Loading...
HomeMy WebLinkAboutContract 63033City Secretary Contract No. 63033 SORTWORTHO NON-EXCLUSIVE VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a Texas home -rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and TERRACON CONSULTANTS, INC. ("Vendor"), a Delaware corporation and acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: This Vendor Services Agreement; Exhibit A — Scope of Services; Exhibit B — City of Fort Worth Remedial Design Projects; Exhibit C — Payment Schedule Exhibit D— Contractor's Bid Response to City's RFQ No. ENV 24-02; and Exhibit E— Verification of Signature Authority Form. Exhibits A, B, C, D, and E which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, C, or D 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. Vendor shall provide professional services for environmental and engineering design and consulting for the remediation of soil and groundwater at various sites across the City ("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 both parties sign this Agreement ("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 option(s) (each a "Renewal Term"). 3. Compensation. 3.1 City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit "C," which is attached hereto and incorporated herein for all purposes. Total compensation payable during the first year of the Initial Term to all vendors who are awarded a non-exclusive agreement is an estimated amount of Four -Hundred Thousand Dollars and Zero Cents ($400,000.00). City may award the Agreement to multiple vendors. Vendor agrees that the City is not Non -Exclusive Vendor Services Agreement Page 1 of 16 Terracon Consultants, Inc required to provide any guarantee of any amount of compensation under this Agreement. 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. 3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and provisions of this Agreement, including Exhibit "C," which is attached hereto and incorporated herein for all purposes. 3.3 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). 3.3.1 The Vendor shall submit corrected/revised invoices within seven (7) calendar days after receiving written notice from the City for a corrected/revised invoice. 3.3.2 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. 3.4 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. 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 Non -Exclusive Vendor Services Agreement Page 2 of 16 Terracon Consultants, Inc. 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 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. Non -Exclusive Vendor Services Agreement Page 3 of 16 Terracon Consultants, Inc. 7. Indeuendent 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 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. Liabilitv and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the Non -Exclusive Vendor Services Agreement Page 4 of 16 Terracon Consultants, Inc. 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 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. VENDOR AGREES TO RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES (AS DEFINED HEREIN), CLAIMS, AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE REMOVAL, PACKAGING, TRANSPORTING, AND DISPOSING OF ENVIRONMENTALLY HAZARDOUS MATERIALS, WHICH ARE NOT TO BE PROVIDED BY THE PARTIES. 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 ofpossibly contaminated soils and related wastes caused by Vendor's or a 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 Non -Exclusive Vendor Services Agreement Page 5 of 16 Terracon Consultants, Inc. requirements, and including without limitation any attorney's fees, costs, and expenses incurred in enforcing this contract or collecting any sums due hereunder; and 8.4.1.3 Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in sub- paragraph 2 of this part. 8.4.2 Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: 8.4.2.1 All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature, and 8.4.2.2 All requirements pertaining to the protection of the health and safety of employees or the public. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits Non -Exclusive Vendor Services Agreement Page 6 of 16 Terracon Consultants, 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 7 of 16 Terracon Consultants, 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 With copy to Fort Worth City Attorney's Office at same address Non -Exclusive Vendor Services Agreement Terracon Consultants, Inc. To VENDOR: Terracon Consultants, Inc. Att: Marwan F. Salameh, Ph.D., P.E. 5908 Stone Creek Drive Suite 120 The Colony, TX 75056 Page 8 of 16 14. Solicitation of Emvlovees. 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 Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Parry'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 9 of 16 Terracon Consultants, 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 Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comvanv Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating Non -Exclusive Vendor Services Agreement Page 10 of 16 Terracon Consultants, 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 Bovcott of Israel. 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 Bovcotting Energv Companies. 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 Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 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. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. 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 Vendor 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. 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 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. 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. 33. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Non -Exclusive Vendor Services Agreement Page 11 of 16 Terracon Consultants, Inc. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: ✓aL-W44-1-L By: Valerie Washington (Apr 1, 202510:29 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 04/01 /2025 , 2025 APPROVAL RECOMMENDED: uJ By: Name: Wyndie Turpen Title: Assistant Director, Environmental Services Department 4,ag40pgIl� ATTEST: F FORtaa oa v°moo a9a d Pvo o=d OPT* aoo oQe *�d V � s Oa�n nEap544p By: Name: Jannette S. Goodall Title: City Secretary VENDOR: Terracon Consultants, Inc. Kyle r s(Mar31,202518:02CDT) By: Name: Kyle Burroughs Title: Regional Manager Date: 03/31 /2025 2025 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. By: 4� Name: Roger Grantham Title: Environmental Supervisor APPROVED AS TO FORM AND LEGALITY: M. Kevin Anders, II (Apr 1, 2025 09:18 CDT) By: Name: M. Kevin Anders, II Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0895 Form 1295: 2024-1116520 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Non -Exclusive Vendor Services Agreement Page 12 of 16 Terracon Consultants, Inc. City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES Soil and Groundwater Remediation Services 1. The work required under the Agreement includes, but is not limited to, the following tasks to be performed at the locations identified in Exhibit B. The following task list is intended to be illustrative, not exhaustive. The City reserves the right to order related services not listed below in accordance with the terms of this Agreement. a. General Tasks i. Manage individual site -specific engineering, design, and construction for each soil and/or groundwater remedial action; ii. Act as oversight and liaison with subcontractors to ensure proper and timely execution of required services; iii. Prepare and submit all applications required by the TCEQ or EPA, permits, and other necessary documentation associated with soil and/or groundwater remedial activities; b. Site Assessment Tasks i. Define the nature and extent of chemical contamination impacts to soil and groundwater, including source identification, monitoring/delineation, and active/passive remediation (this may include the excavation, loading, transportation, and disposal of impacted media); ii. Conduct applicable site confirmation sampling necessary to perform define the nature and extent of chemical contamination. Remedial Investigation and Design Phase Tasks i. Develop a site remediation strategy under the appropriate Texas Commission on Environmental Quality (TCEQ) program by selecting the appropriate applicable cleanup level for a particular site and overseeing the cleanup through to closure; ii. Define groundwater water flow issues associated with complex subsurface characteristics including natural and man-made features. iii. Design, installation, and monitoring of subsurface systems for groundwater flow control, groundwater treatment, and other groundwater related aspects of site remediation; iv. Prepare backfill design specifications with applicable density testing; v. Prepare engineering design specifications regarding final usage of selected remedial sites; 2. Vendor shall provide support for all environmental projects as needed, including professional grant writing services to assist with identifying, preparing, and submitting grant applications for relevant projects. Subcontractors may be used with prior approval, provided they meet the same professional standards and adhere to all contract terms. All communications and deliverables shall be professionally written, ensuring clarity, accuracy, and adherence to industry standards. 3. There is no guarantee of any work under this Agreement, however the types of work which the Vendor will perform upon specific written authorization by the City shall include the above, and related environmental and engineering consulting services. Non -Exclusive Vendor Services Agreement Page 13 of 16 Terracon Consultants, Inc EXHIBIT B City of Fort Worth Soil and Groundwater Remedial Design Projects Project Location Project Description 1 Brennan Avenue Remediate benzene and arsenic contamination in groundwater 2500 Brennan Avenue, Fort Worth, TX 76106 2 Fort Worth Rifle & Pistol Club Remediate arsenic and lead contamination in soil 1950 Silver Creek Road, Fort Worth, TX 76108 3 Winchester Range Remediate arsenic and lead contamination in soil 9601 Fossil Ridge Road 4 Former Police Pistol Range Remediate arsenic and lead contamination in soil 9601 Fossil Ridge Road, Fort Worth, TX 76135 5 Fort Worth Convention Center Remediate benzo-a-pyrene contamination in soil 1201 Houston Street, Fort Worth, TX 76102 6 Evans Rosedale Remediate lead contamination in soil 1005 Evans Ave, Fort Worth, TX 76104 7 Village Creek Peak Overflow Basin Remediate lead contamination in soil SWAT Range 4500 Wilma Lane, Fort Worth, TX 76102 8 Petroleum Storage Tank Remediate TPH and related PST contaminants from Removals from Service at soil and groundwater at related sites Various Sites 1. 4100 Columbus Trail, Fort Worth, TX 76133 2. 4209 Longstraw Drive, Fort Worth, TX 76137 3. 10201 White Settlement Road, Fort Worth, TX 76144 4. 14650 Statler Blvd, Fort Worth, TX, 76155 5. 2 73 7 Meadowbrook Drive, 76109 6. 4201 North Main St, Fort Worth, TX 76106 EXHIBIT C PAYMENT SCHEDULE Terracon Rate Schedule — Professional Services Senior Principal/Program Manager $235/Hour Contract Manager/Department Manager/Principal $215/Hour Senior Remediation Engineer $215/Hour Senior Geologist/Scientist/Project Manager/Licensed Asbestos $195/Hour Consultant/Licensed Mold Consultant Certified Industrial Hygienist $185/Hour Project Manager/Scientist/Geologist/Engineer/Grants Manager $165/Hour Staff Scientist/Geologist/Industrial Hygienist/Engineer/Grants Coordinator $140/Hour Assistant Project Manager $135/Hour Field Scientist/Geologist/Engineer $130/Hour CAD Operator/Project Coordinator $125/Hour Senior Environmental Technician $110/Hour Environmental Technician $95/Hour Clerical/Administrative Staff $85/Hour Laboratory/Drilling/Subcontract Services billed at Cost Plus 15% OMW-q'qq� '�z I ....... ....... Ablilb, mFerracon City of Fort Worth Soil and Groundwater Remediation Program Project # ENV 24-02 February 1, 2024 FORTWORTH. 1801 Handley Ederville Road Fort Worth, Texas 76118 P (817) 268-8600 Terracon.com w ierracon February 1, 2024 Attn: Roger Grantham Environmental Program Supervisor City of Fort Worth Land Quality Division - Environmental Services Department 1000 Throckmorton Street Fort Worth, TX, 76102 roger.grantham@fortworthtexas.gov 1801 Handley Ederville Road Fort Worth, TX 76118 P (817) 268-8600 Re: Letter of Interest and Statement of Qualifications for Soil and Groundwater Site Remediation Program Project: ENV 24-02: SGW Dear Mr. Grantham and Members of the Selection Committee: Terracon Consultants, Inc. (Terracon) is pleased to respond to the Request for Qualifications (RFQ) for Soil and Groundwater Site Remediation Program for the City of Fort Worth. As you review our submittal, we believe that you will find our team is especially well -qualified to provide the full range of environmental consulting services related to this Program. Terracon is a 100 percent employee -owned consulting engineering firm providing quality services to clients. Since 1965, Terracon has evolved into a successful multi -discipline firm specializing in Environmental, Facilities, Geotechnical, and Materials consulting services. Our firm's success is evidenced by a current ranking of #20 in Engineering News- Record's (ENR) 2023 listing of the Top 500 Design Firms, as compared to a ranking of #35 less than a decade ago. Terracon is also ranked #63 in ENR's Top 200 Environmental Firms in 2023. Due to Terracon's extensive public sector experience, we understand that the consulting team has to establish a partnership with the City of Fort Worth. Our firm has had the distinct privilege of providing engineering consulting services to the City of Fort Worth since 2006 on over 300 projects. We know how to "get the job done" and pride ourselves on exceeding our clients' expectations. We are ready to assist you and look forward to the opportunity of continuing our successful working relationship with the City of Fort Worth on this contract. If you have any questions about the information we have provided, please contact us at (817) 268- 8600. Thank you for your time and consideration. Terracon acknowledges receipt of Addendum #1 dated January 19, 2024 and Addendum #2 dated January 26, 2024. Terracon has included exceptions to the Request for Qualifications in Section 26. The main contact person at Terracon for this work is: Marwan F. Salameh, Ph.D., P.E. 5908 Stone Creek Drive, Suite 120, The Colony, Texas 75056 Direct: (469) 291-0140 Email: marwan.salameh@terracon.com Sincerely, Terracon Consultants, Inc. Marwan F. Salameh, Ph.D., P.E. Senior Environmental Engineer 06� Jack A. McCranie, P.G., LRA Regional Environmental Manager Table of Contents PAGE SECTION 01 1. Cover Page with Information 02 2. Provider's Acknowledgment of Receipt of Addenda (Section 2.2) 03 3. Document Checklist (Section 2.1) 04 4. Provider's Statement of Qualifications (Section 2.4) 19 S. Provider's List of Project References (Section 2.7.7) 20 6. Resumes of Key Personnel - Provider (Section 2.7.3) 25 7. Provider's Organizational Chart (Section 2.7.3) 26 8. Provider's Licenses and Certifications (Section 2.11/2.7.5) 42 9. Narrative - Extension of CFW - Environmental Services (Section 2.7.2) 47 10. Narrative - Billing and Cost Effectiveness (Section 2.6) 48 11. Narrative - Innovative Remedial Options and Services (Section 2.7.2) 50 12. Provider's Explanation of a Web -Based Interactive Program (Section 2.7.4) 51 13. List of Subcontractors to be Utilized (Section 2.8.1) 52 14. Subcontractor's Statement of Qualifications (Section 2.8) 56 15. Resumes of Key Personnel - Subcontractors (Section 2.8) 66 16. Subcontractor's Licenses and Certifications (Section 2.11) 79 17. Provider's Insurance Coverage (Section 2.10) 80 18. Provider's Vendor Compliance to State Law Certification (Section 1.16) 81 19. Provider's Contractor's Responsibilities Certification (Section 1.17) 82 20. Provider's Qualifications Summary Certification (Section 2.4) 83 21. Provider's Legal and Compliance Certification / Litigation Statement (Section 2.12/2.13) 85 22. Provider's Prevailing Wage Rate Certification (Section 2.14) 86 23. Provider's Worker's Compensation Certification (Section 2.15) 87 24. Provider's Nondiscrimination Certification (Section 2.16) 88 25. Business Equity Goal Documentation Certification (Attachment B) 103 26. Exceptions Letter (Section 1.35) 104 27. Invoice Example (Section 2.7.6) 105 28. Provider's Conflict of Interest Questionnaire (Attachment A) 0 1 City of Fort Worth I Project #: ENV 24-02 SGW Cover Page with Information Section 1 Cover Page with Information REQUEST FOR QUALIFICATIONS FORTWORTH, *1 SOIL AND GROUNDWATER SITE REMEDIATION PROGRAM PROJECT: ENV 24-02: SGW Submitted by: Terracon Consultants, Inc. Company Name 1801 Handley Ederville Road Mailing Address Fort Worth, Texas 76118 City, State, Zip (817)268-8600 Telephone DUE DATE: FEBRUARY 1, 2024 Kevyn Gunn (print type nameof-, naton/) (sign t e Senior Associate Title kevyn.gunn@terracon.com Email wr City of Fort Worth I Project #: ENV 24-02 SGW Provider's Acknowledgment of Receipt of Addenda Section 2 Provider's Acknowledgment of Receipt of Addenda 2.2 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Check if applicable The undersigned acknowledges the receipt of the following addendum (a) to the Request for Qualifications, and has attached all addenda following this page. (Add lines if necessary). _V Addendum Number 1 01 /19/2024 (Date received) V Addendum Number 01/26/2024 (Date received) _ Addendum Number (Date received) _ Addendum Number4 (Date received) Check if applicable The undersigned acknowledges the receipt of no addenda to the Request for Qualifications. PROVIDER: Terracon Consultants, Inc Company Name 1801 Handley Ederville Road Address Fort Worth. Texas 76118 City, State, Zip BY: Kevyn Gunn (print or type name of signatory) (Signat+rr'e) Senior Associate Title (print or type) wr City of Fort Worth I Project #: ENV 24-02 SGW 2 Document Checklist Section 3 Document Checklist 2.0 QUALIFICATION PACKAGE DOCUMENTS A'I Proposal Documents, including this checklist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered a responsive submittal. 2.1 QUALIFICATION PACKAGE DOCUMENT CHECKLIST All QUALIFICATION PACKAGE Documents, including this Checklist, must be completed in full and submitted in a sealed envelope, in the requested order, orthe Proposal Package may be considered as a non -responsive submittal. Proposal Documehts Initial if Included 1. QUALIFICATION DOCUMENT CHECKLIST KG 2. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA KG 3. MINORITY BUSINESS ENTERPRISES (MBE) KG 4. QUALIFICATION PACKAGE SUMMARY KG 5. QUALIFICATION PACKAGE OF PROVIDER KG 6. UST OF SUBCONTRACTORS KG 7. INSURANCE CERI IFICATES KG 8. LICENSES & CERTIFICATES KG 9. LEGAL & COMPLIANCE HISTORY KG 10. PERFORMANCE AND PAYMENT BONDS N/A 11. RFQSECURITY N/A 12. PREVAILING WAGE RATE KG 13. COMPLIANCE & WORKERS COMPENSATION KG 14. STATEMENT OF RESIDENCY N/A 15. STATEMENT OF NONDISCRIMINATION KG I understand that all of these items will be reviewed, and any items not included may result in my proposal being considered non -responsive. 1 City of Fort Worth I Project #: ENV 24-02 SGW 3 Provider's Statement of Qualifications Section 4 Provider's Statement of Qualifications Wherever you are on your project journey, Terracon's employee -owners are ready to meet you where you are and help you reach your goal. Since our founding in 1965, Terracon has grown and evolved to become a thriving, employee - owned, multidiscipline engineering consulting firm. Our more than 6,000 curious minds include engineers, scientists, architects, facilities experts, and field professionals focused on solving engineering and technical challenges from more than 180 locations nationwide. On -time and real-time data driven insights, provided by our talented employee owners, create an unmatched client experience that spans the lifecycle of any project from inception to completion. Terracon consistently ranks as a top 25 design firm by Engineering News -Record. Our successful growth has included organic expansion and innovation as well as the acquisition of more than 60 firms with specialized capabilities. A focused and uncompromising dedication to safety has been integral to how we support our employees, clients, and communities. Throughout the life of your project, we won't just point the way - we'll walk with you. From site selection, to the design and construction, to maintaining the life of the structure, we'll help you achieve success through engineering and scientific expertise, a passion for problem - solving, and a drive to explore. We're ready when - and where - you are. Explore with us! 0100% EMPLOYEE-OWNED 6,000 +:; PROFESSIONALS I ENR Rankings 2023 Asbestos and Lead Abatement Top 100 Pure Designers Top 500 Design Firms Top 150 Global Design Firms Top 200 Environmental Firms 85,000-""-%`-, PROJECTS COMPLETED IN 2023 WITH OVER 23,000 CLIENTS 1 City of Fort Worth I Project #: ENV 24-02 SGW 4 Provider's Statement of Qualifications PROJECT METHODOLOGY Negotiating the complexities of environmental issues can be challenging and time consuming. Terracon relies upon demonstrated experience and knowledge of local conditions and regulations to deliver solutions that are timely, practical, and make good business sense. From the most basic property assessment to complex industrial compliance issues, Terracon's services are designed with the client in mind. We consistently blend goals and budgets with sound technical knowledge for maximum results. These services are conducted from our extensive network of local offices. By combining our national resources with specific local area expertise, we consistently overcome obstacles and deliver the results our clients expect. We pride ourselves with being responsive to our local clients. With three offices in the DFW metro and a strategic office in Fort Worth, we are available on a very short notice to meet the City staff at the city offices or at a job site or respond quickly to an urgent matter. Our relationships with our subcontractors go a very long way and we are able to lean on them to respond to city needs in the field. With a dedicated Program Manager and supportive team, we will act as an extension to the city staff. We will make certain that all team members are familiar with the city expectations and requirements to make sure that any individual can step right in to assist the city with identified needs. Key to the success of this approach is keeping communication channels open and getting to know the city staff and project sites intimately. A narrative of Terracon's project methodology for each service requested within the RFQ can be found below and on the following pages. Site Closure Approach Terracon' primary goal for the City of Fort Worth will be to remediate soil and/or groundwater impacted areas at select sites, in order to move the sites to regulatory closure within the Texas Commission on Environmental Quality (TCEQ) program(s) quickly and efficiently. We will maximize the use of the various risk -based corrective action tools available under Texas Risk Reduction Program (TRRP) to eliminate the need for unnecessary response actions or reduce the extent of necessary remediation. Terracon will provide the City of Fort Worth with rational closure strategy options that they can evaluate before choosing a specific closure strategy. Based on our extensive consulting experience under Texas Administrative Code (TAC) and TCEQ rules and guidelines, Terracon will be able to provide site closure approaches that are both realistic and cost-effective. We maintain a strong working relationship with the TCEQ, which allows us to quickly evaluate if a particular closure strategy will be considered favorably by the TCEQ. Our Dallas, Frisco, and Fort Worth personnel have years of experience with local site conditions, which will be essential in assisting the City of Fort Worth in determining the validity of a particular site closure approach. Terracon has more Texas Commission on Environmental Quality (TCEQ) Voluntary Cleanup Program (VCP) Certificates of Completion (over 175) than any other consulting firm in Texas. Site Assessment Locally, Terracon has a total of 15 specialists [including five (5) Professional Geologists and two (2) professional engineers] who have extensive experience conducting site assessments, risk -based corrective actions, and remediation services following both TCEQ, TRRP, and Leaking Petroleum Storage Tank (LPST) program guidelines. Local Terracon personnel routinely produce Affected Property Assessment Reports (APAR), Response Action Plans (RAPs), Response Action Effectiveness Reports (RAERs), Response Action Completion Reports (RACRs), and Post Response Action Completion Reports (PRACRs) for Terracon's municipal, industrial, and commercial clients in the DFW Metro area. Terracon nationwide has performed more than 34,000 Phase I ESAs and over 7,000 site investigations during the past five (5) years. w r City of Fort Worth I Project #: ENV 24-02 SGW 5 Provider's Statement of Qualifications Site Remediation Terracon's Environmental Services Group would provide the City of Fort Worth with environmental engineering design and remediation oversight. Locally, Terracon has two (2) Professional Engineers with experience designing and implementing a range of remediation technologies including hi -vacuum mobile dual -phase extraction, active non -aqueous phase liquid (NAPL) recovery skimmers, soil vapor extraction, in situ soil and groundwater remediation using chemical and product injections (chemical oxidation/reduction, in -situ aerobic and anaerobic biostimulation, and bioaugmentation), hazardous soil excavation/disposal/backfilling/compaction/density testing (using our material testing group, which is composed of numerous engineers), monitored natural attenuation, dewatering, and vapor intrusion mitigation systems. Terracon's Minneapolis, Omaha and Denver offices would be utilized on an as -needed basis to lend expertise and provide support and quality review for remediation projects involving remediation technologies such as ex situ treatment and bio-sparging. The Terracon team has written numerous RAPS, RACRs, RAERs, and PRACRs under the TCEQ VCP or corrective action programs. We are very familiar with the programs and routinely assist our clients enroll their sites into the VCP. Terracon's Wellman Creek Restoration Project Terracon can also provide required remediation support services including aquifer testing, light non -aqueous phase liquid (LNAPL) transmissivity testing, groundwater pumping tests, LNAPL recovery tests, pilot tests, life -cycle cost estimates, remedial construction bid documents, remediation construction oversight, and remediation system operation and maintenance. Terracon's DFW offices currently provide all of these services to existing clients. Our remedial solutions will be developed by experienced environmental professionals and will combine proven engineering approaches with forward thinking and innovative technologies. Our ability to provide environmental engineering services for a wide variety of technologies and site conditions will ensure the City of Fort Worth strong technical support throughout all phases of the remediation project. The result will be cost-effective and timely solutions that maximize the use of the City of Fort Worth's economic resources to meet their current and future environmental challenges. Texas Risk Reduction Program (TRRP) Our local Terracon offices manage multiple sites undergoing site assessment, risk -based corrective action, response action, and post response action care under the TRRP. These sites range from filling stations and retail centers to large industrial facilities, military installations, and landfills. We have a thorough understanding of the TRRP Affected Property Assessment process and have extensive experience in applying the multitude of available risk -based options under TRRP that can eliminate the need for a response action or significantly reduce the extent of response action. Our team has completed numerous APARs of varying complexity. 