Loading...
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 Bonfire’s 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 Worth’s Bonfire Public Procurement Portal (Procurement Portal) through the “Vendor Discussion”section under the respective Project/Request for Qualification (RFQ) before the Questions Due Date and time specified in the Procurement Portal. 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 City’s 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 City’s 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 City’s consultants, or directly or indirectly through others, seek to influence any City Council member, City staff, or City’s consultants regarding any matters pertaining to this RFQ, except as herein provided. Any violation of this prohibition may result in the Firm being disqualified from the procurement process. 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 City’s endorsement of the successful Firm’s services. Qualified Firms shall refrain from making comments regarding this RFQ or its subject matter—in the media or otherwise—until the selection process is complete. For the selected vendor, such comments are also inappropriate until the study has concluded and the final report has been issued. 14.0 PRE-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 Firm’s 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 Firm’s 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 Firm’s 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 Firm’s 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 Firm’s goods and/or services; iii.Qualityof the Firm’s goods and/or services; iv.Extent to which the goods and/or services meet the City’s needs; v.Firm’s past relationship with the City; vi.Impact on the ability of the 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 Firm’s 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 City’s PeopleSoft system. 18.4 Reservations: The City expressly reserves the right to: i.Specify approximate quantities in the RFQ; ii.Extend the RFQ Close Date and Time; 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 Firm’s response to ensure that the best possible consideration be afforded to all concerned. 18.6 Period of Acceptance: Firm acknowledges that by submitting the Response, Firm makes an offer that, if accepted in whole or part by the City, constitutes a valid and binding contract as to any and all items accepted in writing by the City. Unless specified otherwise, the period of acceptance of Reponses is one hundred and eighty (180) calendar days from the Close Date. 19.0 DOCUMENTS REQUIRED FROM RECOMMENDED FIRM 19.1 Certificates of Insurance: When insurance is required, the Firm must provide Certificates of Insurance in the amounts and for the coverages required to the Purchasing Office within 14 calendar days after notification of award, or as otherwise required by the Solicitation. Page 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 Supplier’s 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 contract’s terms and conditions. 22.0 INVOICE AND PAYMENTS 22.1 Registration: Successful Firm are required to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City’s website at https://www.fortworthtexas.gov/departments/finance/pur chasing/register 22.2 Invoice: The Supplier shall send invoices electronically to the City’s centralized Accounts Payable department invoice email address: supplierinvoices@fortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. Please include the following on the subject line of your e-mail: Supplier name, Invoice number, and PO number, separated by an underscore (ex: Example, Inc._123456_FW022-0000001234) To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: 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 City’s goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal, we need the Contractor’s support. If Contractor has 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 Vendor’s request. 22.3 Payment: All payment terms shall be “Net 30 Days” unless specified in the Response and agreed by the City. Page 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 City’s selection of the RFQ award. 24.0 COOPERATIVE PURCHASING i.The City has interlocal agreements with many other governmental entities that provides the ability for other entities to use the City’s contracts, so long as Supplier/vendor agree to extend the same terms, conditions, and pricing to the other entities. Firm, shall indicate in their Response whether 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 entity’s debts. Each governmental entity shall order its own material/services as needed. 25.0 GENERAL PROVISIONS The Supplier shall not assign its rights or duties under an award without the prior written consent of the City. Such consent shall not relieve the assignor of liability in the event of default by its assignee. 26.0 SUBCONTRACTORS Qualified Firms may include subcontractors for any part of services offered. City reserves the right at its sole discretion to accept or reject any Response that includes subcontractors. Upon award of a contract, City reserves the right to pre-approve use of any and all subcontractors. 27.0 BEST AND FINAL OFFER The City at its sole discretion may elect to have Qualified Firms that submit Reponses deemed most advantageous to the 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 City’s Environmental Services Department in writing of such error or omission it discovers. Any significant errors, omissions or inconsistencies in this RFQ are to be reported no later than ten (10) days before time for the RFQ response is to be submitted. 30.0 TERMINATION 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 City’s sole direction. 31.0 RIGHT OF ASSURANCE Whenever the Cityhas reason to question the Firm’s intent to perform, the City may demand that the Firm(s) give written assurance of Firm’s intent to perform. In the event a demand is made, and no assurance is given within ten (10) calendar days, the City may treat this failure as an anticipatory repudiation of the contract. 32.0 CHANGE ORDERS No oral statement of any person shall 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 Vernon’s Texas Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. 35.0 INSURANCE For the duration of a contract resulting from this RFQ, Firm shall carry insurance in the types and amounts as negotiated in the final contract. 36.0 CONTRACT CONSTRAINTS AND CONDITIONS All goods and/or services shall be provided in accordance with applicable requirements and ordinances of the City, laws of the State of Texas, and applicable federal laws. The proposed contract has been provided with this RFQ. However, all final terms and conditions will be negotiated with the awarded Firm. 37.0 CHANGE IN COMPANY NAME OR OWNERSHIP The successful Firm (Supplier) shall notify the City’s Purchasing Department, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. CITY OF FORT WORTH – ENVIRONMENTAL SERVICES DEPARTMENT CIQ FORM CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. City of Fort Worth) must disclose in the Conflict of Interest Questionnaire Form “CIQ” the person’s affiliation or business relationship that might cause a conflict of interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the City of Fort Worth Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at 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 City’s obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. 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