQ shall be Best Value. The award of contract shall be made to the responsible Qualified Firms whose Response is determined to be the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the RFQ. 10.0 RESPONSE An offer/submission by a Firm for goods and/or service submitted in the Procurement Portal against the RFQ before the submission Close Date and Time. Response may also be referred to as a Bid. 11.0 FIRM An entity (which could be a person or a business) that (i) seeks or has the potential to do business with the City and serve as a Supplier (also referred to as Seller, Vendor, Contractor, Consultant, etc.) and (ii) responds to a City procurement. Firm may also be referred to as Bidder. 12.0 UNAUTHORIZED COMMUNICATIONS Cone of Silence: the period of time that begins when a RFQ has been released until the Intent to Award has been published. During this period of time, Qualified Firms' contact regarding this RFQ with employees or officials of the City other than the Environmental Services Staff, the Business Equity Division, or as otherwise indicated in the RFQ is prohibited and may result in disqualification from this procurement process. No officer, employee, agent, or representative of the Firm shall have any contact or discussion, verbal or written, with any members of the City Council, City staff, or 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 RFQ, except as herein provided. Any violation of this prohibition may result in the Firm being disqualified from the procurement process. Any oral communications are considered unofficial and non -binding with regard to this RFQ. Qualified Firms should refrain from making comments regarding a specific solicitation or its subject matter — in the media or otherwise — until the selection process is complete. For the selected Firm, such comments are also inappropriate until the contractual engagement with the City has ended. 13.0 NON -ENDORSEMENT AND PUBLIC COMMENTS If a Response is accepted, the successful Firm shall not issue any news releases or other statements pertaining to the award or servicing of the agreement that state or imply the Page 6 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation City's endorsement of the successful Firm's services. Qualified Firms shall refrain from making comments regarding this RFQ or its subject matterin the media or otherwise —until the selection process is complete. For the selected vendor, such comments are also inappropriate until the study has concluded and the final report has been issued. 14.0 PRE -QUALIFICATION CONFERENCE If a pre -qualification conference is held, the time, place, and nature of the conference will be specified on the Procurement Portal section under the respective RFQ. Attendance at pre -qualification conferences is not mandatory but is highly encouraged. 15.0 PREPARATION OF REPONSES Each Firm must furnish all information required by a RFQ on the documents provided and/or in the format required, unless otherwise stated. Reponses submitted on different forms or in different formats than required in the RFQ shall be considered non- responsive. Any attempt to alter the wording in the RFQ is ineffective and may result in rejection of the Response. In order to be considered, Response must include all the documents and information requested in this RFQ. Page 7 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation 15.1 Tax Exemption: Purchases of Goods or Services for City use are usually exempt from City, State, and most Federal Taxes. Reponses shall not include exempted taxes. The successful Firm should request a Tax Exemption Certificate from the Environmental Services Department. Under no circumstances shall the City be liable to pay taxes under any Contract for which the City has an exemption. 15.2 Response Adequacy: Reponses should adequately address all evaluation factors listed on RFQ and include required details and documents that will be used as part of the evaluation. Reponses should be prepared as simply as possible and provide a straightforward, concise description of the Firm's capabilities to satisfy the requirements of the RFQ. Utmost attention should be given to accuracy, completeness, and clarity of content. Reponses shall be completed in accordance with the requirements of this RFQ. Statements made by a Firm shall be without ambiguity, and with adequate elaboration, where necessary, for clear understanding. All parts, pages, figures, or tables should be numbered and clearly labeled. Response information should be limited to pertinent information only. 15.3 Response Page Limit: Unless stated otherwise, Reponses shall be limited to a maximum of twenty-five (20), Letter size (8-1/2" x 11") pages using a font size no smaller than 12-point Times New Roman or Arial and margins of at least one inch in each direction. The required/requested Attachments and Exhibits and Addendums are not of this page limit. 15.4 Response Summary and Company Overview: Response must include the following information, failure to provide all the information will deem the Response non- responsive: Executive Summary - The purpose of provide a high-level description of th e Page 8 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation understanding of the services to be performed and make a positive commitment to provide the services as specified; ��. Company History and Ownership - Qualified Firms shall provide a brief overview of company history and current ownership in narrative form. If owned by a private equity or investment firm, please provide the name of the private equity or investment firm and when the operating entity was acquired. All subcontractors must be identified, including the role of each subcontractor. Company Experience - Firm shall demonstrate they have the preferred minimum experience and list years of experience for which the Firm has provided services similar to the size of the City. Firm shall briefly describe in narrative format the Firm's experience. The Firm shall communicate their company background and history, with a specific focus on history in Fort Worth, Dallas -Fort Worth Metroplex and Texas. 15.5 RFQ Exemptions: Response Exemptions - Any and all exceptions to the RFQ must be listed on an item -by -item basis and cross- referenced. If there are no exceptions, the Firm must expressly state that no exceptions are taken; 15.6 Proprietary Information: 1. All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. ii. If a Firm does not desire information that it believes to be proprietary in the Response to be disclosed, the Firm shall attach a listing of each page number in a chart as shown below and must clearly mark and identify each page by including the word "PROPRIETARY" in all caps and highlighted yellow on the bottom center of each page at the time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to the information that must be disclosed lies with the Texas Attorney General. Note: Pricing may not be marked proprietary and will be made publicly available in the form of a bid tab following evaluation of all Reponses. By submitting a response, Qualified Firms agree that pricing is not proprietary and may be released. Page 9 of 19 FORT WORTH iii 1V. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation Pages with information Please indicated if only specific believed to be Proprietary sections on the page are believed to be Proprietary Failure to identify proprietary information, as required in above paragraph will result in all unmarked sections being deemed non-proprietary and available upon public request. 15.7 Business Equity Division (M/WBE) Documents: If a Business Equity Goal has been established for the RFQ, the applicable documents must be submitted by all Qualified Firms wishing to continue in the RFQ evaluation process within two (2) City business days after the RFQ Close Date, exclusive of the Close Date, to the Procurement Portal. 15.8 Alternate Reponses: Firm may offer an "equal" product as an alternate Response. Final "approved equal" determination remains with the City. 15.9 Response Preparation Costs: All costs associated with preparing a Response in response to a RFQ shall be borne by the Firm. 15.10 Free on Board (FOB) Point: Freight Terms shall be FOB Destination, Freight Prepaid and Allowed. The Firm should quote its lowest and best price, with the goods delivered to the place specified, at the Firm's expense and risk, and their tender delivery to the City. Reponses offering any other delivery terms are not acceptable and may be cause for rejection. 15.11 Prices: Reponses shall be firm -priced offers unless otherwise specified. ii. In the event of a discrepancy between unit price and extended price, the unit price shall govern. iii. Prices shall be offered in the United States Dollars and cents. IV. Unit prices shall include all costs associated with the specified good/service unless specified in the RFQ, including but not limited to handling, delivery, fuel charges, fees and certifications fees. No additional charges will be accepted or paid by the city. Page 10 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation v. The quantities listed on the RFQ 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 goods or services actually ordered by an authorized City employee and then received as required and accepted by the City. Qualified Firms should extend their best price based on the estimated quantities included in the RFQ, but it is understood that the City may purchase more or less of any item included in the RFQ. vi. Following the award, additional services of the same general category that could have been encompassed in the award of the contract, and that are not already on the contract, may be added based on the discount price sheet provided with the Response so long as such inclusion does not violate state or local law. vii. Any services that have been omitted from this RFQ that are clearly necessary or in conformance shall be considered a requirement although not directly specified or called for in the RFQ. 16.0 MODIFICATION OR WITHDRAWAL OF RESPONSE 16.1 Modification of Response: Response may be modified in the Procurement Portal at any time prior to the Close Date and Time. 16.2 Withdrawal of Response: Response may be withdrawn in the Procurement Portal at any time prior to the Close Date and Time. Withdrawn Response may be resubmitted, with or without modifications in the Procurement Portal, before the Close Date and Time. No Response may be withdrawn after the Close Date and Time without forfeiture of the Response/Bid guarantee, if any, unless there is a material error in the Response. 