1 City of Fort Worth I Project #: ENV 24-02 SGW 6 Provider's Statement of Qualifications Closed Municipal Solids Waste Landfills (CMSWLF) Terracon has deep experience assisting our clients who want to investigate or construct on closed landfills containing municipal solid waste (MSW). Our expertise navigating 30 Texas Administrative Code (TAC) 330 Subchapter T to assist our clients with their MSW challenges allows us to be effective in moving the CMSWLF projects to the desired end point (i.e., construction) quickly. We have applied all three options of 30 TAC 330 Subchapter T, depending on the end point of the project. We have submitted and obtained Authorizations to Disturb Final Cover of a CMSWLF, we submitted Registration Applications for Existing Enclosed Structures built over CMSWLFs prior to September 1, 1993, and obtained TCEQ approvals, and we submitted and obtained Development Permits for Enclosed Structures over a CMSWLF. We work with architects and civil designers to specify the ventilation system for methane gas and the methane gas monitoring systems for enclosed structures, develop a structures gas monitoring plan, a site operating plan, and a safety and evacuation plan. Leaking Petroleum Storage Tank Program (LPST) Terracon is experienced working with Underground Storage Tank (UST)/Leaking Petroleum Storage Tank (LPST) sites. Our experience includes monitoring well installation, soil and groundwater sample collection, investigation design, aquifer characterization, soil remediation, soil gas/vapor intrusion assessments, non -aqueous phase liquid (NAPL) assessment and recovery, and complex data evaluation for a variety of contaminants, including polycyclic aromatic hydrocarbons (PAHs), heavy metals, petroleum hydrocarbons, and volatile organic compounds (VOCs). Terracon has experience removing USTs in accordance with the TAC Chapter 334 (Underground and Aboveground Storage Tanks) technical standards and TCEQ Regulatory Guidance RG-41 1, Investigating and Reporting Releases from Petroleum Storage Tanks (PSTs), dated August 2012. We have completed a large number of tank removals under the program whether the USTs are registered tanks or "ghost" tanks, discovered during construction activities. Terracon provides the following UST removal and investigation support services: • Observe combustible vapor testing, UST removal activities, and document the condition of the USTs. • Screen soil samples in the field for the presence of volatile constituents using an organic vapor meter (OVM) equipped with a photoionization detector (PID). • Collect soil samples from beneath each UST, from the side walls, and from the water if present in the tank hold. If water is present in the vicinity of the USTs, Terracon will direct the UST removal contractor to remove the water with a vac -truck or similar. • Collect one discrete soil sample from stockpiled soil for each 50 cubic yards of soil. • Analyze the samples on an expedited turnaround basis of 24 to 48 hours from receipt of the laboratory. • Off -site disposal of excavated/stockpiled materials only if required or desired by the client. • Review the laboratory data and complete a Release Determination Report (RDR - TCEQ Form 0621) in accordance with the TCEQ Guidelines. In addition, prepare a UST Removal Report. The report will include copies of the TCEQ UST construction notification and approval, UST certificates of destruction, and waste disposition documentation. We work with our subcontractors to complete the following UST removal services: • Obtain required UST removal permits from the City of Fort Worth and/or local Fire Marshall; • Submit the necessary TCEQ Construction Notifications (TCEQ Form 0495) with a request to waive the 30-day notification requirement; • Provide an on -site supervisor with a Texas Class B or Class A/B Combination On -site Supervisor License during the UST removal activities; • Remove residual petroleum vapors from the USTs, if present; and, • Transport and dispose of the USTs and provide certificates of destruction. Based on exceedances in the soil samples, the area where the USTs were located will be over -excavated and the affected soils will be loaded, transported and disposed at a regulated landfill. Confirmation samples will be collected. If exceedances are identified in the tankhold sample, groundwater monitoring wells will need to be installed to establish the groundwater gradient and monitored to demonstrate plume stability and/or decreasing concentrations in all directions from the source. r City of Fort Worth I Project #: ENV 24-02 SGW 7 Provider's Statement of Qualifications We have utilized the following site characterization and risk -based techniques to facilitate assessment and closure: • Site -specific background evaluations using statistical means (95 UPL); • Synthetic Precipitation Leaching Procedure (SPLP) analysis; • Class 3 groundwater demonstrations using direct yield testing; • Non -groundwater bearing unit/saturated soil demonstrations using slug tests, Unified Soil Classification System, and geological descriptions; • Use of statistics to calculate representative site concentrations (95 UCL); • Calculation of Tier 2 PCLs for various exposure pathways; • TPH-mixture Protective Concentration Levels (PCLs) development; • Groundwater -to -surface water PCL development; • Groundwater fate and transport modeling; • Monitored natural attenuation (MNA) and plume management zones (PMZs); • Municipal Setting Designations (MSDs); • NAPL transmissivity and recoverability assessments; • NAPL evaluation using TRRP-32 guidance; • Use of inhalation risk -based exposure limit (RBEL) to develop soil gas PCLs for vapor intrusion; and • Use of commercial/industrial deed recordation. Remediation services typically require the development and implementation of a Response Action Plan (RAP). Our team has prepared numerous RAPs for various remediation technologies/approaches including: • In situ soil and groundwater treatment using chemical/product injections (chemical oxidation/reduction, aerobic and anaerobic enhanced bioremediation, and bioaugmentation); • Groundwater pump -and -treat systems; • NAPL recovery using dual -phase extraction (DPE); • NAPL recovery using skimmer systems; • Natural source zone depletion (NSZD) for NAPL; • Slurry walls; • Soil vapor extraction (SVE); • Use of X-Ray Florescence (XRF) Technology to evaluate heavy metals in the field; • Soil excavation and proper waste characterization to minimize costs; • Confirmation sampling and backfilling, compaction, and density testing; • Soil stabilization; • Monitored natural attenuation MNA/PMZs; • Methane recovery; • Vapor intrusion mitigation system design; • Permitting such as permit by rule or stormwater notice of intent for construction sites greater than one -acre; and • Engineered controls such as clay caps or pavement. 1 City of Fort Worth I Project #: ENV 24-02 SGW 8 Examples of Documentation for Various Projects PROJECT EXPERIENCE Terracon provides services on thousands of projects each year. Our culture, systems and structure enable us to excel at both small and large projects. By combining our national resources with specific local area expertise, we consistently overcome obstacles and deliver the results our clients expect. On past projects with various clients, Terracon's experience has led to innovative practical ways to save time and money while strictly adhering to current regulations. In addition, our office located on Handley Ederville Road within City of Fort Worth allows us to respond to any emergency in an expeditious manner. Terracon North Texas offices have delivered quality environmental services for local municipal clients in and around the DFW Metro. The list below showcases the governmental and municipal clients that our firm has had previous and/or current contracts with in the DFW Metro. • City of Aledo • City of Allen • City of Azle • City of Burleson • City of Carrollton • City of Coppell • City of Corinth • City of Dallas • City of Desoto • City of Fate • City of Fort Worth • City of Frisco • City of Irving • City of McKinney • City of Mesquite • City of Murphy • City of North Richland Hills • City of Plano • City of Richardson • City of Roanoke • City of Rowlett • City of Terrell • City of University Park • City of Valley View • City of Wilmer • City of Westlake • City of Garland • City of Grapevine • City of Gunter Rhome p Flower Hound j Roanoke ® c r Newark --------- .� �ophy Club Briar --�- 0 Pecan Acres M.e 0 O 0 0 Reno $oink a vine Eagle Mo7 fain 0 r � _ 0 Pelican Bay 0 O 0 Noe 4V Viae .oQse 00 0 j ,,,,pp �Coll�rville o o �O a�O 7Rtga C 0 0 SagisaA 0 O o » Bedf d QO o - 771 QQ �� , North RiLFiI i ule LaQ wA71h ��H t �r p alton4ity D �,s.rhih?cark -� O ! a� �ako o o if Park VJ? SettiyneR o rr'r7` p v oWbrt a� o on a Aedo x o 0 0 ,u$ a 0 o nne&ale O i Rendon 0 Jo M"igJ �rW.r� a r City of Fort Worth I Project #: ENV 24-02 SGW Examples of Documentation for Various Projects Project Name EvRo Community Improvement Area, Evans and Rosedale - Fort Worth, Texas Terracon is familiar with the Evans and Rosedale redevelopment site and the former lead soil excavation activities that were performed to achieve VCP closure on the lots. Terracon performed a Limited Site Investigation (LSI) as part of the Brownfields program in 2022 on the lots that were not part of the original lots that received VCP closures in 2005. As part of the LSI, Terracon advanced 11 soil borings (SB-1 through SB-1 1), two monitoring wells (MW-1 and MW-2), and six soil gas probes (SGP-1 through SGP-6). Total lead was detected in 5 of 6 soil samples collected from 0 to 1 foot bgs at concentrations that exceeded Description the TRRP Action Level for the protection of groundwater (i.e. 15mg/kg), but the detected o concentrations were below the TRRP Residential Tier 1 SoilComb Protective Concentration Level (PCL) of 500 mg/kg for combined exposure pathways (i.e., inhalation, incidental ingestion, dermal contact, and vegetable consumption for protection of human health). Based on findings, it is Terracon's opinion that a VCP risk -based closure could be obtained on the remaining non-VCP lots utilizing either a Tier 2 calculation or by further evaluating the site as Class 3 groundwater or as a non -groundwater bearing unit, thereby, eliminating the need for costly soil remediation/excavation activities. Cost Incurred The total budget for this work was $33,495.80 for LSI and the work was completed on budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 10 Examples of Documentation for Various Projects Project Name Big Pantry and Travel Store - (LPST 1 19723) - 2nd Look Review and Use of LNAPL Science to Close the Site - Weatherford, Texas During replacement of underground storage tanks (USTs) in 2015, light non -aqueous phase liquid (LNAPL) was identified in the tank hold. Liquid recovery was conducted and the new tanks were placed within the existing tank hold. Ensuing investigations conducted by Terracon Consultants, Inc. (Terracon) resulted in identification of the presence of LNAPL and dissolved petroleum hydrocarbons over a larger area of the site and downgradient of the site. A total of 11 monitoring wells were placed at the site with 5 containing LNAPL. Mobile Dual Phase Extraction (MDPE) was implemented at the site to remove LNAPL from all the monitoring wells and observation wells that exhibited the presence of LNAPL. A total of 20 MDPE events were conducted at the site between June 30, 2015 and July 29, 2021. These events recovered an estimated 18,340 gallons of water and 1,600 gallons of LNAPL. Additionally, several LNAPL skimming events were conducted using a submersible pump, resulting in recovery of approximately 725 gallons of LNAPL and 15.5 gallons of water. Nonetheless, the Texas Commission on Environmental Quality (TCEQ) did not agree to close the site despite these efforts. Therefore, Terracon decided to take a 2nd look at the data and apply sophisticated LNAPL science in an effort to close the site. For the 2nd look review, a Terracon engineer reviewed the site history to understand the release information, the product recovery efforts, the groundwater gauging data, the dissolved contaminant concentrations (primarily benzene), the geologic and hydrogeologic setting, the Description chemicals of concern (COCs) concentrations and distributions in the groundwater, on the soil, and in LNAPL form, and potential exposure pathways, including vapor intrusion. The biggest obstacle preventing the TCEQ from closing the site was the presence of LNAPL. Therefore, the 2nd look review updated the LNAPL conceptual site model (LCSM) by developing the following information for LNAPL and dissolved phase: 1. Diagnostic gauge plots; 2. LNAPL behavior observed in the wells with respect to groundwater elevation and geology; 3. LNAPL plume stability; 4. Decline curve analysis; 5. Mann -Kendall trend; 6. Benzene plume stability; 7. Natural attenuation analysis; and 8. Regulatory evaluation. This analysis revealed that the apparent NAPL thickness (ANT) in the wells was exaggerated due to the presence of perched conditions of the LNAPL. This was determined based on observations made on the drilling log within the sand zone, where refusal of a direct push tool was observed in several boreholes between 9 and 17 feet below grade. This interval coincided with the interval of groundwater fluctuations. The consolidated sand resulted in the creation of perched conditions that influenced the LNAPL behavior in the aquifer and resulted in exaggeration of the LNAPL thicknesses. Plume stability and asymptotic product recoveries along with meeting the regulatory closure standard, resulted in TCEQ approval of closure and a no further action letter was received on March 22, 2023. Cost Incurred The total budget for this work was $10,000.00 and the work was completed on budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW Examples of Documentation for Various Projects Project Name Municipal Solid Waste Landfill Services, Dallas Freightliner - Dallas, Texas The site consists of approximately 1 1.24-acres of land improved with three enclosed structures totaling approximately 79,000-sf. As part of property transaction due diligence, Terracon conducted a Phase I Environmental Site Assessment (ESA), which identified several Recognized Environmental Conditions (RECs) associated with current and former on -site and off -site property uses including historical sand and gravel mining between 1942 and the late 1950s. Terracon performed a Limited Site Investigation (LSI) to assess the identified RECs, which included installation of groundwater monitoring wells, soil borings, and interior sub -slab vapor pins. Soil, groundwater, and soil gas were assessed as part of the LSI. Terracon's soil borings identified the presence of various waste materials. In addition to soil cutting observations, Terracon observed concentrations of methane as high as 50.6% by volume in monitoring well head -space. With this information, Terracon made the determination that the on -site enclosed structures overlie a Closed Municipal Solid Waste Landfill (CMSWLF). Under the rules of the Texas Risk Reduction Program (TRRP), Terracon entered the property in the Texas Commission on Environmental Quality's (TCEQ's) Voluntary Cleanup Program (VCP) and submitted an application for a Municipal Setting Designation (MSD) with the City of Dallas and TCEQ. Alongside work with the VCP, Terracon documented the presence of the CMSWLF in accordance with Texas Administrative Code (TAC) 330 Sub -chapter T - Use of Land Over Description CMSWLFs and submitted a Registration Application for Existing Enclosed structures with the TCEQ MSW Division. As part of the TCEQ MSW Registration, design plans for continuous interior air lower explosive limit (LEL) monitoring equipment were submitted and approved by the TCEQ. Continuous monitors are designed to record data at a central control station to meet Texas Administrative Code (TAC) record keeping requirements. Additionally and at the request of the Client, Terracon has conducted interior air monitoring on a monthly basis throughout the on -site enclosed structures since 2013. Multiple Requests for Authorization to Disturb Final Cover have been submitted to the TCEQ MSW Division ahead of various on -site construction projects involving sub -grade excavations. Authorized work has included geotechnical investigations, foundation repair, landslide slope stabilization, parking lot resurfacing, and perimeter security fence replacement. Terracon has conducted on -site air monitoring during these various construction efforts to ensure the health and safety of workers and occupants. As part of the site's future plans for the issuance of a VCP Remedy Standard A Residential Certificate of Completion (COC), Terracon has designed a sub -slab de -pressurization system (SSDS) for installation in an isolated portion of the property to further mitigate the potential for explosive landfill gases to accumulate within enclosed structures. Cost Incurred The total budget for this work was $310,000.00 and the work was completed on budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 12 Examples of Documentation for Various Projects Project Name Teppco Tank Farm - Midland County, Texas The Teppco Tank Farm was associated with a crude oil pipeline release that was discovered in 1999 and resulted in the occurrence of light nonaqueous phase liquid (LNAPL) in groundwater at a depth of 30 feet below ground surface (bgs). The release date and quantity released were unknown. Several site investigations occurred in the ensuing years resulting in installation of 21 monitoring wells. An automated recovery system was previously implemented by another consultant and was operated until 2014. In 2014, Terracon took over the project and began construction of a groundwater remedial system. The remedial system included pneumatic pumps installed in select LNAPL wells. The recovered fluid was treated via separation of LNAPL and water, filtration [zeolite and granular activated carbon (GAC)] of water, and land application of the treated groundwater under a permit from the Railroad Commission of Texas (RRC). The recovery system continues to operate and has recovered approximately 800 gallons of LNAPL and 3.4 million gallons of water. In 2021, Terracon proposed to the client to implement our 2nd Look program at the project to holistically review the LNAPL conceptual site model (LCSM), assess current remedy, determine data gaps, conduct rigorous analytics of the existing data, and provide the client with our assessment and development of action items that would lead to achieving client objectives. Our analysis included assessment of LNAPL plume size, development of diagnostic gauge Description plots, determination of LNAPL transmissivity (Tn), and assessment of dissolved phase data associated with historical presence of high benzene concentrations, among others. The size of the LNAPL plume, estimated at 10.8 acres, implies multiple releases and/or release migration along the pipeline bedding. The occurrence of benzene levels as high as 40 mg/L from a crude oil release was uncharacteristic and implicates the occurrence of releases of either condensates or refined product. Assessment of site -wide year one Tn versus cumulative Tn indicated values of 0.2 ft2/d and 0.006 ftz/day, respectively, indicating declining returns. The results provide evidence that removal of LNAPL via hydraulic recovery is not practical. Biodegradation of petroleum hydrocarbons was evident from the removal of benzene to non -detect from very high levels. A qualitative risk assessment was conducted, which included assessment of vapor intrusion pathway, groundwater ingestion pathway, and the presence of LNAPL. The risk assessment determined the absence of complete exposure pathways. Based on the current land use as an oil and gas crude oil storage and transmission site, depth to groundwater, attenuation of the dissolved phase and LNAPL plumes, and low Tn, the 2nd Look review determined that the site is a candidate for closure. Recommended next steps include: shutting down the system, completing Tn testing in key wells, completion of Mann -Kendall analysis for plume stability, and capturing the data in a report to the RRC with a request to shut down recovery operations and conduct limited post -shutdown monitoring followed by a request for closure of the site under Institutional controls concentrations, and low Tn. Cost Incurred The total budget for this work was $1,240,000.00 and the work was completed on budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 13 Examples of Documentation for Various Projects Project Name Former K&W Automotive Supply Terracon completed a Phase I ESA at the Former K&W Automotive Supply site as part of The City of Lewisville Brownfields Community -wide Assessment Grant (EPA Cooperative Agreement No. BF-96695301-0) when the site was owned by a private entity. Identified recognized environmental conditions (RECs) included historical operation of as a filling station and auto repair facility (1930s through 1950s), which were investigated as part of a comprehensive subsurface investigation. After the initial subsurface investigation, it was discovered that, in addition to petroleum releases on -site, elevated concentrations of Polycyclic Aromatic Hydrocarbons (PAHs) were identified in fill material. Subsequent to supplemental subsurface investigations, the City of Lewisville acquired the site, and with authorization from the City, Terracon promptly enrolled the site into the Leaky Petroleum Storage Tank (LPST) and Corrective Action (CA) programs. As part of LPST closure activities, Terracon directed and oversaw the removal of 6 USTs, removal of petroleum impacted soil, and demonstrated plume stability to the TCEQ. While completing assessment closure activities through the LPST program, Terracon was concurrently performing Description various assessment activities in pursuit of a CA program No Further Action (NFA) letter, as a result of the elevated concentrations of PAHs in the on -site soil. During assessment activities, the City communicated to Terracon that they acquired an adjoining tract of land and would like to add the additional property to the original site in terms of a regulatory closure. Also, at that time, the City indicated that a Commercial/Industrial Land use closure was desired. In the assessment of the adjoining property to the original site, it was discovered that the PAH-affected soil extended beyond the original site boundaries, on to the newly acquired property. Within this time -frame, the City requested that Terracon evaluate options it would take to achieve a Residential closure (i.e., no land use restriction) of the site. With a multi -prong approach of additional assessment, Risk Based Corrective Action (RBCA) statistical analyses (calculation of site -specific contaminant of concern representative calculation for a 1/8-acre exposure area), and minimal excavation of PAH affected soils, the site was granted an NFA determination by the TCEQ in April 2020. The various assessment and corrective action tools utilized in site closure saved the City tens of thousands of dollars, and a residential closure was achieved. Cost Incurred The budget for this work was $38,000.00 for additional work to achieve residential closure on residual PAHs, and the work was completed on budget. r City of Fort Worth I Project #: ENV 24-02 SGW 14 Examples of Documentation for Various Projects Project Name Refined Products Pipeline Release - Palestine, Texas A release was discovered from a pipeline pump station for a major product pipeline in East Texas in 1992. The release consisted of a combination of unleaded gasolines, aviation jet fuels, and fuel oils. The release migrated approximately 1,700 feet from the point of release, and impacted two intermittent creeks. The client initiated emergency response actions in the creeks, and installed a groundwater recovery and treatment system, which included the installation of three groundwater recovery trenches. Site assessment activities were performed. Terracon began working on this project in 2001, due to our expertise in Texas environmental regulations. Additional assessment activities were performed to update and supplement the prior assessment data. The assessment was focused on the intermittent creeks and areas downstream of the release. The site assessment data was utilized to prepare an affected property assessment report (APAR) that was submitted to the Texas Commission on Environmental Quality (TCEQ). A Tier 2 screening level ecological risk assessment was prepared as part of the APAR. Terracon evaluated remedial alternatives to determine the most appropriate course of action for the site. A Response Action Plan (RAP) was prepared and submitted to the TCEQ. The RAP consisted of upgrading the existing remediation system and installation of a slurry wall along the upgradient sides of the intermittent creeks. The RAP also included the implementation of institutional controls to prevent the use of the shallow groundwater -bearing unit for drinking water in the site area. Both the APAR and RAP were approved by the TCEQ. The existing groundwater recovery and treatment system was upgraded and the slurry wall was installed in 2005 to protect the intermittent creeks. The institutional controls are in place Description and the plume is being managed under a Plume Management Zone. Following the completion of several Response Action Effectiveness Reports (RAERs) in response to the slurry wall, a Response Action Completion Report (RACR) was submitted/approved by TCEQ in August 2011. Treated water is currently being discharged to the on -site creeks under the TPDES General Permit No. TXG830000. Terracon is currently conducting Operations and Maintenance activities at the site and submitting Post Response Action Care Reports (PRACRs) according to schedule. Recently the Client changed operational goals and requested Terracon further evaluate the site to move the site toward closure. Therefore, Terracon conducted a review of the project (2nd look), and updated the conceptual site model (CSM). The 2nd look review along with field testing established several lines of evidence supporting site closure. These lines of evidence are based on data analytics and included the following: • Declining recovery rates of the groundwater recovery system to asymptotic levels (i.e., the groundwater recovery system has reached its maximum beneficial useability); • The mass flux of the recovery system removes an equivalent 3.4% of the dissolved benzene concentration in a single year rendering the system ineffective; • Natural biodegradation rate of the aquifer is greater than the recovery system removal rate; • The recovery system has a mild and limited effect on the groundwater gradient and only in the areas closest to the recovery sump and no effect on areas distal from the recovery pump; • Inability of the groundwater recovery sump is not effective in drawing benzene to the sump. Based on Terracon's Second Look program, Terracon is developing a PRACR for the project to request recovery system shutdown and site closure. Cost Incurred The budget for this work was $1,925,000.00 and the work was completed on budget. r City of Fort Worth I Project #: ENV 24-02 SGW 15 Examples of Documentation for Various Projects LEADING TEXAS ENERGY OIL & GAS * (OAL * PIPELINES Project Name Feasibility Analysis and Groundwater Recovery Design - Produced Water Contamination - Colorado County, Texas Terracon completed an alternatives analysis for the produced water release site that impacted a shallow groundwater bearing unit (GWBU) with chloride and benzene. In addition to the visible impact on vegetation, the groundwater was discharged to a small creek that traverses the property. The site responsible party, the Railroad Commission of Texas (RRC), wanted to conduct remediation at the site by preventing impacted groundwater from discharging to surface water and eventually eliminating the impact of groundwater on vegetation. Terracon reviewed and updated the conceptual site model (CSM) and identified data gaps. The updated CSM identified that the shallow GWBU is under confined conditions. Terracon conducted an aquifer test in 2019 to determine the groundwater hydraulic conductivity and transmissivity to form the basis for groundwater recovery design. Three groundwater recovery scenarios were identified and reviewed for feasibility including: i) installation of a network of extraction wells within the groundwater plume Description ii) installation of extraction wells at the downgradient boundary of the groundwater plume, and iii) installation of an interception trench in the downgradient boundary of the groundwater plume. Each alternative was described and analyzed for effectiveness, implementation ability, and cost. A comparative analysis, the second alternative was identified to be the most feasible and cost- effective. Following the selection of the alternative remedy, Terracon designed a groundwater extraction system composed of five extraction wells along with a material balance to determine the effective duration of the recovery system, process piping specifications, major equipment specifications including submersible pumps and conveyance piping, electrical specifications, recovery system details, process flow diagram, piping and instrumentation diagrams, and equipment specifications. Cost Incurred The budget for this work was $28,91 1 .00 and the work was completed under budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 16 Examples of Documentation for Various Projects Project Name Outdoor Pistol Range Tarrant County operates and maintains an outdoor pistol shooting range located at 12932 Morris Dido Newark Road in Fort Worth, Tarrant County, Texas. The