HomeMy WebLinkAboutContract 62950DocuSign Envelope ID: 99OE6D91-90CD-4273-BOC7-AE69343B7C9F
CSC No. 62950
STATE OF TEXAS §
COUNTY OF TRAVIS §
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156: at Industrial Blvd
ADVANCE FUNDING AGREEMENT FOR VOLUNTARY UTILITY RELOCATION
CONTRIBUTIONS ON STATE HIGHWAY IMPROVEMENT PROJECTS
THIS AGREEMENT is made by and between the State of Texas, acting through the Texas
Department of Transportation ("State") and City of Fort Worth ("Utility"),
WITNESSETH
WHEREAS, Transportation Code, Chapters 201, 221, and 361, authorize the State to lay out,
construct, maintain, and operate a system of streets, roads and highways that comprise the State
Highway System; and,
WHEREAS, Transportation Code, Chapter 203, Subchapter E, Transportation Code §203.092
authorizes the State to regulate the placement of public utility facilities along a state highway; and,
WHEREAS, Texas Transportation Commission Minute Order Number 116522 authorizes the State
to undertake and complete a highway improvement generally described as: FM 156; at Industrial
Blvd ("Project"); and,
WHEREAS, Utility possesses facilities that are affected by the above mentioned highway
improvement and Utility, and the State agrees that it is more economical or efficient for such
relocation to be effected by including said contract in the State's highway construction contract;
NOW THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties hereto, to be by them kept and performed as hereafter set forth, the
State and Utility do agree as follows:
AGREEMENT
1. Time Period Covered
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed, and the State and Utility will consider it to be in full force and effect
until the Project described in this agreement has been completed and accepted by all parties or
unless terminated, as provided.
2. Project Funding and Work Responsibilities
A. The State will authorize the performance of only those Project items of work which are
eligible for relocation reimbursements or for which Utility has requested and has agreed to
pay for as described in Attachment A - Payment Provision and Work Responsibilities, which
is attached to and made a part of this contract. In addition to identifying those items of work
AFA Utility Page 1 of 5 Revised 04/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156: at Industrial Blvd
to be paid for by payments to the State, Attachment A - Payment Provision and Work
Responsibilities, also specifies those Project items of work that are the responsibility of
Utility and will be carried out and completed by Utility, at no cost to the State. The Utility
shall be responsible for costs that are shown on Attachment B, Estimated Utility Costs,
which is attached to and made a part of this agreement.
B. If the Utility will perform any work under this contract for which reimbursement will be
provided by or through the State, the Utility must complete training before a letter of
authority is issued. Training is complete when at least one individual who is working
actively and directly on the Project successfully completes and receives a certificate for the
course entitled Local Government Project Procedures and Qualification for the Texas
Department of Transportation. The Utility shall provide the certificate of qualification to the
State. The individual who receives the training certificate may be an employee of the Utility
or an employee of a firm that has been contracted by the Utility to perform oversight of the
Project. The State in its discretion may deny reimbursement if the Utility has not designated
a qualified individual to oversee the Project.
C. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
3. Termination
A. This agreement may be terminated in the following manner-
1 . By mutual written agreement and consent of both parties;
2. By either party upon the failure of the other party to fulfill the obligations set forth in this
agreement; or
3. By the State if it determines that the performance of the Project or utility work is not in
the best interest of the State.
B. If the agreement is terminated in accordance with the above provisions, Utility will be
responsible for the payment of Project costs incurred by the State on behalf of Utility up to
the time of termination.
4. Right of Access
If Utility is the owner of any part of the Project site, Utility shall permit the State or its authorized
representative access to the site to perform any activities required to execute the work.
5. Adjustments Outside the Project Site
Utility will provide for all necessary right of way and utility adjustments needed for performance
of the work on sites not owned or to be acquired by the State.
6. Responsibilities of the Parties and Indemnity
Utility acknowledges that it is not an agent, servant, employee of the State, nor is it engaged in
a joint enterprise, and it is responsible for its own acts and deeds and for those of its agents or
employees during the performance of the work on the Project. To the extent permitted by law,
AFA Utility Page 2 of 5 Revised 04/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156; at Industrial Blvd
Utility agrees to indemnify and hold harmless the State, its agents and employees, from all
suits, actions, or claims and from all liability and damages for any and all injuries or damages
sustained by any person or property in consequence with the performance of design,
construction, maintenance, or operation of the Utility facility. Such indemnity includes but is not
limited to any claims or amounts arising or recovered under the "Worker's Compensation Law",
the Texas Tort Claims Act, Chapter 101, Texas Civil Practice and Remedies Code; or any other
applicable laws or regulations, all as time to time may be amended.