17.0 OPENING OF RESPONSE For Projects/RFQ that requires a public opening as per state law, the Purchasing Department representative responsible for opening Response(s) will publicly open and read each Firm Title (name) aloud in the Fort Worth City Council Chambers located at 200 Texas, Fort Worth, Texas 76102, at 2:00 PM after Close Date and Time, unless otherwise noted in the RFQ. 18.0 EVALUATION AND AWARD 18.1 Evaluation: Qualified Firms may furnish pricing for all or any portion of the RFQ (unless Page 11 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation otherwise specified). However, the City may evaluate and award the contract for any item or group of items shown on the RFQ, or any combination deemed most advantageous to the City. Reponses 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 the respective RFQ. The City can award contracts to the Firm who offers represents the "best value" to the City. The following criteria may be considered to determine the best value (see section 252.043 of the Texas Local Government Code): i. Purchase Price; ii. Reputation of the Firm and of the Firm's goods and/or services; iii. Quality of the Firm's goods and/or services; iv. Extent to which the goods and/or services meet the City's needs; V. Firm's past relationship with the City; vi. Impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses, including Certified Minority Women -Owned Businesses, and non-profit organizations employing persons with disabilities; vii. Total long-term cost to the City to acquire the Firm's goods and/or services; and viii. Any relevant criteria specifically listed in the RFQ. 18.3 Acceptance of Response: Acceptance of a Response will be in the form of a Purchase Order or a contract. Subsequent purchase releases may be issued as appropriate. The contents of a Response shall become a part of the contract. Under no circumstances will the City be responsible for goods and/or services provided without a Purchase Order issued through the City's PeopleSoft system. 18.4 Reservations: The City expressly reserves the right to: i. Specify approximate quantities in the RFQ; ii. Extend the RFQ Close Date and Time; Consider and accept alternate Reponses, if specified in the RFQ, when most advantageous to the City; iv. Waive as an informality, minor deviations from specifications provided Page 12 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation they do not affect competition or result in functionally unacceptable goods and/or services; v. Waive any minor informality in any RFQ procedure (a minor informality is one that does not affect the competitiveness of the Qualified Firms); vi. Add additional terms or modify existing terms in the RFQ; vii. Reject a Response because of unbalanced unit prices Response; vill. Reject or cancel any or all Response; ix. Reissue a RFQ; X. Procure any item by other means; and/or xi. Award to multiple Qualified Firms on a non-exclusive award basis, or primary and secondary Qualified Firms. 18.5 Negotiations: The City reserves the right to negotiate all elements that comprise the successful Firm's response to ensure that the best possible consideration be afforded to all concerned. 18.6 Period of Acceptance: Firm acknowledges that by submitting the Response, Firm makes an offer that, if accepted in whole or part by the City, constitutes a valid and binding contract as to any and all items accepted in writing by the City. Unless specified otherwise, the period of acceptance of Reponses is one hundred and eighty (180) calendar days from the Close Date. 19.0 DOCUMENTS REQUIRED FROM RECOMMENDED FIRM 19.1 Certificates of Insurance: When insurance is required, the Firm 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. Page 13 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation 19.2 Certificate of Interested Parties Form 1295: If the Purchase Agreement must be approved by the City Council before execution, the successful Firm is required to complete the Certificate of Interested Parties Form 1295 and submit the form within two (2) City business days 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 https://www.ethics.state.tx.us/whatsnew/elf info_form129 5.htm 20.0 AGREEMENT TERM Unless specified otherwise, the initial term of the agreement shall be one year. 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 Supplier provides the other party with notice of non -renewal at least 90 days before the expiration of the initial term or renewal periods. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify supplier/vendor of such occurrence and the contract 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. 21.0 UNIT PRICE ADJUSTMENT Suppliers/vendors may require that unit prices be adjusted for increases or decreases in Supplier's cost during the contract period using the following procedure: 1. The Supplier must submit its price adjustment request, in writing, at least 30 days before the requested effective period. The Supplier shall provide written proof of cost increases with the price adjustment request. ii. 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 Environmental Services Department will issue a new solicitation. Prices shall remain firm for the term of the Agreement and shall include all associated freight and delivery costs, unless otherwise specifically stated and agreed to by City. Page 14 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation iv. Prices offered shall be used for Response analysis and for the contract. In cases of errors in extensions or totals, the unit prices offered will govern. v. Upon expiration of the contract term the successful Firm, agrees to hold over under the same terms and conditions of the contract for a reasonable period of time to allow the city to re-solicitate an agreement, not to exceed ninety (90) days. vi. The provision of goods and/or services shall not be suspended by the Supplier except as expressly allowed by the contract's terms and conditions. 22.0 INVOICE AND PAYMENTS 22.1 Registration: Successful Firm are required to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City's website at https://www.fortworthtexas.gov/departments/finance/pur chasing/register 22.2 Invoice: The Supplier shall send invoices electronically to the City's centralized Accounts Payable department invoice email address: supplierinvoices@fortworthtexas.gov. 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. Please include the following on the subject line of your e-mail: Supplier name, Invoice number, and PO number, separated by an underscore (ex: Example, Inc._123456_FW022-0000001234) 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. ii. 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). iv. One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. v. Please do not send handwritten invoices or invoices that contain handwritten notes. vi. Dot matrix invoice format is not accepted. Page 15 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation vii. The invoice must contain the following information: a. Supplier Name and Address; b. Remit to Supplier Name and Address, if different; C. Applicable City Department business unit# (i.e. FW013) d. Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); e. Invoice number; f. Invoice date; and viii. Invoices should be submitted after delivery of the goods and/or services. 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@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 AccountsPayable@fortworthtexas.gov. 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. 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 AccountsPayable@fortworthtexas.gov. Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Vendor's request. 22.3 Payment: All payment terms shall be "Net 30 Days" unless specified in the Response and agreed by the City. Page 16 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation 23.0 PROTEST PROCEDURE Due to the subjective nature of evaluating responses from RFQ, a Firm who submitted a Response may not protest the City's selection of the RFQ award. 24.0 COOPERATIVE PURCHASING i. The City has interlocal agreements with many other governmental entities that provides the ability for other entities to use the City's contracts, so long as Supplier/vendor agree to extend the same terms, conditions, and pricing to the other entities. Firm, shall indicate in their Response whether they agree that to extend the terms, conditions, specifications, and pricing of its agreement with the City to other governmental entities. ii. If the successful Firm agrees to extend the resulting contract to other governmental entities, the following shall apply: Governmental entities with interlocal agreements with the City shall be eligible, but not obligated, to purchase material/services under contract(s) awarded as a result of City solicitations. All purchases by governmental entities other than the City shall be billed directly to that governmental entity and paid by that governmental entity. The City shall not be responsible for another governmental entity's debts. Each governmental entity shall order its own material/services as needed. 25.0 GENERAL PROVISIONS The Supplier shall not assign its rights or duties under an award without the prior written consent of the City. Such consent shall not relieve the assignor of liability in the event of default by its assignee. 26.0 SUBCONTRACTORS Qualified Firms may include subcontractors for any part of services offered. City reserves the right at its sole discretion to accept or reject any Response that includes subcontractors. Upon award of a contract, City reserves the right to pre -approve use of any and all subcontractors. 27.0 BEST AND FINAL OFFER The City at its sole discretion may elect to have Qualified Firms that submit Reponses deemed most advantageous to the City to prepare a Best and Final Offer for consideration by the Evaluation Committee. Contract negotiations will then be based on submitted Best and Final Offers. 28.0 ASSIGNMENT Page 17 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation The Qualified Firms shall not assign its rights or duties under an award without the prior written consent of the City. Such consent shall not relieve the assignor of liability in the event of default by its assignee. 