Tarrant County Sherriff's Department utilized the pistol range for routine training and proficiency. Over several years of operation, the earthen backstop of the outdoor pistol shooting range had become inundated with lead slugs from bullets. Excess amounts of lead bullets in the backstop were causing ricochets and the pistol range was temporarily closed for safety reasons. Terracon was requested by Tarrant County to remove lead slugs from the earthen berm so the pistol range could be reopened and operational. The Tarrant County Sherriff's Office expressed their urgency to have the pistol range operational as its prolonged closure could impact public safety. Terracon and its subcontractor excavated the first (front) 15 feet of the existing earthen pistol range backstop, which was generally a sandy material. The removed material was processed through a screening machine to separate the bullet/bullet fragments greater than 'h-inch in size using stacked vibrating screens. The bullet/bullet fragments were containerized in 55-gallon steel drums and transported to an approved recycling facility. Approximately 10,000 pounds (Ibs) of lead was recovered and recycled at CMC Recycling in Fort Worth, Texas and/or Conecsus in Terrell, Texas. Debris including rocks, vegetation, and other large materials such as clods of clay were separated and stockpiled on -site for disposal by others. Description The screened material was then returned to the pistol range to restore the backstop and placed at an approximate slope of 2:1. Excess screening material which could not be replaced was stockpiled on -site for future use. At the completion of backstop restoration activities, erosion control blankets were placed over the graded backstop to mitigate erosion. During field activities, a Terracon scientist collected air samples in accordance with modified National Institute for Occupational Safety and Health (NIOSH) or Occupational Safety and Health Administration (OSHA) sampling methods. The air samples were submitted for analysis to SGS Galson Laboratories (Galson) in East Syracuse, New York. Galson is accredited by the AIHA° Laboratory Accreditation Programs, LLC, for industrial hygiene sample analysis. Air samples were collected downwind of the work zone. Ambient air samples were collected over an approximate 8-hour period and one field blank sample was collected for lead using 37mm two-piece cassettes with a 0.8-micron mixed cellulose ester membrane filter using a sampling pump calibrated at a flow rate of two liters per minute (1/m). The air samples collected were analyzed by modified NIOSH Method 7303 and submitted under chain of custody protocol to Galson. In addition, real-time dust monitoring was conducted by the Terracon scientist using a AerocetTM monitoring system. Terracon completed project ahead of schedule (50% earlier than requested) Cost Incurred The budget for this work was $107,253.58 and the work was completed under budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 17 Examples of Documentation for Various Projects Branch B - Before Restoration Branch B - After Restoration Project Name Wellman Industries - Creek Bed Restoration - Longview, Texas Terracon worked on the Wellman Industries site since 2006 and assisted with negotiations of an Agreed Final Judgment with the TCEQ on behalf of the responsible parties. The site is a former chrome plating facility that operated at the site for over 40 years. Former operations resulted in releases of metals that impacted the groundwater at the site, which in turn impacted surface water and sediments at downgradient tributaries. In 2006 and to prevent further migration of contaminated groundwater to surface water, the client installed an interception trench and a retaining wall along Branch B. Over the years, the retaining wall witnessed erosion in some of the areas and heavy vegetative growth that began to deteriorate the integrity of the wall. To restore and improve the conditions of the wall, Terracon worked with our subcontractor and the client to identify and implement the scope of work. Description Over three days in 2023, Terracon oversaw clearing activities of the vegetation present at the bottom of Branch B and along the retaining wall. The saplings were removed along with a small brush and vines. The leaves covering the bed of Branch B were also removed. The removed plant matter was collected and stockpiled on the Wellman property concrete pad and later removed off -site. The erosional areas along the creek bed were leveled by grading the soil in the vicinity of those areas. Relocation of small quantities of soil was made to restore the grade of the creek bed. After removing vegetation and restoring the Branch B bed, geofabric was placed in certain areas along the creek bed or retaining wall bank and riprap was placed on top of the fabric to stabilize it in place. Approximately 40 tons of riprap was used. Cost Incurred The budget for this work was $57,781.00 and the work was completed under budget. 1 City of Fort Worth I Project #: ENV 24-02 SGW 18 Provider's List of Project References Section 5 Provider's List of Project References To provide our clients with timely information, consistency, quick responses, and accountability, we value working closely as a team. As an employee -owned company, we believe our staff is empowered to take ownership of their project's success. Please see below for client references you may contact to truly gauge Terracon's expertise. Contact Information Contact Information Contact Information Contact Information Contact Information i Company Name: Convenience Plus, Inc. - Name and Title of Contact: Derrick Rice Email Address:1 ricer@gmail.com Phone Number: (817) 371-7855 Client Address: 1804 Quail Run Court, Weatherford, Texas 76086 Contract/Project Value: $10,000.00 Contract Date: 2015-2023 See Project Capsule: Big Pantry Food and Travel Store Company Name: City of Lewisville Name and Title of Contact: Claire Powell, City Manager Email Address: cpowell@cityoflewisville.com Phone Number: (972) 219-3409 Client Address: 151 W. Church Street, Lewisville, TX 75057 Contract/Project Value: $38,000.00 Contract Date: 2019-2022 See Project Capsule: Former K&W Automotive Supply Company Name: Railroad Commission of Texas Name and Title of Contact: Nancy Forster, District Office Cleanup Coordinator Email Address: nancy.forster@rrc.texas.gov Phone Number: 832)247-3693 Client Address:1701 N. Congress Avenue, Austin, Texas 78701 Contract/Project Value: $28,91 1.00 Contract Date: 2022 See Project Capsule: Feasibility Analysis and Groundwater Recovery Design Company Name: Tarrant County Name and Title of Contact: Elizabeth Pietzsch, MBA, CPCM, Senior Contracts Administrator Email Address: eapietzsch@tarrantcountytx.gov Phone Number: (817) 884-1141 Client Address: 100 E Weatherford St, Ste. 303, Fort Worth, TX 76196 Contract/Project Value: $107,258.00 Contract Date: 2023 See Project Capsule: Tarrant County Pistol Range Company Name: Wellman Industries / Aegon Real Assets US Name and Title of Contact: Anne Faeth-Boyd, RG, P.E., Director Email Address: anne.faethboyd@aegonam.com Phone Number: (319) 355-8806 Client Address: 13515 Barrett Parkway, Suite 260, Ballwin, MO 63021 Contract/Project Value: $57,781.00 Contract Date: 2023 See Project Capsule: Creek Bed Restoration 1 City of Fort Worth I Project #: ENV 24-02 SGW 19 Resumes of Key Personnel - Provider Section 6 Resumes of Key Personnel - Provider KEY PERSONNEL ROLES & RESUMES Terracon's experience provides the structure to develop appropriate work scopes, identify critical milestones, select team members with the right mix of skills, manage the work efforts, and provide quality assurance and quality control oversight. Terracon's proposed team has worked on hundreds of projects over the years. Their unique understanding of working within the guidelines and procedures of the local office will allow Terracon to provide the City of Fort Worth a comprehensive scope of services for each project. Dr. Marwan F. Salameh, P.E., a senior engineer with N Terracon, will oversee Terracon's overall Program for the City of Fort Worth and has been designated as the Program ' Manager. Dr. Salameh will also serve as the Remediation Manager. Dr. Salameh as more than 30 years of experience .. and is the lead remediation engineer in Texas. He is a licensed professional engineer in the State of Texas (License No. 81554). Dr. Salameh will oversee each project for the City of Fort Work and will be Terracon's primary point of contact for the City. He has served in this capacity on past contracts for other local governmental clients such as the Dallas Area Rapid Transit (DART), the City of Dallas, and the City of Grand Prairie. Mr. Jack McCranie, P.G., a Senior Principal with Terracon, has been assigned the role of Technical Director for the upcoming program. Mr. McCranie is the Fort Worth Office Manager and DFW Metro Environmental Department Manager. He has more than 27 years of professional experience and will provide managerial oversight for the program. Mr. McCranie has served in a similar role on past contracts for other local governmental clients, including the City of Fort Worth EPA Brownfields Assessment Grant and current Cleanup Grant, City of Arlington, City of Greenville, City of Lewisville, Tarrant County and many others. Mr. McCranie will provide Managerial oversight for the program. Mr. Scott Kolodziej, P.G., a Principal with Terracon and Environmental Assistant Service Line Leader, has been assigned the role of Principal -in -Charge for the upcoming program. Mr. Kolodziej previously led the Environmental Department of Terracon's Dallas Phase II ESA/Corrective Action/Remediation group. He has more than 19 years of professional experience and will provide technical review and quality assurance/quality control for the City of Fort Worth. Mr. Wade Watkins, CHMM, has been designated as the Phase II Manager for the City of Fort Worth. Mr. Watkins is the current Department Manager of Phase II/Corrective Action Services in Terracon's DFW Metro and has over 20 years of experience. He is a Certified Hazardous Materials Manager (CHMM #14690) in the State of Texas. Mr. Watkins will oversee all Phase II projects for the City of Fort Worth, including monitoring all environmental drilling operations performed by our M/WBE subcontractors. Terracon's professionals and key specialists that will be assigned to the City of Fort Worth, including their resumes, certifications, licenses, professional memberships, awards, and technical expertise are included below. 1 City of Fort Worth I Project #: ENV 24-02 SGW 20 EDUCATION Ph.D., Environmental Engineering, University of Texas at Austin, 1990 Master of Science, Environmental Engineering, University of Texas at Austin, 1986 Marwan F. Salameh, P.E., Ph.D. SENIOR ENVIRONMENTAL ENGINEER Project Role: Program Manager/BDE Plan Manager/Remediation Manager PROFESSIONAL EXPERIENCE Mr. Marwan F. Salameh, P.E., PhD, is an environmental engineer in the Dallas, Texas office. Mr. Salameh is responsible for managing projects related to soil and groundwater contamination. Mr. Salameh has worked on numerous sites particularly in Texas, Louisiana, and Oklahoma. Mr. Salameh supported private industry and municipal and Federal clients in assessing environmental liabilities for active and inactive facilities and led teams responsible for conducting site investigations, risk assessments, regulatory negotiations, remedial design/remedial action, and site closures. Mr. Salameh has experience implementing a variety of remedial technologies, including soil excavation, in -situ chemical oxidation (ISCO), in -situ chemical reductions (ISCR), groundwater and LNAPL remediation, bioremediation of impacted soils and groundwater, remediation of salt - impacted soil and groundwater, dual -phase extraction, and infiltration trenches. Mr. Salameh worked with and extensively applied regulatory frameworks of the Texas Commission on Environmental Quality and the Railroad Commission of Texas. Bachelor of Science, Civil PROJECT EXPERIENCE Engineering, University of Jordan, Environmental, City of Dallas: Water Utilities/Waste Management - Dallas, TX 1984 Reviewed analytical data collected by the City of Dallas DWU personnel for the soil generated during water and wastewater leak repairs. The results LICENSES/CERTIFICATIONS were compiled in a waste profile for use and acceptance by McCommas Bluff Professional Engineer: Texas, No. Landfill. Once the profile was approved, the city personnel were responsible 81554 for hauling the soil to the landfill. The concept was to eliminate disposal of soil that did not meet the landfill's permit limits inadvertently, which would 40-Hour HAZWOPER jeopardize the landfill's permit. The task also included mapping publicly available environmental data in the City of Dallas on a GIS map showing 8-hour OSHA HAZWOPER - contaminated or previously contaminated properties. Mr. Salameh and his Manager/Supervisor Training team researched, geocoded, and mapped databases, including the TCEQ PST, LPST, VCP, superfund, landfills, and corrective action and EPA Envirofact PMI Project Management Training and enforcement sites in addition to the City of Dallas database. The results facilitated strategy development and recharacterizations of clean vs. suspect LIPS Training areas within the city limit. H2S Training Groundwater Recovery System Design Environmental engineer lead for the design of a 10 gallons per minute AFFILIATIONS (gpm) groundwater extraction system consisting of five extraction wells Association of Environmental Health set at approximately 30 feet below grade. Conducted material balance to and Sciences Foundation determine the effective duration of the recovery system, process piping specifications, major equipment specifications including submersible pumps Water Environment Federation and conveyance piping, electrical specifications, recovery system details, process flow diagram, piping and instrumentation diagrams, and equipment Int. Society of Environmental specifications. Forensics Remedial System Design of Groundwater Impacted by Petroleum Releases WORK HISTORY Environmental engineer lead for the design of a 50 gpm groundwater Terracon Consultants, Inc., extraction and treatment system. The treatment system consisted with an oil Environmental Engineer, water separator (OWS) tank equipped with an oil skimmer. The ground water 2019-Present was treated through two bag filters to remove gross contaminants, a zeolite tank to remove heavy organics, and through a granular activated carbon GEI Consultants, Inc., Program tank to remove dissolved organic matter. Terracon developed the design Manager/Office Manager, 2017-2019 drawings, equipment specifications, bid documents, and Terracon oversaw the construction process and system shakedown. AECOM, Manager/Office Manager, 2006-2016 w f City of Fort Worth I Project #: ENV 24-02 SGW 21 EDUCATION Master of Science, Environmental Science and Engineering, University of Texas at Arlington, 2010 Bachelor of Arts, Environmental Chemistry, University of California at San Diego, 1995 CERTIFICATIONS TDSHS Lead Risk Assessor No. 2070549 Hazardous Materials Manager: No. 14692 Jack A. McCranie, PG, LRA SENIOR PRINCIPAL/ OFFICE MANAGER II Project Role: Principal in Charge PROFESSIONAL EXPERIENCE Mr. Jack A. McCranie, PG, LRA is responsible for managing environmental services in DFW Metro, which includes the Dallas, Fort Worth, Frisco offices. Mr. McCranie's responsibilities include overseeing and/or conducting environmental services related to environmental site assessments, subsurface investigations, remediation, asbestos, lead -based paint, inductrial hygiene, and natural cultural resources. He has more 28 years of professional experience in the environmental field. PROJECT EXPERIENCE Brownfields Development - Fort Worth, Arlington, Greenville, Lewisville, TX Brownfields Coordinator and Project Manager for the City of Arlington, City of Greenville, the City of Lewisville, and currently, the City of Fort Worth. Mr. McCranie assisted the Cities in managing EPA Hazardous and Petroleum Substances Grants and/or grant writing efforts. Mr. McCranie has managed more than $1,000,000 in grant funds for the cities, which have included Phase I and Phase II Environmental Site Assessments, site closure activities and interaction with EPA and the Texas Commission on Environmental Quality. Former GE Aircraft Engine Repair Facility - Addison, TX Senior scientist for a subsurface investigation of a trichloroethylene (TCE) release at an aircraft engine parts facility. The subsurface investigation included horizontal and vertical delineation of TCE impacted soil and groundwater. Performed well yield tests to determine groundwater classification and prepared an Affected Property Assessment Report (APAR) for submittal to the TCEQ Voluntary Cleanup Program. The site received a voluntary cleanup program (VCP) Certificate of Completion from the TCEQ. 40-Hour HAZWOPER Gas Well Investigation - Denton County, TX REGISTRATIONS Oversaw a Phase II Assessment to evaluate two on -site mud pits and potential Professional Geoscientists: Texas No. methane generation from two former on -site gas wells. In addition, a ground 11204 penetrating radar (GPR) survey was conducted to located the former well heads to ensure future on -site structures were not constructed over the former TDSHS Asbestos Inspector No. well head locations. The Phase II Assessment included sampling of the mud 601747 pits for total petroleum hydrocarbons, benzene, toluene, ethylbenzene and xylenes (BTEX), chlorides and barium. AFFILIATIONS Society of Texas Environmental Professionals WORK HISTORY Terracon, Sr. Principal/Environmental Department Manager and Senior Project Manager, 2005-Present Mactec Engineering and Environmental, Inc., Project Manager, 1997-2005 West 7th Development - Fort Worth, TX Project Manager for numerous Phase I Environmental Site Assessments (ESAs) and Limited Subsurface Investigations on a nine block area located just west of downtown Fort Worth. The project included the assessment of approximately 25 parcels of land covering 15 acres with development dating back to the early 1900s. As part of the assessment, four Phase I ESAs and several subsurface investigations were completed. The subsurface investigations included the advancement of approximately 75 soil borings, the installation of 27 monitoring wells, and the collection of numerous soil and groundwater samples. In addition, provided oversight for the removal of 13 underground storage tanks (USTs) discovered on -site in association with historical automotive facilities and service stations. Terracon obtained a Certificate of Completion for the site through the Voluntary Cleanup Program and closure on the 13 USTs removed from the site, two of which required soil remediation associated with releases. 1 City of Fort Worth I Project #: ENV 24-02 SGW 22 EDUCATION Master of Science, Soil Science, 2005, Texas A&M University Bachelor of Science, Bioenvironmental Science, 2002, Texas A&M University LICENSES/CERTIFICATIONS Licensed Professional Geoscientist, License No. 10536, State of Texas, March 2009 TCEQ Leaking Petroleum Storage Tank (LPST) Project Manager, No. PM0000459, July 2010 40-Hour OSHA Hazardous Waste Operations Training (HAZWOPER) TCEQ TRRP Training Program, Houston, Texas, November 2006 ITRC Vapor Intrusion Training, San Antonio, Texas, January 2011 AFFILIATIONS Society of Texas Environmental Professionals North Texas Association of Environmental Professionals WORK HISTORY Terracon Consultants, Inc., National Director, 2023-Present; Environmental Department Manager, 2013-2023; Manager, Corrective Action Services, 2010-2013; Project Manager, 2008-2010 W&M Environmental Group, Inc., Project Manager, 2007-2008; Environmental Scientist, 2005-2007 Scott M. Kolodziej, P.G. ASSISTANT SERVICE LINE DIRECTOR - ENVIRONMENTAL SERVICES Project Role: Technical Director PROFESSIONAL EXPERIENCE Mr. Scott M. Kolodziej, P.G. is the National Director for Environmental Services located in Terracon's Dallas, Texas office. He has over 19 years of experience in environmental consulting and is currently responsible for the management of our teams that handle Phase II site investigation, risk -based corrective action, regulatory closure, and remediation projects. Mr. Kolodziej has extensive experience managing and conducting various environmental due diligence projects, including Phase I and Phase II site assessments, for a variety of clients involving municipal, healthcare, commercial/retail, industrial, and transportation sites. He has extensive experience managing various projects in the Texas Commission on Environmental Quality (TCEQ) Voluntary Cleanup Program (VCP) and Leaking Petroleum Storage Tank Program (LPST). He is knowledgeable in evaluating and addressing sites through risk -based corrective action, namely the Texas Risk Reduction Program (TRRP). He has a strong knowledge of TCEQ rules and regulatory guidance and is proficient with the process of obtaining regulatory closure through the various programs available at the TCEQ. His additional experience includes underground storage tank removals, soil and groundwater remediation, risk -based closure strategy evaluation, Municipal Setting Designations, TCEQ Innocent Owner/ Operator Program, Brownfields site assessments, construction soil and groundwater management, and vapor intrusion investigation and mitigation. PROJECT EXPERIENCE City of Dallas: Program Manager for Environmental Services - Dallas, TX Program manager for a variety of environmental services conducted by Terracon for the City of Dallas under the current and previous Environmental Services Master Agreements. Works closely with the Office of Environmental Quality & Sustainability, and staff to manage and oversees quality on environmental projects ranging from Phase I and II ESAs to risked -based corrective action and remediation through TCEQ programs. Assists the City with assessment and mitigation of risk associated with property acquisition and development, and ongoing operations at city -owned facilities. Also, supports development of soil management protocols used by the city and oversees additional environmental services related to hazardous building materials and natural and cultural resources. Texas Health Resources: Phase II ESA - Fort Worth, TX Professional Geoscientist of Record and Senior Reviewer for a Limited Site Investigation aka Phase II ESA (LSI/Phase II) of two commercial properties being acquired by Texas Health Resources for expansion of their facilities in Fort Worth. Work was conducted to assess numerous on -site and off -site potential sources associated with past uses of the properties as filling stations, auto service and repairs facilities, and dry cleaners. Site also included an active filling station. The project included the advancement of 10 soil borings (5 of which were converted to groundwater monitoring wells) and installation of 3 sub -slab soil gas points. Sampling and analysis of soil, groundwater, and soil gas was conducted to evaluate potential releases to the site and assist the client with evaluating environmental risks and liabilities associated with purchase and development. In addition to evaluating releases concerning regulatory reporting requirements and remedial burden/risks, Terracon also provided client recommendations on future UST system removals and soil/ groundwater management during construction. 1 City of Fort Worth I Project #: ENV 24-02 SGW 23 EDUCATION Bachelor of Science in Forestry Forest Wildlife Management), Stephen F. Austin State University LICENSES/CERTIFICATIONS Certified Hazardous Materials Manager, No. 14690, June 2008 Texas Commission on Environmental Quality, Leaking Petroleum, Storage Tank Project Manager, No. PM0000375, November 2008 Minerals Technologies Incorporated - CETCO - Certified Liquid Boot° Inspector, 2011 The Wildlife Society, Associate Wildlife Biologist Certification, 2001 TroxlerTM, Soil Density Nuclear Gauge Certification, 2001 AFFILIATIONS Alliance of Hazardous Materials Professionals (AHMP) North Texas Gas Producers Association (NTGPA) Society of Texas Environmental Professionals (STEP) WORK HISTORY Terracon Consultants, Inc., Site Investigation Department Manager, 2023-Present; Environmental Project Manager II, 2009-2023; Environmental Project Manager I, 2006-2009 Leggette, Brashears and Graham, Inc., Environmental Scientist II, 2002-2006 Converse Consultants, Inc., Staff Scientist, 2000-2002 R. Wade Watkins, CH M M SITE INVESTIGATION DEPARTMENT MANAGER Project Role: Phase II Manager PROFESSIONAL EXPERIENCE Mr. R. Wade Watkins, CHMM is the Phase II Group Manager in Terracon's Fort Worth, Texas office. He has over 24 years of experience managing projects involving environmental investigations, site remediation, and hydrogeological supply issues. He has conducted numerous Phase I and II Environmental Site Assessments (ESA) throughout Texas, including municipalities, commercial/ industrial properties, oil/gas facilities, residential properties, and vacant land. Mr. Watkins has experience with chlorinated solvents, petroleum hydrocarbons, and metals including the installation of monitor wells, delineation of soil and groundwater contamination, sensitive receptor surveys, groundwater characterization, and risk -based assessment evaluations. He has been involved in the investigation, oversight, and closure of numerous Voluntary Cleanup Program (VCP), Innocent Owner/Operator Program (IOP), Leaking Petroleum Storage Tank (LPST), and Corrective Action (CA) sites. He also performs National Policy Act Review (NEPA) analysis report preparation, which includes FCC Tower Construction Notification Information, federal and state threatened and endangered species in Texas, and State Historic Preservation Office (SHPO) contact for telecommunications towers. PROJECT EXPERIENCE West 7th Development - Fort Worth, TX Project Manager for Limited Subsurface Investigations on a nine -block area located just west of downtown Fort Worth. The subsurface investigations included the advancement of approximately 75 soil borings, the installation of 27 monitoring wells, and the collection of numerous soil and groundwater samples. In addition, Mr. Watkins led field staff and provided oversight for the removal of 13 underground storage tanks (USTs) discovered on -site in association with historical automotive facilities and service stations. Terracon obtained a Certificate of Completion for the site through the VCP and closure on the 13 USTs removed from the site, two of which required soil remediation associated with releases. Centerport - Grand Prairie, TX Served as Project Manager for a site in Grand Prairie, TX, and prepared a Remedial Action Plan (RAP), provided field oversight/project management of the removal of illegally dumped/buried municipal solid waste (MSW) at an unregistered landfill. Completed and submitted a Remedial Action Completion Report (RACR) to the TCEQ and received a letter of concurrence regarding proper disposal. Other Relevant Projects Include: • Aircraft Maintenance Base, Alliance Airport Phase II ESA - Fort Worth, TX • City of Arlington EPA Brownfields Grant - Arlington, TX • Garland Independent School District (Sam Houston Middle School Soil Excavation Services) - Garland, TX • Wal-Mart Stores, Inc. (Sam's Club) - Fort Worth, TX • 25+Texas Commission on Environmental Quality Projects - Various Locations, TX • Municipal Projects: City of Greenville, TX; City of Lewisville, TX; City of White Settlement, TX; Garland Independent School District, TX if City of Fort Worth I Project #: ENV 24-02 SGW 24 Provider's Organizational Chart Section 7 Provider's Organizational Chart Terracon has extensive Environmental experience, and we understand the importance of establishing a transparent partnership with the consulting team by promoting collaboration and ensuring effective coordination with the City of Fort Worth. Our track record demonstrates a consistent ability to deliver projects punctually and within budget by employing cost-effective capital solutions, promoting innovation, and practicing responsible resource management. Terracon has raised the standard in our industry in not only years of experience for our staff, but in the level of service we provide to our clients. Terracon's standards are achieved from the depth of support, experience, and level of professionalism of our staff. For further insight, we have provided an organizational chart outlining our proposed team below. City of Fort Worth Roger Grantham and Staff * Percentage of time devoted to the Fort Worth contract. 