HomeMy WebLinkAboutContract 63744City Secretary Contract No. _____________
Non-Exclusive Vendor Services Agreement Page 1 of 18
RNDI Companies, Inc.
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 RNDI COMPANIES, 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.
Non-Exclusive Vendor Services Agreement Page 2 of 18
RNDI Companies, Inc.
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 Obligations 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 3 of 18
RNDI Companies, 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.Right 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 4 of 18
RNDI Companies, 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, FROM AND AGAINST ANY AND ALL CLAIMS
OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED 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 5 of 18
RNDI Companies, 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 6 of 18
RNDI Companies, 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.
9.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 7 of 18
RNDI Companies, 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 Requirements
(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 8 of 18
RNDI Companies, 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
To VENDOR:
RNDI Companies, Inc.
Attn: Diana Cross, President
6387 Camp Bowie Blvd.
Suite B-347
Fort Worth, TX 76616
Non-Exclusive Vendor Services Agreement Page 9 of 18
RNDI Companies, Inc.
14.Solicitation of Employees. 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.Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18.Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19.Force Majeure. City and 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.
22.Amendments / Modifications / Extensions. No amendment, modification, or extension
Non-Exclusive Vendor Services Agreement Page 10 of 18
RNDI Companies, Inc.
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 Nationality 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 Authority. 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 Company 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
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
Non-Exclusive Vendor Services Agreement Page 11 of 18
RNDI Companies, Inc.
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 Boycott 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 signature provides written verification to the City thatVendor:
(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 Boycotting Energy Companies. 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 12 of 18
RNDI Companies, 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)
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
CITY OF FORT WORTH:
By: Vajerie Washington (Jul 28, 202510:33:06 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date: 07/28/2025 2025------'
APPROVAL RECOMMENDED:
By:
Name: Wyndie Turpen CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
B y:
Name: Roger Grantham
Title: Environmental Supervisor
APPROVED AS TO FORM AND LEGALITY:
Title: Assistant Director, Environmental Services By: M�&�d.,-dd M. Kevin Anders, II (Jut 28, 202510:07:50 COT)
ATTEST:
By:
Name: Jannette S. Goodall
Title: City Secretary
VENDOR:
RNDI Companies, Inc.
By: Diana Cross (Jul 16, 2025 08:09 CDT)
Name: Diana Cross
Title: President
Date: _J_u l_y_1_5_, 2025
Non-Exclusive Vendor Services Agreement RNDI Companies, Inc.
Name: M. Kevin Anders, II
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0538 Form 1295: 2025-1273378
Page 13 of 18
City Secretary Contract No. _____________
Non-Exclusive Vendor Services Agreement Page 14 of 18
RNDI Companies, Inc.
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. Project Types – 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. City’s Duties
A. City’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 15 of 18
RNDI Companies, 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 Request 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 16 of 18
RNDI Companies, 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 Regarding 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 Regarding 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 17 of 18
RNDI Companies, 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 Regarding 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.
�� -� �% ���
EXHIBIT B
Contractor's Bid Response
RFP 25-0080
1V������� '' �� ��C' �
City of Fort Worth — Environmental Services Department
City Demolition Services
RFQ: 25-0080
RE: RFQ #25-0080 City Demoltion Services
RE: Response Document/Company Information
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
RNDI Companies, Inc. is a trusted leader in demolition and environmental remediation, holding
multiple certifications, including Historically Underutilized Business (HUB), Disadvantaged Business
Enterprise (DBE), Minority-Owned Business Enterprise (MBE), Women-Owned Business
Enterprise (WBE), and Small Business Enterprise (SBE). We are also a Texas Commission on
Environmental Quality (TCEQ)-licensed firm and an approved vendor with TIPS, allowing us to
efficiently serve public and private sector clients across Texas.
With over 25 years of experience in the construction industry, RNDI specializes in complex demolition
and environmental remediation projects, including hospitals, power plants, high-rise office towers,
commercial, industrial, governmental facilities, and historic building renovations. Our expertise
extends to emergency response efforts, such as those following Hurricane Harvey and the 2021 Dallas
winter storm, where we provided critical demolition and remediation services.
RNDI has successfully completed projects for local and state government agencies, including the City
of Dallas, Dallas County, City of Fort Worth, DART, DISD, DFW Airport Board, Dallas Housing
Authority (DHA), Texas A&M, Lockheed Martin, Texas Military Department, and NTTA. Our
reach extends to Houston and Harris County, where we have executed contracts for METRO, the City
of Houston, University of Clear Lake, Brazosport College, Del Mar College, the Port of Corpus
Christi, and the Port of Houston.
We have a proven track record of managing multiple contracts simultaneously while maintaining high-
quality service and compliance with all regulatory requirements. Our commitment to historical
preservation ensures that delicate restorations are handled with precision, and we proactively adapt
to unexpected challenges that arise during project execution. Additionally, RNDI proudly partners
with HUB subcontractors as needed to support diverse and inclusive business participation.
When you choose RNDI, you are working with a company that prioritizes safety, cost efficiency, and
timely project completion. Our expertise, experience, and dedication make us the ideal partner for your
demolition and environmental remediation needs.
CompanV Proizle:
a. Company Ownership and Contact Information:
Main Point of Contact: Diana Cross - President
Phone Number: (214) 876-3069 or (469) 990-9494
Fax Number: (713) 513-5285
Email: Diana@RNDICompanies.com
��-� �% ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
b. Company Foundation
RNDI Companies, Inc. is a general contracting company offering specialized trade services such as
demolition, asbestos, lead and mold abatement, environmental remediation, solid & hazardous waste
removal, and renovation and general construction. RNDI proudly serves the State of Texas since
2005.
c. Locations
Main Location: 311 E. Interstate 30 14518 Hempstead Hwy #4Z 6387 Camp Bowie #B-457
Rockwall, TX 75087 Houston, TX 77040 Fort Worth, TX 76116
d. Employees
Total full-time employee for RNDI is 17, each employee will work out of the locations as necessary to
full fill our contracting oblations as needed.
e. Main Contact
Main Point of Contact: Diana Cross - President
Phone Number: (214) 876-3069 or (469) 990-9494
Fax Number: (713) 513-5285. Email: Diana@RNDICompanies.com
f. Prior Experience
RNDI has completed numerous contracts with several Texas state agencies and still holds contract
with many of these entities. Here is a list of just some of the Texas state agencies we have worked
for:
�
0
6.
7.
8.
9.
10.
11.
12.
13.
Dallas ISD - Asbestos Abatement and Selective Demolition Bond Program 2016-2022
Dallas Community College - Asbestos Abatement-Ongoing contract till 2025
Del-Mar College - Asbestos Abatement ofMemorial Classroom and White Library - 2023
Fort Worth ISD - Asbestos Abatement - 2019
Grayson College - Abatement, Remdiation and Demolition — July 2023
Goose Creek ISD - Demolition of Facility — August 2018
Killeen ISD - Enviromental Remediation RFP 23-28-04-061 4/2023-4/2024
Keller ISD - Grounds Care Maintenance & Supplies Bid Number 1802-04 3/2018-3/2020
Keller ISD - Whitley Road Elementary School Asbestos Abatement July 2022
Keller ISD - Parkview Elementary School Asbestos Abatement — December 2022
Nacogdoches ISD - Demolition of Martin Building & Carpenter Site-September 2023
Garland ISD — Abatement — Contract through 2026
Rockwall ISD — Environmental — Contract through 2025
14. Mesquite ISD — Facility Management & Environmental — Contract through 2025
15. City of Dallas — Renovations, abatement, demolition, remediation etc.. — Ongoing contract still active
16. City of Houston — Demolition, renovations, abatement, tank removal etc.. — Ongoing contract still active
17. Dallas County — Demolition, renovations, abatement, remediation — Ongoing contract still active
18. City of Garland - Insulation Services for GP&L Power Plants — Ongoing contract still active
19. DART — Mold remediation, asbestos abatement and demolition — Ongoing Contract still active
20. Port of Corpus Christi Authority — Asbestos Abatement — Ongoing Contract still active
21. Port of Houston — Asbestos abatement — Ongoing contract still active
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
�� � �j ��� � ������� � i�� ���� Fax: (713) 513-5285
Diana a�2NDICompanies.com
This list only shows some of the active contracts RNDI has currently, there are several other entities
we have completed contracts for in the past
Kev Staf�ng Pro�le:
Please see attached organizational chart and resumes for responsible staff inembers that will help to
successfully complete each project assigned to RNDI.
Ranid Mobilization
RNDI has the capability to shorten project cycles as we have certified and licensed professionals on
staff to complete any project. Please see our past performance and resumes for more information.
Past Proiects
a. Grayson College - Provide remediation, abatement, and demolition services at four buildings on
Grayson College's West Extension Site. The Scope of Services consists of the demolition and
removal of 3 multi story apartment complexes and an educations building, basements, and
foundations, as well as the demolition and removal of site improvements, including, but not
limited, to retaining walls, paving and foundation landscaping. In addition, completed abatement
and remediation of asbestos-containing material (ACM) and lead-based paint (LBP) in support of
demolition Total Amount $1,259,802.00 Total duration 74 days
b. City of Dallas — MLK Center - RNDI Companies, Inc. provided the mold abatement and water
damage restauration at the MLK Recreation Center located in Dallas, TX, that was damaged due
to the winter storm in February 2021. The scope of work was to proceed with water remediation
throughout the facility and included removing and replacing affected drywall 4feet up walls,
removed disfigure buckled hardwood gym floor, removed and replaced all bathroom fixtures,
removed VCT tile, buck back adhesive, tile floor in bathrooms that was laid over VCT tile.
Removed and replaced 4" and 6" cove base. Removed and replaced water damaged ceiling tiles
throughout facility, in addition to move items around for construction and reinsulate air ducts.
This job was completed within budget.
Total dollar amount -$227,978.80, total construction duration — 30 days, Key Staff & Project
Manager Carlos Prado — carlos(a�rndicompanies.com, Luis Moreno, Cesar Garcia.
c. Dallas County — Criminal Court Complex, Annex and Records Building - Containing 3
separate structures, each with a different building history. The scope of work for each structure
varied greatly, the largest hurdle that RNDI had to overcome was historical preservation. We
utilized our expertise in abatement and demolition to guarantee preservation.
Total dollar amount -$4,540,000.00, total construction duration — 60 days
d. Del-Mar College - Asbestos Abatement of Memorial Classroom and White Library -
Asbestos Abatement and removal for Memorial Classroom and White Library. Asbestos removal
at Memorial Classroom to include but not limited to black mastic under carpet, double layer of
floor tile, window caulking and mastic picks. Asbestos removal at White Library to include but
not limited to floor tile with black mastic under carpet, A/C duct, pipe insulation in crawl space,
pipe insulation in basement, pipe insulation in mechanical rooms. Removal of approximately
1,300 florescent lamps and light ballasts. All light fixtures were separated and put into 55-gallon
drums to recycled/disposed of properly.
Total dollar amount -$147,352.00, total duration of project — 40 days.
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
�� � �j ��� � ������� � i�� ���� Fax: (713) 513-5285
Diana a�2NDICompanies.com
e. City of Houston — Houston Police Station - This job was unique and posed a large security risk.
RNDI was tasked with abating Floor Tile and Mastic from the police station. This created the
obstacle of security; security was of the highest importance as the police station was still active
and held evidence. RNDI ensured that site security and access to the work areas was limited to
who needed to be there. The measures taken allowed the City of Houston to rest easy in knowing
that no unauthorized access would occur during the work.
Total dollar amount -$89,649.00, total duration of project — 21 days.
Maior sub-contractor Information
A&A Construction — 817-267-2757
Litigation Historv:
RNDI has no litigation history.
Contract Acceptance:
RNDI accepts the contract in its entirety, being contact #25-0080, City Demolition Services.
Construction Dollar:
Set to be at $4,259,000 for 2024. Average over last 5 years is $4,892,304.00. Approximately
90% of our work is self-performed. 98% of our work is done as a General Contractor.
Safetv Violations:
RNDI has no safety violations on any project for over 10 years.
Workers Comp. EMR:
2022 — 0.97
2021 — 0.95
2020 — 0.94
2019 — 0.97
2018 — 0.97
Prolects Completed in Tarrant Countv:
City of Fort Worth — Code Compliance — Demolition Contract 2021-2025
City of Fort Worth — Demoltion - Airport 200 Commander Rd - 2024
City of Fort Worth — 2000 Commander — 2024
City of Fort Worth — Code Compliance — Lakeland Project
200 Texas St Fort Worth, TX 76102
Asbestos abatement and demolition of 13 homes. Completed September 2021
City of Keller — Demolition of 2 properties
1100 Bear Creek Pkwy Keller, TX 76248
Demolition of 142 Vine St and 137 Taylor (Old Library) in Keller. Completed 4/2023
��-� �% ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
Fort Worth ISD — Asbestos Abatement
6101 McCart Ave Fort Worth, TX 76133
RNDI provided asbestos services based on contract unit pricing for the capital improvement department.
RNDI removed asbestos, bagged, and properly disposed of at a landfill. Completed 2019
Keller ISD — Whitley Rd Elementary School Asbestos Abatement
350 Keller Parkway Keller, TX 76248 — 7600 Whitley Rd Watauga, TX 76148
RNDI provided asbestos services based on contract unit pricing for the capital improvement department.
RNDI removed asbestos, bagged, and properly disposed of at approved landfill. Completed July 2022
Keller ISD — Parkview Elementary School Asbestos Abatement
1130 Alta Vista Dr Keller, TX 76244 — 6900 Bayberry RD Fort Worth, TX 76137
The asbestos-containing building materials (ACBM) to be removed consist of white mastic on fiberglass
duct insulation, black mastic under non- asbestos floor tile, black sink undercoating, & exterior window
caulk. Completed December 2022.
Tarrant Regional Water — Demolition of Structure
800 E. Northside Dr Fort Worth, TX 76102
Demolition of structure and brought to grade level. Completed March 2020.
Texas Military Department — Fort Worth Cobb Park Readiness Center Lead Abatement
2101 Cobb Park Dr Fort Worth, TX 76105
RNDI performed lead abatement services at the Texas Army National Guard (TXARNG) La Marque
Readiness
Center Indoor Firing Range. Work included transport, and disposal, pre-testing and post-testing in
accordance with the requirements outlined. Completed September 17, 2019.