29.0 ERRORS OR OMISSIONS The Firm shall not be allowed to take advantage of any errors or omissions in this RFQ. Where errors or omissions appear in this RFQ, the Firm shall promptly notify the City's Environmental Services Department in writing of such error or omission it discovers. Any significant errors, omissions or inconsistencies in this RFQ are to be reported no later than ten (10) days before time for the RFQ response is to be submitted. 30.0 TERMINATION 1. If this award results in a contract, it shall remain in effect until contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by the City or Supplier with a thirty (30) day written notice prior to cancellation. 1i. In the event of termination, the City reserves the right to award a contract to next lowest and best Firm as it deems to be in the best interest of the City. Further, the City may cancel this contract without expense to the City in the event that funds have not been appropriated for expenditures under this contract. The City will return any delivered but unpaid goods in normal condition to the Firm or pay for the goods, at the City's sole direction. 31.0 RIGHT OF ASSURANCE Whenever the City has reason to question the Firm's intent to perform, the City may demand that the Firm(s) give written assurance of Firm's intent to perform. In the event a demand is made, and no assurance is given within ten (10) calendar days, the City may treat this failure as an anticipatory repudiation of the contract. 32.0 CHANGE ORDERS No oral statement of any person shall modify or otherwise change or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing and signed by both parties. Change orders must be approved by City Council if dollar amount is over $50,000.00. 33.0 VENUE The contract/agreement(s) will be governed and construed according to the laws of the State of Texas. The contract(s) is performable in Tarrant County, Texas. Venue shall lie exclusively in Tarrant County, Texas. 34.0 CONFLICT OF INTEREST Page 18 of 19 FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT Checklist and Required Documentation No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. 35.0 INSURANCE For the duration of a contract resulting from this RFQ, Firm shall carry insurance in the types and amounts as negotiated in the final contract. 36.0 CONTRACT CONSTRAINTS AND CONDITIONS All goods and/or services shall be provided in accordance with applicable requirements and ordinances of the City, laws of the State of Texas, and applicable federal laws. The proposed contract has been provided with this RFQ. However, all final terms and conditions will be negotiated with the awarded Firm. 37.0 CHANGE IN COMPANY NAME OR OWNERSHIP The successful Firm (Supplier) shall notify the City's Purchasing Department, in writing, of a company name, ownership, or address change for the purpose of 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. Page 19 of 19 FORT WORTH. CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) 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. City of Fort Worth) must disclose in the Conflict of Interest Questionnaire Form "CIQ" the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the City of Fort Worth 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 a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at httvs://www.ethics.state.tx.us/forms/conflict/ 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 the Proposer name in # 1, and use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176. Local Government Code, by a vendor who Data Aece.ea has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meats requirements under Section 176.0061a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An of arse nder !his se-icn is a nsdemeanor. J Name of vendor who has a business relationship with local governmental entity. J Chedt this box ifyou are filing an u a1e to a reviou filed questionnaire. (The law re quires that you f le an u Y 9 Pd P �Y q q y plated completed questionnaire witn the appropriate fling 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 , . : : I officer about whom the information is being disclosed. Name of Officer J 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 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 me officer receiving or likely to receive taxable income. other than investment income. from the vendor? Yes F—] No B. Is the vencor receiving or likely to receive taxable income, other than investment income. from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 71 Yes F7No J Describe each 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. 61 ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gets described in Section 176.003(a-1). 71 Z tgnafure of vendor doing business wrm me governmental entity Uate Form provided by Texas Ethics Commission wKw.ethics.state.ix.us Revised 111.2021 FORT WORTH. CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http:::www.statutes- leg is- state. tx.us Docs LG' htm'LG 176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code A 176.001(1-a): "Business relationship" means a connection between two or more parties based on commerciai activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or i 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 examination by, and reporting to, that agency. Local Government Code 4176.003(al(2)(A) and (B):. a) A local government officer shall file a conflicts disclosure statementwith respect to avendor 0: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income. that exceeds $2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental 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 or a family member of the officer one or more 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 (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4176.006(a) and (a-1) i a) A vendor 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 family member of the officer. described by Section 176.003(a)(2)(A); (2) has given a local govemment officer of that local governmental entity. or a family member of the officer, one or more gi tswith the aggregate value specified by Section 176.003(a)(2)(B), excluding 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 a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a): (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.stato.tx.us Revised V•:232• FORT WORM, CITY OF FORT WORTH ENVIRONMENTAL SERVICES DEPARTMENT 100 FORT WORTH TRAIL FORT WORTH, TEXAS 76102 REQUEST FOR QUALIFICATIONS CITY DEMOLITION SERVICES RFQ: 25 - 0080 Legal Name of Respondent: DB/A Name of Respondent: City of Fort Worth Peoplesoft Bidder/Supplier ID or Federal ID Number (TIN): Address: Name of the Authorized Representative: Title: The undersigned, by his/her signature, represents that he/she is submitting a binding Proposal 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 for this RFQ and agrees to be bound by the terms therein. The undersigned agrees if the Statement of Qualifications is accepted, to furnish any and all items and/or services upon which prices are offered, at the price(s) and upon the terms, conditions, and scope/specifications contained in this RFQ. Signature of the Authorized Representative: Email: Phone: Name of Contact Person 1: Title of Contact Person 1: Email: Phone: Name of Contact Person 2: Title of Contact Person 2: Email: Phone: Name of Contact Person 3: Title of Contact Person 3: Email: Phone: Please answer each question below: Will the agreement be available for Cooperative Agreement use? Yes No Prompt Payment Discount Terms: Percent Days (i.e. 3% Net 15, etc.) 2 FORT WORTH. CITY OF FORT WORTH - ENVIRONMENTAL SERVICES DEPARTMENT REFERENCE SHEET Respondent shall furnish the following information with their Statement of Qualifications, for at least three (3) recent clients/customers to whom subject services were provided that are similar to the requirements stipulated in this RFQ. 1. Company's Name: Name of Contact: Title of Contact: Address: Phone No. Email: Type of Services Provided: 2. Company's Name: Name of Contact: Title of Contact: Address: Phone No. Email: Type of Services Provided: 3. Company's Name: Name of Contact: Title of Contact: Address: Phone No. Email: Type of Services Provided: FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 1 of 9 Services 1. Scope of Services a. The City of Fort Worth (City) Code Compliance and Environmental Services Departments are seeking statements of qualifications from experienced firms to establish non-exclusive agreements for demolition services of residential and commercial structures and any required asbestos abatement activities as required by the Texas Department of State Health Services (TDSHS) on a Task Order basis. b. Respondents must download all attachments to ensure a complete understanding of the agreement the City intends to award through this Request for Qualifications (RFQ). The awarded Respondent shall be known hereafter as "Contractor"/"Vendor." 2. Evaluation Factors a. For the Respondent's Statement of Qualifications (SOQ) to be evaluated, the Respondent must provide a complete Response submitted within the stated deadline and per the RFQ requirements. Respondent shall include in their Response all documents and details required for evaluating, including; Business Equity Goal documentation for the RFQ. (See file, RFQ-07-Business Equity- MWBE) b. If the Soy meets the above requirements, selection will be based on the qualified Respondent(s) that is determined to be the most advantageous to the City considering the relative importance of evaluation factors listed below: c. Note: A respondent may be disqualified if they do not meet at least 50% of the evaluation points available. i. Approach to Perform Services — up to 30 points available. • This will be evaluated based on the information provided in the Statement of Qualifications, (RFQ-08-Questionnaire and Requirements, Section 4.d.). ii. Company Qualification & Experience — up to 45 points available. • This will be evaluated based on information provided in the Reference Sheet (RFQ-04-Reference Sheet), Questionnaire (RFQ- 08-Questionnaire and Requirements). iii. Past Performance — up to 15 points available. • This will be evaluated based on information provided in the Reference Sheet, (RFQ-04-Reference Sheet). iv. Safety Plan & Associated Records — up to 10 points available. • This will be evaluated based on the information provided by the Health and Safety Plan, (RFQ-08-Questionnaire and Requirements) v. Business Equity Firm Participation Response — Responsive or Non - Responsive FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 2 of 9 Services This will be evaluated based on the information provided in RFQ- 07-Business Equity MWBE and supporting documents. 