Loading...
HomeMy WebLinkAboutContract 63818City Secretary Contract No. FORTWORTHIS *Ir 01 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 BURNS & MCDONNELL ENGINEERING COMPANY, INC. ("Vendor"), a Missouri 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: 1. This Vendor Services Agreement; 2. Exhibit A — Scope of Services; 3. Exhibit B — City of Fort Worth Remedial Design Projects; 4. Exhibit C — Payment Schedule 5. Exhibit D — Contractor's Bid Response to City's RFQ No. ENV 24-02; and 6. Exhibit E — Verification of Signature Authority Form. Exhibits A, B, C, D, and E which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, C, or D 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. 1.1 Vendor will exercise reasonable skill, care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices (the "Standard"). -The City acknowledges that Vendor's services will be rendered without any other warranty, express or implied, beyond Vendor's observance of such Standard. The City's remedy for Vendor's violation of the Standard is set forth in Article 24 of this Agreement. 1.2 Vendor shall rely on the information received by or through City to perform and complete its Services without independent verification. 2. Term. The initial term of this Agreement is for two years, beginning on the date the Assistant City Manager signs 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 OFFICIAL RECORD Non -Exclusive Vendor Services Agreement CITY SECRETARY Page 1 of 22 Burns & McDonnell Engineering Company FT. WORTH, TX "Renewal Term"). 3. Comnensation. 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). Notwithstanding the foregoing, the compensation is not a guaranteed maximum price and Vendor shall have no obligation to complete any work in excess of the agreed upon compensation without written approval of additional funds from City. City may award the Agreement to multiple vendors. Vendor agrees that the City is not 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 both parties approve in writing the additional scope, schedule, and costs for such services. Either party may seek a change order for a change in scope, schedule, and costs related thereto, to be agreed upon by both parties. Further, Vendor may request a change order seeking an equitable adjustment in the compensation or time allowed to perform the Services for any change in the Project, the Agreement or Project related circumstances that affect the cost or schedule of the Services consisting of City -directed or requested changes to the sequence, scope or timing of the Services, any unforeseen or differing site conditions, any suspension of the Services, any disruption or delay not caused by Vendor, any change in applicable law, any discovery of artifacts, or any event beyond the reasonable control of Vendor. 3.2 City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.3 City will pay Vendor in accordance with the Prompt Payment Act (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. 3.4 Following acceptance of the Services by the City, Vendor must provide the City with a signed, readable invoice no later than 30 days after the end of the prior month summarizing (i) the Service(s) that have been completed during the prior month; (ii) purchase order number, and (iii) requesting payment. If the City requires additional reasonable information, it will request the same promptly, in writing, after receiving the above information, and the Vendor must provide such additional reasonable information in writing, to the extent the same is available. Vendor must submit invoices to Supplierinvoices@fortworthtexas.gov and ENV_Purchasing@fortworthtexas.gov. Invoices must include the applicable City Department business unit number and complete City of Fort Worth Number (ex. FW013-0000001234). 3.4.1 The Vendor shall submit corrected/revised invoices within seven (7) calendar days after receiving written notice from the City for a corrected/revised invoice. Non -Exclusive Vendor Services Agreement Page 2 of 22 Burns & McDonnell Engineering Company 3.4.2 Unpaid invoices and/or appeals for service performed throughout the fiscal year (October 1 - September 30) must be resolved within thirty (30) days of the City's new fiscal year. Vendor shall provide its invoices for the last month of the City's prior fiscal year (September 1-30) no later 20 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. 3.5 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-annronriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. Upon reasonable written request by Vendor, the City shall provide evidence of sufficient appropriated funds for the services under this Agreement and for any additive changes in scope and costs thereto, and Vendor shall have a right to suspend its services until receiving adequate evidence of funding without penalty to Vendor. 4.3 Duties and Oblisations 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 plus reasonable costs incurred for wrapping up the services and project files, 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. 4.4 Use of Incomplete Work Product. In the event of termination prior to completion of construction documents, except when documents are marked "FOR CONSTRUCTION", "IFC" or other markings indicating that the designs are final and complete for use, City releases Vendor from any liability for such incomplete documents and waives all claims against Vendor on account of City's reliance upon such incomplete documents. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City, to the best of its knowledge, 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 Non -Exclusive Vendor Services Agreement Page 3 of 22 Burns & McDonnell Engineering Company arise after the Effective Date of this Agreement, Vendor hereby agrees to promptly make full disclosure to City in writing upon its first knowledge of such conflict, to the extent disclosure of such conflict is permitted. 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, except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the 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 promptly 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 reasonably 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 the Services under this Agreement. 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 at least five (5) days advance notice of intended audits. Notwithstanding anything to the contrary herein, in no event shall the City be entitled to audit the composition of any agreed upon fixed rates or percentage multipliers set forth in this Agreement or any subcontract, nor shall it be entitled to audit any rates, charges, costs, hours worked or expenses related to services performed on a lump sum or fixed price basis. 7. Indenendent 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, Non -Exclusive Vendor Services Agreement Page 4 of 22 Burns & McDonnell Engineering Company 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 ACTUAL THIRD PARTY PROPERTY LOSS, THIRD PARTY PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, BUT ONLY 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 AND HOLD HARMLESS THE CITY, THE CITY'S OFFICERS, THE CITY'S AGENTS WHEN IN PERFORMANCE OF DUTIES RELATED TO, OR ARISING FROM, THE TERMS OF THIS AGREEMENT, AND THE CITY'S SERVANTS AND EMPLOYEES, FROM AND AGAINST LOSS, DAMAGES, OR COSTS, FOR EITHER PROPERTY DAMAGE OR LOSS TO THIRD PARTIES AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, 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 third party 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 directs Vendor to use the software and/or documentation or City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe a third party right 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 sole choice and 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 Non -Exclusive Vendor Services Agreement Page 5 of 22 Burns & McDonnell Engineering Company City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non - infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 ENVIRONMENTAL INDEMNIFICATION: THE VENDOR HEREBY RELEASES, INDEMNIFIES, DEFENDS, REIMBURSES, AND HOLDS HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES, AFFILIATES, SUBCONSULTANTS AND SUBCONTRACTORS, AND VOLUNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES, CLAIMS, AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS ARISING OR RESULTING FROM THE PERFORMANCE OF SERVICES, INCLUDING, BUT NOT LIMITED TO, NEGLIGENT DESIGN OF ITS SOIL REMEDIATION PLAN. 8.4.1 "Hazardous Materials" means any substances, chemicals, pollutants, explosive ordinances, or other materials, in whatever form or state, including, without limitation, product, waste, contaminant, smoke, vapors, soot, fumes, acids, alkalis, minerals, liquids, gases, or any other material, irritant, contaminant, or pollutant, that is known or suspected to adversely affect the health and safety of humans or of animal or plant organisms, or which are known or suspected to impair the environment in any way whatsoever including, without limitation, those substances defined, designated, or listed in the Clean Water Act (33 U.S. C. §1251 et seq.), Clean Air Act (42 U.S. C. §7401 et seq.), Emergency Planning & Community Right -to -Know Act (42 U.S.C. §11001 et seq.), Resource Conservation and Recovery Act ("RCRA') (42 U.S.C. §6901 et seq.), Toxic Substances Control Act (15 U.S.C. §2601 et seq.), Comprehensive Environmental Response, Compensation and Liability Act ("CERCLA') (42 U.S. C. §9601 et seq.), or as defined, designated, or listed under any other federal, state, or local law, regulation, or ordinance concerning hazardous substances, toxic or dangerous substances, chemicals, wastes, pollutants, contaminants, or explosive ordinances. 8.4.2 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 the negligent performance of Vendor's Services, including, but not limited to, the soil remediation design, or the existence of a violation of environmental requirements pertaining to, and including without limitation: 8.4.2.1 Damages for personal injury and death, or injury to property or natural resources; 8.4.2.2 Claims and damages from actual, alleged, or threatened dispersal, escape, or release of, or failure to detect or contain Hazardous Materials. Such indemnification and release includes claims which arise out of the actual, alleged, or threatened dispersal, escape, or release of chemicals, wastes, liquids, Non -Exclusive Vendor Services Agreement Page 6 of 22 Burns & McDonnell Engineering Company gases, or any other material, irritant, contaminant, orpollutant (whether sudden or not) or any existing condition or contaminant at the site; 8.4.2.3 claims or allegations that Vendor or Vendor's Indemnitees are a "Potential Responsible Party" or to environmental impact claims and associated liabilities, including, without limitation, damages assessed Vendor and any finding of strict liability or joint and several liability, 8.4.2.4 claims or allegations that Vendor is liable as an owner or operator; 8.4.2.5 claims or allegations that Vendor is liable as a handler, generator, arranger, transporter, treater, storer, or disposer of any Hazardous Materials; 8.4.2.6 Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the excavation, removal, and backfill of Hazardous Materials and/or possibly contaminated soils and related wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration, or monitoring work required by any federal, state, or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs, and expenses incurred in enforcing this contract or collecting any sums due hereunder, and 8.4.2.7 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. 8.4.3 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: 8.4.3.1 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 8.4.3.2 All requirements pertaining to the protection of the health and safety of employees or the public. Non -Exclusive Vendor Services Agreement Page 7 of 22 Burns & McDonnell Engineering Company 8.4.4 Notwithstanding the preceding provisions of this Section 8.4, City is not responsible for any Hazardous Materials brought to the City's site by Vendor or anyone for whose acts it may be liable. Vendor agrees to release, defend, indemnify and hold harmless City and its directors and employees from and against all costs, losses, damages and expenses, including reasonable attorney's fees and expenses, to the extent resulting from any Hazardous Materials brought to City's site by Vendor or anyone for whose acts it may be liable at law. 8.5 The City and Vendor acknowledge and understand that the City shall, at all times, retain ownership of and title to any Hazardous Substances originating at, found on, brought to, removed from, or generated from the project site or operations on the premises ("Pre -Existing Hazardous Substances.') The Parties agree that Pre Existing Hazardous Substances, including substances designated as waste, were not caused by and are not the responsibility of Vendor, and that this Agreement, or any documents associated with this Agreement, do not attempt to nor do they actually transfer responsibility, liability, or ownership for Pre -Existing Hazardous Substances to Vendor. Vendor shall not assume ownership of or legal liability for Pre Existing Hazardous Substances under any law, rule, order, or regulation pertaining to Pre -Existing Hazardous Substances, or assume the status of generator, transporter, storer, treater, or disposal facility, or arranger of transport, storage, or disposal, for Pre -Existing Hazardous Substances unless a fact finder renders a final, non -appealable decision that Vendor negligently performed the Services, including, but not limited to, Vendor's soil remediation plan. 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, which consent shall not be unreasonable withheld. 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, and Vendor shall have no further liability or obligations under the assigned portion of the 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 Vendor shall require such subcontractor to execute a written agreement with Vendor referencing this Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of Vendor under this Agreement as such duties and obligations may apply to the subcontractor's scope of services. Vendor must provide City with a fully executed copy of any such subcontract upon request, with any financial and proprietary information redacted. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate Non -Exclusive Vendor Services Agreement Page 8 of 22 Burns & McDonnell Engineering Company (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 in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Reauirements (a) The commercial general liability and automobile liability policies must include City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, and officials in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City, if allowed by law. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII Non -Exclusive Vendor Services Agreement Page 9 of 22 Burns & McDonnell Engineering Company 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 Services it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations which are in effect during performance of the Services. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must promptly 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 EMPLOYEE, SUBCONSULTANT, OR SUBCONTACTOR OF VENDOR DUE TO A VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES 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 email 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 To VENDOR: Burns & McDonnell Engineering Company, Inc. Attn: Robert Cooper 777 Main St., Suite 2500 Fort Worth, TX 76102 14. Solicitation of Emvlovees. [INTENTIONALLY DELETED] 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. Non -Exclusive Vendor Services Agreement Page 10 of 22 Burns & McDonnell Engineering Company 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 or change in any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. Upon any such Force Majeure Event, Vendor, in addition to excusal from performance for as long as and to the extent such Force Majeure Event exists and prevents such performance by the affected party, shall also be entitled to a change order for equitable cost and/or schedule relief. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. Non -Exclusive Vendor Services Agreement Page 11 of 22 Burns & McDonnell Engineering Company 24. Standard of Care. Vendor's services will be of a quality conforming to generally accepted 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. No other warranty, express or implied, is included in this Agreement or regarding the Scope of Services, any drawing, specification, or other work product or instrument of service. 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 (1-9). Upon request by City, Vendor will provide City with copies of all 1-9 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. Ownershiu 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). Ownership of the Work Product will inure to the benefit of City from the date of payment to Vendor. Upon payment, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. Vendor shall retain ownership of Vendor's prior developed and concurrently developed intellectual property. Vendor shall provide City a royalty -free license to utilize such intellectual property with regard to the Project. All documents prepared by Vendor pursuant to this Agreement are instruments of service in respect of the applicable Project. They are not intended or represented to be suitable for reuse by City or others in extensions of the Project beyond that now contemplated or on any other project. Any reuse, extension, or completion by City or others without written verification, adaptation, and permission by Vendor for the specific purpose intended will be at City's sole risk and without liability or legal exposure to Vendor. 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 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. Non -Exclusive Vendor Services Agreement Page 12 of 22 Burns & McDonnell Engineering Company 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. 34. On Site Services. 34.1 Vendor shall be responsible for its methods, techniques, sequences, procedures, or safety precautions and programs in it performance of the Services, whether or not related to any project site visit. 34.2 Vendor shall not be responsible for: (a) the failure of any of City's other contractors Non -Exclusive Vendor Services Agreement Page 13 of 22 Burns & McDonnell Engineering Company or consultants or their respective employees, subcontractors, vendors, or other project participants, not under contract to Vendor, to fulfill contractual responsibilities to City or to comply with federal, state, or local laws, regulations, and codes; or (b) procuring permits, certificates, and licenses required for any construction. Vendor shall not have the authority to direct, control of or stop the work of City's contractors or consultants or their respective employees, subcontractors or vendors. 34.3 City shall disclose to Vendor the location and types of any known or suspected toxic, hazardous, or chemical materials or wastes existing on or near the premises upon which work is to be performed by Vendor's employees or subcontractors. If any hazardous wastes not identified by City are discovered after a project is undertaken, City and Vendor agree that the scope of services, schedule, and compensation may be adjusted accordingly. 35. Environmental Services. Vendor may provide the City with a written report in connection with the Services performed. The report will present such findings and conclusions respecting the site as Vendor may reasonably make with the information gathered in accordance with this Agreement. The report shall be based only upon Vendor's services. In preparing the report, Vendor may review and interpret certain information provided by third parties, including government authorities, title companies, testing laboratories, and other entities. Vendor will not independently evaluate the accuracy or completeness of such information and shall not be responsible for any errors or omissions contained in such information. Vendor's Services will be performed solely for the benefit of the City and not for the benefit of any other persons or entities. Nothing contained in this Agreement is intended to benefit anyone other than the parties hereto, nor to create a contractual relationship with, or a cause of action in favor of, a third -party. Vendor does not authorize any sharing of any information, report, or other deliverables, instruments of service or work product provided to the City, with any third -party, subject to, and in accordance with, this Agreement. If the City shares with any third -party any information, report, or other deliverable, instrument of service, or work product as result of Vendor's Services, the City does so at its sole risk. Third parties shall not rely on Vendor's Services. Vendor assumes no liability for any decision or course of action by any third -party based on information and deliverables and Services provided to the City. Certification or verification by Vendor of test results or reports constitute a statement of the professional judgment of Vendor based on the facts and data known to Vendor. Certification, verification, or other confirmation are not guarantees or warranties concerning current or future considerations or performance of the facilities surveyed, or that the City or others will be entitled to any innocent landowner or purchaser defenses that may be available under applicable environmental laws including, without limitation, the Comprehensive Environmental Response, Compensation and Liability Act of 1980, as amended. 