Tarrant County — Asbestos Removal at Training Center
1505 Circle Dr Tarrant County, Fort Worth, TX 76115
Removal of asbestos at the training center. Completed November 2024
City of Fort Worth — Convention Center — Asbestos Removal of Piping — January 2025
City of Fort Worth — Will Rogers Center — Abatement — December 2024
��-� �% ���������� '��� ��C��
Or�anizational Chart for RNDI
President
Diana Cross
Diana Cross has a master's degree in Civil
Engineering with a major in Environmental. She has
over twenty-five years of expericncc and is a detail
oriented General Contractor with extensive
backgound in developing and successfully
completing complex engineering and emironmental
projects.
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
Proiect Coordinator
Ana Luna
Ana Luna has been with RNDI for over 12
ycars. She has managed and completed
❑umerous projects ranging in scope from
twenry-five hundred to four million.
Responsibilitics includc development and
maintaining business relations with clien[s.
Other duties include day-to-day operations,
safety, coordination, quality control,
scheduling and coordination of
subcontractors, personal training and
productivity of RNDI Companies, Inc.
Safetv/Demolition Superintendent
Mike Thompson
Mike Thompson has been in the Gencral
Construction industry for twenry years. Hc has
managed and wmple[ed numerous projects
ranging in scope from twenty-five hundred to
four million. Rcsponsibilitics include
development and maintaining business
relations with clients. Other duties include day-
to-day operations, safety, coordination, quality
control, scheduling and coordination of
subcontractors, personal training and
productiviry of RNDI Companies, Inc.
Construction Superintendent
Todd Perotka
Todd ��Q�specializing in the demolition part of
our organization for the past seven (7) years. His
responsibilities are to supervise and manage the
sub-contractorsfor RNDI Companies, Inc. with the
highcst expectations of customer service
satisfaction. His duties also include cost effective
solutions for clients with coordination d'employees
ae�d subcontractors. Although Todd has only been
with RNDI a short time he has proved to be a.
yaluable asset to our company.
Demo Superintendent/Foreman
Carlos Gomez
Carlos Gomez is a licensed asbestos supervisor
and mold supervisor with more than twenty-
three years of experience. Carlos has been
with RNDI Companies,lnc. for [wenty years,
and has twenty years of experience in the
environmental field. As the supervisor he is
responsiblc for supervising thc removal,
enclosure, or encapsulation of asbestos
containing materials. As supervisor he is also
in charge of complying with standard
operations including EPA and OSHA.
Training of personnel who perform
asbestos/mold related activitics in the use of
equipment and personalprotective equipment
SafetY ManaEer/Superintendent
Salvatore Inzillo
Salvatore I��iIJ� has more than ten years of
experience in environmental science. His knowledge
in 51y�('Gt� and quatitive analysis of samples in
data, environmental laws and regulations, asbestos
consulting services, as well as lead-based paint
sampling and project management and supervision.
The supervisor is responsible for supervising thc
removal, endosure, or encapsulation of asbestos
containing materials. A supervisor is also in charge
of complying with standazd of operation including
EPA and OSHA. Training of personnel who perform
asbestos related activities in the use of equipment and
personal protective equipment is a task for a
supervisor working with RNDI. TDH License # 80-
Superintendent/Foreman
Chris Cross
Chris Cross has over six years of experience
as a supervisor. He has been with RNDI for
over seven years. He participates in hands on
work with laborers and equipment operators.
Chris is a Certified Mold Remediation
Supervisor, Asbestos Supervisor and has
OSHA safcty training. A supervisor is also
in chazge of complying with standazd of
operation includicig EPA and OSHA.
Training of personnel who perfoan asbestos,
mold or lead related ac[ivities in the use of
equipment and personal protective
equipment is a task for a supervisor working
with RNDI.
��-� �% ���������� '��� ��C��
Safetv Manual for RNDI
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
Safety Prog�am d� Records
** Full program available upon request.
C O 1_l�i��'��1� I�� _. � J�l� C.�
� J� � � J��i1D����C'
��-� �% ���������� '��� ��C��
Table of Contents
COMPANY SAFETY POLICY $
ALCOHOL AND CONTROLLED SUBSTANCES POLICY
Organizational Point of Contacts
Authority and Accountability
III. Analysis
IV. Record-keeping
Injury and Illness Data
Safety and Health Surveys and Inspections
Safety or Other Related Meetings
Training Records
Accident/Incident Investigation
Equipment Inspection and Maintenance
V. Safety and Health Training
Training Program Development
Orientation
Ongoing Training
Documentation
VI
VII
Safety Audit/Inspection
Comprehensive Surveys
Safety and Health Self-Inspections
Accident/Incident and Hazard Investigation
Hazard Correction
Hazard Control
VIII. Review and Revision
IX.
X.
Goals and Objectives
Goals
Objectives
Employee Commitment and Responsibilities
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
XI. Employee Involvement
��-� �% ���������� '��� ��C��
Departmental Safety Meetings
Reporting of Hazards and Unsafe Conditions
Documentation
XII. Disciplinary Policy
Verbal Warming,
Written Warnings
Disciplinary Actions
Termination
Documentation
XIII. Return to Work Policy
XIV. Company Safety Rules
XV. Respiratory Program
XVI. Lockout / Tag-out Program
XVII. Confined Space Program
XVIII. Fall Protection Procedures
XIX. Hazard Communication Program
XX. Training
XXI. Forms
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
Notice to Employees
Self-Inspection Form
Employee Acknowledgment
Alcohol and Substance Employee Acknowledgment
Safety Hazard Report
Training Attendance List
Annual Review of Safety and Health Process
New Employee Safety Orientation Record
Supervisor's Report of Employee Injury Investigation
Employee Reprimand
Equipment Inspection Forms
XXI I Safety Manuel & Book List
��-� �% ���������� '��� ��C��
Safetv and Health Policv
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
The Operations Director and management of RNDI Companies, Inc. are committed to providing
a safe and healthful work environment for all our employees and others that may work, visit, or
enter our facilities. The management of RNDI Companies, Inc. is very proud of our reputation for
quality products and services. The safety of our employees, our most important resource, is one
of the utmost priorities. To protect this resource we are committed to providing a safe and
healthful environment for all. Following our safety policies is an absolute requirement. By
providing an effective health and safety program, we can share the responsibility for our own
safety and the safety of our co-workers.
It is our policy to manage and conduct operations and business in a manner that offers
maximum protection to each and every employee and any other person that may be affected by
our operations and business. It is our absolute conviction that we have the responsibility for
providing a safe and healthful work environment for our people and all others that may be
affected as we conduct our business
We will make every effort to provide a working environment that is free from any recognized or
potential hazard. We recognize that the success of a safety and health process is contingent
and dependent upon support from the executive level management down to involvement of all
employees of the company.
The management of this company is committed to allocating and providing all the resources
needed to promote and effectively implement the safety and health process.
This company will establish avenues to solicit and receive comments, information, and
assistance from employees about safety and health. This company will comply with all federal,
state, and local safety and health regulations.
Company management and designated supervisors will set an example of commitment to safety
and health at this company. This policy applies to all employees and persons affected or
associated in any way by the scope of this business.
Diana Cross — Project Manager
��-� �% ���������� '��� ��C��
Alcohol and Controlled Substances Policy
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
RNDI Companies, Inc. has adopted an alcohol and controlled substances policy to ensure the
safety and well being of all employees. Our company policy forbids the possession or
consumption of alcoholic beverages and the possession or use of any controlled substance on
the premises, or while on company business. The definition of a"controlled substance" is any
drug, narcotic, inhalant, hallucinogen, barbiturate, amphetamine, mixture, or compound not
prescribed by a licensed physician for the legitimate treatment of a specific employee's medical
condition.
Employees taking prescription drugs for an illness or other legitimate medical need must notify
their direct supervisor in writing of the possible effects of the medication which may impair the
individual's physical or mental capabilities, and/or impair their ability to perform their job
activities. The notification should also include the length of time expected to take the
medication. Users of controlled substances or alcoholic beverages present a serious danger,
not only to themselves, but also to all other employees with whom they work or come in contact.
Lack of inental alertness, slow reactions, and other effects of alcohol and drugs lead to poor
judgment and errors that place our workers and facility in grave danger. Management cannot
and win not allow the safety of our workers and facility to be compromised.
Violation of any of the following rules may subject an employee to disciplinary action, including
immediate termination:
No alcoholic beverages may be brought onto or consumed on company property, or
consumed while on company business or while operating a company vehicle.
2. No controlled substance may be brought onto or used on company property, or used
while on company business or while operating a company vehicle.
3. Employees taking drugs prescribed by a physician must advise their direct supervisor in
writing of the possible effects of such medication which may impair their physical or
mental capabilities and/or impair their ability to perForm their job activities. This
notification must include the length of time the employee is expected to take the
medication. This written information must be given to the direct supervisor before the
employee starts work. All medical information will be kept confidential, and any breach of
privacy and confidentiality will be punished.
4. No employee may give, sell, or otherwise transfer any controlled substance or
prescription drug to any other employee. To do so is in violation of federal law, and the
employees involved will be reported to law enforcement authorities immediately.
Once again, any violation of the above rules may lead to disciplinary action, including immediate
dismissal.
Diana Cross — Operations Director
��-� �% ���������� '��� ��C��
l. Authority and Accountabilitlr
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
The Operations Director of RNDI Companies, Inc. accepts the responsibility of providing
resources and guidance for the development and implementation of the safety and health
process.
Ms. Diana Cross is responsible and will be held accountable for the overall implementation of
the working process. Ms. Diana Cross has the authority to delegate any or all portions of the
process to subordinates, but will be held responsible for the performance of the process. Ms.
Diana Cross also has the authority to approve or carry out disciplinary actions against those that
violate policies, procedures, or rules.
Ms. Diana Cross is responsible and will be held accountable to ensure that all employees under
his control follow all safety and health policies, procedures, and rules established by RNDI. He
is also responsible for administering training and guidance to employees under his direction.
Ms. Diana Cross has the authority to reprimand and recommend disciplinary actions against
employees that violate the safety and health policies of the company.
Employees are responsible and will be held accountable for providing this company with a
commitment to the safety and health process, abiding by the policies, procedures, rules set forth
by the process, and becoming actively involved in the process to assist in providing a safe and
healthful workplace for all involved.
Contractors that provide or perform services for ICE, at any location, are responsible to ensure
that all employee actions and services delivered are in a manner consistent with our
commitment to safety and health. The Safety and Health Process manual will be made
available to all contractors for review.
Waste Site and Disposal Information
Skyline RDF
1201 N Central Ave
Ferris, TX 75125
ID#H42D
��-� �% ������.��� '��� ��C��
Proof Of Insurance
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
'`�`�R�� CERTIFICATE OF LIABILITY INSURANCE DATE�MM/D�/YVVV)
01 /29/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not confer ri hts to the certificate holder in lieu of such endorsement s.
�RODUCER CONTACT CHA\NN \ANATT
THE WYATT AGENCY
1300 11TH STREET
SUITE 305-E
HUNTSVILLE,TX 77340
NSURED
RNDI COMPANIES, INC.
311 EAST INTERSTATE 30, #7
ROCKWALL TX 75087
936-291-3074
iNsuREa e: ARCH INS. CO.
iNsuaEac: TEXAS MUTUAL INS. CO.
INSURER D:
936-291-1217
COVERAGE NAIC #
O. 21199
11150
IINSURERF: I
COVERAGES CERTIFICATE NUMBER: 100288 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY RE�UIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOW N MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TR TYPEOFINSURANCE INSD WVD POLICYNUMBER MM/DDmYY MM/DD/YVXYV LIMRS
A X COMMERCIALGENERALLIABILITY X X 12EMP4362219 F>I�4IZ4 B/�4IZS EACHOCCURRENCE $ �,OOO,I
CLAIMS-MADE ❑X OCCUR PREMISES (EaEoccur° nce) $ 100,(
X ASBESTOS ABATE. MEo exa �n�ya�e Pe�so�� $ 5(
X POLLUTIONLIABILITY PERSONALSADVINJURV $ �,OOOI
GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $ Z,OOO,I
POLICV � jECT � LOC PRODUCTS-COMP/OPAGG $ Z OOO (
OTHER: $
B AUTOMOBILE LIABILITY X X 11CA892449-10 �/?rJ�2rJ �/ZrJ/26 (� aBcltle�tSINGLE LIMI7 $ ,� 000,�
X ANVAUTO BODILYINJURV(Perperson) $
AUTOS ONLY AUTOSULED BODILV INJURY (Per accideni) $
!� AUTOS ONLV X AUTOS ONLY (Pe°acc�tlent) AMAGE $
8
A X UMBRELLA LIAB �( OCCUR 12 EMX23279 03 6/14/24 6��4/?rJ EACH OCCURRENCE �J,0�0,�
E%CESS LIAB CL41MS-MADE AGGREGATE $ S,OOO,I
G. WORKERSCOMPENSATION YIN X 0001197648 1/21/25 1/21/26 X STATUTE ERM
AND EMPLOYERS' LIABILfTV
OFFICER/MEMB�ER EXCLUDED? ECUTIVE � N � A E.L EACH ACCIDENT $ �,OOO,OOO
(Mantlatoryi�NH) E.L.DISEASE-EAEMPLOVEE $ �,OOO,OOO
A LIABILITY - CLAIMS MADE I� X X 12 EMP 43622 19 6/14/24 6/14/25 $1,000,000 OCCURRENCE
CONTRACTORS PROFESSIONA $2,000,000 AGGREGATE
)ESCRIPTION OF OPERATION5/ LOCATIONS / VEHICLES (ACORD 107, Additlonal Remarks Schedule, may he attached if more epace Is required)
FOR INFORMATION AND BIDDING PURPOSES ONLY
�ERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
FOR INFORMATION AND BIDDING PURPOSES ONLY ACCORDANCE WITH THE POLICY PROVISIONS.
4CORD 25 (2016/03)
AUTHORIZED REPRESENTATIVE
� � � ��
OO 1988-2015 ACORD CORPORATION. All rights reservec
The ACORD name and logo are registered marks of ACORD
��-� �% ���������� '��� ��C��
RNDI License and Certifications
RNDI LICENSE AND CERTIFICATIONS
�
Tc.m �a�,�m.r� ��tw�� �h•�h�� Servi<.7
xnui ��u�v,�uF. inc
.1�h.l.n Almcmcm ('in4a��iue
���5 p�nm� �
-'3r.�rsransr caw . _
�� O�sativantagetl Business Eneerprisei�aE�
RNOi Companies, inc.
RNDI Companies, lnc.