3. Definitions a. Emeraencv Demolition Order: a demolition ordered by the City of Fort Worth Building Official due to the threat to public health and/or safety posed by a structure. b. Request for Cost: a request sent to the Contractors along with a description of services needed and any necessary details in order to obtain a cost quote or bid in order to conduct the project therein described. c. Task Order: a written description and specification directing the Contractor to perform specific services. 4. Scope of Services: City Demolition Services a. Background i. The City of Fort Worth's Building Standards Commission may determine whether buildings, properties, or structures are in compliance with the City Code and may if a violation is found, order a property owner to comply with all applicable laws and ordinances, including requiring vacation, relocation of occupants, securing, repair, removal, abatement, or demolition of a building, property, or structure. The property owner is allotted a certain amount of time to make necessary repairs or demolish the structure(s). If the property owner does not make necessary repairs or demolish the structure during this time, the City will have the structures demolished. In such an event, the Building Standards division of Code Compliance will issue a task order to have the structure(s) demolished. ii. Residential and commercial demolition services may be performed on the following: • Structures exempt from the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) — such as a single-family residence. • Facilities regulated under the Asbestos NESHAP that contain regulated asbestos -containing material (RACM) below thresholds. • Facilities regulated under the Asbestos NESHAP that require removal of RACM prior to building demolition. • Facilities regulated under the Asbestos NESHAP that have been declared structurally unsound or in danger of imminent collapse. • Facilities or structures owned by the City of Fort Worth that may be demolished for future site redevelopment of usage. FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 3 of 9 Services b. Task Order i. The City Departments will identify a scope of work and a schedule for each project opportunity. The amount of work assigned to each Contractor is variable. To be considered for award of the Task Order project, Contractors shall respond to a Request for Cost within 14 calendar days of issuance by the requesting Department. The Request for Cost may require, at minimum abatement plan of action, demolition plan of action, site supervisor and worker documentation, licensing documentation, schedule of work, and a total price for completing the project. The Task Order project may be awarded to the Contractor based on the following criteria: price, approach and timeline in which the contractor that can meet the Task Order's schedule. Please see Exhibit A for an example of the Request for Cost. ii. Task Orders may be issued for structures and non -structures such as, but not limited to fencing, parking lots, bridges, and water wells. iii. Emergency Demolition Orders may be issued by the Building Official. In such event, a Request for Cost shall be issued to the Contractors. The response time to such request will be dependent on the urgency and nature of the Emergency Demolition Order. A timeframe for response shall be included by the requesting department in the event of an Emergency Demolition Order. iv. No change orders shall be allowed unless fully justified and mutually agreed upon with the designated project manager. v. Work performed for each Task Order issued shall be compensated on a fixed -price basis, which shall be specified on the Task Order for each project. The compensation amount on the Task Order shall be the bid amount from the contractor for the individual Task Order project. vi. Quantities identified in this Requests for Costs are estimated quantities only. Prior to submitting a bid for a Task Order, the Contractor is responsible for verifying all quantities. The Contractor is to rely exclusively upon its own estimates, investigation, research, tests, and other data necessary to supply the full and complete information upon which the Contractor's bid is based. c. Inspection i. Prior to commencement of work, the Contractor shall ensure the designated City project manager is present at the job site. ii. Prior to commencement of work, the Contractor shall be responsible for inspecting all areas in which work will be performed to ensure safety of the crew. Contractor shall prepare a listing of any damages to structures, surfaces, and equipment at and around surrounding properties which could FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 4 of 9 Services be misconstrued as damage resulting from work being performed. Photographs and/or video recording of the existing conditions are allowed, as necessary, to document such conditions and may be kept for future needs. Any photographs and/or video recordings must be taken from the street right-of-way. iii. The Contractor must acknowledge that structures slated for demolition may still be occupied. It is the Contractor's responsibility to assess and assume all risks associated with this condition. The Contractor shall take all necessary precautions to ensure the safety of occupants and surrounding properties during the demolition process. d. Contractor Minimum Qualifications i. Have a minimum of 5 (five) years of experience performing demolition services similar or related to the Scope of Services. ii. Have and operate a full-time, permanent business address with the ability to be reached by email and telephone. iii. The Contractor shall designate at least one (1) person with the firm as the point of contact that can be reached by phone or email for accessibility. iv. The contractor shall be responsible for providing and covering the cost of all materials, equipment, labor, transportation, tools, fuel, utilities, and any necessary temporary facilities for completing the work as outlined in each Task Order. e. Contractor Responsibilities i. The contractor shall be responsible for providing and covering the cost of all materials, equipment, labor, transportation, tools, fuel, utilities, and any necessary temporary facilities for completing the work as outlined in each Task Order. ii. The contractor shall be responsible for coordinating with the Code Compliance — Building Standards Division or the Environmental Services Department, the start date of demolition/asbestos abatement to allow for notification to the Texas Department of State Health Services (DSHS). The City of Fort Worth will prepare and submit the DSHS notification. iii. Upon receipt of a Task Order and before demolition, contractor must obtain a wrecking/razing permit to demolish any structures from the City's Development Services Department - (817) 392-2222. Permits can be applied for online through Accela or in person at New City Hall located at 100 Fort Worth Trail, Fort Worth, Texas 76102. iv. In obtaining the wrecking permit, the contractor will be required to abide by City of Fort Worth ordinance number 17228, also known as the "Tree Preservation Ordinance." Under the preservation ordinance, no tree 6" diameter or greater will be removed and all trees within 50 feet of a FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 5 of 9 Services structure will be protected as per Tree Ordinance #17228. Removing trees that interfere with construction is permissible while still retaining 50% of existing canopy. v. Prior to site mobilization, the contractor must determine the applicability of the Texas Commission on Environmental Quality (TCEQ) and City of Fort Worth Storm Water Rules including the TPDES General Permit No. TXR150000 and receive approval from the City. In addition, the contractor must also submit any required documentation to the TCEQ and the City of Fort Worth. The contractor must maintain compliance with these rules and ensure posting of any required materials is done in such a manner so that the information can readily be obtained by the general public. vi. Utilities will have been terminated to the sites. Prior to demolition, the Contractor will be responsible for verifying with the City that all utilities (i.e. natural gas, telephone, water, etc.) have been disconnected. vii. Contractor shall cut and cap all site utilities at point of connection to the site. viii. Contractor shall be responsible for contacting applicable utility services in order to decide whether or not main lines or routes effectively traverse the project site. City staff will consult with the Contractor to determine the best method for addressing any utility concerns. ix. All regulated structures shall be abated of all RACM and shall be demolished typically removing all slabs/foundations, utility infrastructure and grading of the parcel to properly manage storm water. x. All debris generated from the removal of RACM is to be disposed of as asbestos -containing waste. Such debris must be transported to disposal facilities registered with the United States Environmental Protection Agency (EPA) and the Texas Commission on Environmental Quality (TCEQ). xi. Prior to any site disturbance, the contractor shall implement stormwater Best Management Practices (BMPs), if applicable. This may include, but not be limited to, the use of silt fencing, rock check dams, mulching, erosion control blankets, curb and inlet protection devices, sediment traps, sediment basins, and/or stabilized construction entrances and exits. a. Contractor shall clean and remove all remaining furniture, household furnishings, building materials, tires, debris, trash, rubbish and any other solid waste from the premises. These materials shall be recycled, reclaimed or disposed at a facility or landfill that is approved to accept such waste. b. Contractor shall maintain proper safety fencing, as needed, and also provide for adequate signage, barricades, traffic cones, and "flagmen" during the course of the project when heavy traffic will be leaving or entering the site. Temporary safety fencing to be used shall be a heavy-duty, diamond- link mesh, orange, FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 6 of 9 Services high density polyethylene safety or security fencing that will withstand substantial weather -related stresses. c. The contractor shall use applied water to the structure prior to and during the demolition