7. Sole Agreement
In the event the terms of the agreement are in conflict with the provisions of any other existing
agreements between Utility and the State, the latest agreement shall take precedence over the
other agreements in matters related to the Project.
8. Successors and Assigns
The State and Utility each binds itself, its successors, executors, assigns, and administrators to
the other party to this agreement and to the successors, executors, assigns, and administrators
of such other party in respect to all covenants of this agreement.
9. Amendments
By mutual written consent of the parties, the scope of work and payment provisions of this
agreement may be amended prior to its expiration.
10. Inspection and Conduct of Work
Unless otherwise specifically stated in Attachment A - Payment Provision and Work
Responsibilities, to this contract, the State will supervise and inspect all work performed
hereunder and provide such engineering inspection and testing services as may be required to
ensure that the Project is accomplished in accordance with the approved plans and
specifications. All correspondence and instructions to the contractor performing the work will
be the sole responsibility of the State. Unless otherwise specifically stated in Attachment A to
this contract, all work will be performed in accordance with the Utility Accommodation Rules as
set forth in 43 Texas Administrative Code §21.31 et. seq. adopted by the State and
incorporated in this agreement by reference, or special specifications approved by the State.
11. Maintenance
Upon completion of the Project, Utility will assume responsibility for the maintenance of the
completed Utility facility unless otherwise specified in Attachment A to this agreement.
12. Notices
All notices to either party by the other required under this agreement shall be delivered
personally or sent by certified or U.S. mail, postage prepaid, addressed to such party at the
following addresses:
AFA Utility Page 3 of 5 Revised 04/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
Utility:
Assistant City Manager
City of Fort Worth
200 Texas Street
Fort Worth, Texas 76102
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156: at Industrial Blvd
State:
Director of Contract Services
Texas Department of Transportation
125 E. 11 t" Street
Austin, Texas 78701
All notices shall be deemed given on the date so delivered or so deposited in the mail, unless
otherwise provided in this agreement. Either party may change the above address by sending
written notice of the change to the other party. Either party may request in writing that such
notices shall be delivered personally or by certified U.S. mail and such request shall be
honored and carried out by the other party.
13. State Auditor
The state auditor may conduct an audit or investigation of any entity receiving funds from the
State directly under this contract or indirectly through a subcontract under this contract.
Acceptance of funds directly under this contract or indirectly through a subcontract under this
contract acts as acceptance of the authority of the state auditor, under the direction of the
legislative audit committee, to conduct an audit or investigation in connection with those funds.
An entity that is the subject of an audit or investigation must provide the state auditor with
access to any information the state auditor considers relevant to the investigation or audit.
14. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this agreement
on behalf of the entity represented.
15. Access to Information
The Utility is required to make any information created or exchanged with the state pursuant to
this contract, and not otherwise excepted from disclosure under the Texas Public Information
Act, available in a format that is accessible by the public at no additional charge to the state.
AFA Utility Page 4 of 5 Revised 04/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156; at Industrial Blvd
Each party is signing this agreement on the date stated under that party's signature.
THE UTILITY DocuSigned by"
FF C04U
Signature — ........... —__.
Fernando Costa
Typed or Printed Name
Assistant Citv Manager
Title
5/6/2024
Date
THE STATE OF TEXAS
�DOCUSigned by:
1Zr.,i+ M 54&3A , P.E.
11141ttl4FAU62411—
District Engineer
5/14/2024
Date
DS?�'��
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, Tx 5/13/2024
AFA Utility Page 5 of 5 Revised 04/18/2023
Standard Utility Agreement
ADDITIONAL ROUTING SIGNATURES
CITY OF FORT WORTH
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:
John R. Kasavich, P.E.