1 City of Fort Worth I Project #: ENV 24-02 SGW 25 Provider's Licenses and Certifications Section 8 Provider's Licenses and Certifications TERRACON Certification I Agency I Number I Expiration Professional Engineer: Texas Board of Professional F-3272 01/31/2025 Terracon Engineers LPST Corrective Action Texas Commission on RCAS00825 02/25/2026 Specialist Environmental Quality (TCEQ) Geoscience Firm TX Board of Professional 50058 11/30/2024 Geoscientists Certificate of Fact: Office of the Secretary of State 800289826 NA Terracon Business Verification Texas Comptroller of Public 14212499173 NA Accounts Hazwoper Update Certification Refresher: Salameh LPST Corrective Action Project Manager: Salameh Professional Engineer: Salameh Professional Geologist: McCranie Professional Geologist: Kolodziej Lead Risk Assessor: McCranie Asbestos Inspector: McCranie LPST Project Manager: Kolodziej Certified Hazardous Materials Manager: Watkins LPST Project Manager: Watkins Certified Industrial Hygienist: Finzer OSHA/Terracon Natural Resource Conservation Commission Texas Board of Professional Engineers and Land Surveyors Board of Professional Geoscientists TX Board of Professional Geoscientists TDSHS TDSHS TCEQ Institute of Hazardous Materials Management TCEQ Board for Global EHS Credentialing w r City of Fort Worth I Project #: ENV 24-02 SGW NA CAPM01338 81554 11204 10536 2070549 601747 PM0000459 PM0000375 12/28/2024 NA 06/30/2024 NA 09/04/2025 02/21 /2025 Valid with PG License 06/30/2028 1 1 /20/2026 12683 CP 121112027 26 Provider's Licenses and Certifications TERRACON - PROFESSIONAL ENGINEER / LPST CORRECTIVE ACTION SPECIALIST 467] Au- 40 k— 1 14 Texas Board of Professional Engineers CERTIFICATE OF REGISTRATION This acknowledges that TERRACON CONSULTANTS INC ; F has fulfilled the requirements of the Texas Board of Professional Engineers to offer and perform J engineering services in the state of Texas 1 Registration Number Expiration Date F-3272 01/31/2025 = TEXAS COMMISSION ON ENVIRONMENTAL QUALITY 4 Be it known that TERRACON CONSULTANTS INC has fuCfiCCed the requirements in accordance with the Caws of the State of Texas for LPST CORRECTIVE ACTION SPECIALIST License Number: RCAS00825 Issue Date: 01/25/2023 Exyiration Date: 02/25/2026 Execnnve D,recror Texas Comnvseran on Envvroru zntal Quafin� O F wr City of Fort Worth I Project #: ENV 24-02 SGW 27 Provider's Licenses and Certifications TERRACON - GEOSCIENCE FIRM �S� 9 Q { TEXAS BOARD OF PROFESSIONAL GEOSCIENTISTS P.O. Box 13225 Austin, Texas 78711 (512) 9364408 www.tbpg.state.tr.us m M October 19, 2023 TERRACON CONSULTANTS INC 10841 S RIDGEVIEW ROAD OLATHE, KS 66061 Regarding your Geoscience Firm Registration, #50058: Your firm's application to the Texas Board of Professional Geoscientists as a Registered Geoscience Firm has been approved. Enclosed is your wallet registration card with the current expiration date. Also included is an additional registration card that may be kept with the wall registration certificate. Please note that the wall certificate may not be valid proof of registration unless the current registration card is accompanying it. You will receive updated cards upon each annual renewal. Please note that you exercise reasonable care to prevent potential violations of the Texas Geoscience Practice Act and Board rules as found on the TBPG website, and be aware of your obligations to protect health, safety, and welfare in the State of Texas. For additional information, please visit our website at www.tbne.state.tx.us or call 512-936-4400. On behalf of the TBPG Licensing Staff, thank you! Rene David Truan Executive Director Texas Board of Professional Geoscientists o a•° ""° , TERRACON CONSULTANTS INC q °$ Geosclence Firm q X Registration #50058 Expires November 30, 2024 In accordance with the provisions of the Texas Geoscience Practice Act, the Texas Board of Professional Geosclentists hereby certifies that the above named entity has been approved as a Registered Geoscience Finn. al 4-16;z- W. David Pfescott, PG, TBPG Chairman ° TERRACON CONSULTANTS INC 9 Geosclence Firm Registration #50058 •ry Expires November 30 2024 x P , In accordance with the provisions of the Texas Geosclence Practice Act, the Texas Board of Professional Geosclentists hereby certifies that the above named entity has been approved as a Registered Geoscience Firm. W. David Prfescott, PG, TBPG Chairman a r City of Fort Worth I Project #: ENV 24-02 SGW 28 Provider's Licenses and Certifications TERRACON - CERTIFICATE OF FACT Corporations Section CE O P.O.Box 13697 Austin, Texas 78711-3697 a Office of the Secretary of State Certificate of Fact Jane Nelson Secretary of State The undersigned, as Secretary of State of Texas, does hereby certify that according to the most recent information in the records of this office the following persons are listed as managerial officials for Terracon Consultants, Inc, a DELAWARE, USA, Foreign For -Profit Corporation, file number 800289826. M GAYLE PACKER 10841 S Ridgeview Road PRESIDENT Olathe Ks - 66061 M GAYLE PACKER 10841 S Ridgeview Road DIRECTOR Olathe Ks - 66061 DONALD J VRANA 10841 S Ridgeview Road TREASURER Olathe Ks - 66061 MICHAEL J YOST 10841 S Ridgeview Road SECRETARY Olathe Ks - 66061 AARON J MANN 10841 S Ridgeview Road GENERAL COUNSEL Olathe Ks - 66061 PATRICK L COURTNEY 10841 S Ridgeview Road ASSISTANT SECRETARY Olathe Ks - 66061 BRYAN M PARIS 10841 S Ridgeview Road ASSISTANT TREASURER Olathe Ks - 66061 TIMOTHY W ANDERSON 10841 S Ridgeview Road DIRECTOR Olathe Ks - 66061 VICTOR R DONALD 10841 S Ridgeview Road DIRECTOR Olathe Ks - 66061 Come visit us on the internet at https✓/www.sos. texas.gov/ Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10251 Document: 1260096270004 1 City of Fort Worth I Project #: ENV 24-02 SGW 29 Provider's Licenses and Certifications TERRACON - CERTIFICATE OF FACT Corporations Section TE p P.O.Box 13697 Austin, Texas 78711-3697 x N � Office of the Secretary of State MAROUN MOUSSALLEM DIRECTOR ROBERT W PAVLICEK DIRECTOR Jane Nelson Secretary of State 10841 S Ridgeview Road Olathe Ks - 66061 10841 S Ridgeview Road Olathe Ks - 66061 In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on June 22, 2023. E 0 �a f Jane Nelson Secretary of State Come visit us on the internet at https✓/www.sos. texas.gov/ Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10251 Document: 1260096270004 1 City of Fort Worth I Project #: ENV 24-02 SGW 30 Provider's Licenses and Certifications TERRACON - CERTIFICATE OF FACT Corporations Section T E O P.O.Box 13697 Austin, Texas 78711-3697 r Office of the Secretary of State Certificate of Fact Jane Nelson Secretary of State The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application for Certificate of Authority for Terracon Consultants, Inc. (file number 800289826), a DELAWARE, USA, Foreign For -Profit Corporation, was filed in this office on December 30, 2003. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on June 22, 2023. ©� � f � Jane Nelson Secretary of State Come visit us on the internet at https://www.sos. texas.gov/ Phone:(512) 463-5555 Fax:(512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10264 Document: 1260096270004 1 City of Fort Worth I Project #: ENV 24-02 SGW 31 Provider's Licenses and Certifications TERRACON - TEXAS COMPTROLLER OF PUBLIC ACCOUNTS Franchise Tax Account Status As of: 03/28/2023 11:58:45 This page is valid for most business transactions but is not sufficient for filings with the Secretary of State TERRACON CONSULTANTS, INC. Texas Taxpayer Number 14212499173 Mailing Address 10841 S RIDGEVIEW RD OLATHE, KS 66061-6456 0 Right to Transact Business in ACTIVE Texas State of Formation DE Effective SOS Registration Date 12/30/2003 Texas SOS File Number 0800289826 Registered Agent Name CORPORATION SERVICE COMPANY D/B/A CSC - LAWYERS INCO Registered Office Street Address 211 E. 7TH STREET SUITE 620 AUSTIN, TX 78701 1 City of Fort Worth I Project #: ENV 24-02 SGW 32 Provider's Licenses and Certifications TERRACON - MARWAN SALAMEH PE"S*LS Texas Board of Professional Engineers and Land Surveyors Number. 81554 Status: ACTIVE Expires: 6/30/2023 MARWVAN HAD SALAMEH PH.D. Texas Licen ed Professional Engineer f CERTIFICATE OF COMPLETION Hazwoper Update Certification -OSHA 8 Hr Refresher Presented to Marwan Salameh Acquired on: 02-JAN-2023 Expires on: 02-JAN-2024 3ohu x.1'ru9snrar� L'lrocf Poup6e {7ffircr a r City of Fort Worth I Project #: ENV 24-02 SGW 33 Provider's Licenses and Certifications TERRACON - MARWAN SALAMEH TEXAS NATURAL RESOURCE CONSERVATION COMMISSION zo f�sj�orza�rz,q&2991z e���ozzEe�icr� �e�Corz �)_Dzo#d 4::Aana9.Ez &,&f&0.EE of = .giil,,a&012 (NON -TRANSFERABLE) -9S d mlon In f/2af MAR WAN SALAMEH Zai ru0dZed as iZe I2EGE11aZl� 2EC/�/uJCZEmE/ZL`1 and'& phoell ' q teglilezzd Q1 an _/DD= eoZZEatCUE OnTallon f ZOjE✓Cf/ GWana9E2 G!T[.f�h -AL f7exa1✓ �/VafILZaL f�E10LLZ/G�E L.OI21(E�2lTatLO/I2(C�.O/72/7ZG11C0/2 aJ2d mall EI2aaCf E L/ZLJ��a022EG'�l(TE adlo 2 1EZ0"CaE1 akin& Eiz((E/dippatEO7JEx�/Q277lppzu¢auan/fEo5✓ct ego,/�Exaply�{pdin/uzllEaailrrE/eociE,e a`ifEa33¢, G�LGU//a{Lppa�EpEZ� Pub1 CEZfCptLaQ,fE C1 fTQLLd ulT,f/LL ZECTOhEd Cl2 Qaa02dQJZaE GYLf/Z 12 Z00'L1L0I21 made U!/ �lIE �ZOI'E11L0/2aL/�/19UZEE21 �Oa2d OZ eommLslton aeilon. __e_9 1L`mi on -- VO: L1,de Or J11uance: CAPM01338 February 9, 1998 (� . �-- JChairman Lxecutive Di ector TNRCC TNRC 1 City of FortWorth I Project #: ENV 24-02 SGW 34 Provider's Licenses and Certifications TERRACON - JACK MCCRANIE STATE OF TEXAS BOARD OF PROFESSIONAL GEOSCIENTISTS JACK A. MCCRANIE Geology License Number 11204 -:� In accordance with the provisions of the Texas Geoscience Practice, 4 Ahe Texas Board -�� 1� of Professional Geoscienlis[s hereby certifies that the above naraef individual was ro. licensed as a Professional G—cienhst on Deccmhcr.R 2011. cha—an, I cxas Board of Professional Geoscienests J x Texas Department of State Health Services Asbestos Inspector JACK A MCCRAW Ucenw %o. 601747 MP Control No. 100470 Expwrabon Date: 21-Feb-2025 a r City of Fort Worth I Project #: ENV 24-02 SGW 35 Provider's Licenses and Certifications TERRACON - JACK MCCRANIE Texas Department of State Health Services BE IT KNOWN THAT JACK A MCCRANIE is certified to perform as a Lead Risk Assessor io the State of Texas and is hereby -governed br the rights, pti7leges and responsibilities set forth in Texas Occupations Code, Chapter 19.5,5 and Title 25, Texas Administrative Code, Chapter 395 relating to Texas Envii-omnental Lead Reduction, as long as dais Ecense is not suspended or revoked. Cerdfication Number. 2070949 Expiration Dates 0910412025 erShuforid AID Control Number 8170 Mog Commissioner of ([raid After Expiration Date) Health VOID IF ALTERED NON -TRANSFERABLE SEE BACK wr City of Fort Worth I Project #: ENV 24-02 SGW 36 Provider's Licenses and Certifications TERRACON - SCOTT KOLODZIEJ STATE OF TEXAS BOARD OF PROFESSIONAL GEOSCIENTISTS SCOTT M. KOLODZIEJ y, Soil Science License Number` 10536 In accordance �tevisions of the Texas Geoscience Practice Act, the X Z.d of Professional Geoscientists hereby certifies that the above named indiyydrtal was VL- e`st,� licensed as a Professional Geo�ientist on March 23, 200) s �� ®/ Av �-C .X. S1Chairman, Texas Board of Professional Geoscientists wr City of FortWorth I Project #: ENV 24-02 SGW 37 Provider's Licenses and Certifications TERRACON - SCOTT KOLODZIEJ TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that SCOTT M KOLODZIEJ PG has fuffi!!ed the re uirements in accordance with the laws o7the State of Texas for LPST PROJECT MANAGER License Number: PM0000459 Issue Date: 07/21/2010 Tqiration Date: Valid it PE or PG license is not revoked and is renewed according to law. Aa-0��J fXecutive Direrto ?eXasCommission on'Di ronm Quatity 1 City of Fort Worth I Project #: ENV 24-02 SGW 38 Provider's Licenses and Certifications TERRACON - WADE WATKINS M Im THIS CERTIFIES THAT R. Wade Watkins HAS SUCCESSFULLY MET ALL THE REQUIREMENTS OF EDUCATION, EXPERIENCE AND EXAMINATION, AND IS HEREBY DESIGNATED A CERTIFIED HAZARDOUS MATERIALS MANAGER® 6/17/2008 DATE OF CERTIFICATION oou5 NA A 6/30/2028 .3 CERTIFICATION EXPIRES �' INNM VERIFIABLE ASABTHENTIC AT hNVsIl,,Ii,,.ihmm.orgfnmmssaice,ssacusoxup.q,,ryy,ge CHMM° 14690 CREDENTIAL NUMBER EUGEN .G ORD,J . EXE DIRECTOR Accredited by the American National Standards Institute and - a the Council ofEnginwrig and Scientific Specialty Boards .0 A License(s) There were 1 licenses found. Program 9 License Type and Level A License Number A Last Issued Date A Exp. Date A License Status A CE Hours LPSTOL LPST PR03ECT MANAGER PM0000375 10/25/2023 11/20/2026 CURRENT 0 Note: The number of CE hours needed in order to renew a license is based on the term (length) of each license. Please go to the program page for the license you hold to determine the number of CE hours needed and to view the latest information and renewal requirements for your license. Application(s) within the Last 2 Years There were 1 applications found. ProgramA Type and Level App. Type App. Status App. Review DateA App. Expiration DateA Deficiency Letter DateA Total Hours0i LPSTOL LPST PR03ECT MANAGER RENEWAL LICISSUED 10/25/2023 12/20/2023 No Deficiency 147 License is current, agency has yet to send to Mr. Watkins. wr City of Fort Worth I Project #: ENV 24-02 SGW 39 Provider's Licenses and Certifications TERRACON -WADE WATKINS Certificate of Completion AdvanceOnline Solutions Online Institute 6 ,Ctlf-atP Of T amotrli Richard Watkins has met the online course completion requirements for OSHA 3o-Hour Construction Safety (2012) This student has completed the formal instruction for AdvanceOnline Solution's OSHA -authorized 30-Hour Construction Safety Outreach Program, earning a DOL- OSHA completion card. Topics covered in this program include Introduction to OSHA, Managing Safety and Health, Struck and Caught Hazards, Personal Protective Equipment, Hearing Conservation, Respiratory Protection, Lead and Crystalline Silica, Asbestos, Hazard Communication, Electrical Safety, Hand and Power Tools, Fall Protection, Ladder Safety, Excavations, Scaffolds, Crane Safety, Heavy Equipment, Forklift Safety, Materials Handling, Permit -Required Confined Spaces, Fire Safety, Welding and Cutting, Concrete and Masonry, Steel Erection, and Ergonomics. Certificate ID: 4128_68o982 Instructor: Rick Gleason Continuing Education Units: 3.0 AdvanceOnline Solutions Inc. has been approved as an Authorized Provider by the International Association for Continuing Education and Training (LACET), i76o Old Meadow Road, Suite Soo, McLean, VA 22lo2; (7o3) 5o6-3275. 1/�6E7 Date: 7/24/2012 1:13:00 PM Time Online: 31:32:40 AdvanceOnline Solutions, Inc. 2400 Augusta Drive, Suite 465 Houston, Texas 77057 —advanceonline.com Phone: (713) 621-1100 AdvanceOnline Page 1 of 1 1 City of Fort Worth I Project #: ENV 24-02 SGW 40 Provider's Licenses and Certifications ALAINA L. FINZER - CERTIFIED INDUSTRIAL HYGIENIST The Board for Global EHS Credentialing (BGC®) through its vested authority, hereby confirms that Alaina L. Finzer has met all requirements of education, experience, and examination set forth through the BGC's American Board of Industrial Hygiene® (ABIW) credentialing division for initial certification in the Comprehensive Practice of Industrial Hygiene and is thereby conferred the credential of Certified Industrial Hygienist® (CIH®) The aforenamed individual is given all rights, privileges, and responsibilities as both a diplomate of the BGC and holder of the CIH credential, provided that the credential is not suspended or revoked, and it is renewed annually. Moreover, the holder must meet all recertification requirements, including the obligation to practice ethically as prescribed by the BGC. Credential Number: 12683 CP Award Date: May 21, 2022 Expiration Date: December 1, 2027 Thomas G. Grumbles, CIH, CPPS, FAIHA Chair of the Board of Directors Ulric K. Chung, MCS, PhD c� Chief Executive Officer and Secretary wr City of Fort Worth I Project #: ENV 24-02 SGW 41 Narrative - Extension of CFW - Environmental Services Section 9 Narrative - Extension of CFW - Environmental Services We pride ourselves with being responsive to our local clients. With three offices in the DFW metro and a strategic office in Fort Worth, we are available on a very short notice to meet the City staff at the city offices or at a job site or respond quickly to an urgent matter. With a dedicated program manager and supportive team, we will act as an extension to the city staff. We are a phone call or an email away. We will make certain that all team members are familiar with the city expectations and requirements to make sure that any individual can step right in to assist the city with identified needs. To ensure working as an extension to the city staff, Terracon program manager and personnel will keep the communication channels open and will strive to get to know the city staff and project sites intimately. A narrative of Terracon's initial approach for the projects identified in the RFQ is provided below. TERRACON'S APPROACH TO SOIL AND GROUNDWATER REMEDIAL DESIGN PROJECTS Brennan Avenue Site While Terracon does not have specifics about this site, information obtained from the TCEQ central registry identified that the site has a registration for construction over a closed municipal landfill, an active leaking petroleum storage tank (LPST), and an active underground injection control (UIC) permit. The site groundwater is impacted with benzene and arsenic. As discussed previously, Terracon has expertise in managing CMSWLF sites and LPST projects. We also implemented in -situ remediation at numerous sites, working with the TCEQ to obtain a UIC permit. For example, we recently obtained a UIC permit to inject TPH EnhancedTM, a hydrocarbon enhanced biodegradation product that we injected at a site in the City of Arlington. Benzene is typically the most difficult to biodegrade of the regulated petroleum hydrocarbon constituents and it is the most toxic with the lowest protective concentration level (PCL), making benzene a challenging chemical and the one of intense focus in the environmental industry. It is well known that benzene degrades at a much faster rate under aerobic conditions than under anaerobic conditions. Unfortunately, most groundwater -bearing units (GWBUs) that are impacted with hydrocarbons turn anaerobic in a very short period of time. The other petroleum hydrocarbon constituents compete for biodegradation under anaerobic conditions against benzene, causing benzene, with its symmetrical structure linger for a long period of time. Additionally, the biodegradation rate of benzene slows down as benzene concentration declines, making benzene biodegradation to achieve its PCL even more difficult. The technology of in -situ bioremediation has advanced rapidly in the past several years with many product manufacturers creating formulations that work in multiple ways. For example, the use of activated carbon with nutrients and bacterial additives, whereby the dissolved contaminant (e.g., benzene) is adsorbed rapidly onto the activated carbon and removed from the GWBU and the sorbed contaminant mass will then biodegrade slowly over time enhanced by the nutrients and microorganisms that are added with the activated carbon. Thus, the site clean up is very fast and the recalcitrant benzene is sequestered immediately and biodegraded slowly overtime. The result is achieving the cleanup end point (PCL) rapidly, leading to site closure after a short period of monitoring. Another similar option uses activated carbon with sodium persulfate and hydrogen peroxide to adsorb, oxidize, then biodegrade (sulfate reduction) petroleum hydrocarbons. Our team is well versed with various such technologies that we would evaluate as part of the site review and feasibility assessment. An example from a previous alternatives' evaluation for a site impacted with petroleum hydrocarbons from a pipeline release is presented in the table below where the technologies of four vendors have been evaluated. Regarding the presence of arsenic in groundwater, depending on the concentration of arsenic and unless there is a confirmed release of arsenic, we suspect that the presence of arsenic is due to the release of arsenic from the soil to groundwater under a reducing environment mediated by the release of hydrocarbons to the GWBU. If this is the situation with the presence of arsenic in the GWBU at the Brennan site, then the arsenic "plume" is going to be limited in extent to the areas of the presence of hydrocarbons. As hydrocarbons are treated, for example using the methods discussed above, the removal of hydrocarbons will remove the main reason arsenic has been released from the soil to the groundwater. Under most conditions, the removal of the hydrocarbons, will revert the arsenic dissolution process to arsenic removal with ferric precipitates back onto the soil. Formulations that provide oxidation will also enhance arsenic removal from the groundwater. In addition, Terracon has successfully argued the point to the TCEQ that the detected arsenic concentrations in the groundwater was a result of the reducing environment and does not constitute a release that requires remedial action. r City of Fort Worth I Project #: ENV 24-02 SGW 42 Narrative - Extension of CFW - Environmental Services EXAMPLE TECHN OGY EVALUATION FOR IN -SITU REMEDIATION OL Process Chemical Sorption and Sorption, Oxidation, Sorption & Oxidation Biodegradation Biodegradation Biodegradation Scale Pilot Full Pilot Area of Treat- ment (ftz) 2,400 58,000 Nor Provided Location of MW-6 Entire TPH and Targeting MW-6, 8, Treatment Benzene plumes 19, and 20 COC TPH TPH & Benzene TPH & benzene Treatment Depth 14 to 20 near MW-6 Interval (ft) 14 to 29 17 to 25 & and 16 to 22 near MW-19 & 20 1-2 micro -scale PAC, sodium Chemical Calcium activated carbon persulfate, calcium formulation peroxide (AC) & sulfate/ peroxide nitrate 3,740 lbs. elec- Volume or mass 9,333 gal- tron acceptor; 5,200 lbs. in 3,000 of chemicals Ions 74,800 lbs. AC; to 3,500 gallons (gallons or lbs.) 7,656 gallons total Treatment Water 10,000 133,464 —5,000 Volume (gallons) Pore volume fill% —10% 57% of rows 28% assuming a ROI=6ft Spacing (ft) 6 6.5 & 22.8 be- 8 to 10 tween rows Number of 67 392 20 (5 around each Points well) Duration on site 5 —30 3 (days) Total Cost ($) 147,618 330,000 to 500,000 62,332 Cost per injection point 2,203 840to 1,275 3,117 TPH = total petroleum hydrocarbons ROI = radius of influence ft = feet lbs. = pounds Pilot 1,600 MW-12 benzene 16 to 20 Sorption & Biodegradation Full 23,100 Entire TPH and Benzene plumes TPH & Benzene Varies from 15 up to 26 ft 50 micro -scale AC, nutrients, electron acceptors, and facultative microorganisms 1,750 lbs. formu- 18,950lbs. lation, 5 gallons formulation, 40 bacteria, and gallons bacteria, 2,100 gallons and 22,150 gallons gypsum gypsum 2,450 28,575 —6.3% 7.5 10 28 231 5 22 64,275 360,810 2,296 1,562 a r City of Fort Worth I Project #: ENV 24-02 SGW 43 Narrative - Extension of CFW - Environmental Services TERRACON'S APPROACH TO SOIL AND GROUNDWATER REMEDIAL DESIGN PROJECTS (Continued) Our first order of business is to treat the site background and information under the Terracon 2nd look program. All available information will be reviewed to update the conceptual site model (CSM) to understand the release, geology, hydrogeology, magnitude and distribution of contaminants, migration pathways, potential receptors, stakeholders, cleanup objectives, regulatory program requirements, end points (cleanup levels), obstacles to site closure, and many other pertinent information. Assuming there are no identified data gaps to the CSM, Terracon would then identify options for remediating the site and present the updated site model and potential options to the city staff, seeking the city's input and preferences. After the meeting, Terracon would identify the most feasible remedy, and complete the approach and preliminary design. The information will be submitted to the TCEQ in a response action plan (RAP) for approval. Once approved, a UIC permit would be obtained assuming in -situ remediation is selected and a bid document is developed to obtain several cost estimates from bidders. Once a bidder is selected, the remedy will be implemented and monitored per the RAP. Once the cleanup level is achieved, a response action completion report (RACR) will be submitted to the TCEQ for approval. Site closure will ensue either under a residential or commercial/ industrial closure scenario, which would require a deed restriction. Soils Contaminated with Lead, Arsenic, and Benzo-a-pyrene Whether associated with pistol/rifle ranges or due to other historical operations, remediation of metals and benzo-a- pyrene is somewhat similar in the sense neither contaminant tend to migrate deep into the soil column due to their characteristics. Benz-a-pyrene: Benz-a-pyrene is a five -ring polycyclic aromatic hydrocarbon with an organic carbon partition coefficient (koc) equal to 105.98 or 955,000 mg/kg soil per mg/L-water. Therefore, benzo-a-pyrene is a very hydrophobic compound and does not like to partition in soil moisture and is not driven much via infiltration, especially in organic - carbon soils. Hence, unless the release occurred subsurface, benzo-a-pyrene will remain within the near ground surface soil and the best method of managing benzo-a-pyrene contaminated soil is either excavation and backfilling or isolation via stabilization of the soil and physical isolation (e.g., asphalt or concrete pavement). Considering benzo- a-pyrene is not volatile (Henry's constant of 4.70E-05), it is not of concern related to vapor intrusion or inhalation pathways other than inhalation of particulates contaminated with benzo-a-pyrene. Therefore, isolation of benzo-a- pyrene by a physical barrier resolves the concern, assuming the soil is not excavated for off -site disposal. Lead: Lead tends to partition favorably to the soil especially in fine-grained soils. Lead partitioning is also a function of soil pH, with higher partitioning as the pH increases. For example, in sandy soil, the lead partition coefficient increases from 10 to 234 when the pH is > 5 standard units (s.u.) compared to when the pH < 5 s.u. For clayey soil with a pH > 5, the lead partition coefficient is 1,830 versus 234 in sandy soil. Therefore, using site -specific data to calculate a lead leaching protective concentration level (Tier 2) results in a calculated PCL that is orders of magnitude higher than the default lead concentration of 3 mg/kg, although 15 mg/kg is the default PCL as the Texas -specific background concentration. Additionally, groundwater classification as part of the CSM development is a critical factor in determining the appliable PCL with class 3 groundwater resulting in PCL increase by a factor of 100 times. Finally, the TCEQ accepts a Tier 3 demonstration using empirical data that the lead impacted shallow soil will not leach to groundwater based on site setting such as deep groundwater with a tight formation beneath the impacted soil horizon. Therefore, the approach to soils contaminated with lead after completion of delineation and soil type and pH determination is to calculate site -specific lead PCLs that would allow elevating the lead levels in soil that can safely remain on site. In most situations, the determining lead level would be the exposure to soil (rorSoilComb) based on end use of the land (i.e., residential vs. commercial/industrial). 