HomeMy WebLinkAbout064291-A3 - General - Contract - Texas Commission on Environmental Quality (TCEQ)CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
CITY SECRETARY 64291-A3
AMENDMENT 3
C�NTRACT NQ.
In accordance with the General Term and Condition Subarticle 1.2, Amendments, Texas Commission
on Environmental Quality (TCEC� and the Ciry of Ft. Worth agree to amend Contract 582-23-40031
as follows:
1. This Amendment extends the term of the Contract to August 31, 2026, by exercising the third
of three, one-year renewal options in accordance with Special Term and Condition, Article 1.
2. The total compensation possible under the Contract is increased by $64,451.21 for Fiscal
Year (FY) 2026, raising the maximum compensation possible to $257,804.84.
TCEQ and the City of Ft. Worth agree that the total compensation possible under this
Contract is increased as follows:
The Original Contract Amount (FY23)
Contract Amendment 1 (FY24 - Renewal)
Contract Amendment 2(FY2 5- Renewal)
Contract Amendment 3 (FY26 - Renewall
The Total Contract Amount
$64,451.21
$64,451.21
$64,451.21
$64.451.21
$ 2 5 7,804.84
3. TCEQ has revised the Scope of Work, hereby included in its entirety as Attachment A of this
Amendment.
4. TCEQ has approved the FY26 Cost Budget, hereby included in its entirety as Attachment B of
this Amendment.
5. TCEQ has updated the Notices, Project Representatives and Records Location, hereby
included in its entirety as Attachment C of this Amendment.
6. TCEQ has updated the Financial Status Report, hereby included in its entirety as Attachment
D of this Amendment.
All other conditions and requirements of Contract 582-23-40031 remain unchanged and shall apply
to all services specified herein just as if those services had been included in the original Contract.
This amendment takes effect on September 1, 2025.
By.
Texas Commission on
Environmental Quality
/C ��C�
Authorized Signature
By.
City of Fort Worth
Ja�ii� n ��JOJ508:06:34 CDT)
Authorized Signature
Ms. Valerie Washington
Printed Name
Assistant City Manager
Title
09/23/2025
Date
OFFICIAL RECORD
GTY SECRETARY
FT. WORTH, TX
Richard C. Chism
Printed Name
Director. Office of Air
Title
09/25/25
Date
Page 1 of 26
CITY OF FORT WORTH
ATTEST:
� <�
.��
Bv.
City Secretarf•
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Q� fO�r� .
� y
.. i
U Y
�Qx�*
�
�
APPRflVEa AS Ta F�RM AN� LEGALITY:
M. Kevin A��ders, 11
M. Kevin Anders, II (Sep 22, 2025 08:59:27 CDT)
Assistan# City Atkarney: Keuin Qnders
ATTACHMENT A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 2 of 26
CITY OF FORT WORTH
SCOPE OF WORK
I.
FACTS/PURPOSE
TCEQ CONTRACT 582-23-40031
AMENDMENT3
The Performing Party will operate and maintain the air monitoring stations in Eagle
Mountain Lake and Fort Worth, Texas, listed below in Table I.A in accordance with 40
Code of Federal Regulations (CFR) Parts 50 and 58, the effective Texas Commission on
Environmental Quality (TCE� qualiry assurance project plans (QAPPs) pertaining to
the State or Local Air Monitoring Stations (SLAMS) network, Particulate Matter of 2.5
Micrometers or Less (PMz,$) program and the Photochemical Assessment Monitoring
Station (PAMS) networks, equipment standard operating procedures (SOPs), and the
Preventive Maintenance Instructions (PMI) Manual. This documentation is available
upon request.
Air monitoring stations are subject to relocation and sampler changes (including
changes in sampling frequency). In the event of site relocation, the Performing Party
will be notified 30 days prior to relocation. The Performing Party will operate similar,
additional, or relocated ambient air monitoring equipment as needed and as agreed
upon by both parties.
Table I.A lists all parameters and air monitoring stations operated and maintained
under this Contract. Additional auxiliary equipment needed for the data collection is
not listed.
Table I.A: Equipment
Station
Eagle Mountain
Lake
AQS# 484390075
CAMS 0075
Fort Worth
California
Parkway North
AQS# 484391053
CAMS 1053
Address
14290 Morris Dido
Newark Road
Eagle Mountain, Texas,
76179
1198 California Parkway
North
Fort Worth, Texas,
76115
Haws Athletic 600 1/2 Congress Street
AQS# 484391006 Fort Worth, Texas,
CAMS 0310 76107
Keller
AQS# 484392003
CAMS 0017
Federal Aviation
Administration (FAA)
site off Alta Vista Road
Fort Worth, Texas,
76244
Equipment Type
NOx analyzer
PMZ.; sampler (Primary)
PML.S sampler
(Collocated)
PML.S sampler
NOx analyzer
AQS - Air Qualiry System
CAMS - continuous air monitoring station
NO,- Oxides of Nitrogen
PM,.S - particulate matter of 2.5 micrometers or less in diameter
Operating
Schedule
continuous
continuous
continuous
continuous
continuous
Page 3 of 26
CITY OF FORT WORTH
II. TCEQ RESPONSIBILITIES/DESIGNATION OF STAFF
TCEQ CONTRACT 582-23-40031
AMENDMENT3
A. Provide all air monitoring equipment, parts, audit equipment, gas standards,
sample media, data collection equipment, and equipment related supplies for the
proper operation of the air monitoring stations.