. . ���.�o �� ��.,.�«,.,. � ^' �;
�
Minorny Bu�siness Enterprise (MBE�
XCIRG alloi companres, mc.
RNDI Companies, Inc.
,�':
T«;., n.rnn����„asw�r ii.��i�n sn.;.n
N\Ill t:l��iP:\NII�� I\t
n�M�wa I�w�spuner
� �� r�.ir1r�.`r-w.�...rr+...r ......`�`
�snu.��v�x e�ewani�
/ �Atia' /
, �
frJmrr.�ar rsv✓Ixe 1 �F-M�em
�
r[xnSOFv xSp4PNORF4uWnox
,..�w c� �. ,. .....,
, � ��.�
.....u.,a.,.,.�s /�,Jr�lw,� o.�w
Te+as Hiseoricalty Untleru[ilized Business (HUB) Certifica[e
� ..�b.�.�_.��.�,.e�., w«umz.
T�e Texas Comprroller of vublic Accoun[s fCPA�. M1ereby cert�ies Mat
RNDI Companies, INC. DBA N/A
rta0l�sM1etlrepulrementso�t�e5cateotTexasHlsrontally�n eEBus��ez�
INUBI�P «ognlx0 as NUB. i�is �c n<ed Mry 2C, 1016, su netles +
reg�struuon aM �en�lYare prerauLY ���eE Oy tM MUB vroB am,if e urry ��a�es�re6a�0�ng �-e
on � e. buz nezz zirv<wre own p Oa; to Oay maw6emelnt operat onal �antrol Uuz ne:z
onlP�oNAeO n su0m¢sronoil�eDusness-app ca ontorregsvalon/cenikatonazaHUe.yo�
iarely Iw�N�n 30 Eays o u<� W ng¢zl �t�ly t� HUB VraBram rcmg. i�e <PA re
efrig�c :o�conduct a rom0liance rerew at any pme to �onfirm HUB eI�g0lbry HUB cere?i�ainn m.ry ce
zv�spe�Uro or revo�ed upon flM�ngs oi inNigiU�liry
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
�
Tetnv IXp�nrtan�.�tSlaic Ilralih $crvico
R��UI C'O\1P.\M' NC
laJ Fim�
�,acq ...�.�....i..m�....,_,n.+.+.-,�.��n.._. -�i..... "��
....e.�...,..�........�,+r-. ... ...w� . ................... .�..
��
4Ye�.eern�e�w nsmomiv�vex
/�� ;
�/�re.��..(
r�lxes�vu � s �y�s����
�SmallBusineuEn�eeprinc�59E)
�� PNDiCompan 5
RNDI Companies, Inc.
�Minority8u5in¢SSEnt¢rprise(A1tl_�
� RN01 Companiez, In:.
RNDI Companies, lac.
��-� �% ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
CERTIFICATE OF INTERESTED PARTIES
FORM Z29S
1of1
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2025-1273378
RNDI COMPANIES, INC.
ROCKWALL, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/24/2025
being filed.
City of Fort Worth Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
25-0080
Cit Demolition Services
Nature of interest
4 Name of Interested Pa Ci State, Count lace of business
rty ty, ry (p ) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is Diana Cross , and my date of birth is �����'� � 9�'�'
My address is S l9 E. Interstate 30 #519 Rockwali TX 750R7 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Rockwall County, State of Texas , on the 24th day of February 20 ZS
(month) (year)
� 1 G�.��Gf =
Signature of authorized agent of contracting business entiry
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.Oe302ce0
��-� �% ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
GREAT AMERICAN INSURANCE COMPANY
OHIO Bond No. N/A
srD so�n
Approved by The American Institute of Architects, A.I.A. Document No. a� 10 February, 1970 Edition
KNOW ALL MEN BY THESE PRESENTS: that we RNDI Companies, �f1C.
311 E. I-30. Suite 107 Rockwall. TX 75087
as Principal, hereinafter called Principal, and GRLAT AIotERiCAN INSUR4YCE COMPANY, a coqwration duly organized undn the laws of the Sta�e of Ohio, with
AAministrati� e Offices at 301 E. 4th St., Cincinnati, Ohio 45202 as Surery, hereinaRcr called the Surety, are hdd fuwly bound unto
CITY OF FORT WORTH
as Obligee, hereinafter called Obligee, in the sum of FIV@ P@fCBilt Of GfBat@St AfT10Uflt BICJ Dollars (S 5% Of G.A.B. �
For the payment of whic6 sum wcll and mdy ro be made, and the said Principal and [he said Surery, bind outseh�es, our heirs, executors, administrators, successors and
assigns, joinQ}' end scverally, ficmly by these preunis.
WIIEREr\S, the Principal has subnutted a bid for
City of Fort Worth - RFQ Citv Demolition Services
Fort Worth, TX
NOW, THEREFORE, if t6e ObGgec s6all acccpt thc bid of the Principal and the Principal shall rntcr into a Contract wi:h the Obligee in eccordance with the temis of
such bid, and give such bond or bonds as may Fx xpecified in the bidding or Contract Documents with guod and sufficirnt surety for the faithful performance of such
Contrac[ and for [he prompt payment uf labor and material fumished in the prosecution thereof, or in the e��ent of the failure of lhe Principal to mter such CoNract and
give such bond or bunds, if the Principal shall pay to �he Obligee the difference not to erceed the penalty hereof behveen the nmount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another Pany to perfortn thc Work covered by said bid, then this obligation shall be null and void,
ot6e��ise to remain in ftdl force and effect.
Signed and sealed this 6�f1 day of March , 2025
In the presence of:
�
RNDI Comr�anies. In��
(Principaf) _ {Szah
� .
V�2.S�i
'�.�r �� � — - =, �
GREAT A'1fERICAN INSURANCE C0�1PANl' �;� . �, "�
(Surety) 'y
� . 1 / / .nn �.�.�
Fact)
Bid Bond F9630a
��-� �% ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
GIREAT AMERICAN INSURANCE COMpANIf�
�a�aavw ort+�e: so� ��TM sT� • aNc�w►n. aao �2 • s�3-aea-s000 • FIU( 5/1-T23-2740
13e numEer or penons .w►wxmed py
th�s puwer of �ttaney u aa mae �ac Frve
No 0 Y�e68
lOWER Of AiTORJ18�
K.�ON �►LL M,E�r BY TNESE �RESENTS: Tha� drc GlIEAT A�IERICAv 0'�URI11'IC'E CnFIPA��I. � c�xpor�non orgaa�xd rd a utmy uoder
ud by vvtuc o( ihe rw� ot � Saie ot Oha, doa hercby oomw�m. camao�e �ad appool tbe � ar pa�om eamed bclrnr, ur:h md�vidually if more Ihao
oa u nane4 ib true wd Iaw1W1 �tt«xy•i�-fac1. fw K uid 'm iCf a�me. D1�ce �r! sead eo vt«utc oo beWf of �hc said Comp�uy. u wrcty ny md d1 Dood�.
uodertakinp wd cautrac�,i of �vety�hip, a a�ha wrineo obl�aaod m tbc sa4re �heraof, porided 1Ar tbe IubiL�y af ibe said Compaoy m my such band.
andetaking «contrs�.-1 of xr�ty�itip enauted undcr dia wd�«ity sAall na ucead �he I�it sbtcd Oe1w
Brent M BbNpan
Raul F. Carr�q
Rab Dre1Mp
DaObb PaYner
Karo Pletea
Namc
Addiev
N d
R�cfw�han, Te�as
lao�t of Powa
N
s � oo,000.000
Th�s Power of Aname} re�okn �II prc��au poaen ia,wed ouu peh�lf of the �taxne� s�ia fan named �Duve
L�I WITNESS W1iEREOF �bc GRf�T A.`tER1CAD1 Q`ISURANCE COhtPAPiY bu ca�ned thex prcseab to be si�{ned ud aneued by ib apQ�apriate
otfi«n �nd R� cwpo��te xd Yaeunlu �Pfixed ihc t�M+ dry ot Jily 2021
An"t GRE,�T A.NERIC ACf (1�iS ANCE C(N�(P�NY
r��� � l� •
• ��+� �� /' �
1 ����� Sc�. �n.r On b+.�u! .fr��w 1 k e h+fldw�
StATE OF OHIb, COUNTY Of NAMILTON • v ww�v�c�ho t» �» t�W
Oo th�s ��+ daY o� xh 202/ bafote ue pasaodly � MARK V1CARl0� a me knawa
Dein� duty taran, depoxa � Hya diat Ae nsidcs io Cuuuwti, Oh�o, tliat he n� pivisiaul Senia Y�ce Presidrnt o d�e Ba�d D�wion of dreat American
Imirrrce Comp�ny, the Caop�a. dexribed in r�d whkA arecuoed d�e above iutr�mKnt. tl�t re k�wM� ihe xd of the �aid Comp�ny. dw die �ed tfllxed b d►e
s+id itutnreeN n such cotpunte teal. yut i wu w�ALYed b� aRhority of b�s ofb.x undcr tfic B?d �.s of said Company nd dW he si{ned his name drcreW
by IJce authotity
, --� ,. fULW A K011011ST
` �; lt�E� d Oldo
� Coen�. E�kK
Mpr 11. t0!!
.� � �
.. ,
Thu Pow er of Ano�tfey u jtaMed yy �utlwnry ot �hc follawmg resolun�na �doyted by 1l�e Bo�rd of Dvcc�on of Greal American In�unnce C'ompanY
by uaununaa wrinen coaseat dued Iuoe 9. 2U08
RFSOLYED T�wi thr Div�iu�a! PnsrJrcnr Nre irwrd Orvirn�eol Srnlw i'rcr Prr�r�knt�. Dn uiureal iier Prrrf�kw; anJ Orvtn,nd .1 �.ri.r�wf ikr
Pntr�lrnrs. u� ary onr ojthrnr, Ar mu1 binb� v arirlw.ct,� /rww �in�r d, �r�nr lo qPp,iro nwr w w>ir A�rurrrerr�ln-Facf m tim�tr ue 6rMd/u/fhr Conqpom
m n�.rry am meJ aN hurr6 rmkrtuk�r�s arrJ r�Hura•tr o/ivrefy �hip ur ulhrr wrfnrn ub6Ydr��u hr thr naAoe fhr►rof a, protciiM ffralr rrtpr�trvr ��ir� anJ
thr rrspe� �iie lirrits oJtF.err auflr�rin anJ tr� retioJre �r �arh �ppoinnnan� or on� �inrr
RESUL► EU F(�Rl'NER Thor dt ('on�pmry tev( erd rhrc i� ro.a ojo�ry oJ rhr aJurciad od+cen ared am S�rrrrwr� a A.u�twnr Srcnwry oJdr
Cun�pom nioy br q�'t.ud by�oc�imde �o airy powtr of mfornry w nn a�-ohr oJtUhr. snsn for Il�r tsr�ror�an of ary band rre�rtahm�. eawai of tun�tlup
or odKr w►Inrn oJrli�alon in �ha Ratvre tGeneoJ xrc6 ti�nonrie o�t! �td wlkrr so uxd btini �trtbY o�rbp/sd b� IM Comparry m tht or�yf�d 1i�naruie of tuch
a�in. and d�r o►K�wo! ara! oJdr Cawpany ro br wfrd od bnd�ng rpon eRr Cosrpam rttir drs iwer Jwrr a�r.! effi: � w fho� jh ewmrclh aa4red
CERTPf1CAT10P1
I, STEPHE� C BEIUiU, Assiseaat Seccetuy of Geu American Insir�nce Co�eQaay. do hcreby ceto[y thu d�e furcYoia` Power o[ Att«ney wd
die Rewlutioro of d�e 8oud oi Direcmn of Iwe 9, 2d0d have not baa mvolced u+d ue no. in MII torce �+d eRect
Si�ed �nd sakd dw /I/"�'�( day of �W �/ ���`�,/�
t. r— v v
,�'
:, ;
�C,�
A.rinw sn�M.., '`'�'—
f+0791U� Wi'!01
��-� �% ���������� '��� ��C��
G REA� ER ICti`.
wstMuwc� 4+rou►
I�IPORTANT NOI'[CE:
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (469) 990-9494
Fax: (713) 513-5285
Diana a�2NDICompanies.com
G�eat American Alliaoce [nsurance Compaay
Great Americaa Insur�oce Company
To obtain information o� make a cumplaint
You may co�tact the Texas Departmant of (nsurance w obtain information on companies,
corrrages, rights or complaints at
1-800-252-3�1j9
You may writt the Texas Department of Insurance at.
PA Box 149104
Austin, TX 78714-9091
FAX� 1-512-490-1007
Your notice of claim against the attached bond may be given to tfie surety company that
issued the bond by sending it by certified or rcgistercd mail to the following address
Mailing Addrcss
Physical Addrcs9
Grcat American Insurance Company
P.O. Box 2119
Cincinnati, Ohio 45202
Great Amc�ican Insurance Company
301 E. Fourth Street
Cincinnati, Ohio 45202
You may also contact the Great American Insurance Company Claim ofFict by:
Fax
Telepho�e.
Emaif�
1-888-290-3706
I-Sl3•369-5091
bondclaims�gaic.com
PREMIUM OR CLA(M DISPUTES:
If you have � dispute co�ceming a prcmium, you should contact the agtnt fi�st If you
have e dispute conceming a claim, you should contact the company Pirst lf the dispute is
not rosolved, you may contact tht Texas Department of Insurance
ATTACH THtS NOTICE TO ti'OUR BOND:
This notice is fo� information only and does not become a part or cortditio� of the attached
document.
FORT WORTH CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entiry
This quesiionnaire reflects changes made co the law by H.B. 23, B4�h leg., Regular Sesaion ����LY
This quesoonnaire is being filed in acoordance witli Chapter 176. Local Gavemment Code, by a vendw who
has a busfness relationshi as defined Sectio� 1�6.o0t(1-a1 with a bcal D�a ae.e."c
p by qwemmental enliry ard the
vendw meets requqemeMs under SecOon 176.006fa1.
By law this quesGonnaire must be filed wAh Ihe records adminisvator ot the local govemmental entity not lacer
ihan the nh business day after the date the vendor beoomes aware of facts that requre the statement to be
ided. See Sec6on t�6.006(a-t ), Local Govemmerit Code.
A vendor commiLs an offense 'rf the vendor knohringFy violates Section 1,'• b.o06, Local Gwemment Code_ Ar
ottense under this seaion is a misdemeanor.