Engineering Manager
Email: john.kasavich@fortworthtexas.gov
APPROVAL RECOMMENDED:
By: ChristopherH . I -(Mar 0, 20 09: 1C
Chris Harder, P.E., Director
Water Department
Email: chris.harder@fortworthtexas.gov
CONTRACT AUTHORIZATION
M&C: 25-0159
Date Approved: February 25, 2025
APPROVED AS TO FORM AND LEGALITY:
By: Douglas 2
ck(Mar12,20251/:57 CDT)
Douglas W. Black
Senior Assistant City Attorney
Email: douglas.black@fortworthtexas.gov
ATTEST AS TO CITY MANAGER SIGNATURE:
b �s gavvvnp��
By: ��. � .rk� �
Jannette S. Goodall o_s °'oo
9''v
City Secretary000
Email:Jannette.Goodall@fortworthtexas.gov °aa� n000* �
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156: at Industrial Blvd
ATTACHMENT A
PAYMENT PROVISION AND WORK RESPONSIBILITIES
1. Description of the Work Items
The parties agree that the existing Water System Facilities shall be relocated and
adjustments shall be made along FM 156/Industrial. The City of Fort Worth facilities shall be
owned, operated, and maintained by Utility from and after completion and final acceptance by
the State and Utility. The estimated total construction cost for the relocated and adjusted
facilities is $910,000.00. The parties agree that it is their intent to complete the relocation
improvements within this estimate of cost.
2. Actual Cost Agreement
Utility will be responsible for paying all costs associated with the planning, specification, and
estimate (PS&E) development, and construction of the proposed utility work to the extent such
is not reimbursed pursuant to state law. All the costs associated with construction of the City
of Fort Worth items for the Project shall be provided as defined under the Standard Utility
Agreement, Utility Joint Use Agreement, and/or the Agreement to Contribute Funds executed
between the State and Utility.
3. Schedule of Payments
A. At least forty-five (45) days prior to the date set for receipt of the construction bids, the Utility
shall remit its remaining financial share for the State's estimated construction oversight and
construction costs. Utility must advance to the State one hundred percent (100%) of its
share of the estimated Project utility construction costs. The amount to be advanced for the
utility improvements is estimated to be $910,000.00. (See Attachment B — Estimated Utility
Costs)
B. In the event the State determines that additional funding is required by the Utility at any time
during the Project, the State will notify the Utility in writing. The Utility is responsible for one
hundred percent (100%) of the authorized project cost and any overruns. The Utility will
make payment to the State within thirty (30) days from receipt of the State's written
notification.
C. Whenever funds are paid by the Utility to the State under this agreement, the Utility will
remit a warrant made payable to the "Texas Department of Transportation." The warrant
will be deposited by the State and managed by the State. Until the final Project accounting,
funds may only be applied by the State to the Project.
D. Upon completion of the Project, the State will perform an audit of the Project costs. Any
funds due by the Utility, the State, or the Federal Government will be promptly paid by the
owing party.
4. Work Responsibilities
A. The Utility shall provide the following services under this contract:
i. Responsible for engaging the services of a Texas Registered Professional Engineer to
prepare drawings and technical specifications for Water System Facilities and
adjustments along FM 156/Industrial.
AFA Utility Page 1 of 3 Attachment A 4/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156: at Industrial Blvd
ii. Provide the plans and specifications to the State to include in the current planning
specifications and estimate package being prepared by representatives of the Texas
Department of Transportation's Fort Worth Area Office.
iii. Secure all necessary permitting as may be required for the installation of the Water
System Facilities.
iv. Arrange and coordinate with the contractor, through the State, materials and
equipment testing, review of shop drawings, rejection of all work not conforming to
minimum requirements of the construction contract documents, maintenance of the
proposed Water System Facilities during construction, and the relocation of Water
System Facilities and connection of services to customers.
V. Advise the State of work that Utility determines should be corrected or rejected.
vi. Arrange, observe, and inspect all acceptance testing and notify the State of the results
of these activities.
vii. Provide inspection services for the construction, notify the State of defects and
deficiencies in the work, and observe actions of the contractor to correct such defects
and deficiencies.
viii. Assume all responsibility for the maintenance of the existing Water System Facilities
during and upon completion of the construction contract.
ix. Ensure all Texas Commission on Environmental Quality and all other regulatory rules,
regulations and laws are strictly adhered to.
X. Prepare and submit both a certificate of substantial completion and a list of observed
items requiring completion or correction for the relocations and adjustments to the
Project Engineer for concurrence.