36. LIMITATIONS ON LIABILITY. 36.1 IN NO EVENT WILL VENDOR BE LIABLE FOR ANY SPECIAL, INDIRECT, OR CONSEQUENTIAL DAMAGES INCLUDING, WITHOUT LIMITATION, DAMAGES OR LOSSES IN THE NATURE OF INCREASED PROJECT COSTS, LOSS OF REVENUE OR PROFIT, LOST PRODUCTION, CLAIMS BY CUSTOMERS OF CITY, AND/OR GOVERNMENTAL FINES OR PENALTIES. 36.2 TO THE FULLEST EXTENT PERMISSIBLE BY LAW, AND NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, THE TOTAL LIABILITY, IN THE AGGREGATE, OF VENDOR, ITS OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES, AGENTS, SUBCONTRACTORS AND SUBCONSULTANTS, OF ANY TIER, AND ANY OF THEM, TO CITY AND ANYONE CLAIMING BY, THROUGH OR UNDER CITY, FOR ANY AND ALL CLAIMS, LOSSES, LIABILITIES, COSTS OR DAMAGES Non -Exclusive Vendor Services Agreement Page 14 of 22 Burns & McDonnell Engineering Company WHATSOEVER ARISING OUT OF, RESULTING FROM OR IN ANY WAY RELATED TO THE SERVICES OR THIS AGREEMENT FROM ANY CLAIM, INCLUDING, BUT NOT LIMITED TO, TORT CLAIMS, CLAIMS OF NEGLIGENCE (OF ANY DEGREE), PROFESSIONAL ERRORS OR OMISSIONS, BREACH OF CONTRACT, BREACH OF WARRANTY, INDEMNITY CLAIMS AND STRICT LIABILITY OF VENDOR, ITS OFFICERS, DIRECTORS, SHAREHOLDERS, EMPLOYEES, AGENTS, SUBCONTRACTORS AND SUBCONSULTANTS, OF ANY TIER, AND ANY OF THEM, SHALL NOT EXCEED THE TOTAL COMPENSATION ACTUALLY RECEIVED BY VENDOR FOR THE SERVICES UNDER THIS AGREEMENT. (signature page follows) Non -Exclusive Vendor Services Agreement Page 15 of 22 Burns & McDonnell Engineering Company IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: VOL w� By: Valerie Washington (Aug 13, 2025 17:01:58 CDT) Name: Valerie Washington Title: Assistant City Manager 08/13/2025 Date: , 2025 APPROVAL RECOMMENDED: By: Name: Wyndie Turpen Title: Assistant Environmental Services Director ATTEST: fORr By: y �� F°°°°°°°°°�Y& Fo 90 Name: Jannette Goodall 'moo:d Title: City Secretary a °° bid 141r, EzA54q VENDOR: Burns & McDonnell Engineering Company 17acob D. Itlept tan By: Jacob D. Merriman (Aug 8, 2025 16:13:28 CDT) Name: Jacob Merriman Title: Vice President Date: 08/08/2025 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: A/t. Kml v AK&rk, It By M. Kevin Anders, II (Aug 13, 2025 _ 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 16 of 22 Burns & McDonnell Engineering Company 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 17 of 22 Burns & McDonnell Engineering Company City Secretary Contract No. 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 Non -Exclusive Vendor Services Agreement Burns & McDonnell Engineering Company Page 18 of 22 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 City Secretary Contract No. EXHIBIT C PAYMENT SCHEDULE Burns & McDonnell City of Fort Worth Soil & GW Remediation Rate Sheet Per Hour Rate Senior Principal/Program Manager $298.00 Contract Manager/Department Manager/Principal $296.00 Senior Remediation Engineer $293.00 Senior Geologist/Scientist/Project Manager/Licensed Asbestos $291.00 Consultant/Licensed Mold Consultant $283.00 Certified Industrial Hygienist $291.00 Project Manager/Scientist/Geologist/Engineer/Grants Manager $231.00 Staff Scientist/Geologist/Industrial Hygienist/Engineer/Grants Coordinator $211.00 Assistant Project Manager $186.00 Field Scientist/Geologist/Engineer $156.00 CAD Operator/Project Coordinator $186.00 Senior Environmental Technician $114.00 Environmental Technician $94.00 Clerical/Administrative Staff $74.00 Notes: 1.For outside expenses incurred by Burns & McDonnell, such as authorized travel and subsistence, and for services rendered by others such as subcontractors, the client shall pay the cost to Burns & McDonnell plus 10%. 2. A charge will be applied at a rate of $9.95 per labor hour for technology usage, software, hardware, printing & reprographics, shipping and telecommunications. Specialty items are not included in the technology charge. 3. Monthly invoices will be submitted for payment covering services and expenses during the preceding month. Invoices are due upon receipt. A late payment charge of 1.5% per month will be added to all amounts not paid within 30 days of the invoice date. 4. The services of contract/agency and/or any personnel of a Burns & McDonnell parent, subsidiary, affiliate, or related or associated entity shall be billed to Owner according to the rate sheet as if such personnel is a direct employee of Burns & McDonnell. 5. The rates shown above are effective for services through December 31, 2026, and are subject to revision thereafter. The composition of build-up of the rates shown above are not subject to audit, inspection, or review. Vendor Services Agreement Page 20 of 22 EXHIBIT D CONTRACTOR'S BID RESPONSE TO CITY'S RFO NO. ENV 24-02 ♦ Mcp�NNE�`. BuRNs�► L�F�GP�\oNs FAR VNV N GRo '(�o ND ED �L A► EM P P► M so -� E R GR P` s� P9.o SG •p 42.. OSF � RR ° ��NEN� � RR .j 1, 2024 FEgRv p,R Cover Letter February 1, 2024 Mr. Roger Grantham City of Fort Worth Environmental Services Department � BURNS *KMSDONNELL:o. RE: Soil and Groundwater Site Remediation Program, Project ENV 24-02: SGW Dear Mr. Grantham, Burns & McDonnell Engineering Company, Inc. and our selected team of subcontractors recognize the commitment of the City of Fort Worth (City) to the harmony between the community and the environment. a. We understand this strive for balance, and the City of Fort Worth can be confident that a partnership with Burns & McDonnell will bring the following benefits to the City's efforts: Team Integration. The Burns & McDonnell team will serve as an extension of the City's staff when and as needed for special projects and remediation strategies. Systematic Coordination. Through the vetted experience of project manager Bo Cooper, and our proposed team, as well as a myriad of technological applications, the Burns & McDonnell team will be able to simultaneously execute multiple projects among multiple scientific and engineering disciplines. Quality in Ownership. As a 100% employee -owned firm, Burns & McDonnell extends our ownership culture to the quality of our relationships and deliverables, and we hold our subcontractors to the same standards. Extensive Experience. The Burns & McDonnell Team, from our environmental specialists and subcontractors who are local to the Dallas/Fort Worth area, to our national network of over 775 environmental professionals, possesses the breadth and depth of environmental compliance experience needed to support the City. The Burns & McDonnell Team includes focused remediation and regulatory compliance specialists at every level: prime, sub, local, state, and national. Comprehensive Resources. With a wide-ranging and dedicated environmental practice, Burns & McDonnell maintains the staff capacity and specialty experience to serve the City throughout the project. b. The main point of contact for the remainder of the selection process will be Project Manager, Bo Cooper. (682-626-6521, rbcooper@burnsmcd.com, 777 Main St., Suite 2500 Fort Worth, TX 76102) C. This proposal response is valid for a minimum period of 120 calendar days subsequent to the proposal due date. e. We have received and acknowledge addenda one and two. Sincerely, d. BURNS & MCDONNELL Bo Cooper Project Manager����� 682-626-6521 rbcooper@burnsmcd.com Amanda Breitling Program Manager/Geologist 682-291-9353 akbreitling@burnsmcd.com 777 Main St., Suite 2500 Fort Worth, TX 76102 1 817-377-0361 1 burnsmcd.com Table of Contents Cover Letter Cover Page Qualification Package Document Checklist 2 Acknowledgment of Receipt of Addenda 3 Statement of Qualifications 4-13 Brief Description & History 4 Work History with the City 4 Understanding and Approach 5-9 Burns & McDonnell's Environmental Project Experience 9-11 Burns & McDonnell's Experience with the City 12-13 List of Project References 14 Key Personnel Resumes 15-23 Organizational Chart 24 Burns & McDonnell Licenses and Certifications 25-30 Narratives 31 2.7.4 Web -based Customer Service 32 List of Subcontractors to be Utilized 33 Subcontractor's Statement of Qualifications 34-38 Subcontractor's Licenses and Certifications 39-43 Legal and Compliance History 44-60 Certificate of Liability Insurance 44-46 Vendor Compliance to State Law Certification 47 Contractor's Responsibilities Certification 48 Provider's Qualification Summary 49 Certification of Legal and Compliance History 50 Prevailing Wage Rate 51 Worker's Compensation Compliance 52 Nondiscrimination Disclosure 53 Business Equity Ordinance 54 Attachment A - Conflict of Interest Disclosure 55 Certificate of Interested Parties (7295) 56 Current Texas Sales/Use Tax Certificate 57 Current Texas Secretary of State Business/Company 58 Registration Exhibiting Officers of Business/Company Current Certificate of Good Standing 59 Business Equity Goal Documentation Certification 60 BURNS tMSDONNELL CITY OF FORT WORTH Soil & Groundwater Remediation Program ENV 24-02 REQUEST FOR QUALIFICATIONS FORTWORTH. SOIL AND GROUNDWATER SITE REMEDIATION PROGRAM PROJECT: ENV 24-02: SGW DUE DATE: EEBRUARY 1, 2024 Submitted by: Burns & McDonnell Engineering Company, Inc. Amanda Breitlin Company Name (print or type a�»e'osignatory) 777 Main St., Suite 2500 (print or - Mailing Address (signature) Fort Worth, TX 76102 city, State, Zip 817-377-0361 Telephone Program Manager/Geologist Title akbreitling@burnsmcd.com Email BURNS&MSDONNELL. CITY OF FORT WORTH PAGE 1 Soil & Groundwater Remediation Program ENV 24-02 2.0 QUALIFICATION PACKAGE DOCUMENTS All 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 Documents Initial if Included 1. QUALIFICATION DOCUMENT CHECK LIST RBC 2. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA RBC 3. MINORITY BUSINESS ENTERPRISES (MBE) RBC 4. QUALIFICATION PACKAGE SUMMARY RBC 5. QUALIFICATION PACKAGE OF PROVIDER RBC 6. LIST OF SUBCONTRACTORS RBC 7. INSURANCE CERTIFICATES RBC 8. LICENSES & CERTIFICATES RBC 9. LEGAL & COMPLIANCE HISTORY RBC 10. PERFORMANCE AND PAYMENT BONDS N/A 11. RFQSECURITY N/A 12. PREVAILING WAGE RATE RBC 13. COMPLIANCE & WORKERS COMPENSATION RBC 14. STATEMENT OF RESIDENCY RBC 15. STATEMENT OF NONDISCRIMINATION RBC I understand that all of these items will be reviewed, and any items not included may result in my proposal being considered non -responsive. City of Fort Worth RFQ ENV 24-02: SGW Page 25 of 44 BURNS `MSDONNELL CITY OF FORT WORTH PAGE 2 Soil & Groundwater Remediation Program ENV 24-02 2.2 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Check if applicable X 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). X Addendum Number 1 1 /19/2024 (Date received) X Addendum Number 1/29/2024 (Date received) _ Addendum Nuni (Date received) _ Addendum Number4 (Date received) Check if applicable The undersigned acknowledges the receipt of no addenda to the Request for Qualifications. PROVIDER: Burns & McDonnell Engineering Company, Inc. Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City, State, zip City of Fort Worth RFQ ENV 24-02: SGW By. Amanda Breitling (print or type me of signatory) (Signature) Program Manager/Geologist Title (print or type) Page 26 of 44 BURNS�NELL. CITY OF FORT WORTH PAGE 3 Soil & Groundwater Remediation Program ENV 24-02 Provider's Statement of Qualifications Brief Description & History At Burns & McDonnell, our engineers, construction and craft professionals, architects, planners, technologists and scientists do more than plan, design and construct. With a mission unchanged since 1898 — make our clients successful — our more than 14,500 professionals partner with you on the toughest challenges, constantly working to make the world an amazing place. We have provided municipalities across the nation with studies, engineering, design, and construction services for more than 125 years. The challenges of addressing environmental needs have always been complex. From stand-alone tasks to major engineer - procure -construct (EPC) projects, our team will cost effectively and efficiently help you achieve your goals from project inception to completion. Burns & McDonnell has over 70 offices nationwide, including our World Headquarters in Kansas City, Missouri, and regional offices in Fort Worth, Dallas, Austin, and Houston. We will lead the project out of our local office in Fort Worth, and will utilize support as needed from our offices throughout the U.S. Year Established: 1898 Type of Organization: S-Corp Project Personnel: Names and responsibilities for our proposed personnel are included in the table below. Project Manager Bo Cooper Program Manager/ Amanda Breitling Geologist Client Manager Nick Ramirez Technical Advisor/ Brian Hoye Geologist Technical Advisor/Waste Scott Pasternak Specialist Remedial Engineer Eric Dulle Phase II ESA/Site Teleri Smith Investigations Remedial Construction Harry Foreman Hydrogeologist Jim Feild Subcontractor Sunbelt Industrial Subcontractor DFW Environmental Subcontractor Alliance Geotechnical Work History with the City Our 1,200+ Texas staff are backed by a network of more than 14,500 engineers, planners, scientists and construction professionals across more than 70 offices worldwide. The Burns & McDonnell team has over 10 years of experience supporting your infrastructure development and has implemented over 200 projects within Fort Worth in the past five years. BURNS & MCDONNELL + CITY OF FORT WORTH Soil & Groundwater Remediation Services The challenges of addressing environmental needs have always been complex. At Burns & McDonnell, we combine the knowledge and experience you need to help navigate your challenges with confidence. We know the ins and outs of your assets and use that knowledge to be sure your compliance needs are met. Our team, equipped with extensive experience, demonstrates the ready availability of the environmental services the City requires. We're ready to remediate your site's environmental issues, keeping you on schedule and your project advancing to the next stage. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 4 Soil & Groundwater Remediation Program ENV 24-02 a. A description of contractor's understanding of the Scope of Services and how contractor will approach work; 1. Prepare individual site specific Engineering, Design, and Construction Project Management of each soil and/or groundwater remedial action Burns & McDonnell's approach to the engineering and construction of a soil and groundwater remedial action plan is evaluated by several key property assessment tools. By identifying the properties' histories, current conditions, and future use, the remedial action plan is designed to address the chemical of concern and the media in which it impacts. Our knowledge of commercial and residential protective concentration levels leads to the design of the remedy on a path that is most cost-effective for the client. Our consulting, environmental engineering and geology, environmental construction, and remediation services are fully integrated and can be implemented through your preferred project delivery method: engineer -procure -construct (EPC)/ design -build, design -bid -build, owner's engineer, construction management, or program management. 2. Prepare all regulatory applications, permits, and paperwork associated with soil and/or groundwater remedial activities Today's projects require permits to meet rigorous regulatory standards. The Burns & McDonnell team is ready to assist in maintaining the trajectory of work by navigating and adhering to these necessary requirements. Whether a permit is required for an individual construction site or a VCP site, Burns & McDonnell stays current with changing regulations and maintains trust -based relationships with regulatory agencies at all levels of government. With our comprehensive technical experience, we efficiently handle the completion, tracking, and management of the permitting process. In cases where authorization is needed, our team is able to guide you in navigating the approval process. 3. Prepare remedial design specifications for each site With over 77S environmental professionals, including 114 remediation specialists, we leverage existing site data and the latest investigation technologies to focus the site characterization approach and optimize data collection. This helps satisfy regulatory requirements, support effective remedy selection, and optimize return on investment. We achieve balance by targeting investigation efforts using a superior conceptual site model (CSM), contaminant- specific direct sensing technologies, and physical and geophysical techniques. We deliver new and innovative environmental engineering solutions in compelling and cost-effective ways. 4. Prepare engineering design specifications regarding final usage of selected remedial sites Burns & McDonnell is experienced in providing risk - based decisions that are protective of expected receptors given planned site uses. By engaging our risk assessors in all phases of the project, we base our remedial objectives on future anticipated land uses. To support major capital engineering, construction and maintenance initiatives, our capabilities include 3-D facility scanning services that detail existing conditions and construction documentation. The high -resolution data allows for detailed analysis of existing conditions or issues that can feed into the remedy evaluation and design process. We regularly provide broad environmental engineering services to the industrial, power, water, transportation, federal, state, and local government, oil and gas, institutional, and commercial markets. Meeting the regulatory challenges of your project is an essential part of what we do, focusing on the details, and addressing permitting and compliance at the local, state, and federal levels. Critical to the cost and outcome of your remediation project, our risk assessments shed light on strategies that protect human health and ecological receptors while minimizing remediation obligations and costs. Our work — including Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Resource Conservation and Recovery Act (RCRA); and state -defined risk assessments, ecological surveys and environmental assessments — is nationally recognized for withstanding scrutiny from regulatory agencies. We leverage our strong relationships and reputation to support your negotiating position. 5. Conduct applicable site confirmation sampling, TCEQ report preparation, and submittal Burns & McDonnell guides our clients in navigating the regulatory process with regulatory agencies, such as TCEQ. Our professionals develop strategies that can result in a more favorable outcome, potentially averting a lengthy, complex, and costly process. Our team assists with practical steps that manage risk profiles and help avoid common mistakes. We have completed many projects in coordination with TCEQ, completing a wide variety of sampling and compiling and submitting reports in relation to remediation to TCEQ. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 5 Soil & Groundwater Remediation Program ENV 24-02 6. Prepare backfill design specifications with applicable density testing. Burns & McDonnell has an internal team of geotechnical engineers who actively support our remediation projects. When preparing backfill specifications, our team considers the future use of the property and uses this information to identify and gain client approval for backfill specifications that support future land use scenarios. Our team works with our clients and potential remediation contractors to identify a clean backfill source and collect soil samples to generate proctor and compaction curves that will be used to evaluate placement and conduct density testing. Burns & McDonnell is very experienced in overseeing backfilling and compaction testing as a general contractor and as an owner's engineer providing construction CQA services. We utilize third -party contractors to monitor the contractor's achieved compaction using nuclear gauge testing or other methods that have been approved by the engineer and owner. This process documents the soil densities achieved and confirms with the City that the site is being backfilled in a manner that supports future land uses. 7. Site remediation, including developing a cleanup strategy under the appropriate Texas Commission on Environmental Quality (TCEQ) program and picking the appropriate applicable cleanup level for a particular site, overseeing the cleanup, providing appropriate documentation to TCEQ during the cleanup process, and seeing the cleanup through to closure. Burns & McDonnell is confident and has experience in all aspects of remediation work, from sediment studies and soil -vapor extractions to enhanced biodegradation and other sustainable solutions. Burns & McDonnell can efficiently and effectively assess current conditions through historical data, data collection, and site investigation allowing for proper communication with TCEQ contacts and introduction into the applicable TCEQ program. Through proper site evaluation, and experience and communication with regulating authorities, Burns & McDonnell is able to determine the most efficient, effective, and cost-conscious site cleanup plan and select cleanup contractors. Additionally, because we can design and fabricate remediation equipment, we are able to customize systems to fit a project's needs, and with direct knowledge of the systems, our experienced personnel can boost efficiency, reduce costs, strengthen reliability, and cut downtime. Burns & McDonnell is fast in communication and reporting to provide TCEQ with the information needed. Burns & McDonnell's diverse business lines allow us to provide consulting services on all aspects of projects, from beginning all the way through to closure. Burns & McDonnell served as the site remediation consultant of choice for a historical military training facility and gun range in Fort Worth for more than five years and multiple ownership transfers. Burns & McDonnell conducted effective site investigations including soil and groundwater sampling, landfill identification, methane surveys, installation of permanent groundwater monitoring wells, and more. Throughout the process, the Burns & McDonnell team was able to adapt to the different needs of different owners and quickly develop remediation plans specific to each owner's needs including dig and haul operations, clay cap, and in -situ methods. Burns & McDonnell managed the site's entrance into the TCEQ VCP, obtained a Municipal Setting Designation (MSD), multiple Affected Property Assessment Reports (APAR), and ultimately a closure letter. Burns & McDonnell had experience managing multiple subcontractors, working on an expedited timeline, and within strict budgets. An example of our TCEQ experience includes a project recently completed at a hydrocarbon and metals -impacted site in Galveston, Texas. During a routine UST removal soil and groundwater impacts were observed at the site which resulted from historic site operations. TCEQ requested that our Confidential Client enroll in the Texas Risk Reduction Program (TRRP) to address these impacts. Burns & McDonnell was hired to conduct the necessary investigations and complete an APAR and corrective action under TRRP. Burns & McDonnell also completed a vapor intrusion evaluation to evaluate the potential for worker exposure to volatile hydrocarbons by collecting sub -slab soil and gas samples from within an office building at the site. When completing the APAR, Burns & McDonnell utilized a phased approach to the investigation by completing a series of direct -push groundwater and soil borings to collect samples and identify the location of required monitoring wells. This investigation identified assessment level exceedances in on -site soil and on -site groundwater. Elevated levels in off -site soil were observed but Burns & McDonnell was able to attribute these impacts to other sources. No off -site groundwater exceedances were identified. When evaluating remedial options, Burns & McDonnell focused on providing a remedial solution that was protective and cost-effective by tailoring the remedial action to reflect future land uses. Doing so prevented the added cost of remediating the site to address exposure pathways that are not expected BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 6 Soil & Groundwater Remediation Program ENV 24-02 to exist. For example, groundwater at the site is classified as a Class 3 groundwater resource and is not used as a drinking water source due to elevated mineral content. Furthermore, groundwater pumping is managed regionally to prevent subsidence. As a result, the future groundwater use pathway was not remediated and onsite exposure to groundwater was managed using land use controls. Soil PCLE zones were mostly limited to the site and also managed using institutional controls by leveraging the current site's parking lot and buildings as a functional cap and applying land use controls. The one off -site PCLE zone, which included shallow soil impacts within the right of way was addressed by a focused soil investigation which was outlined in a TCEQ- approved Response Action Plan (RAP). The RAP also established a plume management zone (PMZ) for onsite groundwater impacts. In 2023, Burns & McDonnell completed the focused investigation to address offsite impacts, assisted our client in preparing financial assurance, and made plans to install one additional monitoring well to install the PMZ to demonstrate plume stability. Our work has positioned our client to resolve this matter in 2024 or 2025 following quarterly groundwater monitoring of the PLZ. 8. Innovative approach strategies dealing with a wide range of environmental issues are encouraged that demonstrate the provider's array of regulatory understanding and desire to provide the most cost effective and timely closure remedies. Burns & McDonnell's progressive remediation strategies approach applies next -generation technology and practices to the remediation of complex contaminated sites. We believe remediation hinges on the development of an accurate CSM that directly assesses geological heterogeneity and the physical, chemical, and biological processes affecting contaminant behavior and remediation effectiveness. In order for Burns & McDonnell to solve complex remediation sites, we develop a process -based CSM, a centralized hub of site -specific information that informs each step of the remediation process and allows decisions, such as remedy selection and design, to be informed by accurate representations of processes that will directly impact performance, cost, and schedule. Our approach to the CSM begins with advanced analytical techniques applied to existing data obtained through previous investigations or remediation activities. We also analyze human health and ecological risk, surface features, site operations, and regulatory goals and parameters. We leverage tools and techniques to analyze site data efficiently and holistically and present subsurface conditions and site -specific remedial strategies. During CSM development, Burns & McDonnell is also capable of deploying Environmental Sequence Stratigraphy (ESS), an innovative approach for mapping subsurface conditions and contaminant distribution. Burns & McDonnell believes ESS shows results in more predictable and cost-effective remediation strategies, using stratigraphic interpretation methods. ESS analyses produce a thorough and reliable foundation for remediation system design, an application particularly important for complex sites where high failure rates are common. Because ESS provides a better definition of subsurface heterogeneity, it results in a CSM that more accurately depicts contaminant distribution and migration pathways. We can apply this established technique to all phases of remediation, helping you move your project to site closure in a more cost- effective, predictable manner. Furthermore, Burns & McDonnell combines advanced site characterization and design optimization techniques with strategic remedy execution to reduce uncertainty and cost through focused data - driven solutions. Burns & McDonnell also begins with the end in mind for seamless delivery of regulatory strategy, risk mitigation, and expedited site closure. We prioritize your objectives by evaluating risk, proactively negotiating for favorable regulatory outcomes and considering passive, low-cost remedies as preferred alternatives to costly remedial actions. Burns & McDonnell leverages our wide- ranging capabilities to deliver remediation solutions that end with predictable results, lower cost and expedited delivery — no matter the site. These innovative approaches to site remediation allow for detailed discussion and cooperation with regulatory agencies to provide the most advanced site documentation and representation. Burns & McDonnell has performed these innovative strategies on many sites and understands the most efficient and cost-effective methods of implementation. 9. 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) Burns & McDonnell has been involved in a wide range of remediation projects involving soil and groundwater contamination, source identification, contamination investigation and delineation, risk assessment, long-term monitoring and MNA, and projects that have utilized passive and active remedial technologies. We leverage existing site data and the latest investigation technologies to focus on the site characterization approach and optimize data BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 7 Soil & Groundwater Remediation Program ENV 24-02 collection. This helps satisfy regulatory requirements, support effective remedy selection, and optimize return on investment. We achieve balance by targeting investigation efforts using a superior CSM, contaminant -specific direct sensing technologies, and physical and geophysical techniques. Burns & McDonnell coordinates with clients, subcontractors, and outside partners to achieve site goals. We have ongoing relationships with local contractors and analytical laboratories and often coordinate with them and site contacts to identify the source of a site's contamination. Our team also has extensive experience in assisting our clients with waste disposal by contracting transportation and disposal of wastes with contractors, such as Safety Kleen, Clean Harbors, or Waste Management, for the disposal of materials. During CSM development, Burns & McDonnell is also capable of deploying ESS, an innovative approach for mapping subsurface conditions and contaminant distribution. Burns & McDonnell believes ESS shows results in more predictable and cost- effective remediation strategies, using stratigraphic interpretation methods. ESS analyses produce a thorough and reliable foundation for remediation system design, an application particularly important for complex sites where high failure rates are common. Because ESS provides a better definition of subsurface heterogeneity, it results in a CSM that more accurately depicts contaminant distribution and migration pathways. We can apply this established technique to all phases of remediation, helping you move your project to site closure in a more cost-effective, predictable manner. Our consulting, environmental engineering and geology, environmental construction, and remediation services are fully integrated and can be implemented through your preferred project delivery method: EPC/design-build, design -bid -build, owner's engineer, construction management, or program management. Throughout the course of a site remediation project, we deliver ongoing services that address your specific needs, including: ► Remedy execution and construction Successfully implementing your remediation project necessitates a design and construction team that fosters innovative solutions amid complex site conditions, persistent contaminants, and challenging regulatory climates — while maintaining an unwavering focus on safety. We are your integrated, single source of responsibility, from planning and permitting through site restoration and closure. ► System optimization and remedy transition Over time, remediation systems operate at varying degrees of efficiency. New technologies may be more effective than a solution that had been ideal at the time of installation. Remediation sites can often be candidates for cost -saving optimization strategies or transition to more passive remedies. This can reduce costs and result in a safer, more sustainable remedy that expedites site closure. We provide in- depth analysis of system performance, evaluate performance -impeding subsurface conditions, and develop measures that can maximize contaminant removal and reduce costs. 70. Define groundwater water flow issues associated with complex subsurface characteristics including natural and man-made features. Design, installation, and monitoring of subsurface systems for groundwater flow control, groundwater treatment, etc. Complex contaminated sites remain a significant challenge in the U.S. and around the world. These sites can be characterized by multiple interrelated variables that can compound miscalculations and uncertainties. A higher level of science and remediation capability are required to address these challenges in a predictable, cost effective manner. Landfills are man-made structure that can affect the flow of groundwater and the transport of contaminants. If unlined, groundwater can enter the landfill on the upgradient side and cause contamination to leach from the landfill contents which can then be carried downgradient of the landfill and potentially affect sensitive receptors. If a leachate collection system is present, the leachate from the landfill can contain elevated concentrations of specific contaminants. The leachate is treated via a remediation system or is sent to a wastewater treatment plant. Burns & McDonnell has an extraordinarily strong solid waste and landfill practice group that services a number of clients with creative solutions for remediation of landfill groundwater contamination and landfill leachate treatment. Utilities are quite overlooked as a groundwater flow and contaminant transport mechanism. Utilities are often installed in a sand or gravel bed to prevent damage to the utility over time. The utility bedding material acts as a corridor of enhanced permeability surrounding the utility. If groundwater is in direct contact with the utility corridor, the bedding material will enhance the flow of groundwater and the transport of contaminants. However, there are BURNS�*.,,,MSDONNELL CITY OF FORT WORTH PAGE 8 Soil & Groundwater Remediation Program ENV 24-02 products available such as AquaBlokTIM that can be installed around the utility piping and in utility corridors that will stop the flow of groundwater along the utility corridor, specifically in the utility bedding material, and prevent further downgradient contaminant migration. It is also common for man-made structures such as building foundations or basements to intersect shallow groundwater. Interception trenches can be installed around key building features to re -direct groundwater around the sensitive structures. Burns & McDonnell has designed many interceptor trenches for groundwater flow control as well as stormwater control. Natural subsurface features that can affect groundwater flow include fractured bedrock, preferential pathways such as gravel deposits at the bottom of a fining upwards sequence of a geological formation, sand deposits of a braided stream depositional environment, or structural controls such as faults that can cause juxtaposition of high or low permeability beds that can either enhance or inhibit the flow of groundwater. Progressive Remediation Strategies (PROGRESS) is an integrated method practiced routinely by Burns & McDonnell that addresses the greatest uncertainty facing any remediation project — the subsurface itself — by placing the proper emphasis on the site geologic model and building a data -driven conceptual site model that accurately quantifies the processes driving successful remediation. The geologic model, which establishes the foundation of the process -based conceptual site model, provides a holistic representation of the subsurface framework establishing the permeability architecture that controls contaminant transport, as well as physical, chemical, and biological processes that dictate contaminant fate and transport and remedy viability. Burns & McDonnell's Advanced Geosciences Group collaborated with the EPA to develop practical guidance for the application of Environmental Sequence Stratigraphy (ESS) to contaminated groundwater sites nationwide. ESS directly addresses the critical heterogeneities in aquifers which control contaminant migration and remedy success. 11. Act as oversight and liaison with subcontractors to ensure proper and timely execution of required services; Burns & McDonnell is confident and has extensive experience in overseeing and managing our subcontractors to complete the agreed -on scope of work, including the scheduling requirements and cost expectations. We take pride in our selection of subcontractors. Our teaming partners share our expectations of work quality, schedule, and cost estimates during the selection process, and we work to incorporate agreed -upon terms into a contract with our subcontractors. 72. Provide detailed invoices no more often than once per month that include an itemized breakdown of the tasks completed that month. Burns & McDonnell provides detailed invoices monthly for all our projects, that includes itemized breakdowns from the month. Examples of previously documented invoices are available upon request. c. Any other information that will assist the City in selecting the most qualified contractor. BURNS & MCDONNELL ENVIRONMENTAL PROJECT EXPERIENCE ROSEDALE VOLUNTARY CLEANUP PROGRAM AND MUNICIPAL SETTING DESIGNATION Fort Worth, Texas Our team conducted an in-depth historical document review and Phase II investigation to identify the extent of metal contamination at a site characterized by undocumented landfill activity. Subsequently, we meticulously prepared a Voluntary Cleanup Program (VCP) application outlining the proposed measures to address and remediate the contamination. The Affected Property Assessment Report (APAR), a key component of our findings, is currently under review by the Texas Commission on Environmental Quality (TCEQ). A municipal setting designation (MSD) was obtained as part of the closure strategy in 2023. As the project progresses, ongoing collaboration and engagement with regulatory authorities will be crucial for successfully implementing the proposed cleanup measures. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 9 Soil & Groundwater Remediation Program ENV 24-02 SOIL AND GROUNDWATER REMEDIATION // HEITMAN Dallas, Texas Burns & McDonnell was retained to perform soil and groundwater remediation of chlorinated VOCs (PCE, TCE, etc.) at a warehouse facility in Dallas, Texas. A historical spill of the chlorinated VOCs behind the warehouse building resulted in the contamination of soil in the immediate area of the spill and shallow groundwater leading from the spill area. Subsurface soil and groundwater sampling have defined the extent of contamination. Soil contamination was limited to a small area on -site; while, groundwater contamination extends off -site onto property owned by the City of Dallas. The core of the groundwater plume that extended off -site had concentrations > 1,000 parts per billion of chlorinated VOCs prior to remediation. The site is in the Texas Voluntary Clean -Up Program under the authority of the Texas Commission on Environmental Quality (TCEQ). Burns & McDonnell entered into a three-way agreement with the buyer and seller of the property to facilitate the sale of the property. Burns & McDonnell has agreed to indemnify the buyer and seller of all environmental remediation liability at the site through the use of Pollution Legal Liability coverages and Cost- Cap insurance policies. Burns & McDonnell was solely responsible for completing the soil and groundwater remediation at the site until a Certificate of Completion (No Further Action) is obtained from TCEQ. GROUNDWATER REMEDIATION CONFIDENTIAL REFINERY Texas Burns & McDonnell was contracted to capture hydrocarbon impacted groundwater and free phase hydrocarbons (FPH) seeping into a series of canyons threatening local surface water located in three areas at the Texas refinery. The captured impacted groundwater and FPH were separated and recycled back to the refinery for treatment and/or processing. The primary contaminant of concern was benzene. The recovery of the hydrocarbon impacted groundwater and FPH from the three areas at the refinery was achieved using groundwater collection systems consisting of over 1,000 feet of French drain and a collection sump in one area; over 900 feet of French drain, a bentonite concrete cutoff wall, and a collection sump in another area; and a five foot diameter HDPE culvert underlain by a French drain system, a bentonite-concrete cutoff wall, recovery wells, and a collection sump in a third area. The designed and installed system was successful in containing and preventing hydrocarbons from contacting clean surface and storm water in the canyons. Construction activities associated with the collection systems were completed under Level C personnel protection due to elevated benzene concentrations present in the air. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 10 Soil & Groundwater Remediation Program ENV 24-02 SOIL INVESTIGATION AND REMEDIATION AT TANK FARM // CONFIDENTIAL CLIENT Houston, Texas Burns & McDonnell conducted a soil investigation and remediation at a tank farm in Houston, Texas. Our team worked with local resources responding to the release of approximately 1,060 gallons of AFFF concentrate at the tank farm. Tasked with the rapid delineation of PFAS in site soils, the project team developed an innovative approach to field screening that was successfully implemented on this site. Given the chemical nature of the AFFF concentrate, ethylene glycol field tests were used to identify the extent of the AFFF concentrate in soil. The results of this field screening approach were used to guide the excavation of impacted soils for offsite incineration. Because excavation crews were not waiting on analytical results to show the excavation, the field screening approach saved our client time in responding to the release. It significantly reduced the analytical cost of this investigation, benefiting our client. Additionally, Burns & McDonnell provided technical advice related to the collection of defensible PFAS samples for analysis at a fixed -lab and input of the ethylene glycol screening approach. GROUNDWATER PUMP AND TREAT REMEDIATION SYSTEM DESIGN // CIMARRON ENVIRONMENTAL RESPONSE TRUST Cimarron, Oklahoma Burns & McDonnell conducted the Cimarron Environmental Response Trust Groundwater Pump and Treat Remediation System Design in Cimarron, Texas. Our team was responsible for designing a pump and treat' groundwater remediation system for this former nuclear fuel production facility that is now jointly regulated under the oversight of the U.S. Nuclear Regulatory Commission and the ODEQ. Additionally, we worked on a 600-gpm groundwater remediation system designed to address a 200-acre site associated with a former nuclear fuel processing facility. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 11 Soil & Groundwater Remediation Program ENV 24-02 BURNS & MCDONNELL'S EXPERIENCE WITH THE CITY OF FORT WORTH SOLID WASTE AND RECYCLING TECHNICAL AND FINANCIAL STUDIES CITY OF FORT WORTH Fort Worth, Texas Since 2014, Burns & McDonnell has led the following solid waste and resource recovery projects for the City of Fort Worth. Solid Waste and Recycling Procurement Strategy Burns & McDonnell is presently advising the City to develop a strategy regarding several solid waste and recycling contracts, which include residential collection, recycling processing, organics processing, carts and drop-off station hauling. The project includes extensive collaboration with internal and external stakeholders, as well as the development of an RFP process. In 2021, we advised the City with the successful renegotiation of the collection contract, which is valued at close to $500 million over the 12-year term. The efforts included extensive communications with the City Manager's Office and City Council. Comprehensive Financial Cost of Service Study Burns & McDonnell developed a comprehensive solid waste and recycling financial study. Key aspects of the project address developing a comprehensive cost of service and rate design study, evaluating recycling and disposal markets and the consideration of pay as you throw pricing strategies focused on increasing recycling. Recycling Auditing To help the City better understand the composition of its recycling stream, Burns & McDonnell completed an audit of the City's recyclables materials at the City's contracted MRF. Recycling and Solid Waste Technical Study As a part of the comprehensive financial study, Burns & McDonnell has evaluated multiple aspects of the City's recycling and solid waste system. Key aspects of the analysis have addressed multiple scenarios to provide recycling, evaluation of the City's solid waste and recycling collection services and contract, as well as analysis focused on service districts, carts and pricing disposal services to incentivize increased residential and commercial disposal. Long -Term Disposal Planning Study With the City's current landfill having approximately 15 years of disposal capacity, Burns & McDonnell has evaluated the technical and financial feasibility of multiple landfill and transfer station scenarios to provide sufficient capacity through 2060. We have also assisted the City with implementing new ordinances designed to prolong the capacity of the existing landfill. Recycling Procurement Burns & McDonnell represented the City of Fort Worth when the City needed to contract for recycling processing services. We developed the RFP and contract, as well as guided the City through the procurement process. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 12 Soil & Groundwater Remediation Program ENV 24-02 VARIOUS CAPITAL IMPROVEMENTS CITY OF FORT WORTH Fort Worth, Texas For more than 10 years, Burns & McDonnell has partnered with the City of Fort Worth on over 200 various improvement projects. Capital Improvement Projects Burns & McDonnell was responsible for development of PS&E construction documents for nine roadway/ bridge capital improvements projects totaling $9.1 million in engineering services and $80 million in construction cost. Burns & McDonnell oversaw every phase of the design and project delivery process, worked collaboratively with design consultants and stakeholders and streamlined project delivery. The team facilitated and led milestone review and public meetings attended by design consultants and key agency stakeholders. Burns & McDonnell procured construction funds and acquired construction permits, as well as associated environmental reviews and approvals, and provided construction phase support by addressing contractor requests for information and reviewing plan sheet revisions and quantity change orders. Cromwell Marine Creek Road Burns & McDonnell developed the schematic design and PS&E documents for the construction of roadway improvements along Cromwell Marine Creek Road from Boat Club Road to Marine Creek Parkway. The project included a drainage design, study of culvert crossings, environmental permits, traffic signal design, traffic study, roundabout design, bridge design, right-of-way identification and acquisition, and development of 100% construction documents. The project also includes the development of final plans in coordination with a Construction Manager at Risk firm. Ray White Road Burns & McDonnell developed the schematic design and PS&E documents for the construction of roadway improvements along Ray White Road from Mirage Drive to the bridge over Bear Creek. The project included a drainage design, study of culvert crossings, environmental permits, traffic signal design, traffic study, roundabout design, wastewater design, and utility adjustment design and coordination and right-of-way identification and acquisition. The project also includes the development of plans in coordination with a Construction Manager at Risk firm. AM Pate Safe Routes to School Burns & McDonnell developed conceptual and final level engineering design and analysis and opinion of probable construction costs and construction phase services associated with sidewalk improvements near AM Pate Elementary School as part of the Safe Routes to School Program. This work consists of the development of sidewalk design plans based on TxDOT standards and specifications within the project limits. North Tarrant Parkway and North Riverside Drive Burns & McDonnell developed traffic control plans, traffic signal plans and PS&E to provide intersection control at the intersection of North Tarrant and north Riverside in Fort Worth. The team designed a traffic signal, including radar vehicle detection, audible pedestrian signal features (to accommodate ADA requirements), and illuminated street name signs. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 13 Soil & Groundwater Remediation Program ENV 24-02 REFERENCE 1 Company Name: City of Fort Worth Name and Title of Contact: Alex Ayala - TPW Project Manager Email, phone, address of contact: Alejandra.Ayala@fortworthtexas.gov 1 817-392-8883 1200 Texas St. Fort Worth, TX 76102 Contract/Project Value: $80M Contract Date: 2017 - 2026 Brief Description of Service Provided: Cromwell Marine Creek Road - CMAR for PS&E REFERENCE 2 Company Name: Choice Hotels Name and Title of Contact: Alex Feldman - Senior Associate Email, phone, address of contact: Alex. Feldman@choicehotels.com 1 215-588-9821 11 Choice Hotels Circle, Suite 400 Rockville, MD 20850 Contract/Project Value: $340,000 Contract Date: 2022 - Ongoing Brief Description of Service Provided: Subsurface site closure through VCP and MSD programs REFERENCE 3 Company Name: ONE Gas, Inc. Name and Title of Contact: Matt Kaiser - Environmental Specialist Email, phone, address of contact: Matthew.kaiser@onegas.com 1 918-947-7608 115 E. 5th St. Tulsa, OK 74103 Contract/Project Value: $500,000 Contract Date: 2017 - Ongoing Brief Description of Service Provided: Site investigation and remediation under TRPP REFERENCE 4 Company Name: City of Dallas Name and Title of Contact: Elizabeth Perez Long - Environmental Coordinator II Email, phone, address of contact: Elizabeth.Perez@dallas.gov 1 214-671-8977 11500 Marilla St. Dallas, TX 75201 Contract/Project Value: $546,601 Contract Date: 2020 - 2021 Brief Description of Service Provided: Asbestos & lead abatement REFERENCE 5 Company Name: Peloton Land Solutions Name and Title of Contact: Chris Hamilton - Associate Principal/Energy & Environmental Manager Email, phone, address of contact: Chris.Hamilton@pelotonland.com 1 817-562-3350 19800 Hillwood Pkwy, Suite 250 Fort Worth, TX 76177 Contract/Project Value: $25,000 Contract Date: 2021 - 2022 Brief Description of Service Provided: Phase 11 ESA's around existing aircraft fuel facility Key Personnel Resumes BURNS `MSDONNELL. Amanda's background includes comprehensive environmental compliance and due diligence services for municipal, land development, industrial and institutional clients. In her 25 years of experience, she has performed due diligence and compliance assistance for air, hazardous waste and water media. She has written numerous pollution prevention documents and managed or performed over 500 environmental site assessments as well as subsurface investigations for real estate transactions. In addition, she has prepared numerous New Source Review and Title V air permit applications, as well as Title V compliance audits. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Naval Air Station (NAS) Joint Reserve Base (JRB) Fort Worth Phase II ► 25 Subsurface Investigation // Fort Worth, TX // Project Manager. Conducted an environmental survey to determine the presence of hazardous materials Education at the project site, specifically one Lead -based Paint (LBP) on concrete, ► BS, Environmental two Total Petroleum Hydrocarbons (TPH), Polychlorinated Biphenyl (PCB) Science transformer oil, and Perfluorinated Compounds (PFCs) in surface soils, three metals, TPH, Volatile Organic Compounds (VOCs), and Semi -Volatile Organic Licenses/Registrations Compounds (SVOCs) in subsurface soils, and four VOCs in soil gas. The investigation results were used to prepare worker safety specifications and ► Professional soil handling specifications for construction at the project site. Geologist (TX #11071) Rosedale Investigation // Fort Worth, TX // Conducted an extensive records review in lieu of a Phase I ESA for a property along Rosedale Avenue that ► Registered had been the subject of multiple Phase I ESAs, feasibility studies, and landfill Environmental evaluations from 2008 to 2015. The records reviewed also included the Manager Voluntary Cleanup Program (VCP) file for the adjacent property to assess whether additional soil and groundwater investigation was warranted in ► TCEQ LPST order to determine remedial actions for the property. A Phase II subsurface Project Manager investigation was warranted and conducted, which included soil and (#PM0000578) groundwater analysis for TPH, VOC, SVOC, and metals. Based on the Phase II results, a VCP application was prepared and submitted to TCEQ. Rosedale Voluntary Cleanup Program and Municipal Setting Designation // Fort Worth, TX // Conducted an in-depth historical document review and Phase II investigation, our team aimed to identify the extent of metals contamination at a site characterized by undocumented landfill activity. Subsequently, we meticulously prepared a Voluntary Cleanup Program (VCP) application, outlining the proposed measures to address and remediate the contamination. The Affected Property Assessment Report (APAR), a key component of our findings, is currently under review by the Texas Commission on Environmental Quality (TCEQ). As part of the closure strategy, a municipal setting designation (MSD) was obtained in 2023. As the project progresses, ongoing collaboration and engagement with regulatory authorities will be crucial for the successful implementation of the proposed cleanup measures. *Remediation and Assessment of Trap Shooting Range // Grapevine, TX // Amanda provided comprehensive consulting services for the assessment and remediation of a 24-acre lead -contaminated former trap shooting range. Her involvement included contributing to Phase I ESA, Phase 11, VCP application, APAR, ERA, RAP, RACR, and construction SWPPP documents. They played a key role in soil and groundwater sampling, supervised site remediation, and managed communication with the TCEQ, ultimately facilitating VCP closure. * indicates work performed prior to joining Burns & McDonnell BURNS�MSDONNELL. CITY OF FORT WORTH PAGE 15 Soil & Groundwater Remediation Program ENV 24-02 I I IUI I U I Cdl ulllly, 11I U-1 IUI IGI IVVu—I q-1-1 I —II CAI lu I.VI I —I uI. 1-1 NIVJQI —, 1.Vl 1 II I'-.I'U" residential and municipal development; oil and gas exploration; electric power transmission line projects; and transportation projects. He has performed and provided management to asbestos and heavy metal surveys and abatements, Phase I ESAs, Phase II investigations, groundwater sampling, SWPPPs, SPCC plans, air compliance solutions for industrial hygiene and permitting projects, NEPA studies, wetland delineations, waters of the U.S. 404 permitting, threatened and endangered species habitat determinations, and tree surveys. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Subsurface Investigations - Ongoing Soil and Groundwater Sampling // Fort ► 18 Worth, TX // Project Manager. Bo oversaw and managed both laboratory and drilling companies to provide environmental and geotechnical services for Education subsurface investigations associated with a design/build projects. Samples ► BS, Environmental were sent to a lab for analysis to determine waste classification for disposal. Science Additionally he provided continuous indoor air monitoring during the duration of all drilling activities to assess potential exposure levels of dust, vapors, and equipment exhaust as well as to respond to occupant complaints of air quality and interact with the drilling crews in addressing corrective actions to improve air quality. Asbestos and Lead Based Paint Survey, North Run Stations Phase II and III Projects // Fort Worth, TX // Environmental Scientist. Bo determined location and condition of suspect lead and asbestos containing materials associated with the proposed building slabs and foundations replacement projects. He directed samples to be taken of these suspect materials and had them analyzed by a properly trained and licensed testing laboratory. Phase I and II ESA // Fort Worth, TX // Environmental Scientist. Bo conducted a Phase I ESA in accordance with ASTM Standard E1527-13. He performed a limited Phase II ESA and prepared a Phase I/Limited Phase II ESA Report. Bo and his team documented the completion of an estimated eight borings. Additionally he managed a desktop wetland screening assessment that was performed as part of the Phase I/Limited Phase II ESA of the site. Limited Subsurface Environmental Investigation // Fort Worth, TX // Environmental Scientist. Bo conducted a Phase II ESA around the existing fuel facility to document existing environmental conditions prior to the expansion project. He developed a sampling plan, selected laboratory analytical vendor, prepared a site -specific Health and Safety Plan, and conducted a private utility locate to clear utilities within the investigation area. Bo oversaw the submittal of soil samples and five ground water sample collections to a laboratory to be analyzed. Additionally he managed five groundwater sample collections Confidential Data Center Mold Remediation // Texas // Environmental Scientist. Bo provided environmental consulting for mold remediation services, prepared a mold remediation protocol, provided remediation project management, and conducted post-remediation clearance testing. He oversaw the removal and disposal of designated plywood or cleaning and treating designated plywood, cleaning remaining gypsum with antimicrobial disinfectant solution, cleaning of the visible growth on the ceiling, and HEPA- vacuuming of all surfaces affected by the remediation activities. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 16 Soil & Groundwater Remediation Program ENV 24-02 '• F Nick has more than 14 years of experience in various aspects of environmental management. His knowledge extends to environmental regulations concerning ESA's, UST removal, Phase II investigations, laboratory analysis, and waste classification. In addition, he possesses a deep understanding of commercial real estate acquisitions, risk assessment, construction activities, and planning. Nick's diverse skill set makes him a valuable asset in navigating the complexities of environmental compliance and ensuring successful project outcomes. PERSONNEL STATISTICS Relevant Experience Total Years of Experience *Historic West End Asphalt Processing Remediation // Dallas, TX // Nick ► 14 directed the excavation and staging of the material on -site for this project. In the historic West End district of downtown Dallas, known for its significant Education industrial manufacturing activities in the early 1900s, a real estate developer ► MS, Environmental undertook a project on a vacant lot. During excavation activities, several Management large tar pits were discovered. Nick oversaw the laboratory analysis for waste classification. The material was ultimately classified as hazardous waste, and ► BS, Environmental he managed its transportation and disposal at an approved landfill. Science *Plastic Remediation // Grand Prairie, TX // Nick managed the removal of -6,000 cubic yards of melted plastic and debris from the client's facility. The melted plastic and firefighting activities caused remediation activities to be performed in nearby creeks, uncovered ground and on concrete. In addition to the melted plastic, he coordinated the removal and oversight of-120,000 gallons of impacted water. Additionally, Nick supported his client with communication and response for the remediation action plan for state, local, and government agencies. *Ghost Tank Removal and Remediation // Fort Worth, TX // Nick managed the removal of a 2,000 gallon ghost UST from a real estate development project. The project included the removal of the UST after a contract ruptured the tank during excavation activities. The petroleum -based liquid impacted approximately 2,000 yards of soil. Nick also performed waste characterization and managed the disposal process of the impacted soils. *Diesel Spill Remediation // Grand Prairie, TX // Nick managed the removal of a 2,000 gallon ghost UST from a real estate development project. The project included the removal of the UST after a contract ruptured the tank during excavation activities. The petroleum -based liquid impacted approximately 2,000 yards of soil. Nick also performed waste characterization and managed the disposal process of the impacted soils. *Lead Stabilization and Disposal // Fort Worth, TX // Nick oversaw the scope of this project, which included the excavation of -3,000 cubic yards of lead impacted soil and removing slag and metal debris from the subsurface of a former metal recycling facility. During this project, Nick and his team discovered that hazardous levels of lead were detected in the soil and stages on -site for stabilization. Utilizing Portland cement, he was able to lower the TCLP results for lead to class 1 non- haz levels. Nick helped save the client tens of thousands of dollars in hazardous waste transportation and disposal. *Underground Storage Tank Removals // Texas // In Nick's time performing remediation projects, he has removed underground storage tanks from clients ranging from airports, fire stations, fuel providers, real