� Narre otvendorwho has a business relationshipwith local gavemmentsl entily.
RNDI Companies, INc
2� Chedc this box if ou a�e filln an u
y g pdala to a p�eviousty filed quesdonnaire. � i he law requires t7at you i le an updatea
completed questionnaire with the appropriate filing authority not later than the 7th business day aher tha date on which
you became aware that the onginally filed qu�tionnaire was mcomplete or inaccurate.i
3 N�rre of local govemment offlaerabout whom the information is being disclosed.
N/A
Nama of Oficer
4 Describe each employment or other business relationship with the local gwemment oificer, or s famiy member of the
officer, as described by Section 176.003{a)(�(/�. Also describe sny family relationship with the local govemment officer.
Complete subparts A and B foresch emplayment or business ielationship described. Attach additional psges to this Fortn
CI� as necessary.
A. Is ttie local government office� or a famiy �nembe� of tha offfcer receiving ar I key to recave tauab e ncome.
other than irnestment income. irom the e�endor7
� Yes �X N o
B. Is thavendor receiving or likesy to receve taxab;a ,ncaTe, other tha� i�vestment i�come. i�om or at tha d rection
oi the local gwernment office• o� a famiy mamber of i�a office� AND the taxable income is �ot received hom the
local governmental entiry7
� Yes �X No
5 Describe each emplayment or business relationship that the vendor named in Section 1 msintains with a corporotio� w
other business entity with iespect to which the local government ofticer serves as an oKoer or director, or holds an
ownership interest of one percent or more.
N/A
6
❑Check th�s box if the vendor has grven the local govemmant offxer or a famiy member of the ofi ce� o�e or more giris
as descnbed in Section 176.003(a}(2){B), exctuding grfts described m SecSon 176.003(a-11.
7
L� ! c��G�' 2/24/2025
Jgnature o ve or iny usmess gcrvemmenta emny Ja�e
Form provided by Texas Ethics Commisslon www.ethfcs.state.tx.us Revised �!v202t
FORTWORTH�
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: RNDI compan�es, �nc
D/B/A Name of Respondent: N�A
City of Fort Worth Peoplesoft Bidder/Supplier ID or Federal ID Number (TIN): �029�49os
AdCIY'eSS: 6387 Camp Bowie #B-457 Fort Worth, TX 76116
Name of the Authorized Representative: Diana cross
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 Representative: � i�—�'
Diana@rndicompanies.com 214-876-3069
Email: Phone:
Name of Contact Person 1: �iana cross
Title of Contact Person 1: President
Eri1211: Diana(c�rndicompanies.com Phone: 214-876-3069
Name of Contact Person 2: chriscopher cross
Title of Contact Person 2: vioe-president
Emall: Chris@rndicompanies.com PhOrie: 713-420-9972
Name of Contact Person 3: Ana Luna
Title of Contact Person 3: Pro�e�t coordinator
Emall: Ana@rndicompanies.com Phone: 469-562-9202
Please answer each question below:
Will the agreement be available for Cooperative Agreement use?
Yes X No
Prompt Payment Discount Terms: o Percent Net 3o Days (i.e. 3% Net 15, etc.)
2
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 - 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 3ra 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
modifv anv other portion of the bid will not be accepted or reviewed bv the evaluation
panel or Purchasin� 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:Ufortworthtexas.bonfirehub.com/portaUsupport. 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
FORT WORTH�., 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: � � ��,,,�,�=
Emall: Diana@rndicompanies.com PhOrie: 214-876-3069
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. #: 25-0080 Doc. Ref#: RFP-07 Page 3 of 3
Important Information:
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 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).
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 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 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: 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 Projecl
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 "Siqnificant 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 �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 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 warninq" letter that may impact the Offeror's evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 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 � Phone: 817-392-2674
Q �
F- a
W �
Ua
�
Q
s
�
�
�
�
O
V
�
d
a
C
�
�
�
d
�
d
LL
L
0
LL
C
�
�
�
�
N
N
�
C
.N
M�
W
H
O
�
�
�•
�
N
o � a
m �
� C
W � p W
m � Z N
❑ � ❑ 4%
V � C'? C
O c N
a � �
m m
.� � � � �
LJJ ❑ ❑ � '�
� �
y
c �
N > i
di -� -�
C � m � (6 C
m d � 0 � � a
N E � (n ❑ =�J O
m N
� � ❑ 0 �
� � `y �
� O � � c
O t� � cn �
. 00 �i o- �
o = C C C�
� W
� '� y �
� a � _
'D
� W � � � �
m
0 o z � a�i
f0 � ❑ ❑ > C
0
c� � o
� W m V
�� m m � o N
� � m
, �
�U1 (n
W �� � � ¢ � C
N .o � � °' 'u�
y 'p � 7
M = � w m
N 'vJ Y W c N Nc
� 3 V m � � N C
~ m ,C � Q tn C fn
� �, U � � � N N
� U m c
y= � 3
� � O
ca `
U ❑ >,
� 'a � (0
N �
� w � �
p U � m �
� N Z � 'C c �
(—�d C� � � N ;
N I� � N ❑ � N
-D ? Q o a� ❑ � U u`ni
? �i' 0 N � N
L 'c � �
a N 0 C�O N� � '_
O — m M N cv Q LL o0
N 'a t� U
� � p .� � � � N
7 y � U Q •-
W � � � Z � W �
Z � O V � Q y �
� 0 Q N C � �
L �
� �� W � c �, '� ��+ �
O� � � .�0 c ¢ m �
Q � a � � � �
Z
I�i Z � F' � a� � � N
O V U O �� c � o =
�
� j Lj,J W� � t�
a� � o � a� �` . c
�� � � � C1 � � _ '� m
� O � � ' .c .` � t a� �
a v a a� U a c� w � _
�N
I.f.
�
Q
..�+
� U
� _
m �
.0
N •'_
o a�
�
� C
o ro
; �
.N a�
� o
X a
N
mU
C �
C �
N
fl- O
O
g�
� �
�' �
m -�
�
N �
v °1
�
N -
a �3
c �
N c
7 �
�
;�' j
U �
0
�I �
i N
'�' U
a� a�
w 'o
c `
O �
� m
Q�
o V
o �
N ccp
� U
N
roV
0
C C
C �
O +-�
.N
� X
0 W
Ol C
'� o
m.
s ro
� U
7 !�
a�
a� a
� N
n �
.n
� o
a>
>
U '�
a� �
� C
� a
m a`�i
� o
� c
a�i N
.� �
•_ �
c �
' c
� U
V°- m
� .c
� �
�
� :�
a� �
Q �
U .0
o �
7
� �
� �
ii �3
�
.'C-�
..�. �
c
.� .�
U �
N �
-O
c �
O �
U
f0 C
O �
�
o �
�_
n�i �3
�a
C
� �
a c
_ ,O
� �
� U
c 4-
o �
:� �
C N
o a
U ,�
N �
� �
0
N (`p
uvi v
C N
O C
O
�p U
N �
_ �
7 N
N �
� �
0
•� rn
'D tn
� �
� U
�
��
�0
c
4= O
��
'_ �
Q
W y
� �'
u� fl-
c �
•� N
� �
m
N �
� �3
� �
'3 �e
�
c �
E �
C
N �
N �
rn �
@ o
@ c
� �
O '�
m �
0
,c �
� U �
N � c
� .o 0
� � m
O V
� �
0
m � �
�p � ;O
� �
° � o
O O ;
� � �
E X O
'� w �
�
� � �
C � O
m�j C
N o �
'D LL �
c
� o �°
d,�+C
H U c�i
N
�
.0
N
U
C
N
N
�
d
N
y
a�
c
.�
�
m
C
co
U
�
�
�
�
f0
w N
ca .�
'C C
N U
C C
7 �
.n c
� t
� o
�
��
O �
�O
� �
4-. �
o �
E �
N �
. F-
� O
U
m f0
n. �
� �
�o °�
E `�
��
�' N
U �
� �
�a
C C
, O
-� C
� �
m �
U �
0
�
a� �
� o
�
7 O
E
m
o �
� U
V C
a�
'o �
a�
.�C-� �
0
rn�
O
.�
EU
-o �
�
[V
O ��
a�
� `-°
m �
E �
w �
�' -�
7 ~
�
W v
�
N d
a� �
C y
� �
m �
N
�
a�
� �
T �
� O
�
� �U
�� C
a�
� O
c V
a� N
� .� .
C �
. �
t� m
� �
c �
N �
O�
3 �
o �
�U
O �
•� �
�
a�
mp
C �
O _
s �U
m �
�
0
�U
O =
a�
v �
N p_
C O
E N
N �
�o �
v �
c .°�
� a
� a
.� �
N�
f0 �
L O
N �
� �
� L
U �
(0 �
a�
Y�
0
m �
� �
m
N �
..'C. Q
" U
3 �
�--
�U
�Z
U
o >,
U
t/1 C
EQ
� C
�, , O
� m
v�
w
� �
�U
c
�� c
0
m •m
a�
N 0-'
o y
�� �
x
c F�-
N N
� C
� N �
�Uu�
a�i o m
UZ�'
N N
� L
O � T
Y � �
` W �
� y �
C C N
O 'y �
7
� m O
a- �
o ? •�
�
� •� o
� U
� ` �
N C
� v m
U � fn
N
>' -� �
7 ,e�.,
� � �
N �
C Q �
� O w
� � �
� c �
O V
m
N � �
� '� �a>
m W 4?
N
O tN11 �'
C
C •C �
@ �' _
�m.3
o .� .�o
-o
��a�i
� U
N C �
' • �
E °�
� � a
y� O
�
v �� 3
W w o
� N C
C C j
.___
m
m
� N �
N t �
@ C �
m �
O � 6
o w
� � �� y
a U C
U ,��, j
��m
> cNv �
0
.� � �
� (0 �
_ � o ,
� c
3 w Y �
O � V �
� � � �
O '� � rn
� � � �
� W � �
a � � a��i
� c � �
� ��
7 � C
vm�•-
N � �' �
- � 7 .-
.j � _
� • � o
(0 � � �
C
� a '� �
� V m7
O'
N � � W
t
� C �-- f�/1
• o , �
� � c
N � 'O y
t
�
� 7 U m
c
N
L
` � �
� N o 0
y O N N
.� � � •N O a
�- W �„
� Q � � O O
� �,C � > N
� � � Q � l0
� � m E w �
o � •-
�n o�
'�n a
U tq (�p �
N .� �
�a��
„_, a -o �
� � N � .
� �1 U lC
� � m - p
` �p V � Cl
� � c y
a m c r
O 'C O ..�.. �
•N •N H
O � � � 'O
C � � ,O ld
U � 0 � �
� U
� p O O C
7
� o a�'i � c�i
� U �
N .t.. .� G!
C � � N V
m � � � �
E � � y d
W O .� N
m V � Q d
� � N dt
`°°"� �
�'o
pO c `
CO � � o
� '� o
�' C � f0 !O
� � � •�
C U C "'�' N
•� m A
.n d � � (�
� i° � � W
�'� �.�m
N {�0 d �,O
.Q � '� � �o
A•
j- � � N d
+.+
N W � O
`p m rGl. � Z
� � A ,
� cu � o m
.� � G •� p
� O � � 01
m,��o,w
��m
� � � r �
y V U -p
C cC co � N
� V 7 .� �
'����E
��aaiEn.c°�
� � � N
f0 L C
°�' a�i � ° �
w •- =
pp Q d `o `ro
c
� 7 W N o
_ `m�-�
r p � `p �
� y ro y �
O l6 � .� N
V 'C o a-o
a;� ao
�10��
w �
Z � N C 7
p � ` m o
,� �n E
fA - 7 �p
u ' a'� u�
d o � � �
o rn � � .z'
a` � N
,a � � a� c
�a � �
a :o
'O � 7 O
C �p y O
N
>, ° � � ;n
N �
N
� .� •� � C
y a � � o
d j N ` UJ
LL N E a �
¢�
F-- �
2 fl
C]
�
Q
�
0
�
�
y
C
�
�
�
�i
�
�
� �
o y `
� �'�
C Q
� �
v � �
�� `-"'m
+�j r/� L L
N C 07 O
� N � N
R � � .,y`,
� � y �
� w
� �
3
� � p �
�.� � �
nl Q � �1
--� � � '�.+
J N � ....
a L O �
w �� Q
N �
Q7 �"' � d]
a a� �
• � �,
cu
4 � � �
���o
7� ti..
'3 � Q O
� � f6 a
� � G]
� tl> 'a
�s .� �- '�
(6 .� N �
L��
o,�.� �
i� fi °��
�j �T3 . _
� C
���g-a
. y
aE.�r��
��`o�o�i
� W m `o �
�a �� �
� �'i cpi O �
LLJ � � N �']
N � N � �
C4 �
N � d f,U U
� � � ~ �
w��� � �
mw��= �
� y � � �
�w'�"'�
p � � � N
� � � � ro
��Eo-��
c� �� �
�� �
m �
��E��
'� � � C G]
yj u� Q Q�3 �
� � �T � �
�� �� �
A �'� � C
� •� N � �
� W .� 'N G�
N rNA � � �
C fly 67 O �C
� �� ��
ti � � y �
a� • � '
C �:�� LLJ
- � �
V '-' J N
�� � W 97
C « 6 �y,� C
� � � y �
C.Q
� ��ao
�
C17 � �� � �
C ay � � '�
n � � 41c�
� � � � _
a�
1- � eq N '�
��
� �
.� �
-� a
g �
� �
� O
� N
E �'
� U
� m
U �
Z �
N �
o °
« �
C �
t
- N
� a
m 3
� o
� N
m �
U
� �
� �
� �
m �
��
� a,
� w,
cp �
[� y
�1
� ,�
� �
�r, �
� $
� o
E�
� �
� �
� �
G7 �
V
� '9
� �
E �
�N
N
Q �
�•
N m
v�
w �
��
.�
� �
Q�
U �
��
O D
U � �
a U o
p7 aj �
D���
� �:N
.� � �
d �
� � �
C]. "'
C' � O
y {SS N
C C �
�
� � �'
� � N
� � _
� ��
� ��„ �
� � o
Ut�a r�n
v
�
.�
�
0�
C7
cs
�
N
H
0�
H
R
d
�
4
ts�
p}
i
�
C
0
�s
�
R
W
�
N
tl�
N
�
m
m
�
�
�
!�
O
�
C
�
�
O
�
N
3
N
d
.�
�
N
�
i.1
�
i
Q
v
.�
�
�
�
W
!�
�
ic
❑
�
�
�
Y
t9
�
�
U
� � �
C V � � U � � V C
m �
� � •� � � � � � � j �
� � � � � ❑ N [R � p N +�
m �
� � � �¢ � � � � � ❑a
11.1 � �
v
c m c
� as � � c��. � �
N
ti. tL ' LL ' G7
I]] ❑ ¢ � � � � ❑ ¢ Cp
� N � N �vj
� � U [�5 � Q% � � � N � � U
�Q ¢ C] � ¢ ¢ C7 g � ¢ U
❑ ❑ ❑ U ❑ ❑ ❑ � ❑ ❑ ❑
T � �
C3 U (�j
�' � �
� ❑ � ❑
4
� � � �
� � [Ja Q :+�. � Q �„ � ¢
v � U I- .. �� U}- m U N
� � � � 0 � � � � � � � � D �
U � � � x � � O Z H O � � � � �
U �Q�Q u ❑oC�❑ � ��Q�
m W
F �
�' � Qy
F=
a e�c �
wa ,,...