process, including loading of debris so as to prevent fugitive dust emissions from leaving the project site in accordance with the provisions of NESHAP. d. The Contractor shall be responsible for obtaining a City of Fort Worth — Water Department water meter if usage of water from nearby fire hydrants is anticipated. e. The work area shall be maintained in a manner that will control all demolition debris from becoming windblown and/or migrating from the work area during and after working hours. f. The contractor shall use site material, if available, or clean fill from an approved source to fill any holes in the terrain resulting from any of the above work, and grade the entire lot, ensuring that low areas are filled to prevent the pooling of water. g. For the duration of the entire project, contractor shall sweep dirt and debris from the haul routes used to ensure any sediment tracked from the site is collected and does not migrate onto City streets. h. Each abatement worker, as required, shall the appropriate current TDSHS abatement worker license and a current abatement worker certificate from a certified TDSHS abatement training provider. i. All personnel on -site shall have current medical surveillance and respirator fit test as outlined by OSHA and as required by TDSHS for maintenance of individual licensure (for asbestos -related activities). j. All personal on -site shall use all applicable personal protective equipment (PPE) at all times while on -site. Anyone found not using the appropriate PPE may be escorted from the premises until they obtain and use the applicable PPE. 5. General Performance Requirements a. Any and all asbestos related activities must be performed at a minimum in strict adherence to the Texas Asbestos Hazards and Protection Act (TAHPA), NESHAP, and Occupational Safety and Health Administration (OSHA) rules and regulations. For asbestos -related activities, if the Provider provides its own personal sampling pumps and Phase Contrast Microscopy (PCM) cassettes to the City's Asbestos Consultant then the City's Consultant will perform the laboratory analysis of the PCM cassettes for OSHA monitoring. b. Provider will be required to comply with all applicable Texas Pollution Discharge Elimination System (TPDES) Storm Water permits, rules and regulations. c. All work shall be performed in accordance with applicable federal, state and local rules and regulations. Contractor is required to stay abreast of any changes to applicable rules and regulations. FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 7 of 9 Services d. Contractor shall maintain a work force adequate to accomplish the work as specified by each Task Order. 6. City Responsibilities a. The City shall perform the following tasks: i. Provide structure demolition specifications for each Task Order project; ii. Provide Asbestos Assessment Reports and Asbestos Removal Specifications, as required; iii. Provide site contact information; iv. Provide site access; v. Provide timely notice to Contractor in writing of Task Order projects, detailing the location(s), type of work, and other pertinent information; vi. Provide Asbestos Consultant, Air Monitoring Technician, and Project Manager to oversee asbestos removal work, as required; vii. Provide approved OSHA Air Monitoring for asbestos abatement activities, as required; viii. Pay applicable Texas Department of State Health Services (DSHS) asbestos or demolition notification fees and file DSHS notifications and make necessary amendments. 7. Monitoring and Oversight (when applicable with asbestos -related activities) The City shall provide third -party air monitoring technicians/project managers, as required, to monitor areas where abatement is being performed. 8. Health and Safety Plan a. Contractor must provide the following items in the Response: i. The current safety procedures concerning all employees, crew makeup, and equipment proposed under this solicitation. ii. Any OSHA exceptions or citations issued to the Respondent in the preceding three (3) years iii. Contractor's OSHA Incident Rate for the most recent two (2) years. iv. Current standing with the Texas Department of State Health Services (TDSHS) v. Any TDSHS Incidents for the most recent five years vi. Sample of written work plan including abatement methods and equipment vii. Written compliance plan including health and safety plan and respiratory plan viii. Waste Transporter and Disposal site information ix. Identification of OSHA air monitor for OSHA monitoring personnel x. Copies of all outstanding and resolved Notice of Violations issued to the Contractor by the Texas Department of State Health Services (TDSHS) for the last five (5) years. FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref. #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 8 of 9 Services xi. Copies of any violations issued by the Texas Commission on Environmental Quality (TCEQ) within the last five (5) years for any illegal dumping of hazardous asbestos waste. 9. Quality Control a. The contractor shall ensure that Abatement supervisors are on -site at all times during all abatement activities, as required. b. The Contractor's crew shall not do any work without the presence of the third - party air monitoring technicians/project managers, as required. c. Any visitors present at the work site must wear their company's branding in order to be clearly identified and must maintain a professional demeanor while on the premises. d. Any visitors, including 3rd party contractors present at the work site must be included in the daily log. e. Daily Log: The Contractor shall maintain a daily log that records the dates and times of, but is not limited to the following items: i. Visitations; authorized and unauthorized, ii. Personnel, by name, entering and leaving the work area, iii. Special or unusual events, i.e., barrier breaching, equipment failures, iv. Air monitoring tests and test results, as needed, v. Documentation with the confirmation signature of the Project Manager of the following: • Inspection of the work areas' preparation prior to start of asbestos removal and daily thereafter, as required. • Removal of any polyethylene barriers, as required. • Contractors' inspection prior to encapsulation, as required. • Removal of waste material from the work area. • Decontamination of equipment — please list all items, as applicable. vi. Contractor shall provide a copy of daily log at final closeout of the project to the City's Project Manager, for asbestos -related work as required. 10. Task Order Close Out a. Upon completion of the Task Order project, the Contractor shall notify the City's Project Manager. A visual inspection may be performed to confirm all work has been completed in accordance with the project specifications. b. The Contractor shall submit the following documents as part of the closeout process: i. Copies of all permits ii. Waste disposal documentation iii. Before and after photographs iv. Daily Log FORT WORTH® CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES RFQ Ref #: 25-0080; City Demolition Doc. Ref#: RFQ-06 Page 9 of 9 Services EXHIBIT A SAMPLE REQUEST FOR COST Project #:20 4FORT WORTH®-06-123 June 17, 2024 Bid Request Due: 7.01.2024 Physical Address: Legal Description: 2904 LEE AVE, FORT WORTH ELLIS, M G ADDITION Block 71 Lot 22 Building Description 1-Primary structure 1.378 s t - Asbestos NESHAP Part 61) Exempt, single family residential structure HIS it. 24-01 Issued to: For: Demolition Separate Invoicing for Activities: Bill to Code Compliance Site Contact: Jason Pittman (817) 994-4385 With issuance of this Task Order, is awarded City of Fort Worth project 2024-01-101 for demolition of the above referenced structure(s). All work will be performed in accordance Wth the Contract bet+neen the Vendor and the City of Fort Worth; the Request for Cost for project 2024-01-101 issued on January 04, 2024; the contractor's response to the Request for Cost; and this Task Order. contracw: • Demolish primary structure All invoice must be submitted within one month following competition of the project. Involce(s) required for this project shall Include: • Project Number - 2024-01-101 • Purchase Order Number • TAD Account Number • Date of demolition andior asbestos abatement activities • Description of work. At a minimum, include: o Address o Number and type of structure demolished. o Copies of all trip tickets / manifests for confirmation of waste disposal Deliver invoices and supporting documentation by mail to: Jason Pittman Code Compliance - Environmental City of Fort Worth 200 Texas St, Fort Worth TX 76102 Or email tojason.oittmanOFortWorthTexas.aov Vendor Name: Asbestos Abatement - $ Demolish Structure - $ Total $ FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 1 of 3 BUSINESS EQUITY (M/WBE) The Business Equity Goal for this RFP is 15.96% Note: If there is no Goal assigned for this RFP, please ignore all Business Equity -related language and related documentation, including this document. If a Business Equity Goal has been established for the RFP: i. Proposers should complete and sign these cover pages (pages 1 & 2 of this document) to confirm their understanding of the Business Equity Goal and related process. ii. Proposers should submit the completed and signed cover pages (pages 1 & 2 of this document) in the Bonfire Portal before the Close Date and Time. iii. Proposers are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 31d business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. iv. All items received through the message function will be appended to the Proposer's response; however. onlv Business Equity documents will be reviewed. Anv attempt to modify anv other portion of the bid will not be accepted or reviewed by the evaluation panel or Purchasing Division. V. Failure to submit a preliminary Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at https://fortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. vi. Proposers must obtain a listing of certified Business Equity Firms from the City's Department of Access and Opportunity Services. The request for listings form can be found on the City's website at https://www.fortworthtexas.gov/departments/diversity- inclusion/business-equity, or email DVIN BEOffice@fortworthtexas.gov vii. For additional information regarding the Business Diversity Equity Goal, contact the Department of Diversity and Inclusion at (817) 392-2674 or send an email to DVIN_BEOffice@fortworthtexas.gov Legal Name of the Proposer: Name of the Authorized Representative: Title: Page 1 of 3 FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 2 of 3 Signature of the Authorized Representative: Email: Phone: Note: Please see the Important Information on the following pages. Page 2 of 3 FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 3 of 3 Important Information: i. All Proposers shall note that the Business Equity Ordinance No. 