1 City of Fort Worth I Project #: ENV 24-02 SGW 44 Narrative - Extension of CFW - Environmental Services TERRACON'S APPROACH TO SOIL AND GROUNDWATER REMEDIAL DESIGN PROJECTS (Continued) Soils Contaminated with Lead, Arsenic, and Benzo-a-pyrene (Continued) Another option for metals is to conduct a site -specific background study, whereby soils from a known clean area of similar soil type is collected and analyzed for lead concentrations and a representative concentration calculated. This demonstration would be meaningful if there is an understanding that the background levels of lead in the area are elevated. Yet another widely used and acceptable option is to use the synthetic precipitation leaching procedure (SPLP) to determine the site -specific leachability of lead to groundwater. Due to the high partition coefficient for lead, the leachate concentration is typically demonstrated to be less than the groundwater PCLs. Arsenic: The management approach for arsenic is very much similar to lead including: • Use of soil pH -specific partition coefficient to increase the arsenic PCL associated with protection of groundwater. • Groundwater classification to determine whether class 3 or saturated soil demonstrations could be made. • Site -specific background determination for arsenic. • Demonstration that arsenic is not going to leach to groundwater using empirical and site setting data. • Use of SPLP to demonstrate the lack of leachability of arsenic or to elevate the allowable arsenic concentration that can remain in the soil. After completion of site assessment and development of the CSM and following one or more of the approaches described above, any soils present at the site that contain COCs above the calculated PCLs will need to be excavated, characterized, and disposed off -site at a licensed landfill. After removal of the soil, typically the area is backfilled with similar soil, which would be conducted in lifts of no more than 12 inches and compacted to 95% Proctor density or any other recommended specifications, depending on the ultimate use of the site. Terracon's material department can conduct density testing for backfill work. Soil and Groundwater Contaminated with Chlorinated Solvents Chlorinated compounds are typically associated with dry-cleaning and/or industrial operations. Historical uses have often resulted in releases to the soil and groundwater. Chlorinated solvents are either chlorinated alkanes or chlorinated alkenes, with chlorinated alkenes being more prevalent. In most situations, the released solvents migrate through the soil and impact groundwater. If the release is small, typically the soil will have low concentrations and would not be of concern and the focus would be on addressing the impacted groundwater. In contrast, large and long-term releases typically result in high residual concentrations in the soil and impacts to the groundwater. In this case, both the soil and groundwater remediation may be needed. Occasionally, the magnitude of the release is such that dense non -aqueous phase liquid (DNAPL) form. DNAPL will sink to the bottom of the aquifer and can contaminate deeper soils and deeper aquifers depending on the site lithology. However, this is not common for small to medium size releases. The concentrations measured in the groundwater will provide evidence if DNAPL is present. Chlorinated solvents are remediated in a similar fashion as petroleum hydrocarbons using sorption, oxidation, volatilization, and/or biodegradation methods. Soil excavation and off -site disposal is meaningful for small and shallow footprint impacts. For large releases, soil remediation may be better served via air sparging and soil vapor extraction if the soil is amenable to these technologies. For large -impacted soils, soil excavation of hot spot zones (source areas) would also benefit the overall lifecycle of the project. For groundwater, use of sorbent material such as activated carbon (micrometer or nanometer scale) works very well and very quickly to remove the contaminants from the GWBU. However, to maintain the longevity of this approach, the activated carbon will also include other amendments to enhance oxidation or biodegradation of the contaminants that may be released from the activated carbon over time. Permanganate or persulfate oxidation has proven successful on many solvent sites either as a standalone technology or to support use of activated carbon. Enhanced in -situ biodegradation (EISB) of chlorinated solvents have also been applied extensively on a large number of sites. The addition of an organic electron donor along with nutrients and bacterial formulations (e.g., dehalococcoides) is a common practice nowadays that results in successfully treating contaminated groundwaters. Terracon has applied many of these technologies to treat chlorinated solvents. wr City of Fort Worth I Project #: ENV 24-02 SGW 45 Narrative - Extension of CFW - Environmental Services TECHNOLOGY EVALUATIONS FOR IN -SITU REMEDIATION (CONTINUED) Soil and Groundwater Contaminated with Chlorinated Solvents (Continued) As is the case for other contaminants, site -specific analysis and development of the conceptual site model is critical in successfully managing chlorinated solvent plumes. Groundwater classification, use of the saturated soil concept, and use of SPLP for impacted soils is explored in the early project lifecycle as mechanisms to reduce or eliminate the regulatory requirements for the site. Additionally, a theme that is emerging in Texas is the concern about vapor intrusion of chlorinated compounds. Many times after site closure, for example via the VCP, the residual concentrations may continue to pose a vapor intrusion risk. We work with our clients to define the risk and the appropriate mitigation measures. For new construction, we often design a vapor intrusion mitigation systems, and for existing structures, we typically design a sub -slab depressurization system (SSDS) to mitigate the risk associated with the presence of chlorinated solvents. Soil and Groundwater Contaminated with Poly- and Perfluoroalkyl Substances (PFAS) Poly- and Perfluoroalkyl Substances (PFAS) are a family of emerging contaminants with a lot of interest from scientists, researchers, and the regulatory communities. The science of PFAS is moving fast so is the understanding of PFAS releases, fate and transport, and remediation methods. Until this moment, it is believed that PFAS is not biodegradable. However, we know that historically, it was believed that benzene was not biodegradable anaerobically and 1,4-dioxane is not biodegradable as a source for energy and carbon. All of this changed with later scientific discoveries. We know that PFAS precursors biodegrade to produce more PFAS-type compounds. We understand that PFAS, as a surfactant, has a tendency to associate with soil moisture and does not necessarily move freely to groundwater and that once in groundwater, PFAS partitions based on its various compound sizes (molecular weights). PFAS is also ubiquitous and it is present in rivers, lakes, and some shallow groundwaters. The TCEQ has regulated 16 PFAS in soil and groundwater and published Tier 1 concentrations. Some of these values will change as EPA pushes to establish maximum contaminant levels (MCLs) for at least two of these PFAS: perfluorooctanoic acid (PFOA) and perfluorooctane sulfonate (PFOS). The levels that the EPA is targeting are in the nanograms/liter or parts per trillion range. More likely than not at this time, PFAS-impacted soils will require excavation and disposal. However, remediation methods are evolving for impacted groundwaters. In -situ injection of nano -scale activated carbon has proven to be successful in arresting and removing PFAS from the impacted GWBU with projected longevity of several decades. Extraction of groundwater for surface treatment is also a viable technology. Activated carbon, ion exchange resins, or a combination can successfully treat PFAS. For high PFAS concentrations, physical separation of PFAS via air sparging of extracted groundwater works wells since PFAS is a surfactant and air sparging allows PFAS to foam and separate in the foam, which constitutes a fraction of the treated groundwater. Subsequent sparging units further concentrates PFAS in smaller and smaller volumes. The concentrated PFAS would require disposal, nonetheless. These technologies are all commercially available and Terracon would work with technology vendors to identify the most cost-effective and feasible technology for the situation at hand. We team up with treatability labs and full-scale treatment system vendors to support our clients with their PFAS concerns. If chlorinated or PFAS contaminants are identified with any of the City of Fort Worth sites, Terracon would be glad to review the information and provide recommendations for investigative and remedial methods, as may be necessary. 1 City of Fort Worth I Project #: ENV 24-02 SGW 46 Narrative - Billing and Cost Effectiveness Section 10 Narrative - Billing and Cost Effectiveness Terracon has had the distinct privilege of providing consulting services to the City of Fort Worth since 2006 on over 300 projects. Since 2019, Terracon has been providing Environmental Consulting services to the City of Fort Worth and has assisted the City in obtaining $1,300,000 in EPA Brownfields Grants. By working with the City since 2006, Terracon has gained valuable insight into City operations including providing Cost Effective solutions and Accurate Billing. Terracon prides itself on being Responsive, Resourceful, and Reliable, and believes the key to delivering successful services rests with the quality of the —1 rA M na communications between the client and the project team. Upon notification of award, our Program Manager, will meet with your project team prior MOO FAI IL to the start of an assigned project in a "kick-off" meeting to discuss the project under consideration. The Program Manager will be responsible for providing a clear and concise scope of work, identify the best and most economic solution, the overall project performance, administration, billing, and project review and will serve as your main point -of -contact. The Program Manager will assign the appropriate project team based on the • technical requirements to ensure that the Terracon personnel performing the work have the right experience to ensure high quality work and deliverables. In addition, Terracon has vetted it subcontractors (including numerous M/WBE firms) through the course of thousands of projects and understand that they are an important part of the team to meet the quality expectations of the client. In order to ensure cost effectiveness upon project award, Terracon begins each project by utilizing Pricing Tool, a budgeting software that reflects up to date Terracon labor cost, lab costs, and subcontractor to cost to effectively and accurately budget for a proposed project. Upon project award from the Client, the Pricing Tool budget is directly imported into Project Xchange, Terracon's project management software. Project Xchange allows Terracon personnel to not only track the overall budget, but also each individual project tasks to ensure we our meeting your budget expectations. Terracon's Project Xchange updates weekly for tacking and Terracon invoices projects at a minimum of every four weeks to ensure billing is accurate and up to date. Terracon understands that all invoices need to be submitted electronically to the centralized Accounts Payable department and the invoice needs to have the project name, invoice number, PO number, and the supplier name and address (please see Terracon Example Invoice provided in Section 29). Although the RFQ is for remediation services, please note that ■• Terracon's first and foremost focus is saving the client money. That is why Terracon prides itself in finding creative ways to achieve closure � without performing remediation. To that end, Terracon has more Texas Commission on Environmental Quality Voluntary Cleanup Program Certificates of Completion (over 175) for Risk Based Closure than any other consulting firm in Texas. 1 City of Fort Worth I Project #: ENV 24-02 SGW 47 Narrative - Innovative Remedial Options and Services Section 11 Narrative - Innovation Remedial Options and Services INNOVATIVE STRATEGIES Our DFW team has implemented many innovative strategies to accelerate site closures in a cost-effective manner. Examples of using innovative strategies: Saturated Soils: Based on the tight soil formations in North Texas, we took advantage of soil tightness (i.e., low permeability) to make a "saturated soil" demonstrations to the TCEQ. Under the "saturated soil" concept, groundwater does not exist and the groundwater ingestion and the soil to groundwater leaching pathways are eliminated, leaving the site with a single medium, soil. Considering that the soil cleanup levels are much higher than the cleanup levels associated with groundwater, this strategy results in significant cost savings and schedule compression when implemented successfully. Municipal Setting Designation (MSDs): Terracon is a leader in implementing MSD in the state of Texas. Our DFW metro team is currently working on more than five (5) MSD projects in Fort Worth and Dallas and have completed many more MSD projects. In many situations, the use of MSD is plausible and cost-effective when the inhalation pathway is incomplete and the contaminated groundwater plume is large or commingled as it is the case in many areas of the DFW Metroplex. Our staff is highly experienced in implementing MSDs with the City of Fort Worth and the use of MSDs will be on the table as one of the strategies to be evaluated when groundwater contamination is present. Second Look Program: Terracon has developed and successfully implemented the second (2"d) look program on many sites across the nation. The program is applied to old sites that have been on -going for many years without end in sight. These sites benefit from a fresh sets of eyes reviewing the entire project information and updating the conceptual site model based on advancement in technology and changes to regulatory programs. This approach was applied successfully LNAPL sites. A project capsule for this second look has been provided [i.e. Big Pantry Foods and Travel Store (LPST 119723) site closure]. For a small budget, the 2nd look program can be implemented on a project site and a strategy towards site closure will be developed. We recommend for the City of Fort Worth to implement this program on older, more complex projects, because our experience indicates that the benefit for those projects from implementing the 2"d look program is tangible and can lead to significant cost savings. High Resolution Site Characterization (HRSC): The use of HRSC is becoming more common place in the environmental assessment industry. Nonetheless, its benefits are not well understood by many practitioners. The technology works well for new discovery sites as well as for existing project sites that continue to struggle with failed remedial actions. HRSC results in improving the site conceptual model but more importantly, it allows the practitioner to make field decisions during site characterization to determine contaminant presence and distribution at a site. The value goes beyond rapid site characterization in that it provides remedial design characterization (RDC) data such as transmissive versus storage zones, hydraulic conductivities, and contaminant flux information. HRSC works well for both chlorinated solvent sites and petroleum hydrocarbon sites. RiskAssessments: The use of risk assessments (human health and ecological) has for the most part gone by the wayside as states published Tier 1 cleanup levels. However, for complex sites, there is room to implement site -specific risk assessments that results invariably in higher cleanup goals and less expensive remedies. Recently, our team completed an ecological risk assessment for dogs (canines) to help the city (in north Texas) decide whether it is safe to open the dog park again after discovering a potential source of contaminants. Terracon developed the canine risk assessment and provided the findings to the city. The results have been shared with the City Council who decided that the site is safe. Without developing the ecological risk assessment, the city was at a loss as to what to do under continued pressure from the public. LNAPL Site Management: Terracon has expertise in management of LNAPL sites from the characterization and evaluation phase to the remediation and site closure phase. Our engineers understand LNAPL science very well. We can do HRSC or traditional investigation methods to delineate the occurrence of LNAPL in groundwater and soil, LNAPL transmissivity testing and data analysis to evaluate the recoverability of LNAPL, determination of the expected recoverability of LNAPL using hydraulic recovery methods, determination of recovery end point including use of decline curve analysis to assist in shutting down the recovery system, and use of natural source zone depletion (NSZD) to evaluate whether active remediation is required or to shut down active recovery in lieu for NSZD. w r City of Fort Worth I Project #: ENV 24-02 SGW 48 Narrative - Innovation Remedial Options and Services INNOVATIVE STRATEGIES (Continued) Our response action experience includes bench -scale and field pilot testing, remedial alternatives evaluation, and life -cycle cost estimates. Intent on helping clients reduce project costs and expedite site cleanup, Terracon develops bid documents and remedial design specifications associated with subcontractor services for excavation, construction, backfilling, operation, maintenance, and monitoring. We also have the experience to design, construct, operate, and maintain our own remedial systems including pump -and -treat systems, soil vapor extraction systems, dual - phase extraction systems, NAPL skimmer systems, and bioremediation systems. Once a remedial system has been implemented, Terracon works with the client to maintain the system and keep it operating efficiently. Likewise, we have extensive experience in preparing Response Action Effectiveness Reports (RAERs) and Response Action Completion Reports (RACRs) for these various remediation projects. Our site assessment, risk -based corrective action, and remediation experience comes from sites of various types. We have experience conducting these services on operationally -intensive sites including refueling and maintenance facilities on airport properties (Midland International Airport and Ft. Worth Alliance Airport), military properties (Shepard Air Force Base, Texas Army National Guard facility in Saginaw, TX, and Dyess AFB in Abilene, TX), large freight warehouses/terminals (Fed Ex facility in Irving, TX), and service centers (City of Dallas Central Service Center). We understand the challenges of conducting site assessment and remediation services at these facilities, including increased security measures and adapting services and schedules to avoid conflicts with site operations. In summary, our team has a long and deep history providing environmental site assessments and remediation to our clients in North Texas both municipal and private. We understand and implement TCEQ programs (TRRP and LPST) on a routine basis. At any one time, our team would be working on dozens such projects. We would be honored to demonstrate our expertise and support the City of Fort Worth in cleaning up and closing impacted assets. MIP-01.MHP (µV.105) 0 5 16 J 7= J 18 19 El 20 = c 21 22 23 — 24 — 25 — MIP-02.MHP(µV=105) MIP-03.MHP(µVA05) 0 5 8 0 5 200 4c0 0 200 4C0 0 mS/m mS/m 200 mS/m MIP-04.MHP (µV A05) 5 i MIP-05.MHP(µV.105) MIP-06.MHP(µVx105) MIP-07.MHP(µVx105) MIP-08.MHP(µV.105) 5 P 5 8 0 5 8 0 5 4)0 0 200 4)0 0 200 4)0 200 4)0 C 200 4)0 0 200 4)0 mS/m mS/m mS/m mS/m mS/m MIP-01.MHP 2/21/2023 MIP-05.MHP 2/27123 PID Max / EC \ Company. Ope�aror: Mp l i0 Eagle DT MIP-03 MHP 221/2023 MIP-O6 MHP 2222023 IPraleo 23.110 Terracon MIP-O4 MHP 2/212023 MIP-08.MHP 222/2023 Example of High Resolution Site Characterization Completed at a Project Site Impacted with Petroleum Hydrocarbons 0 1 City of Fort Worth I Project #: ENV 24-02 SGW 49 Provider's Explanation of a Web -Based Interactive Program Section 12 Provider's Explanation of a Web -Based Interactive Program REMOTE WORK / VIRTUAL MEETING CAPABILITIES Terracon utilizes Microsoft TEAMs as its primary telecommunications platform. As such, Terracon is experienced with video conferencing both internally and with clients. Additionally, our field personnel have TEAMs access on mobile devices allowing for image and video sharing between field and office personnel to ensure that important information identified in the field can be conveyed to project managers and clients quickly and efficiently. TERRACON GIS CAPABILITIES Terracon uses the most advanced GIS software applications and database management tools in the industry to help us effectively manage, analyze, and visualize site data in support of projects nationwide. We leverage the ArcGIS platform to provide a wide range of project solutions from traditional map documents to custom web applications. Our staff are versed in a variety of programming tools and languages to deliver customized project solutions, and manage project geospatial data. We also utilize 3D modeling applications for complex sites requiring advanced data analysis and visualization. Regardless of the project scope, we strive to deliver intuitive products that help us communicate project data to our clients and other project stakeholders. QUALITY AND ACCESS THROUGH TECHNOLOGY Traditional methods of reporting and accessing results of your project's inspections, testing, and observations are no longer sufficient for today's environmental projects. Terracon offers you the ability to view and interact with your testing data in a new way and is committed to using innovative techniques to deliver quality projects. One of Terracon Compass' greatest strengths is that we curate your projects for your future. Terracon Compass shows your team members an interactive map with locations of past and present projects to navigate geographically; or for those that prefer a tabular format, we have that option too. Either way, as you collaborate with Terracon, your team members will be able to build a library of past projects curated online through a secured login. That means a few years after completion, your team can readily find a final, signed deliverable. Options • 0 project J • p �aiect Map 0 projea Corder, _ Tertacon Geotechnical oats ❑ • „ Ct r�- V­M.o p�� p ojectphatas e,. • •-Compass - Flnal R¢port5 �Rrej«t thetas -.- - Fieal phase t ESA ODaneral - proposal/Work Authorization Filter Rhnsa: - - 4— ■ - prolwsal I • 'il •S.gnea Con[mR Images - ' ■ - � � �: ,'� _ - f�e -Site photographs •Photographs Log_- O Site Diagram • - -- tiS: - - �' �_ Y=-= �•' � f - Environmental Regulatory Datafuse Informa[lon Layers o SI ■■t • �- -� i - '� � ■ •Rama, nap ear oN "tee ' •• ' et , ••� , I. - Historical Documentation and User Rational _ ;�,•• "I! Questionnaire am, hot"` n.� Flraon<al _ 1eeWnphic Maps - •us<rPrcezhoaaarc Q - FOIA Documents •DEQ L: Fero Haoa M,.,,a zan« ff E wrronal wain« a Ninaar na..s ram• Ievespga Report •DEQ Letter -Sne Closure r •DEQ Memo. sa¢ a- wcommmaanpP �I-ww.d w«l.naa m.«nary fxynj - credentials I a YZ.1a 1als9l=.,1, 1o1a11 •comwpr _ crcamtiels - Description of Terms and acronyms �C: epa weaa zan.awc«,an NRCS SSURGO -_ L•• •Definihons - Flnal Documents ' final Report -- - INNOVATIVE DATA GATHERING TECHNOLOGY Unmanned Aircraft Systems (UAS) are quickly becoming essential tools in the engineering and construction industry. Terracon has a growing, DFW-based staff of certified drone pilots to meet our clients' environmental consulting needs. Conducting thorough environmental site assessments is now easier than ever. Drones can provide access to difficult places and quickly cover a large area without exposing staff to hazards. Additionally, project accessibility and size pose significant consulting challenges, including the access costs of a traditional building condition assessment. Terracon's facilities professionals use our internal drone resources to provide more effective means of visual assessment of difficult -to -reach building systems. Terracon applies new processes, methodologies, and techniques to cost-effectively solve project challenges. Our innovative use of drone technology enables us to customize an approach to efficiently mitigate and prevent risks, as well as save time. w r City of Fort Worth I Project #: ENV 24-02 SGW 50 List of Subcontractors to be Utilized Section 13 List of Subcontractors to be Utilized SECTION 2.8.1 Subcontractor's Subcontractor's Subcontractor's Name Address Telephone No. DHL Analytical, Inc. 2300 Double Creek Dr., y Round Rock, TX 78664 (512) 388-8222 1632 Southeast EE&G, Inc. Environmental Services Parkway, Azle, Texas (972) 383-0001 76020 Environmental Logistics 413 Metro Park Drive, Company, LLC. McKinney, TX 75071 (469) 742-9981 Proposed Tasks on the Project Remediation Management/Phase II Remediation Management/ Mobile -Dual Phase Extraction Remediation Management, Phase II, Drilling Services, Excavation, Backfill, In -Situ Injections, Support HRSC, Off -Site Hauling, Waste Management, Remedial System Installations (above ground and subsurface) 2415 Cullen Street, Remediation Management, Phase II, Drilling Sunbelt Industrial (G.L Morris Fort Worth, TX (972) 492-5108 Services, Excavation, Backfill, In -Situ Enterprises, Inc.) 76107 Injections, Support HRSC, Off -Site Hauling, Waste Management, Remedial System Installations (above ground and subsurface) 1 City of Fort Worth I Project #: ENV 24-02 SGW 51 Subcontractor's Statement of Qualifications Section 14 Subcontractor Information and Qualifications INFORMATION - EE&G, INC. ENVIRONMENTAL SERVICES Subcontractor Subcontractor Address ' Subcontractor Subcontractor Email Name Telephone Number EE&G, Inc. 1632 Southeast Parkway, Azle, Texas Environmental 76020 (972) 383-0001 kmillette@ee-g.com Services Scope of Work Remediation Management EE&G, Inc, a HUB certified Women's Business Enterprise (WBE), is a full service geotechnical and environmental consulting firm based out of Azle Texas (suburb of Fort Worth). EE&G performs environmental consulting services throughout a 41-state area and currently offers services related to environmental investigation, groundwater assessment, groundwater monitoring, soil remediation, groundwater remediation, mobile dual phase extraction (MDPE) services, regulatory compliance, air compliance and monitoring, emissions monitoring, multi -media facility audits, LPST investigations, expert witness testimony, litigation support and Phase I and Phase II site investigations. EE&G provides the technical and fiscal expertise necessary to identify and implement the most cost-effective solutions to your environmental and regulatory concerns. EE&G accurately delineates soil and groundwater contamination which is essential in determining what remedial measures, if any, are required. We help clients make sensible decisions necessary to reduce and eliminate environmental risks. Based on our extensive experience over the last 30 years, EE&G consistently provides innovative solutions to both simple and complex environmental and geotechnical needs. We are committed to working closely with environmental regulators to ensure that projects remain on schedule without any unnecessary or costly delays. Company Bio EE&G's scope of services has continually expanded over the last 30 years from soil and groundwater assessments and remediation studies to a broad range of services capable of meeting the ever increasing environmental needs of our clients. We are pleased to be recognized as a problem solver for Fortune 500 companies, the petroleum and petrochemical industries, law firms, banks, real estate developers and various agencies at Federal, State and local levels. From simple property assessments, site investigations and contamination delineation --to design, installation and operation of complex fixed and mobile groundwater and soil remediation systems, EE&G offers the skill and level of service necessary to satisfy our client's needs. Core Competencies: • Environmental Remediation: Mobile Dual Phase Extraction, Water Treatment, System Decommissioning, Pump/Treat, Excavation, Skimmer Systems • Underground Storage Tank Compliance: Over/Short reporting, Regulatory Compliance Inspections • Environmental Field Services: Leaking Petroleum Storage Tank Investigation, Release Determination, Monitor Well Drilling, Groundwater Monitoring, Monitor Well Plugging & Abandonment, Comprehensive Risk -Based Site Assessments 1 City of Fort Worth I Project #: ENV 24-02 SGW 52 Subcontractor Information and Qualifications INFORMATION - ENVIRONMENTAL LOG STICS COMPANY, LLC. Subcontractor Subcontractor Address I Subcontractor Subcontractor Email Name Telephone Number Environmental 413 Metro Park Drive, McKinney, TX ccascio@enviroIogistics. Logistics Company, 75071 (469) 742-9981 com LLC (ELC) Scope of Work Remediation Management / Phase II Environmental Logistics Company, LLC (ELC) is an environmental and industrial remediation and compliance services specialty contractor for consultants, industrial clients, commercial clients, general contractors, developers, lending institutions, petroleum production and distributing firms, and public entities. Our corporate offices are located in McKinney, Texas in the Dallas/Fort Worth metroplex. ELC's professionals focus on maintaining and/or reclaiming value for our clients' assets while limiting liabilities, ensuring that the project is completed safely, within budget, and on schedule. Our high standards, competitive rates, and dedication to serving our client's needs have created our most valued asset... satisfied customers. ELC provides a wide range of environmental and industrial services: • Soil and Water Remediation • Gun Rage Lead Remediation • Environmental Drilling • Petroleum Storage Tank Services • Waste Disposal Whether you are a small local shop, or a multinational corporation, we work with many of the finest consultants, engineers, and environmental professionals to provide you with the Company Bio optimal "team" for your project. ELC has wide-ranging environmental capabilities in the remediation of environmentally impacted sites, with the resources to perform all or part of any project from site investigation to complex decommissioning and demolition of entire facilities. Project Example: Firing Range Cleaning/Remediation -Tarrant County Outdoor Weapons Range - Fort Worth, TX (September 2023) Client: Terracon Owner: Tarrant County ELC was tasked to remove and dispose/recycle small arms and gunshot debris and associated baffles at the firing range and containerize and dispose of lead impacted soil. ELC excavated the front surface of the sand trap approximately 15' into the sand trap, which was approximately 65' wide, 10' tall, and 20' deep (the excavated volume was approximately 300 cubic yards). ELC loaded the excavated sand into a screening machine to separate the bullets/bullet fragments greater than inch from the sand using stacked vibrating screens, with dust suppression performed during the activity. The bullets/bullet fragments were containerized in 55-gallon steel drums for transport to an approved recycling facility. ELC returned the screened sand to the sand trap and secured erosion control blankets over the graded sand trap to mitigate erosion. 