B. Provide electriciry and modem for data collection at the air monitoring stations.
C. Provide shipping account information or shipping labels upon request for the
Performing Party to ship air monitoring equipment, parts, audit equipment, and
equipment related supplies to the TCEQ.
D. Provide Performing Party staff with individual virtual private network (VPN) access
accounts to check the site status remotely and update electronic operator logs
through the TCEQ's internal status report webpage during the term of the Contract.
Issuance of VPN access accounts to individuals is entirely within the discretion of
TCEQ and may be denied and/or revoked with or without cause. All VPN access
accounts issued pursuant to this Contract will be revoked upon its expiration.
E. Provide training for equipment operations and other activities designed to increase
technical capabilities required to support this agreement upon request by the
Performing Parry.
F. Provide contact information, troubleshooting, and technical support related to
TCEQ air monitoring equipment by phone, email, or on-site visits, during regular
business days between the hours of 8:00 AM and 5:00 PM Central Standard Time
(CST).
III. PERFORMING PARTY RESPONSIBILITIES
A. At a miniinum, provide one primary operator with at least six months experience
with operating, maintaining, and troubleshooting continuous and non- continuous
air monitoring instrumentation and one backup site operator with similar
experience. These site operators must be electrical/mechanical grade technicians
capable of operating, troubleshooting, and performing maintenance on
meteorological hardware and electronic monitoring equipment. Staff must be
proficient with the use of Volt/Ohm meters, dry gas meters, calibration/audit
equipment, and personal computers.
B. Provide all site maintenance equipment (i.e., lawnmower, edge trimmer, ladder, etc.)
and tools (i.e. screwdrivers, wrenches, voltmeters, etc.)
C. Designate a project representative who receives communications from the TCEQ,
manages the work being performed, and acts on behalf of the Performing Party as
an authorized representative. Participate in regular phone calls with the TCEQ
Project Manager. Calls will be scheduled as agreed upon by both parties and
documented in writing by the TCEQ Project Manager.
D. Communicate effectively and promptly with TCEQ technical staff to troubleshoot
malfunctioning equipment. Address all warnings and failures as soon as detected,
or no later than the next business day.
E. At least one operator must be present during all TCEQ assessments or site visits. At
least one assessment per year should be expected. More frequent assessments may
occur if significant or persistent data quality issues occur. If the data quality
objectives are not met, the Performing Party must take corrective action and if
requested, produce a corrective action plan by the required deadline.
F. Operate monitoring equipment according to federal regulations, established
applicable SOPs, PMIs, QAPPs, and any other guidance documents. This
documentation is available upon request.
Page 4 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
G. Operate air monitoring equipment according to Table VII.A and ensure the
deliverables listed are performed adequately and on time. Document completion
and submit deliverables in the manner listed in Table VII.A.
H. Provide laptop to the operator(s) with current version of Windows, Microsoft Office
Suite, and other necessary software for an effective operation of the air monitoring
stations mentioned in Table I.A. Equipment specific software will be provided by
the TCEQ to be installed by the Performing Party.
I. Monitor the site status remotely through the agency's internal status report
webpage using the TCEQ provided VPN access. Ensure individual VPN access
accounts remain active. If VPN access is lost, notify the TCEQ Project Manager upon
discovery. VPN access accounts are issued to individuals annually and must not be
shared amongst Performing Party's staff. VPN access accounts issued pursuant to
this Contract may only be used to complete TCEQ work.
J. Notify the TCEQ through electronic mail of the name and termination date for any
personnel who is terminated or removed from work on this Contract, within one
business day of the termination date. The Performing Party will notify the TCEQ
through electronic mail of the name of new personnel assigned to work on this
Contract within five business days.
K. Reply in writing to all TCEQ requests by set deadlines. Promptly respond to and
comply with verbal and written guidance from the TCEQ Project Manager and
technical support staff.
L. Document all site activities in the electronic operator log, including but not limited
to requirements listed in SOPs, before leaving a site where access to electronic log
is available or within two business days where site access to electronic logs is not
available.
M. Ensure the certification for all equipment and gas cylinders is current. Equipment
must be sent to TCEQ for verification prior to expiration. Prior approval is required
to use any expired equipment or cylinders.
N. Document all equipment and gas cylinder changes in Hardware Tracker within two
business days of the change.
O. Make travel arrangements and cover expenses for staff to attend all requested
trainings, competency evaluations, and meetings.
P. Maintain and provide as needed: documentation of shipping expenses, insurance
costs (required) whether using the TCEQ account or other, and any additional
information necessary to track equipment.
Q. When visiting the TCEQ headquarters, all staff must enter through the front of the
building, check-in with the security guard, and be escorted by TCEQ staff.
R. Notify the TCEQ Project Manager immediately of any damages due to accident or
vandalism. Provide pictures, police reports, and communications to provide remedy
within 48 hours of discovery. The TCEQ is not responsible for damages due to
negligence of the Performing Parry or its subcontractors. The Performing Parry
must provide adequate replacement for equipment that is lost, stolen, or damaged
due to negligence by the Performing Party or any subcontractor.
S. Provide arrangements to convey equipment to and from the site to TCEQ
employees at mutually agreed upon locations for exchange, delivery, or transfer.
The Performing Parry is responsible for its own fuel, vehicle, and any other
expenses associated with the requested conveyance.
T. Upon request by the TCEQ, provide guided tours of the monitoring sites, not to
exceed four hours per quarter.