V� ._
w-
� rr� E. Lrp
� _.... � O ' k , .�:. � GN1
U t� 3 r , ' ' .q �
_ D7 �
S T �
w o � N � �;
�
u.. C] m•Q � � � -� r � ui
❑ "" � ''^' o Z c� � �
wo o�a v � o � � � s.° �
�a � � � � � c`��a � m a' �
� ❑ � � F �E d a � 't
� � F � cA
� �
� u
�'
� N
EL. � � �k � �
Nl W � ' � � �-
N � � � � 0
� � � m � � U
`,u� �Q �'� uNi
❑ � � � L � � �
� C7 � Q U
a° pr`�o� � �
�� �� � C� �= t�
aa pCi�ti�❑�
�
LL! � 07 C G1 = Sy =
E Q
�v � , a � � z m
1A N �, � jri � il� � �
� � q7 _ v � � � .. v � � L�]
� L = , � � �T � _ � � i � �` �
� -�a � � � � � � � a a n � E a
m Q a iu t) m a a w [] m¢ a u� V
I
p
��
O �
� Q
��
0
��
m -�
n
�a
��
V'
F' M
��
T�
S
d
�1."
�
�
�
�
E
LL
�+
�
�
.y
�
m
I ��
.�
w�
4�.:
�
C
N
�
'a
c
W
�
�
u
�
m
m
a
C
'i�+
�
�
�
�
c� �
C
m � 7
� � '
� � �
� �
61
{6 �
li �
� ¢ (��6
.y
[a
07 v � �
� Q Q �..�
❑ ❑0❑
� �
U
�
U �
�
LI}
�'���
a � � ❑
�
.�
�
❑¢
�.�-„ t� U � .�
�
� �
C
.�
7
Q � �
� � �
N
� �
OS .c
LL �
� d �
� �N
�f � � 3
g d Q U
❑ ❑❑❑
�
U
C?
M n
W � LL Q L
� � F- ❑ �
e
.�
�
Q
�
�� ❑` z � '� � z �
V � � �
�
� U �
� �� � L3
D y ' �
� � � Q
�
N
� �
� 'C
LL �
� ¢ m
� �N
� �
� � 7
� � ¢ U
❑ ❑ ❑❑
�
[?
�
U �
m g i¢] �
m �2 � � v
:� u. C? y{ .c
�❑ z �-�
U
� �
f= ~
;�w
' �
v d
� �ro
- sn �
,�
a
w w ��;
.� -� �,
� a ..�
�� '?1 � � °
� .�� ��
� w F� Q � Q.
� C] � 3 � �
++ 7 • �3 �A
D � �`- v � �
U � n m , � ,�
{'G ❑ _ vy � �" .� '�.; I'+ R1 i;Y
Z N � � �I1 C] �y
� � � d �F D � �� O ° c��. D
� � R, � � g � L� ,� � � �
�a
� � a '' i� a �. � ¢
� '�, r�' � � � � �� +�
�
�
m
�
'�
d
�
�.
rn � N
� ��
� �3
� w�
"a � �
U G4 �
d a�
�' � �
� a�a
E w z ai c ai � � �
� �� � � � � � o
� � � � �
e °R � w � '��' w �
�
.�' � ` _ '�a �` � i � = `� � �' � = .�
�
�' m d a�u v m¢ au�r t� m a a� t.°�
a
� � �
� _ � �
� � ❑¢
G7
� �
N �
�J ¢ �
� � di
[6 � @ �
� ¢ � �
❑ ❑❑❑
U?
U
�
U �
� � � � �
�
� Q t
� nnnn
a
�
�
N
•� l39
�,f
� C� �
� � d
�� � yt
� ¢
� �
� � d
m +n *''
ea
� � �,� e�c
m Q a u�i U
N N
�j O
�
a a
}7 �y
«
� �
W �
Q�
�w
� o
� �
��
U �
�
Q
�
LL
C
�
N
_
�
�N
�
m
x
�
Q
�
�
�
�
.t�
� �� �,` . ,..
�; � �:
�
;^�J -� .'R`� '• . . �
� E _ � •• • .. \
� �
,... . � ; �.a
� v, S..r E � _,
;. . � . _1
� a� � �
�
N
.�
Q
�
�
� N
L �y
I.i
Q U �
� {13 J
; �- a
a -g �' N
c -
c� � Q N
� N � o
� � � �
a � � Q
� 'Q' � a'
H
� � � �
� �
U
� W �
N m [n =
� � � y
D
o '� �
� � W W
�7 N
� a' rA �2
.` W � �'
z� a �� a
� LL
� C m ❑
i
(� m Z �
D d � �
o a o �
Q Q ¢ "J
J
s`a m t� p
O
� � ° a
ca � c`a �
� � � o
�
� U
o .� �
Q � � �
•N � C —
[� �
7 � � r.�
Q � � •-
�
� .� � �
' � � ^' y--
w � '� �
� � � �
N CSi � N
03��a
� � � �
•� � �
� �
m N � �
� C — �
w � � �
� � y �
� � � �
v �,,` � cl3
a°��c�
�o�
m �' � -�
•� � ,E a�
Q. � � �
� � �
+-�
o N ~ �
� .� U �1
� �
� � � �
� � � �'
, L �.�..�
� ¢ O �
N
� � "�_' C
� C �� �
�v�m
w � .� �
aw��
c�r�n�
,a � � E
.: a't � �
� � U �
� � Q "�
� V � �
� o � �
� � w =
p�"��
a�o�o
� q � �
Q U
us � (U
� � �
a `o '� o
C
� � � � d
i6
[4 � � � C
� � � 01�] �
�.., ar � r�, L
❑ ..� � � v
��.�'�a�
.� � � � �
❑ � 7� � C
a�� m �•�
� � � � �
O � � � �
.L ,C U Q7 �
[1, � � � C
a�a���
f` y"�.+ U � r'�.+
N
= L 1` L
oo�,,�a
� � � � �
�
� � � � A
.� � � V �
� � � � O
� }� tll � �
� � Z � -�
� � � ca �
C � '� � �
W W D � L
� �
�
� � o � �
� �y •�y �n �
� [[3 •rn — �
❑ ❑ � � �
� � � � �
� � ��a.
�� �Q�i
�' � � i�
�'� �� �
� j � c(]�
� � � U � M
� � rr N
� dy Q � � �
� �
a� �" � � � c
� N � � T �
p � �] C37 a r�-+
� L L6 C C]. u7
� L y'-'
7+ � � ►n
� � a � � �
� � � U +- D
� :� ❑ �
U] � � �' U a
��'��o�
� -m a f11 -� �--,
��tls�N�
am� �.�a
� �
0
a�i � � L � �
� � � ❑ cu �.
� � � � � �
c�a���L
� � c°� c � �
� •� �� � �,., �
w. �I U L
i i� y�... � C6 {Q
o a � � �
� � � � � �
� c � �_v��
.��� ��.c
N C
�.. r�n �- �a fl us
N
,� {� C � � {j
� � N � � �
� � —
Q � � � � .[i3
N �U � � �
� �,w �
� � � � � �
� Y � � a r�n
�f � _ � m �
c u� q� cz
�7 t� � V � N
.� U � � � N
cv �
� � Q N � �
.���
v=. � • []- � . C
sc`v�r�o�
7+ � }�{ "i.. Q3 C
m � u] � �. �e
c
�
� E
❑
� � C�
�
0] `� q_�
Z5 � -�
� � �
L Q- c E
U3 m us C? [D G7 . V �
�
O a7 O� C��7 �� i�[]
v �V �� z L �n
n �
N
� � � � � O � �[a �]
� •— � r i ..�. � �
O a❑ [� Gv a � u� c�
�
�
'�
N
Q]
�
U
C
.�
t�
�
O
❑
�
�
l['}
�
LC]
�
�]
N �
�m
Z �
�U
� �
U �
[fl
�
�
H
� ti
O r
� � r�-�
L � y
� p �
d � U
FORT WORTH,�
Business Equity Division
LETTER OF INTENT
A. Business Equity Sub-Contractor/Consultant Information:
A ce�ified Business Eguitv firtn is owned by a Minority or Woman Business Enterprise (N11WBE)
PROJECT # 25-0080 g�D #
(If Applicable Please Check One)
Amendment ❑ Change Order �✓
[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 ihe City: Norlh Central Texas Regional Cer�ificaiion Agency (NCTRCA), DallaslFort 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 andlor TXDOT only.] All Fields are Required - Do not leave blank.
1. Name of Project: City Demolition Services
2. Name of OfferorlPrime Contractor: RNDI Companies, InC
3. Name of Business Equity Firm: The Burrell Group
Address: $500 N Stemmons Fwy #2055 Dallas, TX 7s2�m Contact NamelPhone: Ojor'e Burrell 214-476-6280
4. The undersigned is prepared to perform the following described work andlor supply the material listed in connection with 1he above project
(where applicable specify "suppl�' or "install" or both):
NAICS Code: 54161
Oiore Burrell
(Owned A�thorized Age/nt� Type o�Print Name
�...✓ ��;� ¢,�,, i v. .-.,R� �
V
(Signature of Owner IAuthorized Agent of Certified Business Equity Firm)
ojore@theburrellgroup.net
(Email Address)
B. Affidavit of OfferorlPrime
In the amount of $15.96%
The Burrell Group
(Name of Certified Business Equtiy Firtn)
(Date)
(Phone Number)
I HEREBY DECLARE AND AFFIRM that Dlalla CI'OSS am the duly authorizetl representative of
(OwnerlAulhorized Agent)
RNDI Companies, 111C and that I have personally reviewed the material and facts
(Name of OfferorlPrime)
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 OfferodPrime to make ihe affidavit.
Diana Cross
(Ownerl Authorized Agent) Type or Print Name
� 1 Gv��C�=
(Signature of OwnedAuthorized Agent)
Diana@rndicompanies.com
(Email Address)
RNDI Companies, Inc
(Name of OfferorlPrime)
2/25/2025
(Date)
214-876-3069
(Phone Number)
Deparhnent of Diversity and Inclusion Effective O1/O1/2021
Business Equity Division
Email: DVIN_BEO�ce@fortworthtexas,gov Revised. 6-8-21
Ph:817-392-2674
FORT WORTH��; City of Fort Worth ATTACHMENT 1C
Business Equity Division Page 1 of 4
Good Faith Effort Form
PRIME/OFFEROR Check applicable box to describe
COMPANY NAME:RNDI C011lpalll@S, �IIC Prime/Offeror's Certification
Business Equity Non-Business
PROJECT NAME: � Firm Equity Firm
City Demolition Services BID DATE
3/6/2025
Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER
15.96 a�a 15.96 a�a 25-0080
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
54161
238910
562910
562112
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, ep rson contacted, phone number and date and time of contact.)
�✓ No
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
� Yes �If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation 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.
P/ease use addifional sheets, if necessa , and attach.
Compan Name Telephone Contact Person Scope of Work Reason for Re'ection
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 1C
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
1420 Purdenital #200 Dallas, TX 75235
Printed Signature
Contact Name and Title (if different)
Phone Number
Email Address
Date
Business Equity Division
Email: DVIN BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 02/07/2025
FORT WO�x
�
Clt�/ Of FOPt WOI"til
Business Equity (M/V11BE) Specifications
Prime Contractor Waiver Form
ATTACHMENT 1 B
Page 1 of 1
OFFEROR COMPANY NAME: Check applicable block to describe Prime
RNDI Companies, Inc
PROJECT NAME: MlWBE � NON-MWBE
City Demolition Services BID DATE
3/6/2025
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
o�0 15.96 0�0 25-0080
If both answers to this form are YES, do not complete ATfACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �th 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 dav 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?
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 operational profile of your business.
Will you perform this entire contract without suppliers?
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
� YES
� NO
,� YES
�� 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
CompanyName
Address
City/State2ip
Printed Signature
Contact Name (if different)
214.476.6280
Phone Number Fax Number
Email Address
04-15-25
Date
Business Equity Division Rev. 02/07/2025
Email: DVIN BEOfFice@fortworthtexas.gov Phone:
(817)392-2674
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-0071 Doc. Ref#: RFQ-08 Page 1 of 5
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
believed to be Proprietary
Please indicate if only specific sections on the
page are believed to be Proprietary
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-0071 Doc. Ref#: RFQ-08 Page 2 of 5
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 may be provided on a separate sheet as longas 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.
_______________________
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-0071 Doc. Ref#: RFQ-08 Page 3 of 5
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 Address Proposed Tasks on a
Project
1.
2.
3.
4.
5.
6.
7.
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-0071 Doc. Ref#: RFQ-08 Page 4 of 5
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 résumé (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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-0071 Doc. Ref#: RFQ-08 Page 5 of 5
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.
RNDI Companies,, Inc.
Health & Safety Program
Safety Program & Records
RNDI Companies,, Inc.
Health & Safety Program
COMPANY SAFETY POLICY &
ALCOHOL AND CONTROLLED SUBSTANCES POLICY
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
Safety and Health Policy
RNDI Companies,, Inc.
Health & Safety Program
Alcohol and Controlled Substances Policy
RNDI Companies,, Inc.
Health & Safety Program
I. Authority and Accountability
RNDI Companies,, Inc.
Health & Safety Program
II. Analysis
RNDI Companies,, Inc.
Health & Safety Program
III. Recordkeeping
Injury and Illness Data
Safety and Health Surveys and Inspections
RNDI Companies,, Inc.