1 City of Fort Worth I Project #: ENV 24-02 SG 53 Subcontractor Information and Qualifications INFORMATION - SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. Subcontractor Subcontractor Address I Subcontractor Subcontractor Email Name Telephone Number Sunbelt Industrial 2415 Cullen Street, Fort Worth, TX - G.L. Morris 76107 (972) 492-5108 Imcclure@sun-belt.com Enterprises, Inc. Scope of Work Remediation Management / Phase II Sunbelt Industrial Services incorporated in Fort Worth, TX, 1988. Sunbelt is a Texas Historically Underutilized Business (#64929) and a Women Owned Business Enterprise (WFWB28419N0725) through NCTRCA. Sunbelt provides turn -key solutions for all your environmental needs. Core services include UST Removal, environmental remediation, environmental drilling, waste characterization, transportation and disposal. Our staff of environmental specialists are dedicated to quality service while providing cost effective methods which meet regulatory and customer requirements. Attentive project management, experienced personnel and dedication to safety allowed us to build a solid reputation for quality environmental services. Sunbelt Project Managers (PM) will provide the client with the most cost-effective method available to meet regulatory compliance and satisfy the requirements of the client with limited disruption to normal business activities. Our personnel have vast experience in many facets of the environmental landscape, with the appropriate licenses, training and certifications required for completion of the tasks. Sunbelt's ability to work together with state and local officials, along with an extensive network of suppliers provides the customer with the flexibility to address multiple projects and the security of a contractor dedicated to your goals. Sunbelt personnel have successfully managed a wide range of projects under diverse conditions and environments. This knowledge and expertise, along with available heavy and technical Company Bio equipment, enables Sunbelt Industrial services to successfully address a wide range of environmental conditions. Project References: Aptim - Monika Ugrinska / (305) 525-2075 / monika.ugrinska@aptim.com Scope of Services: The removal of fuel system four 10,000 gallon UST's in LaGrange, TX Project was valued at $75,000.00 Getty Realty - John Demonte / (646) 349-0737 / jdemonte@gettyrealty.com Removal of futel system two 20,000 gallon UST's - Harker Heights, TX Project was valued at $63,000.00 Westwood Professional Services - Rachel Ludicke / (972) 484-3854 / rachel.ludicke@ westwoodps.com The removal of two 1,000 gallon UST's at the City of Fort Worth, Fire Station No. 24. Project was valued at $9,000 1 City of Fort Worth I Project #: ENV 24-02 SGW 54 Subcontractor Information and Qualifications INFORMATION - DHL ANALYTICAL, INC. SUBCONTRACTOR INFORMATION Terracon is a full -service environmental and engineering firm providing quality services since 1965. In order to enhance our team and comply with the necessary M/WBE goals, Terracon will utilize the services of the following subcontractors as required throughout the life of the City of Fort Worth contract. Subcontractor -1-Subcontractor Address Subcontractor Subcontractor Email Name Telephone Number DHLAnalytical, Inc. 2300 Double Creek Drive, Round (512) 388-8222 dupont@dhlanalytical.com Rock, TX 78664 Scope of Work Remediation Management / Phase II DHLAnalytical is an environmental laboratory providing analytical testing services for Texas and Oklahoma for the past 22 years. DHLAnalytical, Inc. utilizes its state-of-the-art facility and equipment combined with highly trained staff to accomplish its top -rated services for all its clients throughout the years. DHL Analytical, Inc. strives to do better by continuously improving of all facets of its operations whether it is in staff training, equipment upgrades, data review and reports, new analytical services, etc. DHLAnalytical's laboratory was designed specifically for sample testing services. There are a total of six climate controlled laboratory areas. These are Volatiles, Semi-Volatiles, Metals, Wet Chemistry and two separate sample prep labs. This design minimizes cross contamination problems. DHLAnalytical's lab uses a Siemens MODULAB HIGH FLOW & ELGA Ultrapure Option-Q water system to produce TYPE 1 (<18 mega 10), <0.2�,m particulate water for all analytical Company Bio applications. DHLAnalytical uses Omega LIMS to manage all laboratory information and report generating. Our newest custom built server allows storage of all data generated from the lab in triplicates (RAID 6) and stores them in separate drives. DHLAnalytical's new total server storage and backup capacity is over 30 terrabytes in size. This fast server allows fast data storage and retrieval as well as redundancy of data storage ensures the safety of all data. All LIMS data is farther backed up using network attached storage on an hourly basis with a full backup to tape each evening. This system guarantees ALL data integrity. DHLAnalytical, Inc's clients include many commercial clients, leading private environmental firms through the nation, state agencies (TCEQ, TXDOT, TXRRC), River Authorities (LCRA, Brazos River), and cities. The nature of these projects encompass site assessment, remediation/cleanup, ground water/waste water analysis, waste analysis, health and safety, emergency response research, etc. 1 City of Fort Worth I Project #: ENV 24-02 SGW 55 Resumes of Key Personnel - Subcontractors Section 15 Resumes of Key Personnel - Subcontractors EE&G, INC. ENVIRONM NTAL SERVICES (BRUCE BRITTEN) E Bruce Britten EXECUTIVE VICE PRESIDENT Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE B.S. Geology, West Texas A&M As Executive Vice President, Mr. Britten is responsible for the technical University oversight of all EE&G Texas operations, maintaining a complete and effective project team and coordination of day to day and long-term corporate B.S. Environmental Science, West obligations in Geologic sciences. Mr. Britten exhibits the expertise to ensure Texas A&M University the correct interpretation and application of 30 TAC Chapter 334 and other LICENSES/CERTIFICATIONS relevant regulations and TCEQ policies and guidance for the performance of OSHA Training: 29 CFR 1910: investigation and non -engineered remediation activities at LPST sites. 120: 40 hour Hazwoper & Current 8-hour refresher Mr. Britten has overseen over $8,400,000 in completed Work Orders for multiple TCEQ PST Site Activity Contracts. Mr. Britten supervises and manages 8-hour -Hazardous Materials all multidisciplinary environmental personnel and geological aspects of Awareness for First Responders projects in the areas of subsurface investigations, soil/groundwater/air monitoring and sampling, risk assessment(s), remedial system design, M E Corrective Action Project Manager, and numerous other technical tasks. Texas #1524 Professional Geoscientist, Texas In addition to his personnel and project management roles, Mr. Britten is #1922 charged with senior level geological analysis and technical evaluations on a wide variety of EE&G projects. Mr. Britten actively performs technical, WORK HISTORY management and field activity roles whenever necessary. Mr. Britten has a EE&G, Executive Vice President wide range of technical expertise spanning the fields of Geologic Science, Environmental Geology, Hydrogeology and Engineering Geology. His technical specialties range from turn -key management of multi -faceted geologic programs to design, development and implementation of simple and complex remediation systems related to impacted soils and groundwater. In addition, Mr. Britten is considered EE&G's premier expert in the field of leaking underground storage tank projects. Mr. Britten has successfully managed over 350 leaking petroleum storage tank programs throughout Texas, which has incorporated underground storage tank (UST) program management, Limited Environmental Site Assessments, Comprehensive Risk Based Assessments (inclusive of Plan A and Plan B), Phase I, II and III environmental site assessments, project management, soil/groundwater/ air investigations and sampling, logging and field screening of soil borings, well installation supervision, field data interpretation inclusive of analyzing hydrologic processes and groundwater data, aquifer testing (inclusive of computer modeling), groundwater yield testing, risk and ecological assessments/surveys (water well, land use, vapor, etc.), system design and implementation to include 1 roubleshooting field equipment and equipment repair, M E, excavations/UST removals, landowner interface (off -site access agreements, institutional controls, etc.), environmental drilling, fate and 1 ransport modeling (inclusive of software analysis), monitor well plugging and abandonment, technical reporting and client and regulatory interaction. Mr. Britten has 24 years of in-depth PST and LPST work in the state of Texas. Thus, Mr. Britten has an expansive working knowledge of TCEQ regulations, guidance, reporting requirements and procedures. 1 City of Fort Worth I Project #: ENV 24-02 SGW 56 Resumes of Key Personnel - Subcontractors EE&G, INC. ENVIRONM NTAL SERVICES (MARK OWENS) E Mark Owens CHIEF OPERATING OFFICER Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE Bachelor's Degree Geology, As Chief Operating Officer, Mr. Owens is responsible for the overall technical Colgate University and managerial aspects of the corporation in Texas. Mr. Owens is responsible LICENSES/CERTIFICATIONS for the management, supervision, design, implementation and facilitation OSHATraining: 29 CFR 1910:120: of complex environmental investigative programs research and remedial 40 hour Hazwoper & Current measures as they pertain to compliance directives as well as soil, groundwater, 8-hour air and process waste issues. Corrective Action Project Manager, Mr. Owens supervises and manages all necessary project personnel and Texas #563 geologic, hydrogeology and environmental aspects of his projects in the areas of regulatory compliance, subsurface investigations, soil groundwater/ Professional Geoscientist, Texas air monitoring and sampling, risk assessment(s), remedial system design and #1363 implementation (both non -engineered and engineered systems), M E and numerous other technical tasks throughout both east and west Texas as well as A and B UST Facility Operator numerous other state locations. In addition, Mr. Owens prepares work plans/ (2015-Present) - TX proposals/contracts, reviews project work plans/proposals and specifications, WORK HISTORY implements and oversees the technical and administrative execution of work EE&G, Chief Operating Officer plans, interfaces with landowners to obtain access, deed recording, manages project scope, budget and project schedule, verifies data QA/QC procedures with data review, reviews deliverables for quality accuracy and compliance with scope of work requirements, seals documents as appropriate and ensures timely, proper and correct invoicing. Mr. Owens evaluates, develops and performs EE&G's most challenging environmental projects as they relate to complex geologic systems and site integrations. Mr. Owens actively performs technical, management and field activity roles whenever necessary. Mr. Owens has authored storage tank operation program (STOP) manuals and has a wide range of technical expertise spanning the fields of Geologic Science, Environmental Geology, Hydrogeology and Engineering Geology. His technical specialties range from turn -key management of multi -faceted geologic programs to design, development and implementation of simple and complex remediation systems related to impacted soils and groundwater. Mr. Owens has successfully managed corrective action activities at over 550 LPST cases throughout Texas. These projects have incorporated underground storage tank (UST) program management, Limited Environmental Site Assessments, Comprehensive Risk Based Assessments (Plan A and Plan B), Phase I, II and III ESAs, third party risk determinations, litigation support, soil/ groundwater/air investigations and sampling, field screening of soil borings, well installation supervision, field data interpretation of hydrogeologic processes and groundwater data, aquifer testing and analysis, groundwater yield testing, geotechnical soil property determinations, risk and ecological assessments/surveys, system design and implementation, M E, excavations/ removals, landowner interface, regulatory liaison, environmental drilling, fate and transport modeling, monitor well plugging and abandonment, technical reporting and client interaction Mr. Owens has thirty-five years of in depth PST and LPST work in the state of Texas. 1 City of Fort Worth I Project #: ENV 24-02 SGW 57 Resumes of Key Personnel - Subcontractors EE&G, INC. ENVIRONM NTAL SERVICES (TRAVIS WILLIAMS) E Travis Williams PROJECT MANAGER/GEOSCIENTIST Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE B.S. Geoscience, Angelo State As a Project Manager, Mr. Williams is responsible for the operation and University supervision of environmental/geological activities undertaken by EE&G. LICENSES/CERTIFICATIONS Mr. Williams prepares and reviews work plans and specifications, provides OSHmanagement CFR 1910: and supervision of multidisciplinary environmental personnel. 120: 40Training: r29 120: 40 hour Hazwoper &Current Additional project management duties include to plan preparation and review, 8-hour refresher implements and oversees the technical and administrative execution of work orders, managing project scope/budget/schedule, verification of data QA/ TCEQ Basic Investigator Training QC procedures inclusive of reviewing deliverables for quality, accuracy and compliance with job requirements, invoicing, maintaining compliance with Professional Geoscientist, Texas TCEQ regulations and policies, report review and report submittal. #15173 Mr. Williams is the Lead Project Manager for the TCEQ Small Business LPST Project Manager, #698 Site Visit and Compliance & Assistance Program, overseeing UST release, WORK HISTORY subsequent LPST assessments, remedial (non -engineered to include M E) activities and out of service UST fluid evacuations. In addition, Mr. Williams Project Manager/ interfaces with facility owners and provides aid and guidance regarding facility Geosc ientist eosc compliance, TCEQ rules and regulations. Mr. Williams assists with the TCEQ Site Visit Program in which he inspects out of service underground petroleum storage tank (PST) facilities, provides regulatory compliance assistance and delivers a work product documenting responsible party (RP), UST location and non-compliance issues. Mr. Williams specializes in activities associated with plume delineation assessments, environmental site assessments, soil and groundwater sampling, regulatory compliance and permitting, database research projects including field investigative activities and data/report publishing. Mr. Williams currently assists in projects throughout Texas that include liaison with regulatory personnel, supervising and directing geological aspects of projects. Mr. Williams has traveled extensively throughout Texas as a member of EE&G's M E team, groundwater monitoring team, drilling team, monitor well P&A team, UST removal team and DWSR team. Mr. William has logged over 250 on -site hours of non -engineered remediation system time inclusive of M E. He has conducted over 100 groundwater gauging/monitoring events at LPST sites inclusive of gauging, purging and groundwater sampling in accordance with the LPST sampling regulations/PST CAPP. Furthermore, Mr. Williams has supervised the drilling and installation of over 280 soil borings and/or monitor wells to include soil logging and field screening of soil samples and soil sample collection via EPA Method 5035 and supervised 9 injection events via direct push drill rig. a r City of Fort Worth I Project #: ENV 24-02 SGW 58 Resumes of Key Personnel - Subcontractors ENVIRONMENTAL LOGISTICS COMPANY, LLC. (AMY GILBREATH) Amy Gilbreath PRESIDENT/GENERAL MANAGER Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE Tarleton State University, B. S. Environmental Logistics Company, LLC Earth Science President/General Manager, March 2006 - Present • Performs Phase I and II Environmental Site Assessments, Remediation Tarleton State University, M. S. Projects, Asbestos Surveys and Asbestos Abatement Design Environmental Science, . Completes TCEQ Reporting forms LICENSES/CERTIFICATIONS Develops Storm Water Pollution Prevention Plans (SWPPPs) TCEQ, Corrective Action Project Manages disposal of hazardous and non -hazardous wastes Manager, License No. 01485 • Develops Health & Safety Plans, Response Action Plans, Remedial Designs, and Waste Management Plans Texas Board of Professional • Manages crews during aboveground and underground storage tank Geoscientists, Professional removals, building demolitions, contaminated soil excavation, site Geoscientist, License No. 2632 remediation • Works with various local and state agencies to successfully close Texas Department of State Health remediation properties Services, Individual Asbestos Consultant, License No. 10556 Carter & Burgess, Inc. WORK HISTORY Senior Project Manager, March 1998 - March 2006 Environmental Logistics Company, • Performed environmental compliance and due diligence services for land LLC, President/General Manager, development, industrial, institutional and municipal clients 2006-Present Performed Waters of the US determinations and aided in Section 404 permitting Carter & Burgess, Inc., Senior • Performed asbestos survey and developed abatement design Project Manager, 1998-2006 specifications • Managed remediation activities for contaminated sites in the TCEQs CURA, Inc., Environmental Voluntary Cleanup Program (VCP) Scientist, 1997-1998 • Monitored Sites for natural attenuation and closure through the TCEQs Leaking Petroleum Storage Tank (LPST) Program CURA, Inc. Environmental Scientist, September 1997 - March 1998 • Performed soil and groundwater sampling activities for active LPST sites • Managed the installation of groundwater monitor wells and the removal of underground storage tanks • Completed TCEQ report forms for sampling activities at LPST Sites • Performed Phase I and Phase II Environmental Site Investigations a r City of Fort Worth I Project #: ENV 24-02 SGW 59 Resumes of Key Personnel - Subcontractors ENVIRONMENTAL LOGISTICS COMPANY, LLC. (MARK GILBREATH) Mark Gilbreath VICE PRESIDENT/PROJECT MANAGER Project Role: Subcontractor LICENSES/CERTIFICATIONS PROFESSIONAL EXPERIENCE Texas Commission on Environmental Logistics Company, LLC Environmental Quality- Vice President/Project Manager, September 2001 - Present UST On -Site Supervisor, Class • Assists clients in obtaining closure on tank removal sites, as well as, sites A&B, License Number ILP002256 entered into state programs including the Voluntary Cleanup Program, the PST Facility Class B Operator Leaking Petroleum Storage Tank Program, and the Texas State Superfund Federal Aviation Administration- Program. Airframe & Powerplant Technician • Performs Phase I and II Environmental Site Assessments, Remediation Projects. WORK HISTORY Completes TCEQ Reporting forms. Environmental Logistics Company, • Develops Storm Water Pollution Prevention Plans (SWPPPs). LLC, Vice President/Project Manages disposal of hazardous and non -hazardous wastes. Manager, 2001-Present • Develops Health & Safety Plans, Response Action Plans, Remedial Designs, and Waste Management Plans. W&M Environmental Group, Inc. • Manages crews during aboveground and underground storage tank Remediation Manager, 1998-2003 removals, building demolitions, contaminated soil excavation, site remediation. W&M Environmental Group, Inc. Remediation Manager, August 1998 - March 2003 • Performed Phase I and II Environmental Site Assessments, Remediation Projects. • Managed disposal of hazardous and non -hazardous wastes. • Managed remediation activities for contaminated sites in the TCEQs Voluntary Cleanup Program (VCP) and Leaking Petroleum Storage Tank Program. • Managed crews during aboveground and underground storage tank removals, building demolitions, contaminated soil excavation, and site remediation. a r City of Fort Worth I Project #: ENV 24-02 SGW 60 Resumes of Key Personnel - Subcontractors ENVIRONMENTAL LOGISTICS COMPANY, LLC. (CEDRIC CASCIO) Cedric Cascio VICE-PRESIDENT/PROJECT MANAGER Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE Louisiana State University, B. S. Environmental Logistics Company, LLC Environmental Science Project Manager, October 2016 - Present • Manages crews during environmental drilling activities. Louisiana State University, M. S. . Performs Phase I and II Environmental Site Assessments, Remediation Coastal Geomorphology Projects. LICENSES/CERTIFICATIONS • Completes TDLR Well Reporting forms. Texas Department of Licensing • Develops Site Health & Safety Plans. and Regulation -Water Well Driller, License No. 54735 MagnaCore Drilling and Environmental Services, Inc. President, February 1999 - October 2016 Oklahoma Water Resources Board- • Managed crews during environmental drilling activities. Water Well Drilling Contract, • Performed Phase II Environmental Site Assessments, Remediation Projects. License No. 0579 • Completed TDLR Well Reporting forms. • Developed Site Health & Safety Plans. Louisiana Department of Natural Resources -Water Well Contractor, Tetra Tech EM Inc. License No. 663 Project Manager, June 1992 - February 1999 WORK HISTORY Managed US EPA Superfund and hazardous waste site investigations. Environmental Logistics Company, • Provided technical support to US EPA Superfund Innovative Technology LLC, Project Manager, October Evaluation program, US Navy, and Louisiana Oil Spill Coordinator's Office. 2016-Present • Performed Phase II Environmental Site Assessments. • Performed technical reviews of environmental investigation reports. MagnaCore Drilling and • Developed Site Health & Safety Plans and Quality Assurance Project Plans. Environmental Services, Inc. President, 1999-2016 Southwestern Laboratories -Environmental, Inc. Tetra Tech EM Inc., Project Project Manager, June 1990 - June 1992 Manager, 1992-1999 . Performed Phase I and Phase 11 Environmental Site Assessments. Developed Environmental Technician training program. Southwestern Laboratories - Environmental, Inc., Project Manager, 1990-1992 a r City of Fort Worth I Project #: ENV 24-02 SGW 61 Resumes of Key Personnel - Subcontractors SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. (JUAN RAMON ALCALA) Juan Ramon Alcala LICENSED ENVIRONMENTAL DRILLER Project Role: Subcontractor LICENSES/CERTIFICATIONS PROFESSIONAL EXPERIENCE Texas Licensed I License # 59430 Mr. Juan Ramon Alcala has worked for Sunbelt Industrial Services from 2009 to Arkansas Licensed I License No. Present. He brings with him 14 years of drilling experience. Mr. Alcala oversees A2906 field operations to ensure a safe work environment and project efficiency HAZWOPER & OSHA Certified, while maintaining and operating drilling equipment. First Aid, LPS Experience includes the installation of several thousand environmental and WORK HISTORY geotechnical soil borings and monitor wells using the hollow stem auger Sunbelt Industrial Services, Driller, method as well as direct push drilling techniques. Mr. Alcala has installed 2009-Present PVC and SS monitor wells ranging in-depth from just a few feet to well over 100'. Mr. Alcala has drilled at many locations throughout the southern United States including such locations as service stations, industrial facilities, railroad properties, refineries, military installations, and mining facilities. Mr. Alcala is very versed in the following applications: • CME-75 Hollow Stem Auger Drilling, • Installation of Monitor Wells, • Environmental borings, • All Appropriate Surface Completions, • Geoprobe Systems (7822DT, 6620DT, 540MT) • Direct Push Technology (DPT), • MIP (Subsurface Imaging) Drilling • Hollow Stem auger drilling. PROJECT EXPERIENCE City of Dallas -Dallas, TX • Mr. Alcala completed drilling -Hollow Stem Auger Exxon Mobil -Panther Creek - OK • Mr. Alcala completed drilling, Hollow Stem/Flight Auger/plug and Abandonment/hyd rova c Union Pacific Railroad - Denison, TX • Mr. Alcala completed drilling -Direct Push Soil Borings a r City of Fort Worth I Project #: ENV 24-02 SGW 62 Resumes of Key Personnel - Subcontractors SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. (CASEY PADGETT) Casey Padgett PROJECT MANAGER Project Role: Subcontractor LICENSES/CERTIFICATIONS PROFESSIONAL EXPERIENCE Texas Licensed UST Onsite Mr. Casey Padgett has worked for Sunbelt Industrial Services from Supervisor I Class B - License No. 1993-Present. He is responsible for assisting Project and Field Operations US0000742 to ensure a safe work environment and project efficiency while providing HAZWOPER & OSHA Certified an exceptional customer experience and successful end result. Other duties include: Administrative coordination with Customer, Vendors, Local First Aid Municipality and State Representatives; Scheduling, Estimating, Applications, Task Handling and Obtaining Permits with Local Municipalities; Preparing Site LPS Specific Health & Safety Plans and Storm Water Plans; Construction for Safety and Erosion Controls, Removal of Structure Canopies and Surface Cover, WORK HISTORY Removal of Fuel Dispensers (fluid tanks) Evaluation and Backfilling, Concrete Sunbelt Industrial Services, Project Resurfacing and Grade Work. Manager, 1993-Present PROJECT EXPERIENCE City of Fort Worth - Auto Pound - Fort Worth, TX • Storm Water Interceptor Installation Convenience Store(s) - Multiple Locations, TX • Numerous Underground Storage Tank Removals Cadiz Street - Dallas, TX • Excavation/Bio-Cell Placement & Backfill - 12,000 Cubic Yards Centreport - Arlington, TX • Excavation/Relocation & Grading - 25,000 Cubic Yards Hydraulic Lift Removal - Multiple Locations, TX • Above ground Storage Tank Installation • Demolition of Commercial Building a r City of Fort Worth I Project #: ENV 24-02 SGW 63 Resumes of Key Personnel - Subcontractors SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. (JESUS ZUNIGA) Jesus Zuniga LICENSED TANK PULLER/EQUIPMENT OPERATOR Project Role: Subcontractor LICENSES/CERTIFICATIONS PROFESSIONAL EXPERIENCE Texas Licensed UST Onsite Mr. Jesus Zuniga has worked for Sunbelt Industrial Services from 1996-Present. Supervisor I Class B - License No. He is a licensed UST On -Site Supervisor, a Licensed Tank -Puller, and US0000750 Equipment Operator. HAZWOPER & OSHA Certified, PROJECT EXPERIENCE First Aid, LPS, Union Pacific Railroad (Erailsafe) BNSF Tarrant Regional Water District (TRWD) Lead Operator - Tarrant County, TX • Excavation, loading, transportation & Disposal of 80,000 CY contaminated WORK HISTORY soils. Sunbelt Industrial Services, Tank 0 34 million gallons of water pumped, treated and discharged. Puller/Equipment Operator, • Backfill and compacted entire excavation to meet 95% compaction 1996-Present requirement. Convenience Stores - Multiple Locations, TX • Numerous Underground storage tank removals and filled in place with Flowable Fill concrete Goodyear Tire Centers - Multiple Locations, TX • Underground vehicle lift removals. a r City of Fort Worth I Project #: ENV 24-02 SGW 64 Resumes of Key Personnel - Subcontractors DHL ANALYTICAL, INC. (JOHN DUPONT) John DuPont GENERAL MANAGER Project Role: Subcontractor EDUCATION PROFESSIONAL EXPERIENCE The University of Texas, Austin, TX DHL Analytical, Inc. - Round Rock, TX B.S. in Chemistry Mr. DuPont provides direct client support for a wide range of private business WORK HISTORY customers and government agencies. He also performs quality reviews General yanal, Inc., of data summaries, including expert witness testimony. In addition, Mr. General Manager DuPont conducts internal technical training for laboratory analysts and for customers covering analytical and sampling procedures. He is a primary Maxim Technologies, Inc., customer contact for problems solving in analytical methods, quality control Quality Assurance Manager requirements, and interpretation of results. Mr. DuPont provides direct support to customers in the development of sampling and analysis plans, Texas Commission of which he designs to meet the project requirements in the most cost-effective Environmental Quality, means available. He is a member of two TCEQ-led workgroups that wrote Quality Assurance Officer the guidance for sampling, analysis, and data interpretation for the Texas Risk Reduction Program (TRRP) regulations. Texas Department of Health, Chemist Maxim Technologies, Inc., -Austin, TX Mr. DuPont was responsible for developing and implementing Quality programs for the consulting groups and laboratory facilities within the divisions. Mr. DuPont regularly conducted training classes for Maxim Staff on quality procedures. Texas Commission of Environmental Quality (TCEQ) - Austin, TX Mr. DuPont performed audits at each of the commercial analytical laboratories in the state of Texas. He also wrote and submitted sampling and analyses QA project plans to the EPA; he reviewed and approved similar types of QA project plans submitted by contractors to the TRNCC. He was the agency expert for quality assurance in the areas of sampling and analysis. Specific projects reviewed during his tenure include all state headed Superfund projects; Texas Chemical Council Trace Metals Study at Texas Bays; and the Colorado River Monitoring Project sponsored by the LCRA and the City of Austin. In quality assurance areas, he assisted permit writers in both the solid waste and wastewater programs and he assisted in the development of regulations for RCRA groundwater monitoring permits. Texas Department of Health - Austin, TX Mr. DuPont performed analysis of water and waste samples under the drinking water and wastewater and RCRA programs. 