estate, and industrial manufacturing. In addition, many projects had subsequent remediation activities relating to impacted soil and groundwater, most of which included the characterization, transportation, and disposal of impacted media. Additionally, many of the sites also included performing backfill with compaction as well as resurfacing on the work area. * indicates work performed prior to joining Burns & McDonnell BURNS`MSDONNELL. CITY OF FORT WORTH PAGE 17 Soil & Groundwater Remediation Program ENV 24-02 Technical • • • Pasterna <t Scott serves as a leader in Burns & McDonnell's Solid Waste Practice, which focuses on advancing the solid waste and recycling programs for governmental entities. Since the 1990's he has worked with local, regional and governments to solve challenging technical and financial solid waste management and recycling issues. Over this time period, he has completed hundreds of projects for clients across the United States. Geographically, he has worked for governmental clients in 19 states. Prior to joining Burns & McDonnell, he was a national leader within SAIC's (formerly R. W. Beck) Solid Waste Practice from 2000 - 2013. From 1995-2000, he was a solid waste planner for the Texas Commission on Environmental Quality (TCEQ). PERSONNEL STATISTICS Relevant Experience Total Years of Experience City of Fort Worth Solid Waste and Recycling RFP and Contracting ► 30 Assistance // Fort Worth, TX // Project Manager. Scott has represented the City of Fort Worth on multiple solid waste and recycling procurement and Education contracting projects. He recently completed a contracting process for the ► MS, Community and city's single -stream recycling process and is presently assisting the City with Regional Planning implementation services, which include audits of the recycling system. ► BS, Liberal Arts City of Fort Worth Solid Waste Financial and Operational Consulting Services // Fort Worth, TX // Project Manager. Scott led the solid waste consulting services focused on evaluating the City's residential solid waste and recycling collection contract and developing a cost of service study that will provide a long-term financial plan for the City. City of Dallas Resource Recovery Feasibility Study & Implementation // Dallas, TX // Project Manager. Led feasibility study to evaluate options to assist in achieving the City's "zero waste" goals. Technologies evaluated included gasification, anaerobic digestion, mixed waste processing and single - stream recycling. Based on recommendations to procure a new recycling processing agreement, led process to request proposals for a processing agreement or to develop of a new MRF at the City's landfill. City of Weatherford Solid Waste and Recycling Financial and Operational Study // Weatherford, TX // Project Manager. Scott is presently completing a cost of service and operational review for the City of Weatherford. This study provides the City with an in-depth understanding of the costs associated with providing solid waste and recycling services, including programs focused on single -stream recycling and brush diversion. Our operational review is evaluating the adequacy and effectiveness of the current program, as well as evaluating the operational and financial requirements for the City to consider key changes in the operations. One example is that we are evaluating the feasibility for the City to transition from a twice per week manual refuse program with subscription recycling to a citywide refuse and recycling collection program. Texas Commission on Environmental Quality (TCEQ) I The Economic Impacts of Recycling // Austin, TX // Project Manager. In 2015, the 84th Texas Legislature passed House Bill 2763, which directed the Texas Commission on Environmental Quality (TCEQ) to conduct a study on the economic impacts of recycling in Texas. Scott managed this project, which focused on evaluating current recycling efforts in terms of annual tons and the number of associated jobs, identifying methods and funding options to increase recycling and evaluating recycling infrastructure needs. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 18 Soil & Groundwater Remediation Program ENV 24-02 ui — ycvi Jy 1-1— — lull 11— — — — a W j— i i iui iuyci, F vj— ycvivyio �, i iciu oi�c manager, and site health and safety manager on more than 50 site investigation and remediation projects. He provides his clients with sound conceptual site models that accurately depict contaminant fate and transport mechanisms and form the basis of cost-effective remedial designs, human health and environmental risk assessments, and stakeholder interactions. He is well versed in the safe and successful implementation of in situ remedial technologies including in situ chemical oxidation and enhanced anaerobic biodegradation (EAB) of chlorinated solvent plumes. Relevant Experience PERSONNEL STATISTICS Cimarron Environmental Response Trust Groundwater Pump and Treat Total Years of Experience Remediation System Design // Cimarron, OK // Geologist. Brian was responsible for the design of a pump and treat groundwater remediation ► 15 system for this former nuclear fuel production facility now jointly regulated under the oversight of the U.S. Nuclear Regulatory Commission and the Education ODEQ. Additionally he worked on a 600-gpm groundwater remediation ► MS, Environmental system designed to address a 200-acre site associated with a former nuclear Science fuel processing facility. ► BS, Geology Soil Investigation and Remediation at Tank Farm // Houston, TX // Geologist. Brian worked with local resources responding to the release of approximately Licenses/Registrations 1,060 gallons of AFFF concentrate at a tank farm in Texas. Tasked with the rapid delineation of PFAS in site soils, the project team developed an ► Professional innovative approach to field screening that was successfully implemented on Geologist this site. Given the chemical nature of the AFFF concentrate, ethylene glycol (MO License # field tests were used to identify the extent of the AFFF concentrate in soil. 2014001480) The results of this field screening approach were used to guide the excavation of impacted soils for offsite incineration. Because excavation crews were not waiting on analytical results to guide the excavation, the field screening approach saved our client time in responding to the release and greatly reduced the analytical cost associated with this investigation. Additionally, Brian provided technical advice related to the collection of defensible PFAS samples for analysis at a fixed -lab and input of the ethylene glycol screening approach. Remedial Action Oversight, Tulsa Fuel and Manufacturing Superfund Site // Collinsville, OK // Technical Advisor/Geologist. Brian oversaw the remedial action contractor throughout the construction of the on -site consolidation cell, conducting construction quality assurance (CQA) tasks for waste placement. His responsibilities also included managing the installation of the compacted soil cap, overseeing the construction of stormwater management structures and access roads, and coordinating general site restoration activities. Groundwater Investigation and Remediation, Former Nebraska Ordnance Plant (FNOP) // Mead, NE // Technical Advisor/Geologist. Brian was involved in the groundwater investigation, remedial engineering and pilot study design, groundwater modeling, and engineering design support services to identify and treat high contaminant mass areas, thereby reducing lifecycle costs. He was also played a vital role in overseeing approximately 17,250 acres of complex geology including till uplands, interaction between three aquifers, plus interaction of the aquifers with other local streams. It contains a groundwater system consisting of a network of 15 active extraction wells designed to contain multiple chlorinated solvent and explosives (TCE and RDX) plumes, four water treatment plants, and over 250 monitoring wells. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 19 Soil & Groundwater Remediation Program ENV 24-02 vv ILI1 V 1 1J Yl I VI taI VI QJJI VI luI ­F. IQ11- 1 11 J ­P. I Q I I\.Q -I I-- - -I Q\. I.I VI., -lyl 1, implementation, and management of environmental remediation technologies and civil site development. Eric also has experience leading the engineering design and field execution for several remediation design -build projects. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Cimarron Environmental Response Trust Groundwater Pump and Treat ► 15 Remediation System Design // Cimarron, OK // Remedial Engineer. Eric was responsible for the design of a pump and treat groundwater remediation Education system for this former nuclear fuel production facility now jointly regulated ► BS, Environmental under the oversight of the U.S. Nuclear Regulatory Commission and the ODEQ. Additionally, he worked on a 600-gpm groundwater remediation Engineering system designed to address a 200-acre site associated with a former nuclear Licenses/Registrations fuel processing facility. ► Professional Hydraulic Containment // Borger, TX // Remedial Engineer. Eric worked on Engineer (TX the evaluation of technical feasibility and estimated costs associated with License #128008) implementing a hydraulic control measure to address a groundwater plume. He conducted conceptual design and pricing of a hydraulic containment system, evaluation of various discharge options for recovered groundwater, and conceptual design and pricing of the groundwater discharge option deemed most technically and economically feasible. Subsequently, Burns & McDonnell has been retained to complete the conceptual design and permit application for a nonhazardous waste Class I injection well for disposal of recovered groundwater. Groundwater Collection System // Texas // Remedial Engineer. Eric worked on a groundwater collection system at the refinery located in Texas. He helped to install a system to capture impacted groundwater and free -phase hydrocarbons (FPH) seeping into a series of canyons within Area 2, that was then recycled back to the refinery for treatment and/or processing. Eric oversaw two groundwater extraction wells, a French drain system, 25-foot deep concrete groundwater cutoff wall keyed into bedrock, duplex lift station, electrical control rack, and excavation and replacement of an existing five- foot diameter culvert. The total construction cost was approximately $3.4 million. Eric's recent experience includes site development and cover system design. Eric has served as the lead design and construction management engineer for several site development projects, including electrical substation civil design and coal combustion residual (CCR) grading, dewatering, and stormwater controls design. Eric's experience also includes the development of dewatering plans and programs and evaluation of CCR stabilization required to support closure of CCR impoundments. Specific experience includes: ► Design, construction management, and post -closure care support of a $2 million CCR impoundment cover system, including design of a 2,000 gpm lift station and stormwater controls ► Construction management of a $3.4 million groundwater collection system at a refinery in Borger, Texas ► Design, permitting, construction, and operation and maintenance (ongoing) of a $2 million groundwater pump and treat system in Kansas ► Site development design and construction support of Ameren Illinois' approximately 30-acre substation BURNS`MSDONNELL CITY OF FORT WORTH PAGE 20 Soil & Groundwater Remediation Program ENV 24-02 Ili 1r-�^ .. - . .. Jim is a Principal Hydrogeologist and Key Service Line Leader with over 30 years of experience in many phases and types of environmental and hydrogeologic assessments, including the vadose zone and saturated zones. He has conducted numerous groundwater and soil feasibility testing such as aquifer pumping, bail/slug, vapor extraction pilot, air sparge, and bioremediation/bioventing tests. Jim also has experience with remediation technology selections and designing remediation systems. Jim's 25 years of groundwater modeler experience has made him proficient in analytical and numerical computer modeling of both saturated and unsaturated zone flow and contaminant transport. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Phase I Remedial Investigations of PFAS Shep pard ppard and Dyess Air Force ► 35 Base // Sheppard Afb, TX // Lead Hydrogeologist. Jim was responsible for the design and implementation of soils borings, design, installation and sampling Education of lysimeters for the PFAS pore water evaluation, and the installation of wells ► PHD, Geology, 2000 for the determination of nature and extent of PFAS in the subsurface. He also worked with our environmental sequence stratigraphy (ESS) group to ► MS, Geology, 1990 build the conceptual site model (CSM). Jim also participated in the fate and transport evaluation for PFAS. ► BS,Geological Oceanography, 1986 Closure Design and TCEQ Permit Application Development for CCR Ponds // Vernon, TX // Hydrogeologist. Jim reviewed the location restrictions Licenses/Registrations of the various CCR ponds, landfills, and wastewater/sludge ponds in comparison to the CCR Rule. He evaluated the bottom depth of the ponds, ► Professional groundwater elevations in the ponds and whether the ponds were in contact Geologist (OR, FL, with groundwater or were located at least 5 feet above the highest annual GA) groundwater elevation. He also evaluated the potential for groundwater/ surface water interaction with nearby surface water bodies. ► Registered Hydrogeologist Groundwater Investigation and Remediation, Former Nebraska Ordnance (WA) Plant (FNOP) // Mead, NE // Lead Hydrogeologist. Jim was responsible for designing and enhanced anaerobic bioremediation treatment system pilot ► Certified Ground study for proof of concept using permeable reactor barriers (PRBs). His Source Heat Pump specific duties include assisting with the development of the Conceptual Site Installer Model using environmental sequence stratigraphy (ESS), development of the groundwater numerical model for the evaluation of remediation scenarios, design of the PRBs dimensions and spacings, design of the injection program, selection of the amendment (CAP 18 ME, Provect IR, 3DME, etc.) and reporting. Jim was also responsible for the communications with the USACE Kansas City via PowerPoint presentations. CCR Groundwater Monitoring and Corrective Action Report, Wilson Station // Robards, KY // Hydrogeologist. Jim was responsible for Groundwater Monitoring and Corrective Action Report for the Wilson Station to support compliance with groundwater reporting requirements in accordance with the CCR Final Rule. His role included performing semiannual data validation of groundwater results received from BREC, preparing potentiometric surface maps, and conducting inter well groundwater statistical analysis that included updating background values and calculating groundwater protection standards. In addition, Jim's work included updating their statistical method selection certifications and preparing new Groundwater Sampling & Analysis Plans. PFAS Remedial Investigation // Kansas City, MO // Lead Hydrogeologist. Jim lead an evaluation of the fate and transport of PFAS. He worked with the ESS group to build a site -wide CSM. His work also included evaluation of PFAS in drinking water supply wells, and helping site and design of alternate locations for addition supply wells that were not contaminated by PFAS. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 21 Soil & Groundwater Remediation Program ENV 24-02 Teleri is a Staff Environmental Scientist who has experience in design and construction 3 admin support projects. She is experienced in Stormwater Pollution Prevention Plan (SWPPPs permitting and inspections, Spill Prevention Control and Countermeasure plans (SPCC), Air Permitting and Quality, Greenhouse Gas Reporting, Title V Compliance, Environmental Site Assessments (ESA) Phase I and 11, HazCom communication with contractors, Lead and Asbestos sampling, and exposure assessments on construction projects. For three years she was the onsite environmental scientist for over 10 Burns & McDonnell construction projects at a confidential client Superfund site and remains on -call for those ongoing projects. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Rosedale Voluntary Cleanup Program // Fort Worth, TX // Phase II ► 5 ESAs. Conducting an in-depth historical document review and Phase II investigation, our team aimed to identify the extent of metals contamination Education at a site characterized by undocumented landfill activity. Subsequently, ► BS we meticulously prepared a Voluntary Cleanup Program (VCP) Bioenvironmental application, outlining the proposed measures to address and remediate the contamination. The Affected Property Assessment Report (APAR), Science a key component of our findings, is currently under review by the Texas Licenses/Registrations Commission on Environmental Quality (TCEQ). As the project progresses, ongoing collaboration and engagement with regulatory authorities will be ► Asbestos Inspector crucial for the successful implementation of the proposed cleanup measures. (TX) Town of Flower Mound Denton Creek Boulevard Bridge // Flower Mound, TX ► Certified // Denton Creek Boulevard Bridge and Waterline which is located on the west Environmental side of Flower Mound and will eventually connect Denton Creek Boulevard Professional in to I1­135W. This project consists of environmental permitting, geotechnical Training engineering, SUE, ROW legal documentation, surveying, hydraulic engineering, utility coordination, water/reuse water line design and bridge design. The final product includes two parallel bridges crossing Denton Creek while carrying two potable drinking water lines and one reuse line. The bridge will consist of five spans of TxDOT girders, multi -column bent caps and drilled shaft foundations. Confidential Client Phase I ESA // Texas // Environmental scientist for Phase I ESA for a 1,780-acre solar farm site in Pecos County, Texas. Completed site reconnaissance, report creation, and final packaging of the report for the site that involved oil and gas operations. Project completed on time allowing for scheduled real estate transaction. Confidential Client Phase II ESA // Texas // Environmental scientist for Phase II ESA for future airport fuel farm expansion site. Previous spills and contamination were located within the expansion area. Monitoring well and soil samples were collected to determine contamination and extent prior to construction. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 22 Soil & Groundwater Remediation Program ENV 24-02 Harry has more than 38 years of experience in the construction and environmental remediation industry, including commercial, CERCLA, RCRA, DOD and DOE. Throughout his career, he has been responsible for leading and managing programs, operations teams, safety performance, client relations, regulatory compliance, and quality assurance. His experience also includes strategic project planning, cost and schedule control, and project delivery with design, budget and schedule requirements. Harry brings experience in soil mixing, sediment dredging, landfill construction and capping, slurry wall installation, shoring system installation and large scale excavation/remediation and capping projects that encompasses clean civil, as well as specialized hazardous waste sites. PERSONNEL STATISTICS Relevant Experience Total Years of Experience Focused NAPL and Sediment Removal Action Former Marinette MGP Site ► 39 Marinette, WI // Executive Operations Director. Harry performed as executive operations director for a sediment removal project at the Marinette former MGP site using the mechanical dredge method. Work was performed during the winter months, through up to two feet of ice. The major scope consisted of constructing a sediment staging pad to allow for 15,028 cubic yards of dredged sediment to be stabilized with 1,772 tons of reagent for transport. Our project team performed 339 linear feet of sequenced dredging along existing sheetpile walls. Transported a total of 22,500 tons of stabilized sediment and debris to an authorized landfill and placed more than 2,000 tons of sand as a subaqueous cap over residual contaminants. The project also included an upgrade and reconstruction of a storm water and sewer outfall. Approximately 450 If of shoreline was restored using 19,500 sf of reactive core mat. Reconstructed the shoreline using over 9,000 tons of various types of aggregates and 932 tons of riprap. Ashland Lakefront Superfund Site Phase 1 Remedial Design/Remedial Action // Ashland, WI // Executive Operations Director. Harry served as Executive Operations Director for the design/build project in Ashland Wisconsin for upland remediation of a lakefront parcel on Chequamegon Bay. The project was in Remedial Design/Remedial Action phases under CERCLA. The scope of work includes among other items: construction of a shoreline bulkhead sheetpile and SB slurry containment walls, dewatering systems, water treatment (temporary and permanent) to meet very stringent WPDES standards, impacted soil excavation, material handling and processing operations, thermal desorption of impacted soils and replacement, off -site T&D for debris, and site restoration. More than 80,000 tons of MGP impacted soils were excavated, processed and treated by thermal desorption to meet very stringent requirements. A long term water treatment system was designed and constructed to treat impacted ground water. Otsego Township Dam TCRA Design Build // Kalamazoo, MI // Operations Director. Harry served on the two-year design build sediment remediation project that included the excavation of impacted soils and near -shore sediments along 3.4 miles of the Kalamazoo River. The contaminated sediments were transported to a central staging area and then loaded into trucks for off -site disposal and the river bank was restored with a combination of imported fill, sheet pile installation, rocks, root wads, and geotechnical fabrics. Harry was responsible for the design build support, management, administration, contract, and change negotiations for the project. BURNS`MSDONNELL. CITY OF FORT WORTH Soil & Groundwater Remediation Program ENV 24-02 PAGE 23 b. A proposed staffing/plan organizational chart CLIENT MANAGER Nick Ramirez ( I 9-z REMEDIAL ENGINEER Eric Dulle ADDITIONAL SUPPORT PROJECT MANAGER Bo Cooper TECHNICAL ADVISOR/ GEOLOGIST Brian Hoye PHASE II ESA/SITE INVESTIGATIONS Teleri Smith SUNBELT INDUSTRIAL SERVICES Ramon Alcala Casey Padgett Jesus Zuniga Juan Garcia Services: Drilling, UST removal, remediation, waste transportation and disposal PROGRAM MANAGER/ GEOLOGIST Amanda Breitling TECHNICAL ADVISOR/ WASTE SPECIALIST Scott Pasternak REMEDIAL CONSTRUCTION Harry Foreman ALLIANCE GEOTECHNICAL GROUP Michael Roland Services: Geotechncical Services q�r HYDROGEOLOGIST Jim Feild DFW ENVIRONMENTAL LABORATORIES SaharZare Services: Lab services BURNS`MSDONNELL CITY OF FORT WORTH mPAGE 24 Soil & Groundwater Reediation Program ENV 24-02 Company Licenses and Certifications TCEQ Registered Corrective Action Burns & McDonnell Engineering Company, Inc. RCAS00406 Specialist (RCAS) License TCEQ UST Contractor G.L. Morris Enterprises License Inc dba Sunbelt Industrial Sunbelt Industrial Services CR0000220 Services TCEQ LPST Project Manager License Amanda Breitling Burns & McDonnell #PM000578 TCEQ Class A&B UST Class B - Licensed On -site Casey Padgett Sunbelt Industrial Services #US0000742 Supervisor License TCEQ Class A&B UST Class B - Licensed On -site Jesus Zuniga Sunbelt Industrial Services #0000750 Supervisor License TCEQ Class A&B UST Class B - Licensed On -site Carlos Garcia Sunbelt Industrial Services #0001694 Supervisor License Professional Engineer (PE) Eric Dulle Burns & McDonnell #128008 (TX) Professional Engineer (PE) Michael Roland Alliance Geotechnical #96043 (TX) Professional Geologist Amanda Breitling Burns & McDonnell #11071 (TX) (PG) Carlos Garcia HAZWOPER Training Casey Padgett Jesus Zuniga Sunbelt Industrial Services - Ramon Alcala Amanda Breitling HAZWOPER Training Bo Cooper Burns & McDonnell - Teleri Smith BURNS `MSDONNELL CITY OF FORT WORTH mPAGE 25 Soil & Groundwater Reediation Program ENV 24-02 TCEQ Registered Corrective Action Specialist (RCAS) License - Burns & McDonnell TEXAS COMMISSION ON `�✓f ENVIRONMENTAL QUALITY TCEQ Search Licensing or Registration Information Registration Detail To report a change of address, phone number, or email address, please fill out the form located at https://www.tceq.texas.gov/licensing/forms/contactupdate. CN:CN601626914 Name: BURNS & MCDONNELL ENGINEERING COMPANY INC State: MO County: Registration(s) There were 1 registrations found. Program 0 Registration Type and Level 0 Registration Number 0 Last Issued Date 0 Exp. Date 0 Registration Status 0I LPSTOL LPST CORRECTIVE ACTION SPECIALIST RCAS00406 06/28/2023 06/28/2026 CURRENT Application(s) within the Last 2 Years There were 1 applications found. Questions or Comments » Program Type and LevelO App. Type App. Status App. Review Date App. Expiration Date Deficiency Letter Date Total Hours 0 0 0 0 0 0 0 LPSTOL LPST CORRECTIVE ACTION RENEWAL LICISSUED 06/28/2023 07/28/2023 No Deficiency 0 SPECIALIST Site Help I Disclaimer I Web Policies I Accessibility I Our Compact with Texans I TCEQ Homeland Security I Contact Us Statewide Links: Texas.gov I Texas Homeland Security I TRAIL Statewide Archive I Texas Veterans Portal t 2002-2024 Texas Commission on Environmental Quality BURNS `MSDONNELL CITY OF FORT WORTH PAGE 26 Soil & Groundwater Remediation Program ENV 24-02 TCEQ LPST Project Manager License - Amanda Breitling TEXAS COMMISSION ON ENVIRONMENTAL QUALITY PO BOX 13087 MC-178 ♦ AUSTIN TEXAS 78711-3087 Pursuant to authorization from the Executive Director of the Texas Commission on Environmental Quality, the Manager of the Operator Licensing Section of the Permitting and Registration Support Division has issued the enclosed LPST PROJECT MANAGER certificate and pocket card. TEST SCORE: N/A CONTACT INFORMATION LEAKING PETROLEUM STORAGE TANKS LICENSING (512)239.2192 For general information about licensing visit: www. tceq, texas. goWlicensina Pursuant to 30 TAC 30.24(k), you are required to notify the TCEQ of any contact information changes within 10 days of the date the change occurs. I RECEIPT OF PAYMENT Fee Type: NA Date Fee Paid: NA Amount Paid: NA TEXAS COMMISSION ON ENVIRONMENTAL QUALITY AMANDA BREITLING Is hereby licensed as a LPST PROJECT MANAGER License Number PM0000578 SIGNATURE EXECUTIVE DIRECTOR TCEQ VIPP Form ocea (09-01-06) TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that AMANDA BREITLING has fuYilled the re uirements in accordance with the laws o�the State of Texas far LPST PROJECT MANAGER License Number: PM0000578 'P (� A, i:�� Issue Date: 04/3012015 Expiration Date: Valid if PE or PG license is not revoked and is renewed according to law. EXecutive Director `IeXas Commission on Environnwnta(Quatity BURNS`M&DONNELL. CITY OF FORT WORTH PAGE 27 Soil & Groundwater Remediation Program ENV 24-02 Professional Engineer (TX) - Eric Dulle �.: TEXAS BOARD OF \�{ a�jj PRENGINE RS L BE IT KNOWN THAT Eric Steven Dulle HAVING LIVEN SATISFACTORY EVIDENCE OF QUALIFICATIONS REQUIRED UNDER THE TEXAS ENGINEERING PRACTICE ACT, TEXAS CIVIL STATUTES, ARTICLE 3271a, IS GRANTED THIS LICENSE TO PRACTICE AS A PROFESSIONAL ENGINEER IN THE STATE OF TEXAS PROVIDED THIS LICENSE IS NOT REVOKED AND IS RENEWED ACCORDING TO LAW SERIAL 20�8 NUMBER TEXAS BOARD OF PROFESSIONAL ENGINEERS IN WITNESS WHEREOF, We have hereunto set our hands and affixed the seal of the Board at the City of Austin, this 25th day of September, 2017. 70ARD CHAI / BOARD SECRETARY BURNS `MSDONNELL CITY OF FORT WORTH PAGE 28 Soil & Groundwater Remediation Program ENV 24-02 Professional Geologist - Amanda Breitling Texas Behavioral Health Executive Council Texas Board of Professional Geoscientists Texas Funeral Service Commission Texas Optometry Board Texas State Board of dental Examiners Texas State Board of Pharmacy Texas State Board of Plumbing Examiners 11 License 1 Registration Details Press "Previous Record" to display the previous license. Press "Next Record" to display the next license. Press "Search Results" to return to the Search Results list. Press "New Search Criteria" to do another search of this type. Press "New Search" to start a new search. License Number: 11071 Current Date: 0112512024 10:04 AM Name: BREITLING, AMANDA K License Type. Geology License status: Current Expiry Date: 09/30/2024 First Licensure Data: 05/23/2011 Practice Area Comment ESAsIRemediation Evaluation/Monitoring General Geoscience Addresses Business Addr. Address Burns & McDonnell 777 MAIN STREET SUITE 2500 FORT WORTH, TX TARRANT 76102 us view on a map Disciplinary Actions There are NO disciplinary actions against the license. Disciplinary Actions Date of Action: Action(s�: Authorized Official Licensee's Role: Related Party Role: Related Party Name w BREITLING CONSULTING, LLC Action Start Date Action End Date Authorized Official Firm License Type Address P.O. Box 969 BURLESON,TX Geoscience - Geoscientist Firms JOHNSON 76097 us New Search Print BURNS `MEDONNELL CITY OF FORT WORTH PAGE 29 Soil & Groundwater Remediation Program ENV 24-02 HAZWOPER Training - Teleri Smith 0 f ( p �,Q titIrth19 This is to certify that 4PL Teleri Smith Has completed HAZWOPER 40 HR 360training.com, Inc. is authorized by IACET to offer 0.8 CEW for this program. Completion Date: 05/25/2018 . Course Duration: 40.0 ARIZONA STATL UNIVERSITY LA E ® 360training ■:+:a•���ML:M 360training.com • 13801 Bumet Rd., Suite 100 ♦ Austin, TX 78727 • 877.881.2235 ♦ www.360training.com _ _ _ _ -.&& (CUT HERE) I � I � 0 =E j pEp I i o — — — — -(FOLD) - — I — — — I ffi 00 I i, rn r O E 7 W — a I 0 BURNS`MEDONNELL CITY OF FORT WORTH PAGE 30 Soil & Groundwater Remediation Program ENV 24-02 Narratives Extension of the City of Fort Worth - Environmental Services Currently, we have 23 environmental professionals located in our downtown Fort Worth office. In addition, we have access to 114 remediation specialists nationwide. Successfully implementing your remediation project necessitates a design and construction team that fosters innovative solutions amid complex site conditions, persistent contaminants, and challenging regulatory climates — while maintaining an unwavering focus on safety. We are your integrated, single source of responsibility, from planning and permitting through site restoration and closure. Billing and Cost Effectiveness We staff for timely, technically sound, and cost- effective project delivery for every project assigned. Our focused approach is cost-effective and practical, having saved our clients millions of dollars in cleanup costs, and complies with regulatory agencies around the country. We tailor our approach to each project and understand the importance of reasonable and defensible cost estimates to make educated decisions. Project invoicing is processed through the Oracle system. Initial invoices are setup in Oracle by the biller and then reviewed by department leads to verify the setup and contract terms are setup correctly. System generated invoices are generated on a monthly basis (or per contract terms) and are automatically calculated by the system based on project set-up criteria and established labor billing method. Invoicing is based on contract specifications (i.e., rates, terms, and other supporting documentation). Invoices are sequentially numbered by project. The majority of invoices are generated with a thru date equal to the last day of the previous month. Invoice drafts, with any required backup support for labor and/or expenses are submitted to the project manager of the project to review through APEX invoicing. The project manager will be able to Approve, Reject -Do Not Bill or Reject - Comments. The Reject - Do Not Bill & Reject - Comments are returned to the biller to either delete the draft and queue to invoice the following month or make updates per the Reject- Comments and resubmit to the PM for approval again. Approved invoices will be released in Oracle Accounts Receivable upon PM approval and the system will forward the final invoice, any PM attachments and any backup for labor and/or expense to the biller. The biller will distribute the invoice per project setup, mail, email, portal or any/ all combinations on the date of the invoice released. Innovative Remedial Options and Services New technologies may be more effective than a solution that was once ideal at the time of installation. Remediation sites can often be candidates for cost -saving optimization strategies or transition to more passive remedies. This can reduce costs and result in a safer, more sustainable remedy that expedites site closure. We provide in-depth analysis of system performance, evaluate performance -impeding subsurface conditions, and develop measures that can maximize contaminant removal and reduce costs. A robust evaluation of remedial technologies and strategies helps identify the solutions that are implementable, effective, and economical for your site. This evaluation follows the site investigation and calibration of the CSM, and it provides increased certainty when planning remediation and forecasting costs. BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 31 Soil & Groundwater Remediation Program ENV 24-02 2.7.4 Web -based Customer Service Explain any web -based customer service system that may be available reports, notifications, and invoices The Digital Site Management Tool (DSMT) is a web - based application that uses a dashboard -style user interface to streamline your team's access to your site's legacy, new, and incoming data. It provides a platform for technical and non -technical staff alike to access maps, imagery, graphs, tables, and/ or live -streamed data, giving specialized GIS-style capabilities to non -specialists. The DSMT is created using ESRi's web -experience builder, a non-proprietary software package that provides open-ended solutions to data visualization using a wide range of customizable program templates (called "widgets") based on ESRi's Arcade programming language. The tool leverages your standardized database and file structure to put your data to maximum use. The DSMT can be tailored to make use of an existing data schema or, if one does not exist, data must be organized to an appropriate standard. The DSMT is fully customized to client needs but generally consists of a central, dynamic map and several infographic panels designed to address the team's needs for understanding summary statistics and/or time and depth series data. The maps and graphs are dynamic and are linked to pre-set data queries via an intuitive toggle or drop -down menu system. The central map allows on -the -fly panning and enlargement and multiple map layers to be displayed, selectable on a key -like menu pane. Maps and infographics can be annotated, measured, and/ or printed (as georeferenced PDFs) in report -ready formats that include client -specific logos and title block design. The DSMT is a powerful platform for increased data sharing and transparency between all members of your team and community stakeholders. It is a valuable communications tool that can used to facilitate work planning, manage and track execution, facilitate decision -making, serve as the basis of a dynamic Conceptual Site Model, and even act as the central focus of technical presentations. Because the tool is a web application, no specialized GIS or graphical software is required by the end user. If the end -user or user's organization has an ESRi ArcGIS Online presence and ESRi licensing in place, no additional costs are required for use. Viewer licenses for non-ESRi licensed organizations or personnel can be made available at a low annual fee. A range of data hosting options exist and use of the application does not require migration of data or transfer of data ownership. In addition to the DSMT, the Burns & McDonnell team can establish shared directories and Sharepoint sites to house project deliverables for the City's access. BURNS :kMSDONNELL CITY OF FORT WORTH PAGE 32 Soil & Groundwater Remediation Program ENV 24-02 List of Subcontractors to be Utilized 2.8 SUBCONTRACTORS For each subcontractor to be used for services under this contract, provide the information requested in the Table 2.8.1 and 2.8.2 and include qualifications and capabilities (as detailed in Section 2.7 of this solicitation) pertinent to the services to be provided under the contract. Include a brief description of tasks that will be performed by the subcontractor. Table 2.8.1: Subcontractor Information Providers shall complete the following information and submit it with the Qualifications Documents to permit the City of Fort Worth to more fully evaluate the submittal's quality prior to awarding the contract Subcontractor's Subcontractor's Subcontractor's Proposed Tasks Name Address Telephone No. on the Project Drilling, UST Removal, Remediation, G.L. Morris Enterprises, 2415 Cullen St. 817-877-0866 Waste Transportation & Disposal DBA Sunbelt Industrial Services Fort Worth, TX 76107 Alliance Geotechnical Group, 3020 Wichita St. Inc. Fort Worth, TX 817-595-4565 Geotechnical Services 76140 DFW Environmental Laborato- 1225 W. College Ave., ries Suite 430 972-245-0804 Laboratory Services Carrollton, TX 75006 IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS. INCLUDE A COPY OF THE SUBCONTRACTOR QUALIFICATIONS FOLLOWING THIS PAGE BOUND WITHIN THE RFQ PACKAGE City of Fort Worth RFQ ENV 24-02: SGW Page 35 of 44 BURNS `MSDONNELL CITY OF FORT WORTH mPAGE 33 Soil & Groundwater Reediation Program ENV 24-02 Sunbelt Industrial Services G.L. Morris Enterprises, DBA Sunbelt Industrial Services has performed environmental remediation services in multiple states with most services offered in Texas, Oklahoma, Louisiana, and Arkansas. Sunbelt's ability to work together with state and local officials, along with an extensive network of suppliers provides the City 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 equipment, enables Sunbelt Industrial Services to successfully address a wide range of environmental conditions. Sunbelt's staff of environmental specialists are dedicated to quality customer service. Sunbelt project managers 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. The Sunbelt personnel have vast experience in many facets of the environmental landscape, with the appropriate licenses, training and certifications required for completion of the task(s). Project Experience Underground Storage Tank Removal // Confidential Convenience Store // Raymondville, TX For this project, the canopy was demolished and sent the material for scrap. The concrete was cut, removed, and stockpiled, then the UST excavation was able to begin. Sunbelt excavated and stockpiled the soil. The tanks were cleaned, rinsed, and removed. The tanks, contaminated material and concrete were hauled off for disposal and/or recycling. All dispensers, fuel lines, and other items were removed as well. Once confirmation of samples back from the client, excavation was compacted and backfilled. The final step was pouring concrete back to client specifications. Date Completed: May 2023 Construction Cost $160,000 Services Provided- Canopy demolition, concrete removal, excavation, tank cleaning, tank removal, loading, T&D petroleum impacted soils, backfill, compaction and resurfacing with concrete specifications. Environmental Site Remediation // Trinity River Vision Authority // Fort Worth, TX The project involved the treatment of over 40,000 square feet to a depth of 17.5 feet, addressing approximately 25,185 cubic yards of contaminated soil. The soil was excavated and then allowed to dewater on the slope of the excavation. Subsequently, the dewatered soil was loaded and transported to an accepted disposal facility. Throughout the excavation process, water was encountered, leading to the pumping, treatment, and discharge of over 16,000,000 gallons of water. The water treatment ensured compliance with the storm water general permit discharge requirements. Date Completed: October 2017 Construction Cost: $3,000,000 Services Provided: Drilling, excavation, soil stabilization, loadout, transportation and disposal of contaminated soils Environmental Site Remediation // Tarrant Regional Water District // Fort Worth, TX The project involved the treatment of over 40,000 square feet to a depth of 17.5 feet, addressing approximately 25,185 cubic yards of contaminated soil. The soil was excavated and then allowed to dewater on the slope of the excavation. Subsequently, the dewatered soil was loaded and transported to an accepted disposal facility. Throughout the excavation process, water was encountered, leading to the pumping, treatment, and discharge of over 16,000,000 gallons of water. The water treatment ensured compliance with the storm water general permit discharge requirements. Date Completed: June 2021 Construction Cost: $2,000,000 Services Provided: Environmental excavation, loading, transportation, disposal Owner's Representative: Woody Froussard, TRWD BURNS�*.,,,MSDONNELL CITY OF FORT WORTH PAGE 34 Soil & Groundwater Remediation Program ENV 24-02 Alliance Geotechnical Group DFW Environmental Laboratories, LLC Alliance Geotechnical Group's (AGG) geotechnical team is comprised of industry leading professionals who are committed to providing the most accurate and on time recommendations pertaining to planning, design, and construction monitoring. Their professional engineers provide value engineering alternative approaches both in design and when assisting to solve construction issues. AGG is staffed with their own drilling rigs and crews, a fully staffed state-of-the-art laboratory and several experienced senior engineers to ensure that project deadlines are met. AGG's engineers