A. Coordinate all construction activities performed by Utility's staff for the relocations and
adjustments through the Project Engineer.
B. The State shall provide the following services under this contract:
i. Combine the Water System Facilities relocation and adjustment plans with the plans
being prepared for the Project.
ii. Review and approve the final construction plans prior to any construction -related
activities. In order to ensure federal and/or state funding eligibility, projects must be
authorized by the State prior to advertising for construction.
iii. Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and
award and administer the contract for construction of the Project. The TxDOT
contractor shall meet the Fort Worth Water Department's pre -qualification
requirements appropriate for the size and scope of work the contractor(s) shall
perform. The pre -qualified contractor shall warrant the water line constructions under
this Agreement for a period of 2 years against defects in materials and workmanship.
iv. Negotiate and administer all field changes and change orders required for the Project.
All proposed plan modifications and change orders increasing construction costs for
Utility's Project shall be submitted to Utility for review and approval together with an
evaluation. Utility agrees to review and either approve or disapprove all change orders
within fourteen (14) business days after receipt of such order unless Utility Board's
AFA Utility Page 2 of 3 Attachment A 4/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156; at Industrial Blvd
approval is necessary in which case Utility shall bring the item to Utility Board as soon
as reasonably possible.
V. Provide overall project management to supervise the day-to-day activities of the
construction and monitor the activities of the contractor to promote the timely and
efficient completion of the Project in accordance with the approved Plans and
Specifications and construction schedule.
vi. Conduct field observations and coordinate with Utility's inspectors and the contractor to
cure defects and deficiencies in the construction prior to final acceptance.
vii. Make timely payment to the contractor for work performed in connection with the
Project.
viii. Ensure access and permit Utility's inspectors and other authorized representatives to
inspect the waterline construction at all times.
ix. Conduct and coordinate final inspection of the Project in the presence of Utility's
Engineer and Inspector, transmit final list of items to be completed or repaired and
observe contractor correction of same.
X. Maintain job file.
AFA Utility Page 3 of 3 Attachment A 4/18/2023
DocuSign Envelope ID: 990E6D91-90CD-4273-BOC7-AE69343B7C9F
CCSJ # 0718-02-076
RCSJ # 0718-02-077
AFA CSJ # 0718-02-076
Utility ID: 000016642
District # 02 AFA ID Z00009388
Code Chart 64 # 15000
Project: FM 156; at Industrial Blvd
ATTACHMENT B
ESTIMATED UTILITY COSTS
Based on various calculations, following are those amounts due and payable for Utility's costs
associated with this project.
Total Estimated Costs
$910,000.00
Less Betterment Amount Due from Utility
$0.00
Amount of total utility relocation Costs
$910,000.00
Estimated Amount Eligible for Reimbursement
(Calculated eligibility Ratio — 0%)
$0.00
Amount of Utility Adjustment Due from Utility
$910,000.00
Estimated amount to be included in Construction Agreement
A. Betterment $ 0.00
B. Utility Adjustment
$910,000.00
GRAND TOTAL $910,000.00
AFA Utility Page 1 of 1 Attachment B 4/18/2023
3/11/25, 7:45 PM M&C - Council Agenda
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, February 25, 2025 REFERENCE NO.: **M&C 25-0159
LOG NAME: 60FM156/CANTRELLSANSOM AFAAND APPROPRIATION
SUBJECT:
(CD 2) Ratify Prior Execution of an Advance Funding Agreement with the Texas Department of
Transportation in the Amount of $910,000.00 for the Farm to Market 156 at Cantrell-Sansom Road Water
Main Relocation Project, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to
Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Ratify the prior execution of an Advance Funding Agreement with the Texas Department of
Transportation in the amount of $910,000.00 for the Farm to Market 156 at Cantrell-Sansom Road
Water Main Relocation project; and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Water & Sewer Rev Bonds Series 2024 Fund by increasing estimated receipts and appropriations in
Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation project (City Project No.
104515) in the amount of $990,000.00 and decreasing estimated receipts and appropriations in the
W&S Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a
portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The original Advance Funding Agreement (AFA) for City voluntary contributions (AFA CSJ # 0718-02-076,
CSC No. Pending) was routed directly to the City Manager's Office by Texas Department of Transportation
(TXDOT) and inadvertently executed on May 06, 2024, prior to a Mayor and Council Communication
(M&C) authorizing said action. This M&C serves to rectify the error by ratifying the CMO's execution of
that AFA.