Health & Safety Program
Safety or Other Related Meetings
Training Records
RNDI Companies,, Inc.
Health & Safety Program
Accident/Incident Investigation
Equipment Inspection and Maintenance
RNDI Companies,, Inc.
Health & Safety Program
IV. Safety and Health Training
Training Program Development
Orientation
Ongoing Training
RNDI Companies,, Inc.
Health & Safety Program
Documentation
RNDI Companies,, Inc.
Health & Safety Program
V. Safety Audit/Inspection
Comprehensive Surveys
Safety and Health Self-Inspections
RNDI Companies,, Inc.
Health & Safety Program
VI. Accident/Incident and Hazard Investigation
Hazard Correction
Hazard Control
RNDI Companies,, Inc.
Health & Safety Program
VII. Review and Revision
RNDI Companies,, Inc.
Health & Safety Program
VIII. Goals and Objectives
Goals:
An effective Safety and Health Process will achieve the following goals:
Objectives:
RNDI Companies,, Inc.
Health & Safety Program
VIX. Employee Commitment and Responsibilities
This is not optional!
RNDI Companies,, Inc.
Health & Safety Program
X. Employee Involvement
Departmental Safety Meetings
Reporting of Hazards and Unsafe Conditions
Documentation
RNDI Companies,, Inc.
Health & Safety Program
XI. Disciplinary Policy
Verbal Warnings
Written Warnings
Management or supervisors may issue written warnings for the following:
Disciplinary Action
Supervisors may recommend and management may institute disciplinary leave for the above
reasons and the following:
Termination
Documentation
RNDI Companies,, Inc.
Health & Safety Program
XII. Return to Work Policy
The responsibility of the employer is to:
The responsibility of the employee is to:
The responsibility of the supervisor is to:
RNDI Companies,, Inc.
Health & Safety Program
XIII. Company Safety Rules
supervisor
drug policy
RNDI Companies,, Inc.
Health & Safety Program
XIV. Respiratory Program
I. Policy Statement
II. Administrative Responsibility
III. Selection of Respiratory Protection
RNDI Companies,, Inc.
Health & Safety Program
IV. Medical Evaluation:
V. Assignment of Respiratory Protection
RNDI Companies,, Inc.
Health & Safety Program
V1. Training and Education
VII. Fit Testing
VIII. Cleaning and Disinfecting
IX. Inspection and Repair
RNDI Companies,, Inc.
Health & Safety Program
X. Storage
XI. Program Evaluation
XII. Qualitative Fit Test
RNDI Companies,, Inc.
Health & Safety Program
RESULTS OF QUALITATIVE RESPIRATOR FIT TESTING
USING IRRITANT FUME PROTOCOL
(OSHA - 29 CRF 1926.58, JUNE 28, 1986)
NOTE: The
program. Observance of other program elements is necessary for proper
respirator operation.
RNDI Companies,, Inc.
Health & Safety Program
MEDICAL/OCCUPATIONAL HISTORY QUESTIONNAIRE
MEDICAL HISTORY
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
FAMILY/SOCIAL HISTORY
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
RESPIRATOR INFORMATION FOR PHYSICIAN
PHYSICIAN'S APPROVAL FOR RESPIRATOR ASSIGNMENT
RNDI Companies,, Inc.
Health & Safety Program
NEGATIVE PRESSURE RESPIRATOR FIT TESTING RECORD
RNDI Companies,, Inc.
Health & Safety Program
Negative Pressure Test
Positive Pressure Test
NOTE: A positive and negative pressure fit test should be conducted each time a
respirator is donned.
RNDI Companies,, Inc.
Health & Safety Program
XV. Lockout / Tag-out Program
INTRODUCTION
RNDI Companies,, Inc.
Health & Safety Program
RESPONSIBILITY
EQUIPMENT
Equipment shall consist of the following:
WHEN TO LOCKOUT TAG OUT
RNDI Companies,, Inc.
Health & Safety Program
PROCEDURES LOCK/TAG OUT
The following are specific procedures to be followed for lockout-tagout:
NOTE: Only immediate supervisors are to authorize emergency removal of a lock or tag.
EDUCATION AND DISCIPLINE
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
XVI. Confined Space Program
I. POLICY
II. DEFINITION
NOTE: Confined spaces other than manholes and sewer lines shall be provided with a caution
sign at the entrance that reads "CAUTION," "TEST FOR TOXIC ATMOSPHERE" or "TEST FOR
OXYGEN DEFICIENCY."
RNDI Companies,, Inc.
Health & Safety Program
WARNING: There may be spaces where the concentration of toxic or combustible gases is not
sufficient to cause physical harm but the biological or chemical process taking place may cause
depletion of the oxygen in the atmosphere which may lead to asphyxiation and death. The safe
confined space of today may be tomorrows trap.
III. PROCEDURE
IV. TRAINING
RNDI Companies,, Inc.
Health & Safety Program
NOTE: Do not attempt an entry if the rescue and personal protective equipment on-sitle is
inadequate, non-fimctioming, or of the incorrect type. Do not enter the contaminated space until
the atmosphere is safe or you obtain the proper equipment for rescue.
RNDI Companies,, Inc.
Health & Safety Program
XVII. Fall Protection Program
THIS FALL PROTECTION PLAN IS SPECIFIC FOR THE FOLLOWING PROJECT:
I. STATEMENT OF COMPANY POLICY.
RNDI Companies,, Inc.
Health & Safety Program
(name of competent person)
(insert
name)
II. FALL PROTECTION SYSTEMS TO BE USED ON THIS JOB
Controlled Access Zones
Installation Procedures for Roof Truss and Rafter Erection
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
Roof Sheathing Operations
Installation of Floor Joists and Sheathing
RNDI Companies,, Inc.
Health & Safety Program
Erection of Exterior Walls
III. ENFORCEMENT
IV. ACCIDENT INVESTIGATIONS
V. CHANGES TO PLAN
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
XVIII. Hazard Communication Program
PURPOSE
DEFINITION
CONTINGENCY
IDENTIFICATION
RNDI Companies,, Inc.
Health & Safety Program
WARNING LABEL REQUIREMENTS
STORAGE AND HANDLING:
RNDI Companies,, Inc.
Health & Safety Program
TRAINING
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
SELF-INSPECTION FORM
RNDI Companies,, Inc.
Health & Safety Program
SAFETY AND HEALTH PROCESS
EMPLOYEE ACKNOWLEDGEMENT
RNDI Companies,, Inc.
Health & Safety Program
CONFINED SPACE ENTRY PERMIT
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
RNDI Companies,, Inc.
Health & Safety Program
EMPLOYEE ACKNOWLEDGEMENT
Alcohol and Controlled Substances Policy
RNDI Companies,, Inc.
Health & Safety Program
SAFETY HAZARD REPORT
RNDI Companies,, Inc.
Health & Safety Program
TRAINING ATTENDANCE LIST
"This is to certify that I, the undersigned, attended this meeting and understand
the topics discussed."
RNDI Companies,, Inc.
Health & Safety Program
ANNUAL REVIEW
SAFETY AND HEALTH PROCESS
RNDI Companies,, Inc.
Health & Safety Program
NEW EMPLOYEE SAFETY ORIENTATION RECORD
RNDI Companies,, Inc.
Health & Safety Program
SUPERVISOR'S REPORT OF EMPLOYEE
INJURY INVESTIGATION
RNDI Companies,, Inc.
Health & Safety Program
EMPLOYEE REPRIMAND
EMPLOYEE IS: Returned to duty. Terminated
ORT ORTH��
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: RNDI Companies Inc
SIGNATURE: � � �w�=
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.
��-� �� ���������� '��� ��C��
6387 Camp Bowie #B-457
Fort Worth, TX 76116
Phone: (713) 928-1697
Fax: (713) 513-5285
Diana a�NDlCompanies.com
CITY OF FORT WORTH — ENVIRONMENTAL SERVICES DEPARTMENT
CITY DEMOLITION
RFQ: 25 — 0080
RE: Exceptions
RNDI Companies takes no exceptions to the above referenced project.
We thank you for the opportunity to be of service to the City of Fort Worth.
Sincerely,
� __ .—
- • L = - �.
Diana Cross
President
Page 1 of 19
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 SUPPORTINGDOCUMENTATION (PUBLIC FILES).....................................................5
8.0 SUBMISSION INSTRUCTIONS.........................................................................................6
9.0 REQUEST FOR QUALIFICATION....................................................................................6
10.0 RESPONSE.......................................................................................................................7
11.0 FIRM.................................................................................................................................7
12.0 UNAUTHORIZEDCOMMUNICATIONS......................................................................7
13.0 NON-ENDORSEMENT AND PUBLIC COMMENTS...................................................8
14.0 PRE-RESPONSECONFERENCE....................................................................................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 Summaryand CompanyOverview ...................................................................9
15.5 RFQ Exemptions:............................................................................................................10
15.6 Proprietary Information...................................................................................................10
15.7 Business EquityDivision (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 2 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
18.5 Negotiations.....................................................................................................................15
18.6 Period of Acceptance.......................................................................................................15
19.0 DOCUMENTS REQUIREDFROM RECOMMENDED FIRM....................................15
19.1 Certificates of Insurance..................................................................................................15
19.2 Certificate of Interested Parties Form 1295.....................................................................15
20.0 AGREEMENTTERM.....................................................................................................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 PROTESTPROCEDURE...............................................................................................19
24.0 COOPERATIVEPURCHASING...................................................................................19
25.0 GENERALPROVISIONS..............................................................................................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 3 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
1.0 BROWSERS
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.
2.0 SUPPORT
For technical questions about the Procurement Portal, visit Bonfires help forum at
https://vendorsupport.gobonfire.com/hc/en-us or contact the Bonfire support team at
Support@GoBonfire.com or bycalling 1-800-354- 8010.
To get started with Bonfire, watch this five-minute training video:
https://vendorsupport.gobonfire.com/hc/en-us/articles/6796500613655- Vendor-
Registration-and-Submission-VIDEO-
3.0 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
Worths Bonfire Public Procurement Portal (Procurement Portal) through the Vendor
Discussionsection under the respective Project/Request for Qualification (RFQ)
before the Questions Due Date and time specified in the Procurement Portal.
4.0 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 Cityshall issue an Addendum in the Procurement Portal
regarding such change, additional
Page 4 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
information, or clarification. Sole authorityfor issuing of Addendum shall be vested in
the Citys Environmental Services Department. Qualified Firms are advised to check
the Procurement Portal frequently for any Addendum issued.
5.0 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.
6.0 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 arises.
7.0 SUPPORTINGDOCUMENTATION(PUBLICFILES)
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 5 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
8.0 SUBMISSIONINSTRUCTIONS
All submissions/Response(s) must be submitted electronically prior to the close date
and time under the respective Project/RFQ via the Procurement Portal:
https://www.fortworthtexas.gov/departments/finance/purchasing/online- bidding-
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 Citys intent of requesting
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 6 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
The Cityassumes no responsibilityfor any errors or misrepresentations that result from
the use of incomplete .
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 bya 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 UNAUTHORIZEDCOMMUNICATIONS
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 Cityother 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 Citys
consultants, or directly or indirectly through others, seek to influence any City Council
member, City staff, or Citys 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. Anyoral 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 anynews releases or other
statements pertaining to the award or servicing of the agreement that state or imply the
Page 7 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
Citys endorsement of the successful Firms services.
Qualified Firms shall refrain from making comments regarding this RFQ or its
subject matterin the media or otherwiseuntil 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-QUALIFICATIONCONFERENCE
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 8 of 19
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 paytaxes 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 Firms capabilities to satisfythe
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:
i.Executive Summary - The purpose of the Executive Summary is to
provide a high-level description of the Firms ability to meet the
requirements of the RFQ. Briefly state your
Page 9 of 19
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;
ii.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.
iii.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 Firms experience. The Firm shall
communicate their companybackground and history, with a specific focus
on historyin 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
expresslystate that no exceptions are taken;
15.6 Proprietary Information:
i.All material submitted to the Citybecomes public propertyand 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 Citywill, 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 maybe
released.
Page 10 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
iii.1
Pages with information
believedtobeProprietary
Please indicated if only specific
sections on the page are believed
to be Proprietary
iv.Failure to identifyproprietaryinformation, 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 Firms expense and risk, and their tender delivery to the City.
Reponses offering any other delivery terms are not acceptable and maybe cause
for rejection.
15.11 Prices:
i.Reponses shall be firm-priced offers unless otherwise specified.
ii.In the event of a discrepancybetween 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 11 of 19
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 directlyspecified 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 anytime 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 maybe 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 12 of 19
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 anycombination 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 Firms goods and/or services;
iii.Qualityof the Firms goods and/or services;
iv.Extent to which the goods and/or services meet the Citys needs;
v.Firms past relationship with the City;
vi.Impact on the ability of the Cityto 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 Cityto acquire the Firms goods and/or
services; and
viii.Any relevant criteria specificallylisted 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 Citys 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;
iii.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 13 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
theydo 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 modifyexisting terms in the RFQ;
vii.Reject a Response because of unbalanced unit prices Response;
viii.Reject or cancel anyor all Response;
ix.Reissue a RFQ;
x.Procure anyitem 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 Cityreserves the right to negotiate all elements that comprise the successful Firms
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 14 of 19
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 Cityof 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
Suppliers cost during the contract period using the following procedure:
i.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.
iii.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 15 of 19
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 contracts 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 Citys website at
https://www.fortworthtexas.gov/departments/finance/pur chasing/register
22.2 Invoice:
The Supplier shall send invoices electronically to the Citys 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:
i.All invoices must be either a PDF or TIFF format.
ii.Image quality must be at least 300 DPI (dots per inch).
iii.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 16 of 19
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 CityDepartment business unit# (i.e. FW013)
d.Complete Cityof 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 byemail 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 citydepartment. This will allow the city staff to digitize the
invoice for faster processing.
If electronic invoicing is not possible, you maysend your paper invoice to:
Cityof Fort Worth
Attn: FMS Central Accounts Payable 200
Texas Street
Fort Worth, Texas, 76102
The Citys goal is to receive 100% of invoices electronically so that all supplier
payments are processed efficiently. To achieve this goal, we need the
Contractors support.
If Contractor has anyquestions, 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 Vendors request.
22.3 Payment:
All payment terms shall be Net 30 Days unless specified in the Response and
agreed by the City.
Page 17 of 19
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 Citys 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 Citys 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 theyagree 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 entitys 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 Cityto 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 18 of 19
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 Citys
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
i.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 bythe Cityor Supplier with a thirty (30) day written notice prior to
cancellation.
ii.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.
iii.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 Citys sole direction.