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, as detailed below. ii. If a Proposer is certified as a Business Equity Firm, such Proposer can count its self - performance services towards meeting the Business Equity Goal(s) for the assigned NAICS commodity codes on their MBE or WBE certification. If such a Proposer will not self - perform all of the work, it will be required to provide subcontracting opportunities with certified Business Equity Firms to meet the stated Goal(s). iii. The selected Proposer acknowledges it will present Business Equity Firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and the Women's Business Council Southwest (WBCS) and accepted by the City in order for the participation to be counted towards the established Goal(s). iv. The firms must be located in the Marketplace (Dallas, Johnson, Tarrant, Denton, Parker, and Wise) , or meet the requirements of the City's Significant Business Presence which means a Person (1) which has its principal place of business located inside the Marketplace; or (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. V. Proposers shall submit with their Proposals a preliminary Business Equity Utilization Plan ("Plan") to address how it will comply with the Business Equity Goal(s). At a minimum, the preliminary Plan must certify that the Proposer will comply with the requirements and present evidence of the Proposer's past business diversity procurement practices. vi. Business Equity Firms must be certified at the time the Proposal is submitted, in order for the participation to be counted towards the established Goal. vii. Short-listed firms are required to submit the final Utilization Plan detailing efforts to comply with the Business Equity Goal(s). List of Business Equity Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form Page 3 of 3 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: Business Equity Goal: 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 is %. 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, % 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 Equity Ordinance #25165-10-2021 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 Equity 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 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 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 Equity 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 Equity 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: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance �20-370 (q) page for requirements of an acceptable Good Faith Effort. 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 all 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 do 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-compliance. 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. 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 /MSDC), 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 U0-370 (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 warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance F420-373 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 FORT WORTH,',.-, ADDENDUM TO REQUEST FOR QUALIFICATIONS NO. 25-0080 CITY DEMOLITION SERVICES ENVIRONMENTAL SERVICES DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: February 25, 2025 REQUEST FOR QUALIFICATIONS (RFQ): 25-0080 RFQ OPENING DATE: March 6, 2025 (NO CHANGE) RFQ No. 25-0080 issued February 5, 2025, is hereby amended as follows: 1. Attachment RFQ-07-Business Equity-MWBE with ATTACHMENTS is hereby incorporated as an attachment, Exhibit A of this addendum and within the Bonfire e-procurement system. 2. Attachment RFQ-08- Questionnaire, Qualifications and Requirements is hereby incorporated as an attachment, Exhibit B of this addendum and within the Bonfire e- procurement system. All other terms and conditions remain unchanged. Sarah Czechowicz Purchasing Manager ...................................................... By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above -referenced REQUEST FOR QUALIFICATIONS. COMPANY NAME: SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. 1*141111.11W.11 FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 1 of 3 BUSINESS EQUITY (M/WBE) The Business Equity Goal for this RFP is 15.96% Note: If there is no Goal assigned for this RFP, please ignore all Business Equity -related language and related documentation, including this document. If a Business Equity Goal has been established for the RFP: i. Proposers should complete and sign these cover pages (pages 1 & 2 of this document) to confirm their understanding of the Business Equity Goal and related process. ii. Proposers should submit the completed and signed cover pages (pages 1 & 2 of this document) in the Bonfire Portal before the Close Date and Time. iii. Proposers are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 31d business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. iv. All items received through the message function will be appended to the Proposer's response; however. onlv Business Equity documents will be reviewed. Anv attempt to modify anv other portion of the bid will not be accepted or reviewed by the evaluation panel or Purchasing Division. V. Failure to submit a preliminary Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at https://fortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. vi. Proposers must obtain a listing of certified Business Equity Firms from the City's Department of Access and Opportunity Services. The request for listings form can be found on the City's website at https://www.fortworthtexas.gov/departments/diversity- inclusion/business-equity, or email DVIN BEOffice@fortworthtexas.gov vii. For additional information regarding the Business Diversity Equity Goal, contact the Department of Diversity and Inclusion at (817) 392-2674 or send an email to DVIN_BEOffice@fortworthtexas.gov Legal Name of the Proposer: Name of the Authorized Representative: Title: Page 1 of 3 FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 2 of 3 Signature of the Authorized Representative: Email: Phone: Note: Please see the Important Information on the following pages. Page 2 of 3 FORTWORTH.. CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS EQUITY (M/WBE) RFP Ref. #: 25-0080 Doc. Ref#: RFP-07 Page 3 of 3 Important Information: i. All Proposers shall note that the Business Equity Ordinance No. 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, as detailed below. ii. If a Proposer is certified as a Business Equity Firm, such Proposer can count its self - performance services towards meeting the Business Equity Goal(s) for the assigned NAICS commodity codes on their MBE or WBE certification. If such a Proposer will not self - perform all of the work, it will be required to provide subcontracting opportunities with certified Business Equity Firms to meet the stated Goal(s). iii. The selected Proposer acknowledges it will present Business Equity Firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and the Women's Business Council Southwest (WBCS) and accepted by the City in order for the participation to be counted towards the established Goal(s). iv. The firms must be located in the Marketplace (Dallas, Johnson, Tarrant, Denton, Parker, and Wise) , or meet the requirements of the City's Significant Business Presence which means a Person (1) which has its principal place of business located inside the Marketplace; or (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. V. Proposers shall submit with their Proposals a preliminary Business Equity Utilization Plan ("Plan") to address how it will comply with the Business Equity Goal(s). At a minimum, the preliminary Plan must certify that the Proposer will comply with the requirements and present evidence of the Proposer's past business diversity procurement practices. vi. Business Equity Firms must be certified at the time the Proposal is submitted, in order for the participation to be counted towards the established Goal. vii. Short-listed firms are required to submit the final Utilization Plan detailing efforts to comply with the Business Equity Goal(s). List of Business Equity Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form Page 3 of 3 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: Business Equity Goal: 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 is %. 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, % 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 Equity Ordinance #25165-10-2021 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 Equity 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 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 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 Equity 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 Equity 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: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance �20-370 (q) page for requirements of an acceptable Good Faith Effort. 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 all 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 do 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-compliance. 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. 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 /MSDC), 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 U0-370 (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 warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance F420-373 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 City of Fort Worth ATTACHMENT 1A FORT NORTH Business Equity Utilization Form Page 1 of Disadvantaged Business Enterprise Utilization Form (Applicable if Federally -Funded) PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER: BID DATE: City's Business Equity Goal: . Offeror's Business Equity (or DBE) (Check if addressing DBE Goal) % Commitment: % Check all applicable boxes to describe ❑Not Certified 1:1MBE �WBE 1:1DBE 1:1HUB ❑ VOSB/ Section 3 Prime/Offeror/Owner's Classification: SDvoSB Certifying Agency: ❑NCTRCA ❑D/FW MSDC F—]TX DOT ❑WBCS Other: Ethnicity: ❑African American Hispanic ❑ Caucasian 11 Asian 1-1 Native American Gender: ❑Male ❑Female Non -Binary 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 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 Droiects, documents will be submitted to the Citv Project Manager if oublicly 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 Fort Worth (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. 