On June 13, 2023, Mayor and Council Communication (M&C) 23-0492, the City Council authorized an
engineering agreement in the amount of $282,600.00 with Kimley-Horn and Associates, Inc., for the Farm
to Market 156 (FM 156) at Cantrell-Sansom Road Water Main Relocations project.
The Advance Funding Agreement provides city funding for the construction of water main relocations in
conjunction with TXDOT's reconstruction project on FM 156 at Cantrell-Sansom Road. The estimated
construction cost for the water main relocations for FM 156 at Cantrell-Sansom Road is $910,000.00. In
addition to the construction cost, $80,000.00 is required for additional project management, material
testing, and inspection. This project will have no impact to the Water Department's operating budget when
completed.
This M&C will also appropriate the required funding for the project. No funds have been transferred to
TXDOT.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and
to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program.
60FM156/CANTRELLSANSOM AFA AND APPROPRIATION
apps.cfwnet.org/ecouncil/printmc.asp?id=33024&print=true&DocType=Print /3
3/11/25, 7:45 PM M&C - Council Agenda
Capital
Budget
Revised
Fund
project
FY2025 CIP Change
Authority FY2025
Name
Name
Appropriations (Increase/
Budget
Decrease)
56022 —
104515
W&S Rev — FM
156
Bonds
at
Cantrell-
$0.00 This M&C $990,000.00 $990,000.00
Series
Sansom
2024
Water
Fund
Project
Funding is currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024
Fund for the purpose of funding the Farm to Market 156 at Cantrell-Sansom Road Water Main Relocation
project.
Appropriations for the FM-156 at Cantrell-Sansom Road Water Main Relocation project are depicted
below:
Fund Existing Additional Appropriations Project Total*
Appropriations
W&S Rev
Bonds
Series
Serie $362,600.00 $990,000.00 $1,352,600.00
2024-
Fund
56022
Project
Total $362,600.00
*Numbers rounded for presentation purposes.
$990,000.00 $1,352,600.00
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Commercial Paper project within
the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2024 Fund for
the FM-156 at Cantrell-Sansom Water project to support the above recommendations and execution of the
Advanced Funding Agreement. Prior to an expenditure being incurred, the Water Department has the
responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
CERTIFICATIONS:
apps.cfwnet.org/ecouncil/printmc.asp?id=33024&print=true&DocType=Print 2/3
3/11/25, 7:45 PM M&C - Council Agenda
Submitted for Citv Manager's Office by: William Johnson (5806)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: John Kasavich (8480)
ATTACHMENTS
1. 0718-02-076 Executed UtilitvAFA.pdf (CFW Internal)
2. 60FM156 CANTRELLSANSOM AFA AND APPROPRIATION funds availabilitv.pdf (CFW Internal)
3. 60FM156-CANTRELLSANSOM AFA AND APPROPRIATION Map.pdf (Public)
4. 60FM156CANTRELLSANSOM AFAAND APPROPRIATION FID (WCF 01.02.25).xlsx (CFW Internal)
5. ORD.APP 60FM156CANTRELLSANSOM AFA AND APPROPRIATION 56022 A025(r2) (1).docx
(Public)
6. PBS CPN 104515.pdf (CFW Internal)
apps.cfwnet.org/ecouncil/printmc.asp?id=33024&print=true&DocType=Print 3/3
60FM156/CANTRELLSANSOM AFA AND APPROPRIATION FID Table
2 56022 0600430 4905158 UCMLPR 2025 ($990,000.00)
2 56022 0600430 4905158 104515 2025 $990,000.00
2 56022 0600430 UCMLPR 2025 ($990,000.00)
2 56022 0600430 104515 2025 $990,000.00
2 56022 0600430 4905158 104515 001780 9999 ($990,000.00)
1 56022 0600430 5330500 104515 001780 9999 $910,000.00 Contract
2 56022 0600430 5110101 104515 001780 9999 $40,000.00 Water Staff
2 56022 0600430 5310350 104515 001784 9999 $2,000.00 Soil Lab TPW Staff
2 56022 0600430 5330500 104515 001784 9999 $8,000.00 Soil Lab Consultant
2 56022 0600430 5110101 104515 001785 9999 $30,000.00 Water Inspection Staff