Page 5 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
U. Complete the Basic Siting Criteria checklist annually and submit a copy to the TCEQ
Project Manager by the requested deadline. Notify the TCEQ Project Manager of any
non-conformance or obstructions to the monitoring path upon discovery.
V. Complete the CAMS Operator and Safery Checklists monthly and note its
completion in the electronic operator log. Maintain a copy on site. Notify the TCEQ
Project Manager about any unresolved safety issue and non-conformance upon
discovery.
W. Provide limited logistical support related to relocating or establishing a new air
monitoring site. This may include, but is not limited to, assistance with locating a
new site, providing access to contractors and utility companies for site
construction, and reviewing and documenting site construction activities.
X. Perform transitional services. Given the nature and importance of the services
requested under this Contract, TCEQ must maintain uninterrupted services. The
Performing Party will provide services as needed to assist in the smooth transition
of a replacement contractor. Transitional services include, but are not limited to:
a) the Performing Party will provide one week of training to the replacement
contractor;
b) the Performing Party will provide reports, maps, property site contact
information, keys, equipment, and other TCEQ property to the replacement
contractor upon execution of said future Contract;
c) the Performing Party will report to the replacement contractor any pending
problems being investigated or for which equipment repair is incomplete;
d) upon request by TCEQ, the Performing Party will provide to the replacement
contractor access to site trailers, buildings, utilities, or other locked areas;
e) the Performing Party will notify the TCEQ Project Manager in writing when the
transition of services is complete; and
f) at all times, the Performing Party will provide complete cooperation, courtesy,
civility, and professionalism when providing transitional services and
communicating with the replacement contractor staff.
Page 6 of 26
CITY OF FORT WORTH
IV. DESCRIPTION OF DELIVERABLES
TCEQ CONTRACT 582-23-40031
AMENDMENT3
The Performing Party must operate and maintain the air monitoring stations and the
associated equipment listed in Section I according to all applicable federal regulations
and all effective TCEQ QAPPs, SOPs, and PMIs, as well as any additional guidance
provided by the TCEQ Project Manager to meet existing, and future, federal and state
air monitoring requirements. If there are discrepancies between the TCEQ SOPs and
this Contract, the Performing Party must contact the TCEQ Project Manager for
clarification and approval. TCEQ documents can be accessed through the TCEQ Rhone
page and are also available upon request.
V. ACCEPTANCE CRITERIA
A. The Performing Party is required to provide the TCEQ at least an 85 percent (%)
quarterly data return from all monitors and samplers. If the 85% data return is not
achieved, assignable cause must be identified within a week after each month end.
Assignable causes may include acts of nature (tornadoes, hurricanes, hail, etc.),
vandalism, or circumstances beyond the control of the Performing Party. Neglect of
the site is not an assignable cause.
B. Failure to meet 85% quarterly data returns without assignable cause may result in
discretionary payment reductions. Considerations for the reduction of payment will
consist of evaluation of the Performing Party's performance of required operating
procedures, quality control procedures, and effective and timely communication of
non-compliance issues. Any payment adjustment made under this section is
cumulative with all other remedies, and non-compliance issues may require
additional corrective action.
C. The parties agree that the following payment reductions represent a reasonable
calculation of damages to the TCEQ in the event that the Performing Parry fails to
meet the required 85% quarterly data return without an assignable cause.
a. The TCEQ may reduce payment to the Performing Party for non-compliant
quarter by up to 25% of the total amount invoiced.
b. Payment reductions made under this section may not reduce the total
amount paid to the Performing Party for an entire fiscal year by more than
25% of the total amount invoiced. After receipt of the fourth quarter invoice,
TCEQ will perform an accounting of all payment reductions and make
necessary adjustments to the final payment to ensure that Performing Party
is paid at least 75% of the total amount invoiced for the fiscal year.
VI. VENDOR PERFORMANCE EVALUATION
Failure to meet Contract deliverables will be noted and documented in the TCEQ
Project Manager's performance evaluation of the Performing Party and may determine
the continuation of this Contract.
VII. SCHEDULE OF DELIVERABLES
The Performing Party must provide the deliverables listed in Table VII.A to the TCEQ in
accordance with the noted timeframes.
Page 7 of 26
CITY OF FORT WORTH
Table VII.A: Contract Deliverables
Deliverable
Data Collection
Equipment
Failure Response
Equipment
Failure and
Sample Loss
Report
Monthly
Verification and
Report
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Equipment Summary of Tasks and Timeframes
all • Operate all samplers according to
applicable Standard Operating Procedures
(SOPs) and the U.S. EPA Monitoring
Schedule.
• Review continuous data in TCEQ Data
Acquisition System (DAS) daily to ensure
sampler function and communication.
all . Respond to equipment warnings, failures
or malfunctions by visiting the site on the
same day if feasible, but no later than the
next business day.
• Notify the TCEQ in writing within one
business day of problem resolution.
• Follow the TCEQ's technical advice and
instructions without exception when
troubleshooting equipment.
• Document all equipment actions and
subsequent resolution in the electronic
operator log and hardware tracker if
applicable.
all . Report equipment failures or
malfunctions in writing the same day as
discovered. Include symptoms or cause of
failure and contact information for the
Performing Party personnel immediately
available to troubleshoot.
• Report in writing within one business day
if any continuous monitor fails to collect
data for more than 48 consecutive hours
or when two consecutive non-continuous
samples are missed or invalid. Include
reason for data loss and corrective action.