1 City of Fort Worth I Project #: ENV 24-02 SGW 65 Subcontractor's Licenses and Certifications Section 16 Subcontractor's Licenses and Certifications EE&G, INC. ENVIRONMENTAL SERVICES Certification Agency Number Expiration LPST Corrective Action Specialist: TCEQ RCAS00161 10/31/2024 EE&G Texas Board of Professional Texas Board Geoscientists: EE&G of Professional 50157 04/30/2024 Geoscientists Texas Natural LPST Corrective Action Project Resource CAPM01524 No Expiration Manager: Britten Conservation Commission Texas Board of Professional Texas Board Geoscientists: Britten of Professional 1922 7/31/2024 Geoscientists Texas Board of Professional Texas Board Geoscientists: Owens of Professional 1363 09/30/2024 Geoscientists Texas Board of Professional Texas Board Geoscientists: Williams of Professional 15173 05/31/2024 Geoscientists LPST Project Manager: Williams TCEQ PM0000698 No Expiration Texas Comptroller HUB (See Section 25) of Public 1752949780600 2/15/2027 Accounts WBE (See Section 25) NCTRCA WB42795NO425 04/30/2025 a r City of Fort Worth I Project #: ENV 24-02 SGW 66 Subcontractor's Licenses and Certifications EE&G, INC. ENVIRONMENTAL SERVICES TEXAS NATURAL RESOURCE CONSERVATION COMMISSION O�P� 6 OFF S y r n ff LPS7Corrective Action Project Manager Certificate of Registration (NON-TRANSFERABU) Be it krwwn that RICHARD BRITTEN has fu fitledaffthe necessary requirements and is hereby registered as an LP57 Correctives'lctionProjectManagerwiththeTexasNawm[ResourceConservatian Commission acid may engage in LPSTcorrective action services within the Sta to of (Texas pursuant to Tale 30, Texas Administrative Cody Chapter 334, Subchapter,v. ?his certificate is valid so long as this certificate is not revoked and is renewed according to law. Registration Nq: Date of Issuance: CAPM01524 December 6, 2000 Exec,c,e Director I TNRCC RICHARD B. BBITTEM, PG Geology f License#2922 Expires July 31, 2024 In acmrdance with the provisions of the Texas Gecedenca Pradha Act, the Texas Board of Professional Geosdentisis hereby ceNees that the above named indNldual has been licensed as a Pmfee i'.wll 0�(\�/'ant sL j k f ` W. David Prdscott, PG, TBPG Chairman wr City of Fort Worth I Project #: ENV 24-02 SGW 67 Subcontractor's Licenses and Certifications EE&G, INC. ENVIRONMENTAL SERVICES _..__.. , ,..,.., :J ,,.,. ., ... ........................... g I TEXAS COMMISSION ON ENVIRONMENTAL QUALITY IV \c" Be it known that ENVIRONMENTAL ENGINEERING & GEOTECHNICS INC has f igtded the requirements in accordance with the Caws of the State of Texas for LPST CORRECTIVE ACTION SPECIALIST License Number: RCAS00161 Issue Date: 09/10/2021 EXpiratim Date: 10/31/2024 eni°T1e v"Qa1vr Texas Commit--£miron aCQ-thy ak�4 f"S MARK A. O WENS, PG a t. Geology { License #1363 5,Expires September 30, 2024 X In accordance with the provisions of the Texas Geoscience Practice Act, the Texas Board of Professional Geoscientists hereby certifies that the above named individual, has been licensed as a Professional Geos .entist. W. David Prescott, PG, TBPG Chairman f City of Fort Worth I Project #: ENV 24-02 SGW 68 Subcontractor's Licenses and Certifications EE&G, INC. ENVIRONMENTAL SERVICES ot<w�r`$ 0b�t EMG, INC Geosdence Firm Registration #50157 Expires April 30, 2024 x4 In accordance with the provisions of the Texas Geoscience Practice Ad, the Texas Board of Professional Geosdentists hereby certifies that the above named entity has been approved as a Registered Geoscience Firm. Becky L Johnson, PG, TBPG Chairman EEAG, INC a Geoscience Firm Registration #501S7 Expires April 30, 2024 In accordance with the provisions of the Texas Geoscience Practice Act, the Texas Board of Professional Geosdentists hereby certifies that the above named entity has been approved as a Registered Geascience Firm. Becky L Johnson, PO, TBPG Chairman TRAVIS ALLEN WILLIAMS, PG Geology License #15173 Expires May 31, 2024 In accordance with the provisions of the Texas Geoscience Practice Act, the Texas Board of Professional Geoscientists hereby certifies that the above named individual has been licensed as a Professlonal Geoscler st. W_ Davidir scott, PG, TBPG Chairman TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it %twwn that TRAVIS ALLEN WILLIAMS hors fulf "tiled the requirements in accordance with the laws of the State of Texas far LPST PROJECT MANAGER License Number: PMo000696 Issue Date: 10/17/2023 E.Viration Date: 10/2o/30oo Interim E,Xecutive Director Teas Commission on EmdronmentafQpality wr City of Fort Worth I Project #: ENV 24-02 SGW 69 Subcontractor's Licenses and Certifications ENVIRONMENTAL LOGISTICS COMPANY, LLC. Certification I Agency Number Expiration Texas Board of Professional Texas Board Geoscientist: Gilbreath of Professional 2632 10/31/2024 Geoscientists Class A/B UST TCEQ ILP002256 4/30/2026 LPST Corrective Action Specialist TCEQ CS0000162 6/7/2026 Valid with PG LPST Project Manager TCEQ CAPM01485 Certification Well Driller TDLR 54735M 10/04/2024 Texas Comptroller HUB (See Section 25) of Public 1752963165100 08/21/2027 Accounts WBE (See Section 25) NCTRCA WFWB34388NO924 09/30/2024 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it !mown that MARK A GILBREATH has fulfilled the re uirements in accordance with the laws o7 the State of Texas for CLASS A&B UST ON-Si'm SUPERVISOR License Number, ILP002256 Issue Date: 03/20/2023 Expiration .`Date: 04/30/2026 Interim Executive Director `reXas Commission on Ei ww ufa ,ttjita(Qui1itty a r City of Fort Worth I Project #: ENV 24-02 SGW 70 Subcontractor's Licenses and Certifications ENVIRONMENTAL LOGISTICS COMPANY, LLC. v AMY T. GILBREATH, PG 4 ogy LicenseGeolk2632 Expires Goober 31, 2024 In accordance With the provisions of the Texas Gaosdence Practice Act, the Texas Board of Professional Gamdemists hereby certifies that the above named individual has been licensed as a Phelf—irronal Geosc/ie�r /t. F I - `t W. David Prescott, PG, TBPG Chairman AMY T. GILBREATH, PG rye° Geology x License #2632 Expires October 31,2024 In accordance With the provisions of the Texas Geesdam e Practice Act, the Texas Board of Professional G.-dentists hereby certifies that the above named individual has been licensed as a prof res/sioon/all G/eos Mist. IF.1 V..,'I��� W. David Prescott, PG, TBPG Chairman TEXAS COMMISSION ON ENVIRONMENTAL QUALITY 0 Be it known that ENVIRONMENTAL LOGISTICS COMPANY LLC has fulfilled the requirements in accordance with the laws of the State of Texas for LPST CORRECTIVE ACTION SPECIALIST ficame Number: CS0000162 Mllllt V I �/,/1,rn� Issue Date: 06/01/2023 Expiration Date: 06/07/2026 rr..,u t mrinrr„inn mi Frr, rrnrrnerrrnl,aufity TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it (known that AMY GILBREATH PG has f 4iffetf the requirements in accordance with the laws of the State of 17exas for LPST PROJECT MANAGER License Number: CAPM01485�— Issue Date: 05/02/2012 `E:,yPiration Date: Valid if PE or PG license is F ecutive 'oi>ector not revoked and is renewed ?exas Commission on ZnvironmentalQuality according to law. a r City of Fort Worth I Project #: ENV 24-02 SGW 71 Subcontractor's Licenses and Certifications ENVIRONMENTAL LOGISTICS COMPANY, LLC. TEXAS DEPARTMENT OF LICENSING AND REGULATION II PO Box 12157 Austin, Texas 78711 CEDRIC CASCIO I'"I'lll'IIIIIII'IIIIIIII"II"III"IIII'lllll'I'PhIhIIII'IIII The Texas Department of Licensing and Regulation (TDLR) is responsible for licensing and regulating a broad range of occupations, businesses, facilities, and equipment in Texas. Our purpose is to protect the health and safety of Texans and ensure they are served by qualified professionals. We foster a predictable regulatory climate and avoid unreasonable government interference. In all of these endeavors, we: are open and transparent; • apply clear, consistent, and common- sense standards; • keep costs low and efficiency high; and deliver exceptional customer service. For assistance contact Customer Service Customer.service@tdlr.texas.gov 512-463-6599 800-803-9202 (toll free statewide) TDLR's Mission: To honor the trust of all Texans, safeguard the public, and provide a fair and efficient licensing and regulatory environment at the lowest possible cost. TDLR's Vision: To be the leader in public service by creating innovative, low-cost licensing and regulatory "next" practices, and cultivating highly -engaged employees who provide exceptional customer service. TDLR's Core Values: Accountability Customer Service Innovation Integrity Open and Free Communication Respect Teamwork Visit us on the web at www.tdlr.texas clov STATE OF TEXAS CEDRIC CASCIO WELL DRILLER §,TDLR TEXAS DEPARTMENT OF LICENSING & REGULATION LICENSE NUMBER 54735 M EXPIRES 1010412024 TEXAS DEPARTMENT OF LICENSING & REGULATION a r City of Fort Worth I Project #: ENV 24-02 SGW 72 Subcontractor's Licenses and Certifications SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. Certification Agency Number Expiration UST Contractor TCEQ CR0000220 5/31 /2024 Hazwoper 8-Hour Refresher: Garcia OSHA NA 03/31/2024 Hazwoper 8-Hour Refresher: Padgett OSHA NA 03/31/2024 Hazwoper 8-Hour Refresher: Zuniga OSHA NA 03/16/2024 Hazwoper 8-Hour Refresher: Alcala OSHA NA 03/31/2024 Class B UST On -Site Supervisor: Jesus TCEQ 02/28/2026 02/28/2026 WBE (See Section 25) NCTRCA WFWB28419NO725 7/31/2025 Texas Comptroller 01 /30/2024 HUB (See Section 25) of Public 1752205887800 - Applied for Updated Accounts Certification a r City of Fort Worth I Project #: ENV 24-02 SGW 73 Subcontractor's Licenses and Certifications SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. 4 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that G L MORRIS ENTERPRISES INC has futfiCCed the requirements in accordance with the taws of the State of Texas for license Number: CR0000220 Issue Date: OS/18/2021 Expiration Date: OS/31/2024 UST CONTRACTOR Executive Director Texas Commission on Environmenta(2uatity 7751I FRO- ar City of Fort Worth I Project #: ENV 24-02 SGW 74 Subcontractor's Licenses and Certifications SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. CERTIFICATE OF COMPLETION Juan (Carlos) Garcia has successfully achieved the certification HAZWOPER 8 Hour Refresher (OSHA 29 CFR 1910.120/1926.65) CLU: 1.0 Contact Hours: R Completion Date: March 31. 20 H FER Expiration Date: March 31, 2024 Instructor: Jacob M. Moore DIR ENV H&S i irate: 100261 1 1A CERTIFICATE OF COMPLETION Casey Padgett has successfully achieved the certification HAZWOPER 8 Hour Refresher (OSHA 29 CFR 1910.120/1926.65) IL Contact Hours: 8 Completion Date: March 31, 2023 Expiration Date: March 31. 2024 `Instructor: Jacob M. Moore DIR ENV H&S a r City of Fort Worth I Project #: ENV 24-02 SGW 75 Subcontractor's Licenses and Certifications SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that JESUS ZUNIGA has fuffiffed the re uirements in accordance with the laws o7the State of Texas for CLASS B UST ON -SITE SUPERVISOR License Nurnder: US0000750 ' Issue Date: 01/26/2023 Expiration Date: 02128/2026 laterim Executive Director 'Texas Cornrnission on Environmental Quality eTrai n i n g , Inc. ., 1xrffirat.e of (ILI.am .Cetion This certifies that Jesus Zuniga has received 8 hours of training for successfully completing the Hazwoper 8 Hour Refresher 2023 OSHA 29 CFR 1910.12011926. 65 - 8 Hours March 16, 2023 Certificate Number: 212582 www.etraintoday.com Niall O'Malley, President Larry A. Baylor, VP Content Development a r City of Fort Worth I Project #: ENV 24-02 SGW 76 Subcontractor's Licenses and Certifications SUNBELT INDUSTRIAL - G.L MORRIS ENTERPRISES, INC. CERTIFICATE OF COMPLETION Juan (Ramon) Alcala has successfully achieved the certification HAZWOPER 8 Hour Refresher (OSHA 29 CFR 1910.120/1926.65) CEU: 1.0 Contact Hours: 8 Completion Date: March 31, 2023 Expiration Date: March 31, 2024 IN Instructor: Jacob M. Moore DIR ENV H&S Certificate: 10021862 a r City of Fort Worth I Project #: ENV 24-02 SGW 77 Subcontractor's Licenses and Certifications DHL ANALYTICAL, INC. Certification Agency mber Expiration Texas Commission on NELAP Environmental Quality T104704211 4/30/2024 (TCEQ) HUB Texas Comptroller of 1742868852100 12/5/2026 Public Accounts 2��pP RECOCV Texas Commission on Environmental Quality NELAP-Recognized Laboratory Accreditation is hereby awarded to >'� TNI a, 101 TO0o.- DHL Analytical, Inc. 2300 Double Creek Drive Round Rock, TX 78664-3801 in accordance with Texas Water Code Chapter 5, Subchapter R, Title 30 Texas Administrative Code Chapter 25, and the National Environmental Laboratory Accreditation Program. The laboratorys scope of accreditation includes the fields of accreditation that accompany this certificate. Continued accreditation depends upon successful ongoing participation in the program. The Texas Commission on Environmental Quality urges customers to verify the laboratory's current location(s) and accreditation status for particular methods and analyses (www_tceq-texas .govlgotollab). Accreditation does not imply that a product, process, system or person is approved by the Texas Commission on Environmental Quality_ Certificate Number: T104704211-23-29 Effective Date: 5/1/2023 Expiration Date: 4/30/2024 Executive Director Texas Commission on Environmental Quality a r City of Fort Worth I Project #: ENV 24-02 SGW 78 Provider's Insurance Coverage Section 17 Provider's Insurance Coverage ,aco OR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD YYYY) 4/l/2024 I 3/22/2023 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies I NAMEACT 444 W. 47th Street, Suite 900 I PHONE FAX ((A/C. No. Eztl: (A/C. No): Kansas City MO 64112-1906 I E-MAIL (816) 960-9000 ADDRESS: kcasu@lockton.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers Property Casualty Company OfAmerica 25674 INSURED TERRACON CONSULTANTS, INC. INSURER B : Allied World Assurance Company (U.S.) Inc. 19489 1312891 10841 S. RIDGEVIEW ROAD I INSURER c : The Travelers Indemnity Company 25658 OLATHE KS 66061 I INSURER D : The Travelers Indemnity Company of America 25666 INSURER E : Lloyds Of London INSURER F : COVERAGES TERC001 CERTIFICATE NUMBER: 13881552 REVISION NUMBER: XXXXXXX 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 REQUIREMENT, 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR rypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD VIVO POLICY NUMBER (MMIDDIYYYYI (MMIDD/YYYYI A X COMMERCIAL GENERAL LIABILITY N N TC2J-GSLA-9P529930 4/1/2023 4/1/2024 EACH OCCURRENCE $ 2,000.000 DAMAGE TO RENTED CLAIMS -MADE rx] OCCUR PREMISES Ea occurrence) $ 1,000.000 X CONTRACTUAL LIAB MED EXP (Any one person) $ 25,000 X XCU COVERAGE PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY � jE LOC PRODUCTS - COMP/OP AGG $ 4,000,000 OTHER: $ A AUTOMOBILE LIABILITY N N TC2J-CAP-131J3858 4/1/2023 4/1/2024 Ea aBINEDtSINGLE LIMIT $ 2,000,000 X ANY AUTO BODILY INJURY (Per person) $ XXX�IL�� OWNED SCHEDULED BODILY INJURY (Per accident) $ XXXX3� AUTOS ONLY AUTOS HIRED NON -OWNED PROPERTY DAMAGE (Per $ }{XXXyxX AUTOS ONLY AUTOS ONLY accident) $ XXXXxxx A X UMBRELLA LIAB X OCCUR N N CUP-4W208814 4/1/2023 4/1/2024 EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS -MADE (EXCLUDES PROF. LIAB. AGGREGATE $ 5,000,000 DED I X I RETENTION$ $0 $ XXXXXXX WORKERS COMPENSATION N PER OTH- X D C AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN UB-IT88663A (AOS) UB-IT885681 (AZ, MA, WI) 4/1/2023 4/1/2024 4/1/2023 4/1/2024 STATUTE ER I E.L. EACH ACCIDENT $ 1.000.000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1.000.000 B CONTRACTORS N N 0312-6506 4/1/2023 4/1/2025 $10,000,000EACH POLLUTION LIAB OCCURANCE/AGGREGATE E PROFESSIONAL LDUSA2305180 4/l/2023 4/1/2024 $1,000,000 EACH CLAIM/$ 1,000,000 LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) PROOF OF COVERAGE. THE UMBRELLA LIABILITY IS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY, AND EMPLOYER'S LIABILITY PER THE POLICY TERMS, CONDITIONS, AND EXCLUSIONS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 13881552 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN SPECIMEN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIV . © 1988 015 ACORD CO PORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 1 City of Fort Worth I Project #: ENV 24-02 SGW 79 Provider's Vendor Compliance to State of Law Certification Section 18 Provider's Vendor Compliance to State of Law Certification 1.16 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State or Texas) RFQ projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your RFQ to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non -Resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principle place of business, are not required to underbid resident bidders. B. Our principle place of business or corporate office(s) is in the State of Texas. ❑ Bidder: Terracon Consultants, Inc. Company Name Kevyn Gunn By: (Please Print) Sign ure Senior Associate Title (Please Print) The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. 1 City of Fort Worth I Project #: ENV 24-02 SGW 80 Provider's Contractor's Responsibilities Certification Section 19 Provider's Contractor's Responsibilities Certification 1.17 CONTRACTOR'S RESPONSIBILITIES Contractor is responsible for becoming familiar with the character, quality, quantity of work to be performed, materials and equipment required. Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, unless otherwise specified in this Request for Qualifications. All costs associated with preparing a RFQ in response to the solicitation shall be borne by the bidder. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. PROVIDER: Terracon Consultants, Inc. Company Name 1801 Handley Ederville Road Address Fort Worth, Texas 76118 City, State, Zip By: Kevyn Gunn (print or type n me of signatory) IAT (Signature) Senior Associate Title (print or type) wr City of Fort Worth I Project #: ENV 24-02 SGW 81 Provider's Qualifications Summary Certification Section 20 Provider's Qualifications Summary Certification 2.4 QUALIFICATIONS SUMMARY TO THE CITY OF FORT WORTH: The undersigned hereby proposes to furnish the equipment, labor, materials, superintendence, and any other items or services necessary to perform the required environmental and engineering consultant services related to soil and groundwater remediation at City facilities or sites. Contractor equipment and personnel are capable of performing each type of procedure listed in the scope of work (Section 2.5) either with in house resources or through subcontracts. All Qualification Documents have been submitted in a sealed envelope. Unit prices are provided within the Proposal Documents in Section 2.6. Contractor shall begin work after coordination with City's respective Project Manager. This Qualifications Summary and the accompanying Qualification Documents are intended to be complete and will remain valid for one -hundred and twenty (120) days from the date of submittal. PROVIDER: Terracon Consultants, Inc. (Company Name) 1801 Handley Ederville Road (Address) Fort Worth, Texas 76118 (City, State, Zip) (817)268-8600 Phone) BY: Kevyn Gunn (pr4itortype name signatory) (Signa(tur Senior Associate Title (print or type) kevyn.gunn@terracon.com (Email) 1 City of Fort Worth I Project #: ENV 24-02 SGW 82 Provider's Legal and Compliance Certification / Statement Section 21 Provider's Legal and Compliance Certification 2.13 CERTIFICATION OF PROVIDER'S LEGAL AND COMPLIANCE HISTORY Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Provider's, Provider's officers, Provider's employees, and Provider's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. PROVIDER: Company Name (signature) Date Certification of NO Legal Action BY: (print or type name of signatory) Title (print or type) I certify under penalty of law that the legal and compliance history of Provider, Provider's officers, Provider's employees, and Provider's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I hereby certify that no legal action relating to the protection of the environment was brought against Provider, Provider's officers, Provider's employees, or Provider's proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. PROVIDER: Tenacon Consultants, ic. Compa Name (sig tur 01/07/2024 Date BY: Kevyn Gunn (print or type name of signatory) Senior Associate Title (print or type) 1 City of Fort Worth I Project #: ENV 24-02 SGW 83 Provider's Legal and Compliance Statement LITIGATION STATEMENT - SECTION 2.14 Litigation Statement Terracon is a large engineering firm specializing primarily in geotechnical, environmental, and construction materials testing, and we perform tens of thousands of projects nationwide. Given the large volume of projects we perform annually, we are subject to periodic claims and litigation. The number of claims received annually is a very small percentage of the overall number of projects performed, well less than 0.5% of the total. As a large firm performing many projects, on very rare occasions we have terminated services on our projects prior to project completion. These situations usually arise from a failure to pay for those services, or from decisions to reduce our scope of service to the point where we are no longer comfortable, from a professional perspective, with the continuation of our services on a project. Again, we would stress that we perform several thousand projects annually and these situations arise very rarely and only after thorough efforts to reasonably resolve these issues. Terracon carries a robust program of insurance to protect us and our clients when applicable against claims arising out of our services. The majority of our reported claims are not ultimately pursued against Terracon. In the claims that are pursued, Terracon has been very successful in defending itself against claims and in many of these cases, has been able to be completely vindicated. None of our claims have in the past impacted or are estimated in the future to impact either the financial strength of our company or the ability to provide quality services to our clients. Due to the confidentiality and sensitivity of claim information, Terracon does not provide specific information on individual claims or litigation. If you have any specific questions or concerns about this disclosure, feel free to contact us to discuss further. a r City of Fort Worth I Project #: ENV 24-02 SGW 84 Provider's Prevailing Wage Rate Certification Section 22 Provider's Prevailing Wage Rate Certification 2.14 PREVAILING WAGE RATE A Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade may be found at: http://www.texoassociation.org/Chapter/waeerates.asp. A worker employed on a public work by or on beha If of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractoror subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. CONTRACTOR: Terracon Consultants, Inc. Company Name 1801 Handley F.derville Road Address Fort Worth, Texas 76118 City, State, Zip By: Kevyn Gunn ( " t or type na a of signatory) (Si atu�r Senior Associate Title (print or type) 1 City of Fort Worth I Project #: ENV 24-02 SGW 85 Provider's Worker's Compensation Certification Section 23 Provider's Worker's Compensation Certification 2.15 WORKER'S COMPENSATION COMPLIANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project, designated RFQ ENV 24-02: SGW Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Terracon Consultants, Inc. By: Kevyn Gunn Company (Please Print) 1801 Handley Ederville Road Signatu • 141 Address Fort Worth, Texas 76118 Title: Senior Associate City/State/Zip (Please Print) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENT: COU NTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared T Ne 61 V 1 A �A known to me to be the person whose name is subscribed to i the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of � Prco+J rl)6 u( c.�� s Ify for the purposes and consideration therein expressed and, in the capacity, therein stated. GIV N RMYHAND SEAL OF OFFICE this 11 day -of /1,,, --- No in nd )orthe State of Texas Ci of Foorth RFQ ENV 24-02: SGW 2024 ���pvru SALLY MOORE NOTARY PUBLIC STATE OF TEXAS MY COMM. EXP 12/16/2024 �'MDFt�� NO'IApY�j1a�RIMW44 wr City of Fort Worth I Project #: ENV 24-02 SGW 86 Provider's Nondiscrimination Certification Section 24 Provider's Nondiscrimination Certification 2.16 NONDISCRIMINATION All City contractors are required to comply with Chapter 17, "Human Relations," Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Proposer agrees that Proposer, its employees, officers, agents, contractors or subcontractors, have fully complied with all provisions of such Ordinance, and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by Proposer, its employees, officers, agents, contractor or subcontractors herein. PROPOSER: Terracon Consultants, Inc. Ke n Gunn BY: �'y Company Name (P ' or type name of signatory) 1801 Handley Ederville Road Address (Sig atu¢ Fort Worth, Texas 76118 Senior Associate City, State, Zip Title (print or type) Remainder of page intentionally left blank wr City of Fort Worth I Project #: ENV 24-02 SGW 87 Business Equity Goal Documentation Certification Section 25 Business Equity Goal Documentation Certification TERRACON EXPERIENCE M/WBE PARTICIPATION GOALS Terracon is fully committed to meeting or exceeding the City of Fort Worth's M/WBE goal of 16% for this contract. Our approach to M/ WBE participation included first reviewing the RFQ to identify scope items that can be performed by M/WBE firms, either as an extension to our professional staff, or where Terracon normally subcontracts certain services. We identified nine firms as a prospective M/WBE firm and contacted them to see if they were interested in participating on our team. POST -AWARD CONTRACTING Terracon understands the procedures and unique aspects to M/ WBE contract administration for work with public entity clients, from the work authorization process through invoicing, and the specific forms involved. We will also assign a M/WBE Contact for the City of Fort Worth, Jennifer Crumby, [phone: (214) 666-6038, email: jennifer. crumby@terracon.com], who is experienced with M/WBE utilization documentation, and who understands each contract's unique procedures, so there is consistency and continuity. Finally, successful contract and M/WBE administration requires professionals who have an appreciation for the "attention to detail" these contracts require. Terracon assigns competent project managers and administrative personnel who have demonstrated commitment to contract administration and meeting M/WBE participation goals of this type. TERRACON'S 2024 COM TMENT TO EQUAL EMPLOYMENT OPPORTUNITY Terracon is committed to affirmative action and equal employment opportunity. It remains our policy to provide equal employment opportunity to all persons consistent with employment qualifications and applicable laws regarding discrimination because of race, color, religion, sex, sexual orientation, gender identity, national origin, age, disability, veteran or other protected status. Terracon will recruit, hire, train, and promote persons in all job titles, and ensure that all other personnel actions are administered without regard to such protected categories. Terracon recognizes that the effective application of a policy of merit employment involves more than just a policy statement and will, therefore, implement its Affirmative Action Plan (AAP) in a positive and aggressive manner and will make known Terracon's commitment to this effort and that equal opportunities are available within Terracon on the basis of individual merit. Terracon will solicit and encourage all persons to seek opportunities within Terracon and to pursue advancement possibilities. EXAMPLE OF EXCEEDING GOALS Terracon just completed assisting the City of Fort Worth on their $300,000 EPA Brownfields Assessment Grant, and in accordance with our HUB Utilization Plan, approximately 23% of the work went to our M/WBE partners. 