31.0 RIGHT OF ASSURANCE
Whenever the Cityhas reason to question the Firms intent to perform, the City may
demand that the Firm(s) give written assurance of Firms 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 modifyor 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 CityCouncil 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 19 of 19
CITY OF FORT WORTH ENVIRONMENTAL SERVICES
DEPARTMENT
Checklist and Required Documentation
No public official shall have interest in this contract, in accordance with Vernons 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 Citys 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 directors resolution approving the
action, or an executed merger or acquisition agreement. Failure to do so may adversely
impact future invoice payments.
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 persons 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 #7 box in all cases.
CITY OF FORT WORTH ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
CITY OF FORT WORTH ENVIRONMENTAL SERVICES DEPARTMENT
CIQ FORM
1
CITY OF FORT WORTH
ENVIRONMENTAL SERVICES DEPARTMENT
100 FORT WORTH TRAIL
FORT WORTH, TEXAS 76102
REQUEST FOR QUALIFICATIONS
CITY DEMOLITION
SERVICES
RFQ: 25 – 00
Legal Name of Respondent:
D/B/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:
2
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.)
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:
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 1 of 9
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 SOQ 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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 2 of 9
This will be evaluated based on the information provided in RFQ-
07-Business Equity MWBE and supporting documents.
3. Definitions
a. Emergency 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.
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 3 of 9
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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 4 of 9
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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 5 of 9
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,
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 6 of 9
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.
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 7 of 9
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.
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 8 of 9
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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES
DEPARTMENT EVALUATION FACTORS & SCOPE OF SERVICES
RFQ Ref. #: 25-0080; City Demolition
Services Doc. Ref#: RFQ-06 Page 9 of 9
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.
CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS
EQUITY (M/WBE)
RFP Ref. #: 25-00 Doc. Ref#: RFP-07 Page 1 of 3
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 3rd 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 Equity documents will be reviewed. Any 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
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 theProposer:
Name of the Authorized Representative:
Title:
15.96%
CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS
EQUITY (M/WBE)
RFP Ref. #: 25-00 Doc. Ref#: RFP-07 Page 2 of 3
Page 2 of 3
Signature of the Authorized Representative:
Email: Phone:
Note: Please see the Important Information on the following pages.
CITY OF FORT WORTH - PURCHASING DIVISION BUSINESS
EQUITY (M/WBE)
RFP Ref. #: 25-00 Doc. Ref#: RFP-07 Page 3 of 3
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
FORT WORTH�
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 Eauitv Division
website.
Steq 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Steq 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
Steq 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.
Steq 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 "Sianificant 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 §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 ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City's Business Equity Ordinance will result in the bid being
considered "Non-Responsive."
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a"written warnina" letter that may impact the Offeror's evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity 8� Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov � Phone: 817-392-2674
a�
� �
Z �
W
� m
2 n-
U
�
Q
'a
d
�
C
3
LJ.
�
�
N
�
�
LL
�
0
LJ..
C
s o
� �
� N
Q
�.�. ,i„i
O �
� W
V N
�
�
�..
.�
m
H
�
�
�
�
a�
�
o C fl-
�
m �
W o W
m z f�
Q ❑ N
L � •�
p � v�
o � �
�, � m
� °' a�i �
N
W ❑ ❑ � �
�0
N
y � i
c m � � �
m d � � � � Q
y � � c� ❑ lj,j O
m N
o E � � N
L
� O 'a � �
C (D
o c.i � ` �
• m � �' �
� �
o � C C C
� w 'y
7
.�
� � _
Q � �
N
m r �io m �
❑ � Z � �
ip ❑ ❑ ❑ O M
O
C7 W O
O m m �
(� p W c�
�m m � O N
c �
� . '� �
W v � ❑ ❑ '� c
� .
N �
y � � m
C :� uJ ro
'y Y W c N
� v Co N (� �
m ,� � Q � � fn
N V �x � N �
�' ❑ ❑ ~ U CO �
U ❑ ❑ o O
� C �
w �
U � mc >
Q � .0 C m
Z � � � c�
LL � �-�, �
H ❑ � N
pQ � � � V aNi
Q '� � C
� o � '�n
m � U U � m
O :'-' � m � N
+� f� U U S N
W X � z � W �
Z .� t� ❑ c GNi �
� � t c� � �
� N �
� W .� C �, �
O� W m u 3 � Q m >,
� Q Q � •Q O � ❑ U
�� Z Z c� � Q iri `o
OQ V U �� c � o=
�� � 0 Gvi � �C c 'r" m
� a> >
a� a a U a U w � _
0
�
�
Q
�
� U
�Q
�
C
a�
o U�
a
.O C
� @
> �
.� a�
7 p
U a
X
N
� U
C �
C �
N
�- O
O
-0 �
� �
� �
m �
J
T �
N �
� �
!n -
� �
N
C �
� C
7 �
.fl �
� 3
U �
0
ala
i �
""' U
� N
w O
c
o �
� m
Q �
o U
oa
N N
� U
N Q
m LL
o U
C �
c o
o �
.�
� X
�W
C C
�' o
(0 �
� in
� U
7 �
a �
N a
� �
.n �
�
a o
>
N
U '�
� N
C
O
(0 �
� o
� c
c -a
N N
w �
�- a
.c ,�
C
E �
o �
� ,c
w �
�
�a
a� �
a a�
E �
O
U .�
O �
� �
� �
�i �3
�
�
� �
� �
U �
co
�
C �
O �
cu c
o �'
�
o �
�_
N 3
N�
c
c @
a c
� O
a m
� U
C �
O �p
'+-. �
'O N
o a
U ,�
ai �
7 C
O
L �
N �
c �
O �
O
�p U
� O
� �
m �
c
� �
O
•� �
� .�
N �
- U
�
�
� o
� c
O
+-T' (p
�� �
�
W �
N �
� a
a� �
c
.� �
� �
m �
� C
� 3
� o
'3 �
C �
N 'O
� �
N �
N @
m c
�p ,O
@ C
� C
O '�
(0 L
O�
•� �
N
� � C
� � (V
p U
U1 � U
��a
� j �
m � a
0 0 9
0
C
O �� �
>
� � �
� X a
W a
d �
� �
� � �
� o c
� � o
� �
.� O �
a � �
� o �
� ,� C
�US
�
�
.S
U
C
N
�
N
�
�
�
47
c
.�
�
m
c
(9
U
w
c
�
�
(9
� �
(0 ,�
L C
� o
.S C
3 N
��
N�
� O
�
a
O �
'�
� �
w �
o �
��
� �
L �
ia �~-
0
U
m �B
a�
G
� �
(0 �
E `�
��
�N
U Y
� `°
� �
c �
. o
'D �
� �
�
o �
�
� C
_p O
m o
7
E
(0
O �
�U
U •�
a�
'o -�C
d j
>
Y �
O
m �
� o
.�
EU
a �
� .
�
o �
a �
�-
� �
m Y
� �
T �
•� �
W v
�
N �
c �
. �
� �
m �
�
a� 3
� �
� �
� o
�
� �U
Q �
� o
�U
a� �
� c
� �N
C �
�� m
�
.n �n
c �
N �
o �
�
o a
m
�
'o U
C �
•� �
�
�
a �
f9 �
C
O
� �U
@ c
�
0
.n U
O C
N
a �
N p_
C �
E a�
N Q�j
N�
a
C .�
Ql Q
Ql Q
� �
N �
m �'
L O
m �
� �
� � .
U �
(0 j
Q. >
� �
O
c0 �-
� �
m
N �
+'_-+ �
L Q
•� U
�
�--'
�U
U Z
� T
U
� c
� Q
LL' c
� O
�� m
� U
W �
m �
N U
a�
C
� C
� o
m •�
a�
� �
O �
� �
x
c I�
a�i �
� C
QI
�Ucq
a�i o m
ZUZ�
� �
� �
o�'T
Y ��
O'
` W �
`� � `
C C �
O 'N N
�
� m O
� _ '�
a- �
o�•�
a
� •� o
U
� � a
C
a�i -o m
U � tn
- N
T � �
u-�-
(9 �
� �
C Q
O � O
N � �
� c �
O U
N
�.�>
� �7 �
m � �
N w
O � �'
a CC
p
c4 'n =
�m �
C
3 rn �
p C _p
� � �
� U �
� � ro
E °'
� �
� 'O
� i
.� � N
' C
.�
W � O
w
� � m
� c `o
.� _ �
m m
� N
�� E
m o '�
C �p =
o � o-
� p W
� ��. u�
� (Yj C
U �, j
C � m
� � C
0
61 a% C
� � �
_ � O ,
� �
O � V �
Y
� � � �
� :� �
��c�
� W � �
� � � a_�i
� .c � �
� � c
� m w '
N��'�
_ � � ._
�� � +-�
� • w o
�
c0 L � �
� �
� o ��n .Z`
.� � � .7
m �
� � � W
s
� O ~ �
� � c
� � � '�
� 7 U m
�
�
�
O �p
� O
m � �n
W
�LO� O
(6 � �
E � .S �
� � � O
N
0@�6�
��
� a���
O cq N
U UI (a �
� .�
�a��
� �a �
O �� ,
a1 U _
�a ta- p
` � V � Q
� � C �
Q @ � t
O .N � � �
� �� �
� � � � �
c E �,o m
U � � � �
_ .� U yr
� p o O C
7
O � � V
U �J � N
� ��.� v
C +�+ � � .�"1
mw- �a �
E���nd
w O � N
m N E Q Gl
0 ` N d �
7
� N 4% N w-.
O
pO C
C0 N No
'~` c � m c�o
a � � .
U7 O � fA
.0 V C � �
m
�����
O � �
�y� w
a d m
� � N � �
� f6 � �. �.
'Q� ` j�0
m�
�" � � N Gf
a r
p m i t Z
tn � �C " .
�p (6 a.. `p (0
O `� o
.� o c � w
� �
d
E,a��m
� � � V a
c � � � a�
O�""' O�
*'�c}'E
f6 � � (4
V d � Q U
� � � � N
N � C
a y a m �
W •G! �' "'' -O
�p a, d `o m
� C
fl. N
0
� y m � a
C � � � �
N � tn �
O fC � �� �
V'COQ,�
�;� ao
� � N
� �
Z N � � �
p � ` m o
�7 �_ � � N
� •a•`��
.� o � � �
0 0� co � �,
a � �
w � a� c
d � �� �
a� ao�
c @ � o
T � � � �
N � .
� ,� .@ � c
v a � � o
� d (0 O N
LL u=i � a �
N N
O O
N N
r
0 0
0 0
> �
� �-
w�
a�
F O
Z N
w �
� l�9
U �
�
Q
�
0
�
i
:�
�
N
�
.�
N
�
�
i
.�
W
F
O
�
,r�
�
�r•
a
w �
� � N
N�,�
� � O �-
� � U 7
Q Y ,� �
� N �
� C N O
� � a `
O � �"
U � � �
� U7 � U
C � �
0
� � �
�.a� oa
� Q U �
a @ N
J � � �
J � -
Q ` � �
o�"'
7
0
C � (9 �
� O .L] j,
o� � a
� N ,�
N � O
� = T 4--
� (0 (O O
•� � a o
� � m a
� a�
a� a
� .� � o
@��Q
o���
� c � �
O a '� �n
� � c .
� � � �- O
d � •� � �
'�`o�na�
o�����
� N (0 O
�� p � O
�a� �O �
wE�a��
� � m E �
�� c
� ui o n- o
� N U
L
m � O ~ Y
.�' � N
y 7 O � �
U � � �
Eu�i���E
Na �ul
°=a�w�
� � „_, � m
m � � o
c , o
O O ``�- N �
U C � m @
°� � ' o
��c E o-o
-m>.ca�
c�
N�a�o
� �
O
� �« � � �
-o
-� c
� � m � �
s�ai.N o
W W.-- U
N
� N � � a
c � N o m
��.=a��
am���
�, •-E�
w - a` ,� �
ai
_ � W
U+'�-� ' 7 �N/l
>'� 3w c
� � � N �
@ �19 �m
w 0 � • C �
� - N �
_
a��m�o
� � � ' �
� � Q � �
U
N L77 � � �
a � �nc�a
�a
� �
. �
� �
� ma
o �
U�
�' o
O �
E �
� U
U �
�� N
U �
Z �
N �p
'� o
o m
y
c �
L
.3 N
'�
N
°�-� o
� N
U V
� �
N
� �
�
� c
m �
��
U �
� a
C �
o �
U �
� C
� c
rn �
� o
� O
� �
�
3 0
o •-
�
� y
U
C •�
(6
� W
� N
a ,c
� N
�'m
•� a
y �
w
��
C �
..� U
c
��
o �
U �
N �
O ,C
U 0
m �
c �.-
U � E
o U �
C
�
� � .s
O � N
.� � �
� � �,
m �
� � C
� U O
W � �
!�/1 T 4=
� U -a
C C �
�� a�
� � •�'
m �°
a�
� m�
�, 'j� �
.�" �
U c�i �
�
�
�
LN..
�
d
V
.�
d
�
d
N
m
a�
a
0
�
�
C
�
f�
f0
L
�
c
0
c�
�
�
a
W
N
N
c
.N
�
m
N
.0
N
a
c`o
0
�
C
�
C
�
O
U
a�
�
3
N
N
V
.�
�
N
O
�.1
�
C
O
U
a�
.�
a
'a
d
�
a�
�
x
0
Q
N
:c
r
�
V
d
t
U
� � �
(p V C �p V C �p U C
N
m m N V m � ��U m C� � U
c Q � N c a � N c fl- � N
� N � N N
V Z = Z Q Z = Z Q Z = Z Q
i ❑ ❑ ❑ ❑ ❑ � � � ❑
W N N N
'ty (6 � (6 C (0 C
C � @ � U � U
Ip p> U N
� LL �� LL N LL �
� � a @ � Q � � Q �
� C N C N C N
� � U (p V � U (6 j � V � 7
N �
� Q Q U � Q Q U � Q Q U
❑❑❑❑ ❑❑❑❑ ❑ ❑0❑
� � �
�. V U U
� m m m
� � U � U �
a U �
0
o m� U H m� Q �� Q
� � U F- 0] � U I-
� a � O" a � O -a �� p..