PMz.s . Perform verifications monthly within first
continuous ten business days of the month.
• Perform verification procedures as
defined by instrument SOPs.
• Perform calibrations as needed or whcn a
monthly verification fails.
• For each verification, use the latest
version of the worksheet found on Rhone.
• Document all verifications in the
electronic operator log, identifying the
sampler, the results, and the date of the
verification. The originator must review
the worksheet for accuracy.
• Verification reports must be reviewed by
someone other than the originator prior
to submission to the TCEQ to ensure
accuracy. The review must be
documented in the worksheet.
Submit to:
TCEQ DAS via VPN
or through the on-
site data logger
Project Manager,
TCEQ equipment
support staff, and
TCEQ DAS via VPN
TCEQ equipment
support staff,
Project Manager,
and TCEQ DAS via
VPN
pm@tcea.texas.�ov
and Project
Manager
Page 8 of 26
CITY OF FORT WORTH
Deliverable Equipment
Quarterly Audit PMz.s
and Report continuous
Laboratory
Control Check
(LCC) and Report
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Summary of Tasks and Timeframes Submit to:
• Submit vcrification rcport within fivc
business days of completion.
• If corrections are requested by the TCEQ
the Performing Party will correct and
return the worksheet within the requested
timeframe.
• Perform quarterly audits within first ten
business days of the quarter for PMz.s.
Quarters are defined by instrument SOPs.
• Perform additional audits after
instrument repair, modification, or
replacement.
• For each audit, use the latest version of
the worksheet found on Rhone.
• Document all audits in the electronic
operator log, identifying the sampler, the
results, and the date of the audit. The
originator must review the worksheet for
accuracy.
• Audit reports must be reviewed by
someone other than the originator prior
to submission to the TCEQ to ensure
accuracy. The review must be
documented in the worksheet.
• For PMZ.;, submit audit reports within five
business days of completion.
• If corrections are requested by the TCEQ
the Performing Party will correct and
return the worksheet within the requested
timeframe.
NOx • Perform eight LCCs per year, two per
calendar quarter, approximately 45 days
apart per instrument.
• For each LCC, use the latest version of the
worksheet found on Rhone.
• Document all LCCs in the electronic
operator log, identifying the analyzer,
the results, and the date of the LCC.
The originator must review the
worksheet for accuracy.
• LCC reports must be reviewed by
someone other than the originator prior
to submission to the TCEQ to ensure
accuracy. The review must be
documented in the worksheet.
• Submit LCC reports within five business
days of LCC completion.
• If corrections are requested by the TCEQ,
the Performing Party will correct and
return the worksheet within the requested
timeframe.
pm@tcea.texas.�ov
and Project
Manager
lcc@tcca.tcxas.�ov
and Project
Manager
Page 9 of 26
CITY OF FORT WORTH
Deliverable
Prevcntivc
Maintenance
Instruction (PMI)
Completion
On-Site Quality
Assurance (QA)
and Performance
Evaluation (PE)
Audits
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Equipment Summary of Tasks and Timeframes Submit to:
all . Pcrform all thc PMIs mcntioncd in thc
equipment SOPs by the set deadlines
• Detailed information of the PMIs can be
found on the current version of the PMI
Manual located on the Rhone web page at
httb://rhone/c�i-bin/bmi docs.bl.
• Perform any future PMIs developed for
the equipment listed in Table I.A with
TCEQ notification.
• Enter the completion of each PMI, the PMI
number, and the date of completion, in
the electronic operator log.
• Track PMI completion using the TCEQ PMI
tracker and submit monthly by the tenth
calendar day of the following month.
all • Submit completed pre-audit
questionnaires by set deadlines.
• At least one site operator responsible for
the equipment of interest must be
present during the audit.
• If requested, assist TCEQ staff or U.S. EPA
auditors on-site during audits and
assessments.
• When notified of failures or warnings,
troubleshoot and if requested, produce a
written response by the deadline.
• If requested, provide a corrective action
plan to the final audit report by the set
deadline.
Site Maintenance site
• Maintain site free of vegetation higher
than six inches and trash or debris.
• Ensure site remains locked and secure
when staff are not on-site.
• Obtain written approval from the TCEQ to
change the site lock or combination and
major site modifications prior to the
change.
• Record all site maintenance in the
electronic operator log.
• Complete the Siting Criteria Checklist
annually and submit it to the TCEQ
Project Manager by the requested
deadline. Notify the TCEQ Project
Manager of any threats to siting criteria
when threats occur, such as the growth of
trees or construction of nearby
structures.
• Complete the CAMS Operator and Sa fery
Checklists monthly and note its
completion in the electronic operator log.
Checklists must be kept at the site either
electronically or as a physical copy. The
TCEQ DAS via VPN
and Project
Manager
TCEQ Data Quality
Team and Project
Manager
Project Manager
Page 10 of 26
CITY OF FORT WORTH
Deliverable
Invoice and
Release o f
Claims
Submission
Inventory
Management and
Reports
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Equipment
Summary of Tasks and Timeframes Submit to:
checklists are locatcd on thc TCEQ Rhone
page.
• Notify the TCEQ Project Manager about
any unresolved safety issue and non-
conformance or concern on the day of
discovery.
all • Submit invoices at the following intervals: Project Manager
o September - November and
■ due December 31" Contract Specialist
o December - February
■ due March 31s`
o March
all
■ due April 30`h
o April - May
■ due June 30"'
o June - August
■ due October 30`h
• Submit completed Release of Claims form
with the final contract invoice.