are committed to providing quality projects that we are hands-on during construction to provide QA/QC during foundation construction. AGG engineers are committed to providing quality assurance by being hands-on during the foundation construction phase. AGG operates today with a staff of approximately 145 employees. AGG employs more than 100 materials engineering technicians, as well as 10 Professional Engineers, five E.I.T.'s and three Graduate Geologists. AGG maintains offices in Fort Worth, Dallas, Frisco, Longview, Houston, and Huntsville. AGG employs three full time drill crews which includes licensed drillers, driller's helpers and loggers. AGG has three drilling rigs that had been tooled specifically to perform geotechnical soil exploration. AGG has two CME 75's and a brand new CME 55 that are equipped to perform soil testing. AGG offers extensive experience in providing geotechnical investigations and construction materials engineering services for all types of municipal projects with a large portion of work consisting of transportation, water, sewer and wastewater main replacement projects, wastewater facilities and pipelines. AGG's CME and Geotechnical Departments both use GeoSystem Software. This software is used for plotting boring logs and for calculating and reporting results of Atterberg limits, sieve analysis, moisture density, CBR and unconfined compression tests. Service Areas: ► Geotechnical Engineering ► Subsurface Exploration ► Construction Materials Engineering and Consulting ► Construction Materials Testing, Inspection, and Quality Control DFW Environmental Laboratories offers the services of soil, water and air testing in accordance with EPA and ASTM Methods. DFW Environmental is a full service analytical laboratory dedicated to providing environmental Engineering consultants, industry and government with high quality analytical data and superior customer service. DFW Environmental provides environmental project management which entails everything from kit requests, container and preservative selection, kit preparation and delivery to sample pickup and receipt, sample storage and handling, to analysis and reporting. DFW Environmental combines 37 years of experience from two NELAP accredited Technical Managers. Every aspect of laboratory and project management involves TRRP compliance using NELAP laboratory protocols. The team has 16 years of experience with Environmental Project Management which includes Laboratory Review Checklists (LRCs) and Electronic Data Deliverables (EDDs). DFW Environmental Laboratories is a NELAP/ TCEQ accredited laboratory for the analysis of soil and non -potable water. The laboratory offers the following testing services: Total Petroleum Hydrocarbons in soil and water by TCEQ 1005 method Semi -volatile organics in soil and water by EPA 625 and 8270 Volatile organics in soil, water and air by EPA 624 and 8260 Low -Level Polynuclear Aromatic Hydrocarbons in water and soil by EPA 8270SIM Alcohols and Glycols in soil and water by EPA 8015 Trace Metals in soil, water, air and paint by EPA 200.7 and 6010 ► Low-level BTEX in soil and water by EPA 8260 ► Mercury in soil and water by EPA 245.1 and 7140/7141 Inorganic Wet Chemistry including Sulfate, Chloride, Nitrate, Phosphorus, Sulfide, Cyanide, TSS, TDS, TCLP, Oil & Grease, pH, Soil Resistivity, BOD, COD, Flash Point BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 35 Soil & Groundwater Remediation Program ENV 24-02 Casey serves as a Operations Manager and Estimator with Sunbelt Industrial Services. With more than 30 years of experience, Casey actively contributes to the management of Project and Field Operations, focusing on providing a safe work environment and maximizing project efficiency. With a dedication to delivering exceptional customer experiences, Casey strives for successful end results in every project undertaken. PERSONNEL STATISTICS Relevant Experience Total years of Experience Underground Storage Tank Removal // Raymondville, TX // For this job, ► 30 the canopy was demolished and sent the material for scrap. The concrete was cut, removed, and stockpiled, then the UST excavation was able to Firm begin. Sunbelt excavated and stockpiled the soil. The tanks were cleaned, rinsed, and removed. The tanks, contaminated material and concrete were ► Sunbelt Industrial hauled off for disposal and/or recycling. All dispensers, fuel lines, and other Services items were removed as well. Once confirmation of samples back from the client, excavation was compacted and backfilled. The final step was pouring Licenses/Registrations concrete back to client specifications. ► Texas Licensed UST City of Fort Worth Stormwater Interceptor Installation // Fort Worth, TX Onsite Supervisor I Class B -License # City of Dallas Cadiz Street Excavation/Bio-Cell Placement and Backfill US0000742 Dallas, TX // 12,000 cubic yards Centreport Excavation, Relocation and Grading // Arlington, TX // 25,000 cubic yards City of Fort Worth Stormwater Interceptor Installation // Fort Worth, TX Ramon has 14 years of drilling experience. His experience includes installing environmental and geotechnical soil borings and monitor wells, using methods like hollow stem auger and direct push drilling. Ramon has installed PVC and SS monitor wells at diverse locations in the southern U.S., such as service stations, industrial facilities, railroad properties, refineries, military installations, and mining facilities, with depths ranging from a few feet to well over 100 feet. PERSONNEL STATISTICS Total years of Experience ► 14 Firm ► Sunbelt Industrial Services Licenses/Registrations ► Texas Licensed Monitor Well # 59430 Relevant Experience City of Dallas Drilling, Hollow Stem Auger // Dallas, TX Exxon Mobil Drilling, Hollow Stem Auger, Plug and Abandonment, Hydrovac // Panther Creek, OK Union Pacific Railroad Drilling, Direct Push Soil Borings // Dennison, TX BURNS,%$,,MSDONNELL. CITY OF FORT WORTH PAGE 36 Soil & Groundwater Remediation Program ENV 24-02 Carlos is a licensed UST on -site supervisor with more than 10 years of experience. In addition, he is a licensed tank -puller and equipment operator. PERSONNEL STATISTICS Relevant Experience Total years of Experience Underground Storage Tank Removal // Raymondville, TX // For this job, ► 10 the canopy was demolished and sent the material for scrap. The concrete was cut, removed, and stockpiled, then the UST excavation was able to Firm begin. Sunbelt excavated and stockpiled the soil. The tanks were cleaned, rinsed, and removed. The tanks, contaminated material and concrete were ► Sunbelt Industrial hauled off for disposal and/or recycling. All dispensers, fuel lines, and other Services items were removed as well. Once confirmation of samples back from the client, excavation was compacted and backfilled. The final step was pouring Licenses/Registrations concrete back to client specifications. ► Texas Licensed UST Trinity River Vision Authority Environmental Site Remediation // Fort Worth, Onsite Supervisor I TX // 40,000 cubic yards Class B -License # US00001694 Various Convenience Store UST Removals // Dallas, TX Goodyear Tire Center Underground Vehicle Lift Removals // DFW, TX Mr W Jesus is a licensed UST on -site supervisor with more than 27 years of experience. In addition, he is a licensed tank -puller and equipment operator. PERSONNEL STATISTICS Relevant Experience Total years of Experience Tarrant Regional Water District Environmental Site Remediation // Fort ► 27 Worth, TX // The project involved the treatment of over 40,000 square feet to a depth of 17.5 feet, addressing approximately 25,185 cubic yards of Firm contaminated soil. The soil was excavated and then allowed to dewater on the slope of the excavation. Subsequently, the dewatered soil was loaded ► Sunbelt Industrial and transported to an accepted disposal facility. Throughout the excavation Services process, water was encountered, leading to the pumping, treatment, and discharge of over 16,000,000 gallons of water. The water treatment ensured Licenses/Registrations compliance with the Storm Water General Permit Discharge Requirements. ► Texas Licensed UST Various Convenience Store UST Removals // Dallas, TX Onsite Supervisor I Class B - License # Goodyear Tire Center Underground Vehicle Lift Removals // DFW, TX US0000750 BURNS `M&DONNELL. CITY OF FORT WORTH mPAGE 37 Soil & Groundwater Remediation Program ENV 24-02 Michael has over 34 years experience in geotechnical consulting and construction materials engineering in the North Texas Area. Michael has extensive experience with wastewater treatment plants, flood protection and storm drainage projects. Michael has worked with AGG since the company's formation in 1999. PERSONNEL STATISTICS Relevant Experience Total years of Experience TransSystems Vickery Boulevard Slope Failure // Fort Worth, TX // Senior ► 34 Geotechnical Engineer. AGG performed geotechnical investigation for this project. A slope failure had occurred beyond an existing retaining wall on the Education north side of Vickery Boulevard about 200 feet east of Micki Lynn Avenue in Fort Worth, Texas. The displaced soil from the slope caved onto the inside ► BS, Civil lane of Vickery Boulevard. Engineering Gresham Smith Sanitary Sewer Line Distress Investigation // McKinney, TX Firm // Senior Geotechnical Engineer. AGG performed a geotechnical/distress investigation for this project. The existing stone retaining walls, headwalls, and ► Alliance box culverts were constructed over a sanitary sewer line. The sanitary sewer Geotechnical Group line was sagging 6 to 18 inches beneath the stone retaining wall and headwall. Licenses/Registrations Hazen & Sawyer Distress Investigation // Joshua, TX // Senior Geotechnical Engineer. The project consists of a distress investigation to evaluate the ► Professional reported ongoing foundation movement and distress to the transmission Engineer (TX storage tank due to excessive differential movement and excessive tilting. License #96043) Mansfield Independent School District Distress Investigation, Drop -Off Lane and Adjacent Flatwork // Mansfield, TX // Senior Geotechnical Engineer. AGG performed a distress investigation for the project. Pavement and flatwork distress was occurring at the existing Annette Perry Elementary School in Mansfield, Texas. Specifically, the existing drop off lane and adjacent flatwork on the northeast side of the building were experiencing distress due to soil swell movements. Town of Prosper Distress Investigation, Star Trail, Phase 5 // Prosper, TX // Senior Geotechnical Engineer. AGG performed a pavement distress investigation for this project. The distress manifested in the form of pavement cracking, separations, heaving, and settlement. Standing water was present within various areas along the concrete pavement. Much of the distress was located within close proximity to underground utility lines. Sahar is recognized by NELAP for her knowledge in chemical analysis of soil and water. As a seasoned laboratory director with NELAP accreditation, Sahar brings over 15 years of experience in quality assurance for chemical testing, adhering to EPA and ASTM methodologies. With a background as an environmental project manager, Sahar has proven organizational and analytical skills. A proficient user of GC/MS, GC/FID, GC/ECD, DC/NPD, ICP, and other instruments, Sahar has a decade -long history in wet chemistry and substantial experience in semi-volatiles and volatiles departments. Sahar is also adept in soil, air, water analysis, and solid waste characterization by EPA SW-846 standards. BURNS`MSDONNELL CITY OF FORT WORTH PAGE 38 Soil & Groundwater Remediation Program ENV 24-02 Company Licenses and Certifications TCEQ UST Contractor License - G.L. Morris Enterprises Inc dba Sunbelt Industrial ------ -- --- -- - - - -- -- - -- --- L TEXAS COMMISSION ON ENVIRONMENTAL QUALITY i Be it known that G L MORRIS ENTERPRISES INC has f t filCed the requirements in accordance with the Caws of the State of Texas for UST CONTRACTOR License Number: CR0000220 Issue Date: 0:/18/2021 Expiration Date: 05/31/2024 Executive Director Texas commission on Ennr ,t,CQ,,rty TCEQ Class B UST Licensed On -site Supervisor License - Casey Padgett TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that CASEY L PADGETT has fuqilled the requirements in accordance with the laws of the State of Texas for CLASS B UST ON -SITE SUPERVISOR License Number. US0000742 VPhVC • CjWwc� VuTr Issue Date: 01/19/2023 BViration Date: 02/28/2026 Interim Executive Director Texas Commission on Environmental Quality .............. rw •„.. a no r run 'w ui e: LL s..... ..... BURNS `MSDONNELL CITY OF FORT WORTH PAGE 39 Soil & Groundwater Remediation Program ENV 24-02 TCEQ Class B UST Licensed On -site Supervisor License - Carlos Garcia TEXAS COMMISSION ON ENVIRONMENTAL QUALITY PO BOX 13087 MC-178 ♦ AUSTIN TEXAS 78711-3087 Pursuant to au[horlration from the Executive Director of the Texas Commission on Environmental Oualiry, [he Managerof the Operator Licensing Section of the PermiOing old Registration Support Division has is sued the enclosed UST ON -SITE SUPERVISOR odiftc old pocket cab. TEST SCORE: N/A CONTACT INFORMATION UNDERGROUND STORAGE TANK LICENSING (512)239-0170 For general inPorntalion shout Ikedoing vielh www_fcen.t o_onvAicenaino Pursuanf to 30 TAC 3O24(k), you are required to notify the TCEQ of any contact haormarwn changes within 10 days of the date the Mange occurs. RECEIPT OF PAYMENT Fce Type: RENEWAL APPLICATION Date Fce Paid: 03/27/2023 A..unt Paid: $ 111 TEXAS COMMISSION ON ENVIRONMENTAL OUALIT'i JUAN C GARCIA Is hereby Il.ens.I ae as UST ON-SI'pl: SUPERVISOR Clva� License Number I?.xpirex R US0001694 04/30/2026 j TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known t(iat JUAN C GARCIA (tas fu fi(!ed tFie re uirentents in accordance with the (aws o�the state of Texas for CLASS B UST ON -SITE SUPERVISOR LtceveNmber: US0001694 — \ IaW Date: 03/29/2023 T-Viration Date: 04/30/2026 bacrim EiLecianv Director Te; sCommiuiun on EavironmentafQ.r,ly I.aAI.AI.At.6w,t.A tdt tot It lot I.A I" AA I.Alot i tIiIAJ.AJ.A t.A t1A f.A t.A t.A t. TCEQ Class B UST Licensed On -site Supervisor License - Jesus Zuniga TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that JESUS ZUNIGA has fulfilled the re uirements in accordance with the Caws 07the State of Texas for CLASS B UST ON -SITE SUPERVISOR License Number: US0000750 � lJ • _ "` V �� Issue Date: 01/26/2023 Expiration Date: 02/28/2026 Interim Executive Director `.Texas Commission on Environmental QuaCity BURNS`M&DONNELL, CITY OF FORT WORTH PAGE 40 Soil & Groundwater Remediation Program ENV 24-02 Professional Engineer - Michael Roland PE*LS Texas Board of PmkWonal Engineers and Land Surveyom Number. 96643 Status: ACTIVE Expires: 6130/2024 MICHA►EL DAINE ROL.A►ND Texas Licensed Professional Engineer /'Signature BURNS `MEDONNELL CITY OF FORT WORTH PAGE 41 Soil & Groundwater Remediation Program ENV 24-02 HAZWOPER - Casey Padgett CERTIFICATE OF COMPLETION Casey Padgett has successfully achieved the certification HAZWOPER 8 Hour Refresher (OSHA 29 CFR 1910.120/1926.65) a � Y cI-U: I.0 ontact Hours: Z; Completion Date: March 31, 2023 Expiration Date: March 31, 2024 Min `Instructor: Jacob M. Moore DIR ENV H&S HAZWOPER - Carlos Garcia CERTIFICATE OF COMPLETION Juan (Carlos) Garcia has successfully achieved the certification HAZWOPER 8 Hour Refresher (OSHA 29 CFR 1910.120/1926.65) CEU: 1.0 Contact Hours: R Completion Date: March 31, 2023 Expiration Date: March 31, 2024 ��' Lnstructor: Jacob M. Moore DIR ENV H&S BURNs`MEDONNELL. CITY OF FORT WORTH PAGE 42 Soil & Groundwater Remediation Program ENV 24-02 HAZWOPER - Jesus Zuniga ,�- eTraining, Inc. ♦ V / Jy�� U (ITPx tfiratr of (amplet,turn 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 HAZWOPER - Ramon Alcala CERTIFICATE OF COMPLETION Juan (Ramon) Alcala has successfully achieved the certification HAZWOPER 8 Hour Refresher CEU: 1.0 Contact Hours: 8 Completion Date: March 31, 2023 Expiration Date: March 31, 2024 Instructor: Jacob M. Moore DIR ENV H&S (OSHA 29 CFR 1910.120/1926.65) Certificate: 10021862 BURNS `MEDONNELL CITY OF FORT WORTH I PAGE 43 Soil & Groundwater Remediation Program ENV 24-02 1.16 Provider's Vendor Compliance to State 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 bidderwould be required to underbid a non-resident bidder in orderto 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 RFQto 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 Missouri (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: Burns & McDonnell Engineering Company, Inc. Company Name Scott Clark By: (Please Print) Signature Senior Vice President 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. City of Fort Worth RFQ ENV 24-02: SGW Page 13 of 44 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 47 Soil & Groundwater Remediation Program ENV 24-02 1.17 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. Contractorshall 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: Burns & McDonnell Engineering Company, Inc. BY: Amanda Breitling Company Name 777 Main St., Suite 2500 Address Fort Worth, Texas 76102 City, State, Zip City of Fort Worth (pant r-t p name of signatory) (Signature) Program Manager/Geologist Title (print or type) RFQ ENV 24-02: SGW Page 14 of 44 BURNS�X,,,MSDONNELL. CITY OF FORT WORTH PAGE 48 Soil & Groundwater Remediation Program ENV 24-02 Provider's Qualification Summary 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: Burns & Mcdonnell Engineering Company, Inc. (Company Name) 777 Main St., Suite 2500 (Address) Fort Worth, TX 76102 (City, State, Zip) 817-377-0361 Phone) City of Fort Worth RFQ ENV 24-02: SGW BY: Amanda Breitling (print signatory) ortyp�o (Signature) Program Manager/Geologist Title (print or type) akbreitling@burnsmcd.com (Email) Page 28 of 44 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 49 Soil & Groundwater Remediation Program ENV 24-02 2.13 Certification of Legal and Compliance History 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: BY: Company Name (print or type name of signatory) (signature) Date Title (print or type) Certification of NO Legal Action I certify under penaltyof law thatthe 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: Burns & McDonnell Engineering Company, Inc. BY: Scott Clark Company e (print or type name of signatory) Senior Vice President (sikriifure) Title (print or type) 2/1 /2024 Date City of Fort Worth RFQ ENV 24-02: SGW Page 41 of 44 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 50 Soil & Groundwater Remediation Program ENV 24-02 2.14 Prevailing Wage Rate 2.14 PREVAILING WAGE RATE A Contractor selected for this project will be required to complywith TEXAS GOVERNMENT CORE, 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: bttp_.I/www.texoassoc'iation.org/Chapter/wa erates.asp. A worker employed on a public work by or on behalf 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 contractorwho is awarded a public work contract, ora subcontractorof 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 contractor or 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: Burns & McDonnell Engineering Company, Inc. Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City, State, Zip City of Fort Worth RFQ ENV 24-02: SGW BY: Scott Clark (printtoortyp�e name of signatory) (Signature) Senior Vice President Title (print or type) Page 42 of 44 BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 51 Soil & Groundwater Remediation Program ENV 24-02 235 Worker's Compensation Compliance 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: Burns & McDonnell Engineering Company, Inc. Company (Please Print) 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § By: Scott Clark Signature: v Title: Senior Vice President KNOW ALL BY THESE PRESENT: BEFO EE ME, the undersigned authority, on this day personally appeared . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ��LUAf for the purposes and consideration therein expressed and, in the capacity, therein stated. yV T it GIVEN UNDER MY HAND AND SE 0F0 FICEthis t day of�9U / n TELLENAYVONNE T UiAe� - a WILSON HILL / Notary ID #11062725 ota Public in and forthe State of Texas My Commission Expires February 9, 2027 'ty of ort Worth RFQ ENV 24-02: SGW dg, 4, 44 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 52 Soil & Groundwater Remediation Program ENV 24-02 2.16 Nondiscrimination Disclosure 2.16 NONDISCRIMINATION All City contractors are required to comply with Chapter 17, "Human Re€ations," 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: Burns & McDonnell Engineering Company, Inc. Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City, State, Zip City of Fort Worth BY: Scott Clark (Print or type name of signatory) (Sign Senior Vice President Title (print or type) Remainder of page intentionally left blank RFQ ENV 24-02: 5GW Page 44 of 44 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 53 Soil & Groundwater Remediation Program ENV 24-02 Business Equity Ordinance 23 Business Equity Ordinance 25165-10-2021 Business Eciuity 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: Burns & McDonnell Engineering Company, Inc. By: Scott Clark Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City, State, Zip City of Fort Worth (print or type name of signatory) (Signature) Senior Vice President Title (print or type) Remainder of Page Intentionally Left Blank RFQ ENV 24-02: SGW Page 27 of 44 BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 54 Soil & Groundwater Remediation Program ENV 24-02 Attachment A - Conflict of Interest Disclosure CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Log., Regular Session. This questionnaire is being tiled in accordance with Chapter 176, Local Government Code, by a vendor who 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 focal governmental entity not later than the 71h 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. NIA FORM CIQ OFFICE USE ONLY Date Received Checkthis 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. NIA 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 8 for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A 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? Yes F-1 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? Yes E7No J Describe each employment or business relationship that the vendor named in Section 1 matntains 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. NIA 61 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). N/A J February 1, 2024 Signature ondor doing business with the governmental entity pate Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 111/2021 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 55 Soil & Groundwater Remediation Program ENV 24-02 Certificate of Interested Parties -1295 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1 -4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. i Name of business entity filing form, and the city, state and country of the business entity's place of business. Burns & McDonnell Engineering Company, Inc. Kansas City, MO United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth FORM 1295 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1116520 Date Filed: 01/26/2024 Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. ENV 24-02 Soil & Groundwater Site Remediation Program - Professional Services 4 Name of Interested Party Duke, Leslie Fischer, Paul Gross, Steve Mollman, Renita Olander, John Reymond, Bob Schuessler, Alissa Burns & McDonnell, Inc. 5 Check only if there is NO Interested Party. ❑ Nature of interest City, State, Country (place of business) (check applicable) Controlling Intermediary Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X Kansas City, MO United States X 6 UNSWORN DECLARATION ,. - ,r f' My name is -5GO� �i^i and my date of birth is My address is if 1 V-e Gi 74-00 (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in 77h4Qy4) County, State of 7 /kt4ir , on the 30 day of , !1 , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.stateAx.us Version V3.5.1.9000c47 BURNS`MSDONNELL CITY OF FORT WORTH mPAGE 56 Soil & Groundwater Peediation Program ENV 24-02 Current Texas Sales/Use Tax Certificate Farm 00-366(Rev.5-19/10) TEXAS USE TAX PERMIT &'OE Q) U �O This permit is issued in accordance with the law governing the type of business specified and is the authorization to conduct business in wD ( Texas. The permit may be revoked for a violation of the provisions of * _ $ the applicable law and/or any rules adopted by the Comptroller to TEXAS administer the law. GLENN HEGAR TEX. TAX CODE ANN. CH. 151 Texas Comptroller Taxpayer name and mailing address BURNS & MCDONNELL ENGINEERING COMPANY, INC. 9400 WARD PKWY KANSAS CITY MO 641l4-3319 NAICS CODE: 237130 Power and Communication Line and Related Structures Construc THIS PERMIT IS NON -TRANSFERABLE Detach here and display your permit only. Taxpayer number 1-43-0956142-2 Effective date 04/01/1999 GLENN HEGAR Comptroller of Publi ccounts Is the information printed on this permit correct? If not, please tell us in the space below. • If your taxpayer name and/or mailing address are incorrect, enter the correct information. • If you have received a Federal Employer Identification Number (FEIN), enter the number. • If you are no longer in business, enter the date of your last business transaction. If your permit is correct, DO NOT return this form. If any corrections are required, please enter the correct information on this form and return it to: COMPTROLLER OF PUBLIC ACCOUNTS 111 E. 17th Street Austin, TX 78774-0100 Keep this permit until you receive a corrected permit. NOTE: This form cannot be used if there has been a change of ownership. Please contact your local Comptroller's field office for this change and to obtain a new permit. Please see the back of this form for telephone numbers to call for assistance. TEXAS USE TAX PERMIT Taxpayer name shown on the permit Taxpayer number shown on the permit BURNS & MCDONNELL ENGINEERING COMPANY, INC. IN 1-43-0956142-2 Please enter only the information that has to be corrected. Correct taxpayer name Daytime phone (Area code and number) • . I I I I I I I I I I I Correct mailing address City State ZIP code FEI number • • I I I• I I I I I I • I I I I I I I I If you are no longer in business, enter the date of your last business transaction ............................................. For additional information, see the back of this form. sign Taxpayer or authorized agent Date here You have certain rights under Chapters 552 and 559, Government Code, to review, request, and correct information we have on file about you. Contact us at the address or phone number listed on this form. BURNS`MSDONNELL CITY OF FORT WORTH mPAGE 57 Soil & Groundwater Reediation Program ENV 24-02 Current Texas Secretary of State Business/Company Registration Exhibiting Officers of Business/Company 1 /17/24, 10:49 AM TEXAS SECRETARY of STATE JANE NELSON BUSINESS ORGANIZATIONS INQUIRY- VIEW ENTITY BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Filing Number: 4699706 Entity Type: Foreign For -Profit Corporation Original Date of Filing: January 16, 1980 Entity Status: In existence Formation Date: N/A Tax ID: 14309561422 FEIN: Name: BURNS & MCDONNELL ENGINEERING COMPANY, INC. Address: 9400 WARD PARKWAY Kansas City, MO 64114 USA Fictitious Name: N/A Jurisdiction: MO, USA Foreign Formation N/A Date: REGISTERED AGENT FILING HISTORY NAMES Last Update Name June 15, 2023 RAYMOND J. KOWALIK June 15, 2023 Paul Fischer June 15, 2023 John Olander June 15, 2023 Robert Reymond June 15, 2023 Renita Mollman June 15, 2023 Steven Gross Order I Return to Search ASSOCIATED MANAGEMENT ASSUMED NAMES ENTITIES INITIAL ADDRESS Title Address DIRECTOR 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA DIRECTOR 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA DIRECTOR 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA DIRECTOR 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA Director 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA Director 9400 WARD PARKWAY KANSAS CITY, MO 64114 USA Instructions: 4 To place an order for additional information about a filing press the 'Order' button. https://direct.sos,state.tx.uslcorp_inquirylcorp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&:Sfiiling_number=4699706&: Ndocument_number=13229... 111 BURNS`M�DONNELL CITY OF FORT WORTH PAGE 58 Soil & Groundwater Remediation Program ENV 24-02 Current Certificate of Good Standing (Texas Secretary of States' office) Corporations Section �P�E p� Jane Nelson P.O.Box 13697 CO Secretary of State Austin, Texas 78711-3697 x Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application for Certificate of Authority for BURNS & MCDONNELL ENGINEERING COMPANY, INC. (file number 4699706), a MISSOURI, USA, Foreign For -Profit Corporation, was filed in this office on January 16, 1980. It is further certified that the entity status in Texas is in existence. Ian .1.'r 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 January 17, 2024. 07 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: 1322926970004 BURNS `MEDONNELL CITY OF FORT WORTH PAGE 59 Soil & Groundwater Remediation Program ENV 24-02 Business Equity Goal Documentation ATTACHMENT16 FORT WORTH Page 1 of 1 City of Fort Worth Business Equity (MIWBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime Burns & McDonnell Engineering Company, Inc. IEI %. PROJECT NAME: i hfl'A1BE NON-MWBE 1 BID DATE Soil and Groundwater Site Remediation Program City's MBE Project Goal: I Offeror's MBE Project Commitment: 16 % 16 % PROJECT NUMBER ENV 24-02: SGW If both answers to this form are YES, do not complete ATTACHMENT I (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if troth answers are yes. Failure to complete this form in its entirety and be received by the Purchasina Division no later than 2:00 p.m., on the second Citv business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? ❑ YES If yes, please provide a detailed explanation that proves based on the size and scope of this I NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business.Xi 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�wr suit in a determination of an irresponsible Offeror and barred from participating in City work for a per of [me not less than one (1) year. Amanda Breitling Autho zerl d Signature Printed Signature Program Manager/Geologist Title Burns & McDonnell Engineering Company, Inc Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City/State2ip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Bo Cooper Contact Name (if different) 682-291-9353 Phone Number Fax Number akbreitling@burnsmcd.com Email Address February 1, 2024 Date pag84&88311312022 BURNS�*.,,,MSDONNELL. CITY OF FORT WORTH PAGE 60 Soil & Groundwater Remediation Program ENV 24-02 City of Fort Worth ATTACHMENT 1A FORT WORTH Business Eauity Utilization Form Page of4 M z Disadvantaaed Business Enterprise Utilization Form (ADDlicable if Federally -Funded} in 0, 3 v PRIME/OFFERORIOWNER z COMPANY NAME: Burns & McDonnell Engineering Company, Inc. z m 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 Feb. 1, 2024 (Check if addressing DBE Goal) 16 % Commitment: 1 g Check all applicable boxes to describe ® Not Certified MBE �WBE DBE HUB ❑VOSB Section 3 Prime/Offeror/Owner's Classification: 11 Certifying Agency: ❑ NCTRCA D/FW MSDC ❑ TX DOT ❑WBCS Other: Ethnicity: ❑African American ❑Hispanic Caucasian Asian ❑ Native American Gender: ❑Male ❑Female 0 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 o Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p_m, on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA. ICA. and CDBG oroiects. documents will be submitted to the Citv Proiect Manager if publicly bid or to the Developer if orivately bid. `o 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: Develoner oroiectsJ. 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 (D Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton. Parker. Wise. and all of Tarrant. Dallas. and Johnson counties. a 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 oNorth Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest 1 (WBCS). v� 0 0 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 M -n 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 3 O 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 z 1 Business Equity as outlined in the lease agreement. A 0 Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE 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 case& PqrPg69fAFr is D 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. 6) Effective 01/01/2021 m � Updated 0312412022 FORT WORTH ATTACHMENT Page2of4 Business Eauity Utilization Form W C M Z Ln I-Ilease note that only certifed business tquity terms will be counted to meet the business tquity goal. Prime/Utterors are required to identity ALL subcontractors/suppliers, 3 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 v subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered O 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 Z Z identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. m r r Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box ❑if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Eauity firm names as listed on their certification. including DBA names. NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier NAICS Required) Certification Agency Gender and Ethnicity: CONTRACTORS/SUPPLIERS PROVIDED ( 9 � Name 1st Tier G.L. Morris Enterprises, DBA Type of Service/Supplies: Certified B Business Name: Sunbelt Industrial Services DBA 1st tier y' ElMale®Female ❑Non -Binary Sunbelt Industrial Drilling, UST Removal, Remediation, ❑D/FW MSDC Address: 2415 Cullen St. Fort Worth, TX 76107 Waste Transportation & Disposal ❑ African American ❑ Hispanic Phone: 817-877-0866 Email: cpadgett@sun-belt.com Contact Person: Casey Padgett Business Name: Alliance Geotechnical Group, Inc. Address: 3020 Wichita Ct. Fort Worth, TX 76140 Phone: 817-595-4565 Email: jdavis@aggengr.com Contact Person: .josh Davis Business Name: DFW Environmental Laboratories Address: 1225 W. College Ave. Suite 430 Carrollton, TX 75006 Phone: 972-245-0804 Email: sahar.zare@dfwelabs.com Contact Person: Sahar tare NAICS Code: 238910, 562111 $ AMOUNT: $75,000 Type of Service/Supplies: Geotechnical services NAICS Code: 237310, 541330, 541380 $ AMOUNT: $5000 Type of Service/Supplies: Laboratory Services NAICS Code: 541380, 541300 $ AMOUNT: $0 ®NCTRCA ❑ Asian ❑TXDOT ❑WBCS ❑Other: ❑Caucasian ❑Native American 1st tier Certified By: Male Female Non -Binary ❑DFW MSDC x African American X Hispanic ❑WBCS HNCTRCA Asian TXDOT ❑ Other: Caucasian Native American Certified By: N/A 1sttier Male Female Non -Binary ❑DFW MSDC ❑NCTRCA ❑ African American Hispanic TXDOT WBCS ❑ Asian Other: Caucasian Native American 6) ENV 23-01 page 213 m m 114 W C M Z W 3 in v 0 Z Z m r r 0 sp `o Q 3 a oL) �i 0 0 3o mm zi p0 a o= m D m m w ATTACHMENT IA Page 4 of 4 FO WORTH Business Eauitv Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ 420,000 Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ 80,000 Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ 0 TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ 500,000 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 Busi s Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepr e s material facts shall be Debarred for a period of time of not less than three (3) years. / Amanda Breitling Author&dd Signature Printed Signature Program Manager/Geologist Title Burns & McDonnell Engineering Company, Inc. Company Name 777 Main St., Suite 2500 Address Fort Worth, TX 76102 City/State/Zip Code Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 Bo Cooper Contact Name and Title (if different) 682-291-9353 Phone Number akbreitling@burnsmcd.com Email Address February 1, 2024 Date ENV 23-01 page 215 FoeT WoRTH. Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Equity firm is owned by a Minoritv or Woman Business Enterprise (MIWBE) PROJECT #ENV 24-02 BID# (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: Soil and Groundwater Site Remediation Program 2. Nameof Offeror/Prime Contractor: Burns & McDonnell Engineering Company, Inc. 3, Name of Business Equity Firm: G.L. Morris Enterprises, DBA Sunbelt Industrial Services DBA Sunbelt Industrial Address: 2415 Cullen St. Fort Worth, TX 76107 Firm Contact Name/Phone: Casey Padgett, 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: 238910, 562111 Lance McClure (Owned � Agent) Ty to or Print Name (Signature of Owner/Authorized Agent of Certified Business Equity Firm) Imcclure@sun-belt.com (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Amanda Breftling (Owner/Authorized Agent) In the amount of $ $75 ,000 G.L. Morris Enterprises, DBA Sunbelt Industrial Services DBA Sunbelt Industrial (Name of Certified Business Equfry Firm) 1 /25/24 (Date) 214-415-5219 (Phone Number) am the duly authorized representative of Burns & McDonnell Engineering Company, 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. Amanda Breitlipg-7 Burns & McDonnell Engineering Company, Inc. (Owner/Authorized-lCgent) pe or Print Name (Name of Offeror[Prime) February 1, 2024 (Signature of Owner/Authorized Agen) (Date) akbreitling@burnsmcd.com (Email Address) Department of Diversity and Inclusion Business Equity Division Email: DVIN_BEOfl'ice@tbrt%%ortlitexas.gov Ph:817-392-2674 682-382-0494 (Phone Number) ENV 23-01 page 210 BURNS`MSDONNELL. CITY OF FORT WORTH PAGE 64 Soil & Groundwater Remediation Program ENV 24-02 FORT WORTH. PROJECT # BID # Of Applicable Please Check One) ❑ ❑ Amendment Change Order Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Eauity firm is owned by a Minority or Woman Business Enterprise (M1WBE1 [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), 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/or TXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: Soil and Groundwater Site Remediation Program 2. Name of Offeror/Prime Contractor: Burns & McDonnell Engineering Company, Inc. 3, Name of Business Equity Firm: Alliance Geotechnical Group, Inc. Address: 3228 Halifax Street, Dallas, TX 75247Firm Contact Name/Phone: Robert P. Nance / 972-444-8889 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: 541330, 541380 Robert P. Nance (OwnerlAuthorized`/ intName (Signature of Owner/Authorized Agent of Certified Business Equity Firm) RNance@aggengr.com (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Amanda Breitling (Owner/Authorized Agent) In the amount of $ 5000 (Name of Certified Business Equfy Firm) 1 /31 /2024 (Date) 972-444-8889 (Phone Number) am the duly authorized representative of Burns & McDonnell Engineering Company, 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. Amanda Breitling Burns & McDonnell Engineering Company, Inc. (Own Authorized Agent) Type or Print Name (Name of OfferorlPrime) February 1, 2024 {Slgna ur 'f Owner/Authorized Agent (Date) akbreitling@burnsmcd.com (Email Address) Department of Diversity and inclusion Business Equity Division FinailnvIN RF0 ffi—/n!F.,i,v—fht—q oov 682-382-0494 (Phone Number) ENV 23-01 page 210 BURNS`MSDONNELL CITY OF FORT WORTH PAGE 65 Soil & Groundwater Remediation Program ENV 24-02 NCTRCA Women Business Enterprise (WBE) 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 " (L-�,daj,� Certification Administrator BURNS`MSDONNELL CITY OF FORT WORTH PAGE 66 Soil & Groundwater Remediation Program ENV 24-02 Minority Business Enterprise (MBE) NCTIRICA Alliance Geotechnical Group, Inc. Alliance Geotechnical Group, Inc. has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise (MBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 237310: AIRPORT RUNWAY CONSTRUCTION NAICS 541330: ENGINEERING CONSULTING SERVICES NAICS 541330: ENGINEERING DESIGN SERVICES NAICS 541330: GEOLOGICAL ENGINEERING SERVICES NAICS 541330: GEOPHYSICAL ENGINEERING SERVICES NAICS 541380: GEOTECHNICAL TESTING LABORATORIES OR SERVICES NAICS 541380: SOIL TESTING LABORATORIES OR SERVICES NAICS 541380: TESTING LABORATORIES AND SERVICES This Certification commences January 18, 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 anytime there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: January 31, 2025 Issued Date: January 18, 2023 CERTIFICATION NO. BMMB94352NO125 Certification Administrator BURNS`MSDONNELL CITY OF FORT WORTH PAGE 67 Soil & Groundwater Remediation Program ENV 24-02 Disadvantaged Business Enterprise (DBE) NCTIRICA Alliance Geotechnical Group, Inc. Alliance Geotechnical Group, Inc. has filed with the Agency an Affidavit as defined by NCTRCA Disadvantaged Business Enterprise (DBE) 49 CFR Part 26 and is hereby certified to provide service(s) in the following areas: NAICS 237310: AIRPORT RUNWAY CONSTRUCTION NAICS 541330: ENGINEERING CONSULTING SERVICES NAICS 541330: ENGINEERING DESIGN SERVICES NAICS 541330: GEOLOGICAL ENGINEERING SERVICES NAICS 541330: GEOPHYSICAL ENGINEERING SERVICES NAICS 541380: GEOTECHNICAL TESTING LABORATORIES OR SERVICES NAICS 541380: SOIL TESTING LABORATORIES OR SERVICES NAICS 541380: TESTING LABORATORIES AND SERVICES This Certification commences January 8, 2024 and supersedes any registration or listing previously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Ip Issued Date: January 8, 2024 TUCP E CERTIFICATION NO. BMDB39145NO125 DK1 ice■ �.' ��•- Certification Administrator BURNS`MSDONNELL CITY OF FORT WORTH PAGE 68 Soil & Groundwater Remediation Program ENV 24-02 BURNS &MGDONNELL. 777 Main Street, Suite 2500 Fort Worth, Texas 76102 www.bumsmcd.com EXHIBIT E VERIFICATION OF SIGNATURE AUTHORITY Attn: Jacob Merriman, Vice President Burns & McDonnell 6200 Bridge Point Pkwv, Suite 400 Austin, TX 78730 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. Name: Position: Signature 2. Name: Position: Signature Name: Position: Signature Name: Jacob Merriman 3acob D. Memiwaii Jacob D. Merriman (Aug 8, 2025 16:13 28 CDT) Signature of Vice President Other Title: Date: 08/08/2025 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 Fa 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