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