• Invoices must include an organized and
detailed breakdown of all expenditures.
• Invoice submittal extensions must be
requested at least one week before due
date.
• Any inappropriate expenditure, including
items not related to the project, will
result in the invoice being rejected.
If an invoice is rejected, the Performing
Parry must submit a revised invoice by
the requested date.
• Document any equipment or gas cylinder
replacement or change in the electronic
operator log and Hardware Tracker
according to the requirements listed in
Section III of this Contract.
• Ship inoperable equipment to the TCEQ
within five business days of replacement.
Coordinate with the TCEQ Project
Managcr if the equipment cannot be
shipped.
• Upon request, promptly assist the Project
Manager with maintaining inventory
control and with Inventory Management
Database (IMD) requests.
• Track and submit quarterly TCEQ asset
inventory reports on the following
schedule:
o September - November
■ due December 31s`
o December - February
■ due March 31s`
Project Manager
Page 11 of 26
CITY OF FORT WORTH
Deliverable
Documentation
of Competency
(DOC)
Quality
Assurance
Project Plan
(Q�P)
FOSTAT
Standard
Operating
Procedures
(SOPs)
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Equipment
Summary of Tasks and Timeframes
o March - May
■ due June 30"'
o June - August
■ due October 30"'
Submit to:
all . Ensure all site operators successfully
complete and maintain all applicable
DOCs.
• Site operators must complete and submit
a Contractor Competency Evaluation
Form (CCEF) to the TCEQ Project Manager
for all equipment within 90 days after the
effective date of this Contract or
deployment of new equipment.
• If an operator is hired after the effective
date of this Contract, submit a CCEF for
all applicable equipment within six
months of the operator's hire date. The
new operator may not work
independently until his/her CCEF has
been completed.
• Maintain copies of the completed CCEFs
and any supporting documentation for a
minimum of seven years. Make this
documentation available to TCEQ upon
request.
all . Read all QAPP documents applicable to
Performing Party's program and complete
QAPP Review Signature Form. Submit the
signed form to the TCEQ Project Manager
within 30 days of Contract issuance and/
or QAPP revision. The signature form is
available upon request from the TCEQ
Project Manager.
all • Read all applicable FOSTAT SOPs and
complete SOP Review Signature Form.
Submit the signed form to the TCEQ
Project Manager within ten business days
of Contract issuance and/ or SOP
effective date. The signature form is
available upon request from the TCEQ
Project Manager.
Project Manager
Project Manager
Project Manager
DAS - Data Acquisition System
DOC - documentation of competency
FRM - federal reference method
met - meteorological equipment with sensors for monitoring temperature, wind speed, and wind direcrion
NOx - Oxides of Nitrogen
PbI�.,- particulate matter of 2.5 micrometers or less in diameter
QAPP - quality assurance project plan
site - trailer, fence, electrical equipment, and site pad, and any encroaching vegetation
SOP - standard operating procedure
TCEQ - Texas Commission on Envirorunental Qualiry
U.S. EPA - United States Environmental Protection Agency
VPN - virtual private network
Page 12 of 26
CITY OF FORT WORTH
ATTACHMENT B
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Page 13 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Cost Budget
l. Budget. Authorized budgeted e�enditures for work performed are as follows:
a. Direct Costs
Budget Category
Salary / Wages
Fringe Benefits
Travel
Supplies
Equipment
Contractual
Construction
Other
Total Direct Costs
b. Indirect Costs
Distribution Base Amount
(identi fy Base rype below)
Indirect Cost Rate for
Reimbursement
Total Indirect Costs
c. Maximum Authorized Reimbursement
Maximum Authorized
Reimbursement (Direct
and Indirect Costs)
Cost for Work to be
Performed
$40,000.00
$20,451.21
$ 0.00
$ 0.00
$ 0.00
$ 0.00
$ 0.00
$ 0.00
$60,451.21
$40,000.00
10%
$4,000.00
$64,451.21
2. Indirect Cost Distribution Base. The Distribution Base above is (check one):
❑ direct salary/wages and fringe benefits
❑ modified total direct costs
� other direct cost Base
If other direct cost Base, identify: Salary Only
Page 14 of 26
CITY OF FORT WORTH
The indirect cost rate is (check one):
TCEQ CONTRACT 582-23-40031
AMENDMENT3
❑ Predetermined Rate— an indirect rate that is negotiated between the Performing Party
and its federal cognizant agency and supported by a current Negotiated Indirect Cost
Rate Agreement (NICRA) letter. A Predetermined Rate is not subject to adjustment
except as provided by 2 Code of Federal Regulations (CFR) � 200.411.
❑ De Minimis Rate— if Performing Party does not have a current negotiated indirect rate,
Performing Parry may use a standard rate of ten percent of Modified Total Direct Costs
(MTDC) in lieu of determining the actual indirect costs of the service. Costs must be
consistently charged as either indirect or direct costs.
❑ Partial Reimbursement Rate— a reimbursement rate agreed to between TCEQ and
Performing Parry that is less than the rate authorized under TxGMS or, where
applicable, 2 CFR Part 200. Performing Party contributes all of its unreimbursed
indirect costs to the successful performance of the project or projects funded under
this Contract, in accordance with Article 9 of this section.
� Other: De Minimis Rate with a base of salary only.