� ?� � U X -� ;� � U X � ;� u.. U X �
� � oo�o �❑o❑❑ �❑❑o❑
� �
d d
H w
� �
d �
a m
v� z
W -p
J �
a ��
� � aNi d ayi
� tn a fl, a
; a � 7 7
� �
Q' Z d d G�
Wo � � �
ti Wp a�i � F- a�i '�C 1- a�i a �
Q� lA o Z � o Z fn O Z
W � o U � � U � w U �
O o o � o
� p�., p, U � a U �L a U �
~ � Z � � Z � � Z �
��
O
cn w
W J
�a
�a
W �
�
��
a�
❑�
Q Q
�
� Z � O � O � O
� Ui (a Ul Ul
Q � L L � �
Z V Z � Z a� Z a�
N n. ,� a ,� a
� � � � � N � �
aNi �n y_ � a� u� �_ c.� y N �_ �
C L C' r = L C• i�+ � L C' 1�
7'�8 L� O 7'C t� O 7 "�O L� O
m Q a w c� m Q a w c� m Q a w c�
N �
O N
N �
: N
o r
O
Q N
0
> N
U N
� n
w�
M
N
a
F
0
�
W
(J�...
�
O
LL
C
O
�
ca
N
:F+
�
.�
W
N
N
�
C
�N
�
m
vi
a�
.Q
Q
7
N
�
c
m
i
0
�
a�.
c
0
C�
fC
N
�
d
�
�
�
C
r-
.�
�
c0
a
N
.0
�
4-
O
�
a�
.Q
0
U
a�
a
�
a�i
a
�
v
.0
d
�
c�
a�
�
� S � � � S �
C V � C U @ C U � C V m
CD � � .v m � � 'v [p � N 'U m c � 'U
C �- � � C �- � � � 0- � � � p- = N
o � �m � o � m E o � m E o � io E
� Z = Z Q Z 2 Z Q Z = Z Q Z = Z Q
� ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
�j N � N �
(6 � (6 C (p C (p C
� � U � U � U � U
d ❑ � C ❑ � C � � C � � C
� Q � Q � ❑ Q � ❑ Q �
� C � C N C (0 C (U
� � U (6 j � .0 (U j � ,U (U 7 � ,U @ j
� � uI (0 @ � t� (0 @ � cp N (0 �, �� (0
� Q ¢ U � Q Q U � Q Q U � Q Q U
� � � � ❑ ❑ ❑ ❑ ❑ ❑ ❑ � ❑ � ❑ ❑
� U U U U
v m m 0o m
d � � � �
� U � U � V � V �
Q
�
� T � T � T � � �
� m� U I- .. m� V� m� V~ •• m� U� ..
w � � � p N y� � 0 a� d� � 0 °� a�i � � � a�
d
'� :� � U )( '� w ll, () x � w LL U X +��-' "' I.L U X �
d 'C 0 Z F- O 'C � Z H O 'C o Z � O 'C � Z I- O
U v❑❑❑❑ v❑❑❑❑ v❑0❑❑ v❑0❑❑
d �
i= �
��
'� m
d
O. ip
fn Z
� �
W a '
J L
a ��
�°� aNi d aNi aNi
� - - -
w� a a a a
U V 7 > > >
� a cn v� cn cn
� ? m m a� d
w
C1 V U
LL � d 'a 1-- d � I-- d 'a H G7 'a F--
p� � O Z � 0 Z � � Z � O Z
'� U � M- U � '�. U � �.. U �
a� ° cn O ° u� O ° u� o ° � o
} p., o. U � Q, C1 � a V � Q U �
~ ~ Z t» H Z � H Z u� H Z tfl
LL �
� �
fn W
W J
Na
�a
w�
��
o�
a�
00
a¢
�
�z � o � o � o � o
O N �n tn �n
Z V Z � Z d Z a`� Z a`�
�, a �, a �, a �, a
dln ++ N f� ++ N f� ++ N f� ++
N y.. V d fn Qj .. V d N aj .. C.1 y !!J �_ V
C � C .i� � � C +�+ C � C +�+ � � C• �
� -�a .°cE o � � .�E o � � .�E o � a .°�E o
m Q a w c) m Q a w C) m a a w c) m Q a w c)
N �
O N
N �
N
o�
0
O N
O
> �
� m
� n
W �
Q 7
F O
z
�
W �
�
U a
�
Q
�
�
�L
0
:�.r
�
N
�
.�
W
�
N
d
C
.N
�
m
x
�
O
�
W
w�
� �3 � �
�
�
.Q
�.
�
�
� �
p � W
� c0 J
V � d
� _ � a
� O � �
..O �
O � Q N
�
� Q �
� � � �
O V O �.i
� �
cn �. � I--
�' ` Z
U � O O
i •"= � U
� W � m
`o o >, �
L L, .�.d
� Q � J
� a Q
� � W W
E a v�i �
�� W � �
a Q,
N �N
a�°i ayi �
�
if- C m �
a�i .� O Z
U 0� Z '�
0 0 0 �
.,� .�. � Q
C C C
O O O �
Q Q Q J
J
tp (0 (0 �
0
� � 0 Q
<0 (0 N F-
� � � O
�
� U
Q � �
O � � �
U � —
� � � �
> � Q;�
� � �
� .� � N
C �
� � N
� � '� �
� � � �
�n co � �
a� � m a
c��, c
� — � N
� �
m � -� C
N � c� O
� C _ ,�
� � � �
o � � �
�o � �, n
x
� � � �
Q � � �
� �O �
o � � �
.a -� L �
U a �
N �
� � L
O N ~ 0
L ,� V �
���:�
� �
y--� � C �
.�' ��W
a Q o
� � �
�`" d .� N
'C � '" C
a) � ,� 'fn
t/1 O � m
� G .� 'a
O � � �
C � fn �
O � N �
� � � o
� = U �
� (p O +'
� � � U
U
� o � �
C � � =
o j �3 �
� o .a c
� a o �
� 4 � �
Q U
N � �
c a �
0 0 � �.
�.. `� �. o
� � � o c
� � :� O
� � � � @
� � � � ��
.�m���.
O ,�, • � �
� � � (U �
— � L a
.� � � v �
O E >, N C
L � (6 � (0
� � � � Q
� � � p' �
� L � N O
� �
� ''-' N
U
� � N .��. C
� O � � �
� � o o �
� +-� U t .�..,
LL
� � � � �
N � �i p �
� m � 3 �
� +.� L � �+
'� }' � �
.� � 3 V �
N (a
O
cv � � N C
ca �
� 3.a���.
�aZ�•�
� — a� c� o
-� <° ���
� o . c �
N N � � �
� N C � �
� � p � �
� N �fn ;� O
� �
��u�i�E
� � � �'�
� o � � �
L
� � ^, � � �
�`� � U N
c � � c U �
a.���a��
�+� � � � N
=• � O � �O �
L
N ~ N � � C
� � � O T �
o E ����
a--� � (0 C II. �
A� � � � N
��o�-�a�
� � N 'V i �+
i a-`� � p �
� N � Q U o
�
a � .� � �
.> C L � � �
O ' � d N -� '+..
Q � � Q � O
� m � j��� �
C N O p
N � � N � �
� � � o � Q
� C Q U � �
f0 � � � � `
L � O +�-� O
� U U C � `�
y- N L -fl U �
�.. L .� � c�a ca
o a �,� � a�i
O � � � O �
� � a� ca N �
� O -C U L —
� � � Q � (a
'� � Q L
d cn � ca � �n
— -a N �n
� �0 � � � �
A � � �
�� fn %' (0
� � � �
� � �
O � O � � N
v_� � N >,W �
� � � o N �
�
O � Y � � �
Q- O C
� Y � � fn N
� L � � cn
("�'0 � �' ` m �
� N � U � N
.� U C O � �
� O �
� p� :.-� N � �+
• C (4 � �
(�6 (0 � � � �
>+ � X 'L � C
m � N Q �Y
°'
3
R
C
�
�
�
�
r
.`
a
C
L
�
�
a�
I--
�
_
m
N
�
Z
U
�
c
O
U
d N
� N
� i
3 a
Z �
� a
o �cu °'
0.. W �
+�+ �
(0 �
_ � O
� � U
Q.
� Z N
N �' +-�'
. C U1
O G, N �
L � � a �
a � � a �
N �
O N
N �
N
o r
0
O N
0
> �
a�i -1°0
W �
c
O
.N
.�
0
�
�
�
w
�
�
a�
c
� O
m rn
� Uj
C X
o �
��
U Q
C \
5
��
(` U
>Ov
p W ti
� m N
o Z� N
� i M
� � ti
����
��r
� W 0..
Fo�WoRTHQ�
��
Business Equity Division
LETTER OF INTENT
A. Business Equity Sub-ContractodConsultant Information:
A certified Business Equiiy firm is owned by a Minority or Woman Business Enterprise (MIWBE)
PROJECT # BID # _
(If Applica6le Please Check One)
Amendment ❑ Change Order ❑
[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 andlor 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 NamelPhone:
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:
(Ownerl Authorized Agent) Type or Print Name
(Signature of Owner IAuthorized Agent of Certified Business Equ'dy Firm)
(Email Address)
B. Affidavit of Offeror/Prime
I HEREBY DECLARE AND AFFIRM that
(OwnerlAuthorized Agent)
am the duly authorized representative of
and that I have personally reviewed the material and facts
(Name of OfferorlPrime)
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 OfferorlPrime to make the affidavit.
(Ownerl Authorized Agent) Type or Print Name
(Signature of OwnerlAuthorized Agent)
(Email Address)
In the amount of $
(Name of Certified Business Equtiy Firm)
(Date)
(Phone Number)
(Name of OfferorlPrime)
(Date)
(Phone Number)
Department of Diversity and Inclusion Effective 0 U01/2021
Business Equity Divisian Revised. 6-8-21
Email: DVIN BEOtlice u tortworthtexas.gov
Ph:817-392-2674
F4PT WORTHx City of Fort Worth ATTACHMENT 1C
`� Business Equity Division Page 1 of4
Good Faith Effort Form
PRIME/OFFEROR Check applicable box to describe
COMPANY NAME: Prime/Offerors Certification
Business Equiry ❑ Non-Business
PROJECT NAME: F�� Equity Firm
BID DATE
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 PrimelOfferor 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 supportinq 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
Manaqer if publiclv bid or to the Developer if privatelv 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 llf 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
� njp 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 PrimelOfferor 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
Y@S 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 necessar , and attach.)
Com an Name Tele hone Contact Person Sco e of Work Reason for Re'ection
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
ATTACHMENT1C
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
Printed Signature
Contact Name and Title (if different)
Phone Number
Email Address
Date
Business Equity Division
Email: DVIN BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 02107/2025
Fo� WoRTx
�
City of Fort Worth
Business Equity (M/VVBE) Specifications
Prime Contractor Waiver Form
ATTACHMENT1B
Page 1 of 1
OFFEROR COMPANY NAME: Check applicable block to describe Prime
PROJECT NAME: M/WBE NON-MWBE
BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: 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 bQth 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 dav 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?
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 operational profile of your business.
Will you perform this entire contract without suppliers?
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
� YES
❑ NO
❑ YES
�_,�..._� 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
CompanyName
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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-00 Doc. Ref#: RFQ-08 Page 1 of 5
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
believed to be Proprietary
Please indicate if only specific sections on the
page are believed to be Proprietary
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-00 Doc. Ref#: RFQ-08 Page 2 of 5
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 may be 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.
_______________________
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-00 Doc. Ref#: RFQ-08 Page 3 of 5
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 Address Proposed Tasks on a
Project
1.
2.
3.
4.
5.
6.
7.
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-00 Doc. Ref#: RFQ-08 Page 4 of 5
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 résumé (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
CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPT.
PROPRIETARY INFORMATION, QUALIFICATION
QUESTIONNAIRE, AND STATEMENT OF QUALIFICATIONS
RFQ Ref. #: 25-00 Doc. Ref#: RFQ-08 Page 5 of 5
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.
City Secretary Contract No. _____________
Non-Exclusive Vendor Services Agreement Page 18 of 18
RNDI Companies, Inc.
EXHIBIT D
VERIFICATION OF SIGNATURE AUTHORITY
RNDI Companies, Inc.
Attn: Diana Cross, President
6387 Camp Bowie Blvd.
Suite B-347
Fort Worth, TX 76616
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: Diana Cross
_______________________________________
Signature of President
Other Title: ______________________________
Date: ___________________________________
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
Create New From This M&C
DATE:6/10/2025 REFERENCE NO.:**M&C 25-
0538 LOG NAME:
22CITY-WIDE ASB
DEMO 2025 RFQ 25-
0080
CODE:C TYPE:CONSENT PUBLIC
HEARING: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
Page 1 of 3M&C Review
7/21/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33399&councildate=6/10/2025
Bidders A B C D Total
Garrett
Demolition, Inc
25 40.5 13.5 7 86
Intercon
Environmental,
Inc.
25 39 13.5 8.333 85.83
RNDI Companies
Inc
23 39 12 7.667 81.67
Midwest
Wrecking Co. of
Texas, Inc
24 36 12 7.667 79.67
Cactus
Abatement &
Demolition, LLC
24 34.5 8.5 7.667 74.67
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 Citys 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.
Page 2 of 3M&C Review
7/21/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33399&councildate=6/10/2025
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
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
FROM
Submitted for City Manager's Office by:Valerie Washington (6199)
Originating Department Head:Cody Whittenburg (5455)
Additional Information Contact:Sarah E. Czechowicz (5164)
ATTACHMENTS
22CITY-WIDE ASB DEMO 2025 RFQ 25-0080 funds availability.pdf (CFW Internal)
25-0080 (RFQ City Asbestos Abatement and Demolition Services)CM-NS.pdf (CFW Internal)
Copy of FID TABLE RFP25-0080 asbestos abatement.demo.xlsx (CFW Internal)
GarretDemo.1295.RFQ250080.signed.pdf (CFW Internal)
Garrett.Demolition.SAM_04.14.25.pdf (CFW Internal)
Intercon Env.1295.RFQ250080.signed.pdf (CFW Internal)
Intercon.Environment.SAM_04.14.25.pdf (CFW Internal)
Midwest Wrecking.1295.RFQ250080.signed.pdf (CFW Internal)
MidwestWrecking_SAM_04.14.25.pdf (CFW Internal)
RNDI.Co.Inc.1295.RFQ250080.signed.pdf (CFW Internal)
RNDI.Co.Inc.SAM_04.14.25.pdf (CFW Internal)
Page 3 of 3M&C Review
7/21/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33399&councildate=6/10/2025