1 City of Fort Worth I Project #: ENV 24-02 SGW 88 Business Equity Goal Documentation Certification BUSINESS EQUITY ORDINANCE (SECTION 2.3) 2.3 Business Equity Ordinance 25165-10-2021 Business Eauity Division Provisions: All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation with the Business Equity Program in the procurement of goods and services. If the total dollar value of the contract is greater than $100,000, then a Business Equity subcontracting goal may be applicable. The undersigned acknowledges the City's Business Equity requirements has been established at 16% for this contract. PROVIDER: Terracon Consultants, Inc. Company Name 1801 HandleyEderviileRoad Address FortWorth, TX 76118 City, State, Zip City of Fort Worth By: Kevyn Gunn (pri r type name/of signatory) (Signature) Senior Assoicate Title (print or type) Remainder of Page Intentionally Left Blank RFQ ENV 24-02: SGW Page 27 of 44 wr City of Fort Worth I Project #: ENV 24-02 SGW 89 Business Equity Goal Documentation Certification PRIME CONTRACTOR WAIVER FORM (ATTACHMENT 1 B) ATTACHMENT1B FORT WORTH Page 1 of 1 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: I Check applicable block to describe Prime Terracon Consultants, Inc. PROJECT NAME: Soil and Groundwater Site Remediation Program City's MBE Project Goal: I Offeror's MBE Project Commitment: 16 % 20 % ClMIWBE IVI NON-MWBE BID DATE 02/01 /2024 PROJECT NUMBER ENV 24-02 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasinq Division no later than 2:00 p.m.. on the second Citv business day after bid ooeninq, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this ® NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? ❑ YES l If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original 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 res t in a determination of an irresponsible Offeror and barred from participating in City work for -a period of ti not less than one (1) year. 1 Kevyn Gunn Aut o zed SItGre Printed Signature 7 Senior Associate Title ontact Name (if different) Terracon Consultants, Inc. (214) 630-1010 (214) 630-7070 Company Name Phone Number Fax Number 1801 Handley Ederville Road Kevyn Gunn Address Email ddress Fort Worth, Texas 76118 01/17/2024 City/StatefZip Date ENV 23.01 pagR083/13/2022 Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 1 City of Fort Worth I Project #: ENV 24-02 SGW 90 Business Equity Goal Documentation Certification UTILIZATION FORM (PAGE 212) City of Fort Worth ATTACHMENT1A FORT WORTH Business Eauitv Utilization Form Pagel of Disadvantaqed Business Enterprise Utilization Form (Applicable if Federally -Funded) PRIME/OFFEROR/OWNER COMPANY NAME: Terracon Consultants, Inc. PROJECT NAME: Soil and Groundwater Site Remediation Program PROJECT NUMBER: BID DATE: City's Business Equity Goal: Offeror's Business Equity (or DBE) ENV 24-02 SGW 02/01 /2024 �EZ (Check if addressing DBE Goal) 20 % Commitment: 80 % all applicable boxes to describe Not Certified MBE WBE ❑DBE 11 HUB ❑VOSB Section 3 Offeror/Owner's Classification:11 Certifying Agency: ❑ NCTRCA D/FW MSDC TX DOT WBCS Other: Ethnicity: ❑African American Hispanic Caucasian Asian ❑ Native American Gender: El Male Female11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA. ICA. and CDBG Droiects. ddocuments will be submitted to the Citv Proiect Manaaer if publicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer oroiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth includina portions of Denton. Parker. Wise. and all of Tarrant. Dallas. and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE reaular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a reaular dealer. count the entire amount of fees or commissions charged for assistance � in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all caseV T3��dff69 pr is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60 % of the services count towards the goal. Effective 01/01/2021 Updated 03/24/2022 1 City of Fort Worth I Project #: ENV 24-02 SGW 91 Business Equity Goal Documentation Certification UTILIZATION FORM (PAGE 213) ATTACHMENT FORT WORTH ae2of4 Business Eauitv Utilization Form Please note that only certitied business Equity tlrms will be counted to meet the business Equity goal. Pnme/Utterors are required to identity ALL subcontractors/Suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box F�if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Eauity firm names as listed on their certification. including DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) I Specify Tier 1 Certification Agency t Tier Gender and Ethnicity: Business Name: EE&G Type of Service/Supplies: Certified B y: is El Male ®Female ❑Non -Binary Address: 1632 Southeast Parkway, Environmental Remediation ❑D/FW MSDC ❑ African American ❑ Hispanic Azle, Texas 76020 ®NCTRCA Phone: (972)383-0001 NAICS Code: 54 ❑TXDOT ❑WBCS ❑Asian Email: kmillette@ee-g.com ❑Other: ❑ Caucasian ❑ Native Contact Person: Kim Milette $ AMOUNT: 5% American Business Name: ELC Type of Service/Supplies: Certified B y' El ®Female ❑Non -Binary Phase II/ Environmental Remediation �❑ DFW MSDC Address: 413 Metro Park Drive, McKinney, TX 75071 NCTRCA ❑ African American ❑ Hispanic Phone: (469) 742-9981 NAICS Code: 54 ❑TXDOT ❑WBCS ❑ Asian Email: ccascio@envirologistics.com ❑Other: ❑Caucasian ❑Native Contact Person: Cedric Cascio $ AMOUNT: 5% American Business Name: Sunbelt Industrial Services Type of Service/Supplies: Phase II / Environmental Remediation Certified By: ❑Male ® Female ❑ Non -Binary DFW MSDC Address: 2415 Cullen Street, Fort Worth, TX 76107 ❑NCTRCA ❑ African American ❑ Hispanic Phone: 972 492-5108 ( ) NAICS Code: 54 YJ ❑TXDOT ❑WBCS ❑ Asian Email: Imcclure@sun-belt.com Other: ❑Caucasian ❑Native Contact Person: Lance McClure $ AMOUNT: 10% American ENV 23-01 page 213 1 City of Fort Worth I Project #: ENV 24-02 SGW 92 Business Equity Goal Documentation Certification UTILIZATION FORM (PAGE 215) ATTACHMENTI Page 4 of FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ 80% Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ 20% Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ 0 TOTAL DOLLAR AMOUNT OF CERTIFIED PRIMEIALL SUBCONTRACTORS/SUPPLIERS $ 100% TBD The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly 'srepresents mate ' I f s shall be Debarred for a period of time of not less than three (3) years. (�� KeGunn Authorize $igna 11 Printeded Signature Senior Associate Senior Associate Title Contact Name and Title (if different) Terracon Consultants, Inc. (214) 630-1010 Company Name Phone Number 1801 Handley Ederville Road kevyn.gunn@terracon.com Address Fort Worth, Texas 76118 City/StatelZip Code Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 Email Address January 17, 2024 Date ENV 23-01 page 215 1 City of Fort Worth I Project #: ENV 24-02 SGW 93 Business Equity Goal Documentation Certification LETTER OF INTENT - EE&G PROJECT# 24-02 SGW BID# ENV SGW as a.ckone Amendment Change Order Business Equity Division LETTER OF INTENT A.0alneas Equity Sub-Corthar rfCotsattltart Irtorr o0on: A certified Business Eaultv firm Is owned by a 1011nortty or Woman Business Entarnrin (tA WRI [Pursuant to the City of Fort Worth% Business Equity Ordinance, certified Business Equity flmns participating under the Ordinance must be certifW prior to recommendation of award in order to be counted lawards the Business Equity contract god. Certifying agencies acceptable by the City: North Central Terms Regional Certification Agency (NCTRCA), DallasfFort Worth Minority Supplier Development C o u n c 11, 1 n c. (DFW M S D C), Women's Business C o u n c I I- S o u t h w e s t (WBCS), o r t In e T e x a a D e p a r t m a n t o f Transportations (TXDOT). Note: For Federally -Funded pmjeds the firm must be certified as a Disadvantaged Business Enterprise (DBEJ by the NCTRCA andlorTXDOT only.] All Fields are Required - Do not leave blank, t NameofProed EW 24-02 Soil and Groundv; ter Site Remediation Proaram 2 Name ofofferodPrimeContrador. Terracon Consultants, Inc. Name of Business Equity Finn: EE&G INC. Address: 1632 Southeast Pkwy., Azle, TX 76020 Rrm Contact NameRhore: Bruce Britten, 972-383-0001 C The undersigned Is prepared to perform the following described work andlor supply the materiel listed In connection with the above project (where applicable specily -supply' or 9nstali or both): NAILS Code:541620,562910 Aoaar� en e a mane (Slpnabee of Oararftftd:W Agar of CeNbd Bwrnpa E9War R" rIi+th 00L8-q. Cnm (EmdAd&e-) J B. AN01111: of OffemdPillin I HEREBY DECLARE AND AFFIRM that Kevvn Gi r n (owj, A wW A9." in the amount of $ (wree of Cerlbd Fly Rrt� rinl'-toa q 7,2 - 3*3 -DOD1 (Plwne N-be0 am the duty authorized representative of Terracon Consultants Inc. and that I have penmraly reviewed the material and facts (Nary of OanodPr� set forth In this Letter of Intent. To the best of my knowledge, information and belief, the fads In this form are true, and no matmIal fads have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordnance, any pmsonlerdlty that makes a false or fraudulent statement In connection with participation of a certified firm in any City of Fort Worth contact may be referred for debarment procedures under the City of Fort Worths Business Equity Ordinance. I do solermly swear or affirm that the signatures contained herekn and the information provkded by the Of'fenodPrime are true and correct, and that I am authortred an behalf of the Offeror/Prime b make the atfldavlt. rl— key (n.qunnpterracon.corn (E-I�Ad�reac) Deputmmt of DiVenly and IMIMM Business Egaity I MOioa Emau DVAN_BEQfce&bAwmtlwnae.gcv Ph:917-392-2674 Terracon Consultants, Inc. (Mmaroaeiodprerol 1/10/2024 (00) t214) 630-1010 (Phone Numbs) ENV 23-0f page 210 1 City of Fort Worth I Project #: ENV 24-02 SGW 94 Business Equity Goal Documentation Certification M/WBE CERTIFICATION - EE&G Texas Historically Underutilized Business (HUB) Certificate CertificateNID Number: 1752949780600 Approval Date: February 15, 2023 Scheduled Expiration Date: February 15, 2027 The Texas Comptroller of Public Accounts (CPA), hereby certifies that EE&G, INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed February 15, 2023, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day to day management, operational control, business location) provided in the submission of the business; application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. Statewide HUB Program Statewide Procurement Division Note: In order for State agencies and Institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateMD Number identified above. Agencies, universities and prime contractors are encouraged to verity the company's HUB certification prior to issuing a notice of award by accessing the Internet thtWimycpa.cpa.state.bl.usftp mmbimrdinndexjsp) or by contacting the HUB Program at 572-463-5672 or toll -free In Texas at 1.88E-883-5881, f City of Fort Worth I Project #: ENV 24-02 SGW 95 Business Equity Goal Documentation Certification M/WBE CERTIFICATION - EE&G Women Business Enterprise (WBE) NCTBCA EE&G, Inc. EE&G, Inc. has filed with the Agency an Affidavit as defined by NCTRCA Women Business Enterprise (WBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 541620: ENVIRONMENTAL CONSULTING SERVICES This Certification commences April 11, 2023 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: April 30, 2025 Issued Date: April 11, 2023 CERTIFICATION NO. WFWB42795NO425 Certification Administrator wr City of Fort Worth I Project #: ENV 24-02 SGW 96 Business Equity Goal Documentation Certification LETTER OF INTENT - ELC FORT WORTH® Business Equity Division LETTER OF INTENT A.Business Equity Sub-Contractor/Consultant Information: A certified Business Equitv firm is owned by a Minority or Woman Business Enterprise IWWBE) PROJECT# 24-02 SGW BID# ENV SGW (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 the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW M S D C ), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required- Do not leave blank. 1. Name of Project: ENV 24-02 Soil and Groundwater City RPmf,0iation Program 2. Name ofOfferordPrimeContractor: Terracon Consultants, Inc. 3, Name of Business Equity Firm: Environmental Logistics Company, LLC Address: P.O. Box 3238 McKinney, TX 75070 Firm Contact Name/Phone: Cedric Cascio (469) 742-9981 (x3) 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): Environmental remediation and drilling services NAICS Code: 562910 Cedric Cascio (Owner/ Authorized Agent) Type or Print Name (Signature of Owner (Authorized Agent of Certified Business Equity Firm) ccascio@envirologistics.com (Email Address) B. Affidavit of Offeror/Prime In the amount of $ Environmental Logistics Company, LLC (Name of Certified Business Equdy Finn) January 9, 2024 (Date) (469) 742-9981 (Phone Number) I HEREBY DECLARE AND AFFIRM that Kevvn Gunn am the duly authorized representative of (OwnerfAuthorized Agent) Terracon Consultants, Inc. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any persontentity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Ke n Gunn (Owner tllh zed(AA/gent)T a rintName (s gn re ArrlAuthonzed Agent) kevyn.�unn(cOerracon.com (Email Address) Department of Diversity and Inclusion Business Equity Division Email: DVIN BE0ffic6g) ortworthtexas.goV Ph:817-392-2674 Terracon Consultants, Inc. (Name of Offeror/Prime) 1 /10/2024 (Date) 1214)630-1010 (Phone Number) ENV 23.01 page 210 wr City of Fort Worth I Project #: ENV 24-02 SGW 97 Business Equity Goal Documentation Certification M/WBE CERTIFICATION - ELC Texas Historically Underutilized Business (HUB) Certificate CertificateNlD Number: 1752963165100 Approval Date: August 21, 2023 Scheduled Expiration Date: August 21, 2027 The Texas Comptroller of Public Accounts (CPA), hereby certifies that ENVIRONMENTAL LOGISTICS COMPANY, LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed August 21, 2023, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day to day management, operational control, business location) provided in the submission of the business; application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. Statewide HUB Program Statewide Procurement Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateNlD Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet (httpsJ/mycpa.cpa.state.lx.usttpasscmblseamhAndexjsp) or by contacting the HUB Program at 512-463-5872 or toll -free in Texas at 1-888-863-5881. 1 City of Fort Worth I Project #: ENV 24-02 SGW 98 Business Equity Goal Documentation Certification M/WBE CERTIFICATION - ELC Women Business Enterprise (WBE) ENVIRONMENTAL LOGISTICS COMPANY, {.� LLC ENVIRONMENTAL LOGISTICS COMPANY, LLC has filed with the Agency an Affidavit as defined by NCTRCA Women Business Enterprise (WBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 541620: ENVIRONMENTAL CONSULTING SERVICES NAICS 562112: HAZARDOUS WASTE COLLECTION NAICS 562910: ENVIRONMENTAL REMEDIATION SERVICES This Certification commences September 29, 2022 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: September 30, 2024 Issued Date: September 29, 2022 CERTIFICATION NO. WFWB34388NO924 1 Certification Administrator a r City of Fort Worth I Project #: ENV 24-02 SGW 99 Business Equity Goal Documentation Certification LETTER OF INTENT - SUNBELT PROJECT# Z4-Uz aUvv BID# lzrvv au" (ff Applicable Please Check One) ❑ ❑ Amendment Change Order Business Equity Division LETTER OF INTENT A.Business Equity sub-Contractor/Consultant Information: A certified Business Eouity firm is owned by a Minoritv or Woman Business Enterprise (MMBE) [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 C o u n c i 1, 1 n c. (DFW M S D C), Women's Business C o u n c i I- S o u t h w e s t ( WBCS), o r t h e T e x a s D e p a r t m e n t o f Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/orTXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: ENV 24-02 Soil and Gro rr(water Site Remediatimn Pm9ram 2. Name of Offeror/Prime Contractor: TerraCon Consultants, Inc. g, Name of Business Equity Firm: G.L. Morris Enterprises, DBA Sunbelt Industrial Services Address: 2415 Cullen St., Fort Worth, TX 76107 Firm Contact Name/Phone: 817-877-0866 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: 562000 Lance McClure (Owner/ Authorized Agent) Type or Print Name L�:/�� (Signature of Owner /Authorized Agent or Certified Business Equity Finn) Imcclure@sun-belt.com (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Kevvn Gunn (Owner/Authorized Agent) In the amount of $ (Name of Certified Business Equfy Firm) (Date) (Phone Number) am the duly authorized representative of TerraCon Consultants, Inc. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Key n Gunn o ner thorized Agent) Ty a or Print Name 7,4 (SIgnu&'oMvCk1Agen ) kevyn.gunn@terracon.com TerraCon Consultants, Inc. (Name of Offeror/Prrme) 1 /10/2024 (Date) (214) 630-1010 wr City of Fort Worth I Project #: ENV 24-02 SGW 100 Business Equity Goal Documentation Certification M/WBE CERTIFICATION - SUNBELT Texas Historically Underutilized Business (HUB) Certificate 4wHUB Statewide Historically Underutilized Business Program Certificate/VID Number: 1752205887800 File/Vendor Number: 064929 Approval Date: 30-JAN-2020 Scheduled Expiration Date: 30-JAN-2024 The Texas Comptroller of Public Accounts (CPA), hereby certifies that G. L. MORRIS ENTERPRISES, INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed 31-JAN-2020, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. Statewide HUB Program Statewide Procurement Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the Certificate/VID Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet (https://mycpa.cpa.state.tx.us/tpasscmbisearch/index.jsp) or by contacting the HUB Program at 512-463-5872 or toll -free in Texas at 1-888-863-5881. Rev. 06/19 a r City of Fort Worth I Project #: ENV 24-02 SGW 101 Business Equity Goal Documentation Certification M/WBE CERTIFICATION- SUNBELT Women Business Enterprise (WBE) K ROA G.L. Morris Enterprises Inc. / dba Sunbelt Industrial Service DBA Sunbelt Industrial G.L. Morris Enterprises Inc. / dba Sunbelt Industrial Service DBA Sunbelt Industrial has filed with the Agency an Affidavit as defined by NCTRCA Women Business Enterprise (WBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 238910: SITE PREPARATION CONTRACTORS NAICS 562111: WASTE HAULING, LOCAL, NONHAZARDOUS SOLID This Certification commences July 11, 2023 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: July 31, 2025 Issued Date: July 11, 2023 CERTIFICATION NO. WFWB28419NO725 Certification Administrator a r City of Fort Worth I Project #: ENV 24-02 SGW 102 Exceptions Letter Section 26 Exceptions Letter TO: City of Fort Worth, Texas FROM: Terracon Consultants, Inc. DATE: January 8, 2024 RE: RFQ for Soil and Groundwater Site Remediation Program (ENV 24-02:SGW) Terracon Consultants, Inc. ("Terracon") has reviewed the RFQ from the City and request the following modifications to the terms: • Section 2.10 Insurance - For Professional Liability insurance requirement, replace 'occurrence" with "claim". Delete the following sentence: "Professional Liability Insurance shall be written on a project specific basis." Occurrence based professional liability insurance is not commercially available so Terracon can only provide it on a claims made basis. Terracon intents to meet the professional liability insurance requirement with its practice policy and not a project specific policy. Project specific policies have very expensive premiums, which would be passed on to the City. Terracon has no other concerns with or objections to this RFQ. Terracon is willing to work with the City to reach mutually agreeable language. If you have any questions or concerns about this memo, please do not hesitate to contact Michael Hammann in the Legal Department. He can be reached directly by email at michael.hammann@terracon.com or by phone at (913) 202-7565. a r City of Fort Worth I Project #: ENV 24-02 SGW 103 Invoice Example Section 27 Invoice Example Wrerracon Fort Worth, TX 817-268-8600 Project: Brownfields City of Fort Worth mml�� To: City of Fort Worth TX P.O. Number: FW023-0000005016 Brownfields Assessment Grant - Phase I ESA Terracon Project No. Quantity TASK: Direct Project Labor INVOICE Project Mgr: Jack McCranie REMIT TO: Invoice Number: _ Terracon Consultants, Inc. PO Box 959673 St Louis, MO 63195-9673 Federal E.I.N.: 42-1249917 Project Number: Invoice Date: For Period: Description of Services 6/15/2023 3/18/2023 to 4/29/2023 Rate I I Total 1.25 Hour(s) 3001 - Principal - Jack McCranie $185.00 $231.25 5.50 Hour(s) 3003 - Sr Environmental Scientist/Project Engineer/Geologist/Ind. $175.00 $962.50 Hygienist - Meghan Espinoza 17.50 Hour(s) 3004 - Staff Engineer/Geologist/Environmental Scientist/Industrial $95.00 $1,662.50 Hygienist - Crystal Copley Subtotal $2,856.25 Direct Project Expense $81.19 Cost+ Cheryl's Drafting (WBE) 15% $93.37 $195.00 Cost+ Reg. Database Report 15% $224.25 Subtotal $317.62 Task Total $3,173.87 Invoice Total $3,173.87 TERMS: DUE UPON PRESENTATION OF INVOICE Created on 6/15/2023 Page 1 of 1 a r City of Fort Worth I Project #: ENV 24-02 SGW Client 104 Provider's Conflict of Interest Questionnaire Section 28 Provider's Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. Terracon Consultants, Inc. J Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the Information is being disclosed. Not Applicable Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F1 Yes ® No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? FlYes ®No J Describe each employment or business relationship that the vendor named In Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 61 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts El as,da� ribed in Sectiyrn 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J l\ 01 /15/2024 Sign. re o v 6 or Linsiness with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 wr City of Fort Worth I Project #: ENV 24-02 SGW 105 rracon Explore with us Nationwide ■ Facilities ■ Environmental ■ leotechnical Terracon.com ■ Materials 1801 Handley Ederville Road Fort Worth, Texas 76118 P (817) 268-8600 rraco Explore with us City Secretary Contract No. EXHIBIT E VERIFICATION OF SIGNATURE AUTHORITY TERRACON CONSULTANTS, INC 5908 STONE CREEK DR, SUITE 120 The COLONY, TX 75056 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: Kyle Burroughs Kyle r s(Mar I., 20lMU CDT) Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President / CEO Other Title: Date: Non -Exclusive Vendor Services Agreement Terracon Consultants, Inc Page 16 of 16 M&C Review Page 1 of 4 A CITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FoRT WORTH DATE: 10/15/2024 REFERENCE **M&C 24- LOG NAME: 22SOIL & GROUNDWATER NO.: 0895 REMEDIATION ENV 24-02 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Non -Exclusive Agreements with Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc, Modern Geosciences, LLC, and Terracon Consultants, Inc., for Soil and Groundwater Remediation Services at City -Owned Facilities and Sites for an Annual Amount Up to $400,000.00 and Authorize Four One -Year Renewal Options in the Same Amount for the Environmental Services Department RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive agreements with Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc., Modern Geosciences, LLC., and Terracon Consultants, Inc., for soil and groundwater remediation services at city -owned facilities and sites for an annual amount up to $400,000.00 and authorize four one-year renewal options in the same amount for the Environmental Services Department. The Environmental Services Department released RFQ No. ENV 24-02 to establish an agreement for professional environmental and engineering design and consulting services. These services are aimed at remediating impaired soil and groundwater at various sites across the City. The RFQ included detailed specifications outlining the project background, design scope, and vendor requirements. The RFQ was advertised in the Fort Worth Star -Telegram on December 31, 2023, and January 7, 2024. A pre -qualification meeting was held on January 10, 2024. The City received nineteen (19) responses. An evaluation panel consisting of representatives from the Environmental Services Department reviewed and scored the responses using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Proposers Braun Intertec Corporation Burns & McDonnell Engineering Company, Inc. CDM Smith, Inc. Earth Systems, LLC11 ECS Southwest, LLP 11 Evaluation Factors a b c d e Total Score 31 201 23.7I 101 0 84.7 30 21 23.7 10 4 88.7 30.3 17.71 23.31 7.71 3.3 82.3 24 171 23.71 101 0 74.7 27.3 17.71 23.7I 6.31 3 78 31.3 24.71 24 91 5 94 http://apps.cfwnet.org/council_packet/mc review.asp?ID=32601 &councildate=10/15/2024 12/31/2024 M&C Review Page 2 of 4 Enercon Services, Inc. Ensolum, LLC ESE Partners, LLC Freese and Nichols, Inc. GEI Consultants, Inc GHD Services, Inc InControl Technologies, LLC LCA Environmental Modern Geosciences, LLC Rone Engineering Services, LTD Terracon Consultants, Inc TRC Environmental Corporation VRX, Inc WSP USA Environment & Infrastructure Inc Evaluation Criteria: 26.3 I 20I I 22.71 I 10I 0 79 25.7 171 19.71 10I 0 72.3 30.3 231 23I 10I 4.0 90.3 23.7 20.3I 24I 10I OI 78 23.3 20.7I 241 10I 2.31 80.3 26.7 20.7I 22.71 10I 0 80 27.7 20.7I 22.71 10I 2.7 83.7 28 24 23.3 10 2 87.31 19.7 13 23 5.3 0 611 30.3 21.31 23.3I 10I 4.7 89.7 30.3 18.71 23.31 71 2.7 82 27.7 20.3I 23.31 10I 4.3 85.7 24 21.3 24 10 2.3 81.7 a. Contractor's Capabilities, Qualifications, Experience b. Personnel's Capabilities, Qualifications, Experience c. Subcontractor's Qualifications d. Proposer's Legal History e. Proposer's Work History with City After evaluation, the panel concluded that Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc, Modern Geosciences, LLC, and Terracon Consultants, Inc., presented the best value and necessary coverage for the City. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor meet specifications. FUNDING: The maximum annual amount allowed under the agreement will be $400,000.00; however, the actual amount used will be based on the needs of the department and the available budget. Funding is budgeted in the Environmental Prot Cap Proj Fund for the Environmental Services Department for the purpose of funding the Removal of Haz Materials, Petrol Storage Tank Imp, Asbestos Abatement projects, as appropriated. BUSINESS EQUITY: Burns and McDonnell Engineering Company Inc., is in compliance with the City's Business Equity Ordinance by committing to 16\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. http://apps.cfwnet.org/council_packet/mc review.asp?ID=32601 &councildate=10/15/2024 12/31/2024 M&C Review Page 3 of 4 BUSINESS EQUITY: Enercon Services, Inc. is in compliance with the City's Business Equity Ordinance by committing to 16\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Freese and Nichols, Inc. is in compliance with the City's Business Equity Ordinance by committing to 16.25\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Modern Geosciences, LLC is in compliance with the City's Business Equity Ordinance by committing to 16.25\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Terracon Consultants, Inc. is in compliance with the City's Business Equity Ordinance by committing to 20\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. AGREEMENT TERMS: Upon City Council approval, this agreement will begin upon execution by the Assistant City Manager and expire one year from that date. RENEWAL TERMS: The agreement may be renewed for four (4) additional, one-year terms. This 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. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Environmental Prot Cap Proj Fund for the Removal of Haz Materials, Petrol Storage Tank Imp and Asbestos Abatement projects to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Environmental Services Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID I Year (Chartfield 2) FRAM Fund Department Account Project Program Activity Budget Reference # Amount ID ID , Year (Chartfield 2) Submitted for Citv Manager's Office bv: Valerie Washington (6199) Oriqinatinq Department Head: Additional Information Contact: ATTACHMENTS Cody Whittenburg (5455) Wyndie Turpen (6982) Nixalis Benitez (8570) 1295 ALL Vendors ENV 24-02.Ddf (CFW Internal) 22SOIL & GROUNDWATER REMEDIATION ENV 24-02.docx (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=32601 &councildate=10/15/2024 12/31/2024 M&C Review Page 4 of 4 Burns and McDonnell Compliance Memo Approved-NS.Ddf (CFW Internal) Enercon Services Compliance Memo Approved NS.Ddf (CFW Internal) FIDTABLE-22SOILGROUNDWATER (5).xlsx (CFW Internal) FNI Compliance Memo Approved-NS.Ddf (CFW Internal) Modern Geosciences LLC Compliance Memo Approved NS.Ddf (CFW Internal) Terracon Approved Compliance Memo-NS.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=32601 &councildate=10/ 15/2024 12/31 /2024