Other. If Budget Category "Other" is greater than $ 2 5,000 or more than 10% of budget
total, identify the main constituents:
N/A
3. Travel. In order to be reimbursable, travel costs must be specifically authorized in
advance of the travel. Travel costs will be reimbursed only in the amount of actual costs,
up to the maximum allowed by law for employees of the State of Texas at the time the
cost is incurred.
4. Budget Categories. The Budget Categories above are representative of the items of cost
found in TxGMS and 2 CFR Part 200, and have the definitions, requirements, and
limitations found therein. Construction costs are not reimbursable without prior, specific
written authorization from TCEQ.
5. Budget Control.
a. Cumulative transfers equal to or less than 10% of the Total Budget. Performing Parry
may transfer amounts between the approved cost budget categories so long as
cumulative transfers from cost budget categories during the Contract Period do not
exceed ten percent (10%) of the total budget amount. Performing Party must timely
submit a Budget Revision Request (BRR) Form reflecting the revised budget. Upon
acknowledgement by TCEQ, the BRR will be incorporated into this Contract as though
it is a document revised under General Term and Condition Section 1.2. The 10% limit
does not reset with the approval of each BRR. It resets when an amendment is signed
by the parties reflecting changes to the budget.
b. Cumulative transfers greater than 10% of the Total Budget. TCEQ must pre-approve
in writing all budget revisions that result in the cumulative transfer from cost budget
categories of funds greater than 10% of the total budget during the Contract Period.
The Performing Party must request to amend the Contract. A contract amendment is
required before Performing Party incurs these costs.
c. Performing Parry may not transfer amounts to budget categories containing zero
dollars without TCEQ pre-approval in writing.
d. If a transfer between approved cost budget categories results in a change in the total
reimbursable indirect cost amount, the change in the reimbursable indirect cost
Page 15 of 26
TCEQ CONTRACT 582-23-40031
CITY OF FORT WORTH AMENDMENT 3
amount is subject to the requirements of this Budget Control clause and must be
documented in the BRR or an amendment, as applicable. The Performing Party may
elect to reduce the reimbursable indirect cost amount below its total indirect costs to
meet the requirements of this Budget Control clause.
6. Invoice Submittal. All invoices must be submitted in a format that clearly shows how the
budget control requirement is being met. Unless otherwise stipulated in the Contract,
invoices, including the Financial Status Report (or if allowed specifically in the Contract,
substitute form(s)), must be submitted to the individual named in the Notices, Project
Representatives and Records Location document at the following intervals.
❑ Monthly � Quarterly
Invoices shall be submitted within � 30 days ❑ 45 days of the end of the interval
checked above.
Final invoices shall be submitted within sixty calendar days after completing the Scope of
Work activities. TCEQ may unilaterally extend this deadline by e-mail.
7. Supporting Records. Performing Parry shall submit records and documentation to TCEQ
as appropriate for the review and approval of reimbursing costs. TCEQ may reject invoices
without appropriate supporting documentation. TCEQ has the right to request additional
documentation such as expenses for the invoice period, year-to-date expenses, projected
totals for the year (or applicable contract period), percent of budget spent to date, and
percentage of budget projected to be spent. Performing Party shall maintain records
subject to the terms of this Contract.
8. Indirect Costs. Performing Party's indirect costs will be reimbursed at the reimbursable
rate entered above. If no reimbursable rate is shown above, indirect costs are not
reimbursable under this Contract. The reimbursable rate must be less than or equal to the
rate authorized under TxGMS or, where applicable, 2 CFR Part 200. To the extent that the
reimbursable rate is lower than Performing Party's actual indirect costs, Performing Party
is contributing its unreimbursed indirect costs to the successful performance of the
project(s) funded under this Contract, and waives any right it may have to reimbursement
of those costs. Performing Parry must fund all unreimbursed indirect costs from sources
that may be properly used to fund such unreimbursed costs (e.g., unrestricted funds).
Performing Parry must not charge unreimbursed indirect costs to a different state or
federal grant without each grantor's written permission.
a. If this Contract requires matching funds, Performing Party may, with written TCEQ
approval (and federal awarding agency approval if the match is required by a federal
grant), claim its unreimbursed indirect costs as part or all of its match.
Page 16 of 26
CITY OF FORT WORTH
ATTACHMENT C
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Page 17 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
NOTICES, PROJECT REPRESENTATIVES AND RECORDS LOCATION
CONTRACT NO. 582-23-40031
PROJECT TITLE: CIT'Y OF FORT WORTH
1. Representatives. The individual(s) named below are the representatives of TCEQ and Performing
Party. They are authorized to give and receive communications and directions on behalf of the
TCEQ and the Performing Party as indicated below. All communications including official contract
notices must be addressed to the appropriate representative or his or her designee.
2. Changes in Information. Either party may change its information in this Notices, Project
Representatives and Records Location document by providing notice to the other party's
representative for contractual matters.