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 regular 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 transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE qoal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT WO T TH ATTACHMENT 1A 'QRT � Business Equity Utilization Form Page 2 of 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 1st 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, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Specify Tier Certification Agency Name 1st Tier Gender and Ethnicity: Business Name: Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary Address: ❑D/FW MSDC ❑African American ❑Hispanic ❑NCTRCA Phone: Email: NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑Caucasian ❑ Native Contact Person: $ AMOUNT: American Business Name: Type of Service/Supplies: By: Certified B ❑Male ❑Female 1-1 Non -Binary ❑DFW MSDC Address: ❑NCTRCA ❑African American ❑Hispanic Phone: NAICS Code: ❑TXDOT ❑WBCS ❑ Asian Email: u ❑Other: ❑Caucasian ❑Native Contact Person: $ AMOUNT: American Business Name: Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary Address: ❑DFW MSDC ❑NCTRCA ❑ African American ❑ Hispanic Phone: NAICS Code: ❑TXDOT ❑WBCS ❑ Asian Email: ❑Other. ❑ Caucasian ❑Native Contact Person: $ AMOUNT: American Effective 01/01/2021 Updated 02107/2025 FORT'WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Certification Agency ATTACHMENT1A Page 3 of 4 Gender and Ethnicity: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑D/FW MSDC ❑African American ❑Hispanic ❑NCTRCA ❑TXDOT ❑WBCS ❑Asian ❑Caucasian El Native ❑Other: American Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic ❑TXDOT ❑WBCS ❑Asian ::]Other: ❑ Caucasian ❑ Native American Certified By: ❑Male ❑Female ❑Non -Binary I❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic ❑TXDOT ❑WBCS ❑Asian Other: ❑ Caucasian ❑ Native 1-1 American Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑ Asian ❑Other: ❑ Caucasian ❑ Native $ AMOUNT: American Effective 01/01/2021 Updated 02/07/2025 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 Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT IA Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition 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 change/addition 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. Authorized Signature Title Company Name Address City/State/Zip Code Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 01 /01 /2021 Updated 02/07/2025 FORT WORTH. PROJECT # BID # (If Applicable Please Check One) Amendment ❑ Change Order ❑ Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information; A certified Business Eouity firm is owned by a Minorfi► or Woman Business Enterprise fMIWBE) [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: 2. Name of Offeror/Prime Contractor: 3. Name of Business Equity Firm: Address: Firm Contact Name/Phone: 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): NAICS Code: (Owner/ Authorized Agent) Type or Print Name (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Email Address) B. Affidavit of Offeror/Pdme I HEREBY DECLARE AND AFFIRM that (Owner/Authorized Agent) In the amount of $ (Name of Certified Business Equtiy Firm) (Date) (Phone Number) am the duly authorized representative of and that I have personally reviewed the material and facts (Name of Offeror/Prime) 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 person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort 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. (Owner) Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent) (Email Address) (Name of Offeror/Prime) (Date) (Phone Number) Department of Diversity and Inclusion Effective 0 1/0 1/2021 Business Equity Division Revised. 6-8-21 Email: DV1N_BEOtlice BEOffice@fort-wortlitexas.gov Ph:817-392-2674 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity I ❑ Non -Business Firm Equity Firm BID DA E Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror'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 and/or 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 Project Manager on Bonfire 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 be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or 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 Effective 02/07/2025 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) months old from the bid open date) list of Business Equity subcontractors and/or 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 and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person 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 and/or "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 and/or "undeliverable message" 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 in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must provide supporting documentation to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes ❑ No Effective 02/07/2025 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Business Equity Division to address Yes 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 Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attacl .) 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. 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 bid. 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. Effective 02/07/2025 ATTACHMENT IC Page 4 of 4 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 Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 02/07/2025 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime EJMNUBE NON-MWBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1 C (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 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Proiect Manager no later than 2:00 p.m., on the third Citv business day after bid opening, 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 scope 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? 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. F1 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 M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The 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 by the M/WBEs 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 Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 02/07/2025 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 1 *14 111 1.118 1.1 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 1 of 5 Legal Name of Respondent: 1. PROPRIETARY INFORMATION i. All material submitted to the City becomes public property and is subject to the Texas Public Information Act upon receipt. ii. If a Firm does not desire information that it believes to be proprietary in the bid to be disclosed, the bidder must list each page number in the chart below and must clearly mark and identify each page by including the word "PROPRIETARY" in all caps and highlighted yellow on the bottom center of each page at the time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to the information that must be disclosed lies with the Texas Attorney General. Note: Pricing may not be marked proprietary and will be made publicly available in the form of a bid tab following evaluation of all bids. By submitting a response, Bidders agree that pricing is not proprietary and may be released. iii. Failure to identify proprietary information, as required in section 15.6 of the City's document "RFQ-01 Instruction to Proposers," will result in all unmarked sections being deemed non-proprietary and available upon public request. Pages with information Please indicate if only specific sections on the believed to be Proprietary page are believed to be Proprietary Page 1 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 2 of 5 2. RESPONDENT'S QUALIFICATION QUESTIONNAIRE The information provided on this questionnaire and in the Response, will be used to determine the responsiveness of the statement of qualifications. Please answer each question thoroughly. Answers maybe provided on a separate sheet as long as each response is labeled according to the question. 2.1 Please confirm that your company provide demolition services. 2.2 How long has your company been in business under its present name? a. List any former names your company has operated under and the timeframe(s) of each name. 2.3 Does your company operate a full time, permanent business address within the Dallas -Fort Worth metroplex? 2.4 Does your company have a dedicated team for emergency requests? a. Please include contact information for emergency request team below 2.5 Has your company ever defaulted on a contract? a. If so, why were you unable to fulfill the obligation? 2.6 Do you or your personnel hold an active Wrecking Contract registration with the City of Fort Worth Development Services Department? a. Please provide the name and registration number of each individual below. b. If no, please sign below to acknowledge that registration is required prior to obtaining any wrecking/razing permit with the City of Fort Worth. Page 2 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 1Doc. Ref#: RFQ-08 Page 3 of 5 2.7 Does your company utilize subcontractors? a. If so, please provide the information requested in the below table. 3. SUBCONTRACTOR INFORMATION SHEET Subcontractor's Name I Subcontractor's Address 1. 2. 3. 4. 5. 6. 