3. TCEQ Representatives
TCEQ CONTRACT MANAGER
(for Contractual Matters)
TCEQ PROJECT MANAGER
(for Technical Matters)
Paushiana Madison. Contract Snecialist
Business & Financial Services Section
Texas Commission on Environmental
Quality
P.O. Box 13087
MC-165
Austin, Texas 78711-3087
Telephone No. (512) 239-5057
Email Address:
Paushiana.Madison@tceq.texas.gov
4. Performing Party Representatives.
For Contractual Matters
Anthonv Williams
Proiect Mana�er
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Telephone No. (817) 392-5462
Email Address:
Anthony.Williams@f ortworhttexas.gov
Mvrah Urauidcz. Proiect Mana�cr
Network Oberations Section
Texas Commission on Environmental
Quality
P.O. Box 13087
MC-165
Austin, Texas 78711-3087
Telephone No. (512) 239-1721
Email Address:
Myrah.Urquidez@tceq.texas.gov
For Technical Matters
Daniel Fernandez
Senior Environmental Snecialist
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Telephone No. (817) 392-5444
Email Address:
Daniel.Fernandez@fortworthtexas.gov
5. Invoice Submittal. Invoices must be submitted to the TCEQ Contract Manager, unless another
recipient is identified below:
� TCEQ Project Manager /❑ TCEQ Disbursements Section /❑ Other:
6. Designated Location for Records Access and Review. The Performing Party designates the
physical location indicated below for record access and review pursuant to any applicable provision
of this Contract:
200 Texas Street
Fort Worth. TX 76102
Page 18 of 26
CITY OF FORT WORTH
ATTACHMENT D
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Page 19 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Texas Commission on Environmental Quality
Financial Status Report
Grant/Contract Title
Contract Number 582-
Work Order or PGA #, if 582-
applicable
Performing Party Name and
Address
Performing Party ID Number
Report Type ❑ Quarterly ❑ Monthly ❑ Final
Period Covered by This From To
Report
Total Contract Period From To
Budget Categories* Approved This Report Cumulative Remaining
Budget Period Contract Dollars Balance
Expended
� a. Salary/Wages**
� b. Fringe Benefits
� c. Travel**
� d. Supplies**
� e. Equipment**
� f. Contractual**
� g. Construction**
� h. Other**
i. Total Direct Costs
(sum a. — h.)
j. Indirect Cost (_%
x$
(Base)
� k. Other In-Kind Cost
I. Total Project Cost
(i. + j. + k.)
m. Recipient Share of
Expenditures (if
req'd.) %
n. TCEQ
Reimbursement
Amount (I. — m.)
*Budget categories may not contain negative amounts.
**Itemize all component expenditures comprisingthetotal foreach ofthese categories on the attached
supplemental forms. Attach substantiating documentation, as required.
Page 20 of 26
TCEQ CONTRACT 582-23-40031
CITY OF FORT WORTH AMENDMENT 3
Texas Commission on Environmental Quality
Financial Status Report
CERTIFICATION: By signing this report, I certify that I am authorized to legally bind the
Performing Party named above.
I certify to the best of my knowledge and belief that the report is true, complete, and accurate,
and the expenditures, disbursements and cash receipts are for the purposes and objectives set
forth in the terms and conditions of the Contract award. I am aware that any false, fictitious,
or fraudulent information, or the omission of any material fact, may subject me to criminal,
civil, or administrative penalties for fraud, false statements, false claims or otherwise. (U.S.
Code Title 18, Section 1001 and Title 31, Sections 3729-3730 and 3801-3812, and state law).
*If using an electronic signature instead of a typed signature, please complete the entire
application before signing electronically. The ability to edit, add, or remove information will not
be available after the application is electronically signed.
Signature of Authorized Certifying Official
Typed or Printed Name
Title of Authorized Certifying Official
Telephone (area code, number, ext.)
Date Submitted
ext.
Page 21 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Supplemental Forms
Substantiating Documentation (travel receipts, invoices, etc.) must be attached to this form; see
Preparation Instructions. All documentation must be legible. Add more rows as necessary.
Salary/Wage and Fringe Expenditures during this report period
All employees must be listed on a PEL associated with the invoicing period. An updated PEL is
required when employment status changes.
A. Salary/Wages
Employee Name Title/Position Salary (this period) Task Number(s) (If
none specified,
Description of Task)
Total Salary/Wage Expenditures (must agree
with line a.)
B. Fringe ( %, if specified in contract)
Total Fringe Benefits for the reporting period
(must agree with line b.)
Total Salary/Wage Expenditures & Fringe
Benefits
Travel Expenditures during this report period
Employee Date(s) Destination Meals
of and Purpose
Travel
Total Travel
Expenditures (must
agree with line c.)
Lodging Transportation
Other
(provide
description)
Task
Number(s)
(If none
specified,
Description
of Task)
Page 22 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Supplemental Forms
Substantiating Documentation (travel receipts, invoices, etc.) must be attached to this form; see
Preparation Instructions. All documentation must be legible. Add more rows as necessary.
Supplies Purchased during this report period
Item Description
Total Supply Expenditures (must agree with line
d.)
Unit Cost Number
Purchased
Equipment Purchased during this report period
Item Description (must match Serial
description provided for approval) Number or
otherlD
Number
�
�
�
ITotal Equipment Expenditures (must
agree with line e.)
Unit Cost Number
Purchased
Contractual Expenditures during this report period
Subcontractor(s)
Total Contractual Expenditures
(must agree with line f.)
Activity/Purpose
Total Cost
Total Cost
Task
Number(s)
(If none
specified,
Description
of Task)
Task
Number(s)
(If none
specified,
Description
of Task)
I I
Date(s) Cost (this
Performed period)
Task
Number(s) (If
none
specified,
Description
of Task)
Page 23 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
Supplemental Forms
Substantiating Documentation (travel receipts, invoices, etc.) must be attached to this form; see
Preparation Instructions. All documentation must be legible. Add more rows as necessary.
Construction Expenditures during this report period
Description
Activity/Purpose
Cost (this Task
period) Number(s) (If
none
specified,
Description
of Task)
Total Construction Expenditures (must agree
with line g.)