7. Proposed Tasks on a Project Page 3 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 Doc. Ref#: RFQ-08 Page 4 of 5 4. CONTRACTOR REQUIREMENTS The Respondent shall include a comprehensive statement of qualifications. The information provided in this statement of qualifications will be used to determine the responsiveness of the contractor. Within the Statement of qualifications, the Respondent is expected to address the following key aspects: a. Company Overview i. Provide an overview of the company, highlighting the organizations has been in business for a minimum of five (5) years. Include any former names the organization has operated under and timeframe, if applicable. ii. Specify the business hours for communication and service availability. iii. Executive Summary detailing the contractor's interest and understanding of the Scope of Services. b. Personnel & Staff Overview i. Submit an organization chart depicting contact arrangement from the City to the Contractor. Identify keypersons by name and title and describe the primary work assigned. Please include a designated person, or team, as the point of contact for the City's Request for Costs. ii. Submit a brief resume (one page maximum per individual) for the overall Contract Manager, NESHAP Trained Individual, and Primary Asbestos and/or Demolition Contractor. c. Experience in Demolition Services and Asbestos Abatement Services i. Describe the Respondent's experience in performing these services within the market. This should include past and current work performed in or around the Dallas -Fort Worth area. d. Approach to Perform Services i. Include a statement detailing the contractor's understanding of, and planned approach to the services contemplated in the Scope of Services. ii. Provide a description of how materials will be processed for transportation and disposal. iii. Equipment: provide a list of the equipment, including vehicles and available resources to perform these services. iv. Crews: outline the number of crews and the corresponding number of crew members for each crew. v. Certifications: include copies of appropriate company licenses, certifications, and registrations such as, but not limited to, the following: • TDSHS Licensed Asbestos Consultant • TDSHS Licensed Asbestos Management Planner • TDSHS Licensed Asbestos Inspector • TDSHS Licensed Asbestos Project Designer • TDSHS Licensed Asbestos Air Monitoring Technical • TDSHS Licensed Asbestos Consultant Agency Page 4 of 5 FORTWORTH.. CITY OF FORT WORTH —ENVIRONMENTAL SERVICES DEPT. PROPRIETARY INFORMATION, QUALIFICATION QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS RFQ Ref. #: 25-0080 1Doc. Ref#: RFQ-08 Page 5 of 5 vi. Any other information that will assist the City in selecting the most qualified contractor. e. Davis -Bacon Act i. Work orders that are funded fully or in part by federal funds may require compliance with the Davis -Bacon Act. Provide a minimum of three (3) projects where your firm was responsible for providing weekly payrolls. Briefly explain how you expect to meet this federal requirement. f. Health and Safety Plan Contractor must provide the following items in the SOQ: i. The current safety procedures concerning all employees, crew makeup, and equipment proposed under this solicitation. ii. Any OSHA exceptions or citations issued to the Respondent in the preceding three (3) years. iii. Contractor's OSHA Incident Rate for the most recent two (2) years. iv. Current standing with the Texas Department of State Health Services (TDSHS). v. Any TDSHS Incidents for the most recent five (5) years. vi. Sample of written work plan including abatement methods and equipment vii. Written compliance plan including health and safety plan and respiratory plan. viii. Waste Transporter and Disposal site information. ix. Identification of OSHA air monitor for OSHA monitoring personnel x. Copies of all outstanding and resolved Notice of Violations issued to the Contractor by the Texas Department of State Health Services (TDSHS) for the last five (5) years. xi. Copies of any violations issued by the Texas Commission on Environmental Quality (TCEQ) within the last five (5) years for any illegal dumping of hazardous asbestos waste. Page 5 of 5 City Secretary Contract No. EXHIBIT D VERIFICATION OF SIGNATURE AUTHORITY Garrett Demolition, Inc. Attn: Bradley J. Garrett, President 232 SW Johnson Avenue Burleson, TX 76028 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor 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 Vendor. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Bradley J. Garrett Signature of President Other Title: Date: Non -Exclusive Vendor Services Agreement Page 18 of 18 Garrett Demolition, Inc. M&C Review Page I of 3 A CITY COUNCIL AGEND Create New From This M&C DATE: 6/10/2025 REFERENCE NO.: **M&C 25- LOG NAME: 0538 CODE: C TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas Fa 22CITY-WIDE ASB DEMO 2025 RFQ 25- 0080 NO SUBJECT: (ALL) Authorize Execution of Non -Exclusive Agreements with Garrett Demolition, Inc., Intercon Environmental, Inc., RNDI Companies, Inc., and Midwest Wrecking Co. of Texas, Inc., for Structural Demolition and Asbestos Abatement Services for All City Departments in an Annual Amount Up to $1,200,000.00 and Authorize Four (4) One -Year Renewal Options in the Same Amount RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive agreements with Garrett Demolition, Inc., Intercon Environmental, Inc., RNDI Companies, Inc., and Midwest Wrecking Co. of Texas, Inc., for structural demolition and asbestos abatement services for all City Departments in an amount up to $1,200,000.00 and authorize four one-year renewal options in the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of non- exclusive annual agreements for the demolition of commercial and/or residential structures, including the removal, transportation, and disposal of associated debris that may contain asbestos -containing materials. The Environmental Services and Code Compliance Departments manage these services to ensure compliance with regulations related to any environmental hazards. Environmental Services staff issued Request for Qualifications (RFQ) 25-0080 that included detailed specifications describing the responsibilities and requirements to provide these services. The contracts primarily provide on -call services for abatement of substandard structures or to assist with redevelopment efforts. These services are task order -based and performed on an as -needed basis. A Request for Qualifications (RFQ) 25-0080 was advertised in the Fort Worth Star -Telegram on February 05, 2025; February 12, 2025; February 21, 2025; February 26, 2025; and March 05, 2025. The City received six (6) responses. To maximize cost savings for the City and ensure efficient service delivery, individual non-exclusive agreements will be established with up to four of the highest scoring contractors. When a demolition project arises, each contractor will be asked to submit a cost proposal based on the defined project scope. The contractor with the lowest cost estimate will be issued a task order to complete the work. Five companies submitted responsive bids. The Diversity and Inclusion Department/Business Equity Division deemed Lone Star Trucking and Excavation's bid as non -responsive for failure to comply with the established Business Equity Goal. 1. Garrett Demolition, Inc. 2. Intercon Environmental, Inc. 3. RNDI Companies, Inc. 4. Midwest Wrecking Company of Texas, Inc 5. Cactus Abatement & Demolition, LLC Score Goal 30 pts 45 pts 15 pts 10 pts 100 pts http://apps.cfwnet.org/council_packet/mc review.asp?ID=33399&councildate=6/10/2025 7/21/2025 M&C Review Page 2 of 3 Bidders A B C D Total Garrett 25 40.5 13.5 7 86 Demolition, Inc Intercon 25 39 13.5 8.333 85.83 Environmental, Inc. RNDI Companies 23 39 12 7.667 81.67 Inc Midwest 24 36 12 7.667 79.67 Wrecking Co. of Texas, Inc Cactus 24 34.5 8.5 7.667 74.67 Abatement & Demolition, LLC The evaluation committee reviewed and scored the submissions from each of the five (5) firms , based on four selection criteria. The four criteria and their respective weightings were: A. Approach to Perform Services (30 points) B. Company Qualifications and Experience (45 points) C. Past Performance (15 points) D. Safety Plan and Associated Records (10 points) FUNDING: To ensure City departments have enough spending authority under the non-exclusive agreements, considering the expanded scope of services with this solicitation and to account for unanticipated needs from additional Departments, the Environmental Services and Code Compliance Departments are requesting up to $1,200,000.00, as appropriated. BUSINESS EQUITY: Garrett Demolition, Inc. a certified Business Equity Firm is in compliance with the City's Business Equity Ordinance by committing to 15.96\% Business Equity participation on this project. The City's Business Equity goal on this project is 15.96\%. Intercon Environmental, Inc. a certified Business Equity Firm, is in compliance with the City's Business Equity Ordinance by counting 100\% of its self -performance services towards meeting the Business Equity goal on this project. The City's Business Equity goal on this project is 15.96\%. RNDI Companies, Inc. a certified Business Equity Firm, is in compliance with the City's Business Equity Ordinance by counting 15.96\% of its self -performance services towards meeting the Business Equity goal on this project. The City's Business Equity goal on this project is 15.96\%. Midwest Wrecking Co. of Texas, Inc. a certified Business Equity Firm, is in compliance with the City's Business Equity Ordinance by counting 15.96\% of its self -performance services towards meeting the Business Equity goal on this project. The City's Business Equity goal on this project is 15.96\%. AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements shall begin upon execution and shall expire one year from that date. RENEWAL TERMS: The agreement terms may be renewed for up to four (4) additional one-year renewals for the same annual amount at the City's discretion. The renewal 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. http://apps.cfwnet.org/council_packet/mc review.asp?ID=33399&councildate=6/10/2025 7/21/2025 M&C Review Page 3 of 3 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and execution of the agreements. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. TO Fund Department Account I Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manager's Office bv: Valerie Washington (6199) Oriqinatinq Department Head: Cody Whittenburg (5455) Additional Information Contact: Sarah E. Czechowicz (5164) ATTACHMENTS 22CITY-WIDE ASB DEMO 2025 RFQ 25-0080 funds availabilitv.Ddf (CFW Internal) 25-0080 (RFQ Citv Asbestos Abatement and Demolition Services)CM-NS.Ddf (CFW Internal) Copv of FID TABLE RFP25-0080 asbestos abatement.demo.xlsx (CFW Internal) GarretDemo.1295.RFQ250080.sianed.Ddf (CFW Internal) Garrett. Demolition.SAM 04.14.25.Ddf (CFW Internal) Intercon Env. 1295.RFQ250080.signed.Ddf (CFW Internal) Intercon.Environment.SAM 04.14.25.Ddf (CFW Internal) Midwest Wrecking.1295.RFQ250080.signed.Ddf (CFW Internal) MidwestWreckino SAM 04.14.25.Ddf (CFW Internal) RNDI.Co.Inc. 1295.RFQ250080.sianed.pdf (CFW Internal) RNDI.Co.Inc.SAM 04.14.25.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33399&councildate=6/10/2025 7/21/2025