Other Expenditures during this report period including Expenditures by Subgrantees
Description and/or Subgrantee(s)
Activity/Purpose/Quantity
Cost (this Task
period) Number(s) (If
none
specified,
Description
of Task)
Total Other Expenditures (must agree with
line h.)
Other In-I<ind Contributions during this report period
Description and/or Subgrantee(s)
Activity/Purpose/Quantity
Cost (this Task
period) Number(s) (If
none
specified,
Description
of Task)
Total Other Expenditures (must agree with
line h.)
Page 24 of 26
TCEQ CONTRACT 582-23-40031
CITY OF FORT WORTH AMENDMENT 3
Financial Status Report Preparation Instructions
1. The Performing Party, in order to obtain reimbursement for those expenditures authorized under this
Contract, shall submit a completed, legible, TCEQ Financial Status Report ("FSR", TCEQ Form 20248) and
provide any required receipts or documentation.
2. The FSR must be submitted as directed underthe Contract (monthly, quarterly, etc.) and meet any contractual
time periods and deadlines.
3. An FSR is required even if no expenses were incurred during the report period.
4. Salary/Wage Expenditures: Unless otherwise specified in the Contract, the Performing Party does not need to
attach timesheets to the FSR. The Performing Party is, however, expected to maintain such documentation
that can serve to verify the total, overall hours of staff time being directly billed to this Contract. The
Performing Party must provide a Level-of-Effort Certification for each salaried employee performing work
under this Contract, where costs are determined based on percentage of the employee's time performing
activities; unless, in accordance with the Contract and its General Terms and Conditions, TCEQ has approved
another method of documentation.
5. Travel Expenditures: Unless otherwise specified in the Contract, the Performing Party must attach
documentation that substantiates travel-related costs such as legible copies of Performing Party-approved
travel vouchers signed by the employee who traveled; receipts showing the traveler's name, travel location,
and travel dates; and itemized receipts for meals, lodging, and transportation.
6. Supplies: Unless otherwise specified in the Contract, for any single item costing more than $500, the
Performing Party must attach documentation that identifies the good, the vendor or subcontractor who
provided the good, and reflects the reimbursable amount listed on this form. Preferred documentation
includes receipts, purchase orders, and/or invoices showing "received/paid". The Performing Party may not
intentionally break up orders for the purpose of avoiding a requirement to provide confirming documentation.
7. Equipment Expenditures: TCEQ may disallow the cost of equipment purchased without prior approval.
Performing Party must attach documentation that identifies the specific piece of equipment received, the
serial or other identification number, the vendor who provided the equipment, and reflects the reimbursable
amount listed on this form. The documentation must be either a purchase order marked "received/paid" or a
vendor-provided invoice or receipt similarly showing that the expense was both paid by the Performing Party
and is now in the Performing Party's possession.
8. Contractual Expenditures: Performing Party must attach documentation reflecting the contractual
expenditure that identifies the services received, the subcontractor who provided the services, and reflects
the reimbursable amount listed on this form. Documentation reflecting the contractual expenditure must
include a dated invoice, purchase order, or receipt that shows the amount billed to and paid by the
Performing Party and any "past due" amount from previous invoices.
9. Construction: Performing Party must attach documentation that demonstrates its expenditures toward
completion of the Task associated, including any schedule of values or other estimates related to the work
completed.
10. Other Expenditures: Unless otherwise specified in the Contract, for any subaward, single item, or service
costing more than $500, the Performing Party must attach documentation that identifies the good or service,
any subgrantee that performed work, and reflects the reimbursable amount listed on this form. Preferred
documentation includes receipts, purchase orders and/or invoices showing "received/paid," documentation
demonstrating expenditures towards completion of the Task associated, and for expenditures by subgrantees,
documentation sufficient for verifying completion of the Task or objective associated with an expenditure
including documentation otherwise required under a deliverable. The Performing Party and any subgrantee
may not intentionally break up orders for the purpose of avoiding a requirement to provide confirming
documentation.
Page 25 of 26
CITY OF FORT WORTH
TCEQ CONTRACT 582-23-40031
AMENDMENT3
11. Other In-Kind Contributions: In-kind, donated goods/equipment, or volunteer services may be recorded as
contributing towards the cost-share or matching share only. These costs may not be reimbursed by TCEQ. The
Performing Party must follow 2 CFR 200.306 for valuing and documenting these amounts.
12. A single expenditure may support more than one task or objective. The Performing Party may list multiple
tasks or objectives supported.
Page 26 of 26
c�ty of Fort wortn,
Mayor and
Texas
Council Communication
DATE: 09/16/25 M8�C FILE NUMBER: M&C 25-0882
LOG NAME: 22TCEQ PM 2.5 CONTRACT FY2026
SUBJECT
(ALL) Authorize Execution of the Third Amendment to the Texas Commission on Environmental Quality Federally Funded Cooperative Agreement
in an Amount Up to $64,451.21 for Ambient Air Monitoring Operations and Adopt Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of the third amendment to the Texas Commission on Environmental Quality (TCEQ) federally funded cooperative
agreement (City Secretary Contract Number 62491), in an amount up to $64,451.21 for a finrelve-month term beginning September 1, 2025,
and expiring August 31, 2026 for ambient air monitoring operations;
2. Apply an indirect cost rate of 10.00 percent (10%), an estimate amount up to $4,000.00, in accordance with the terms of the Texas
Commission on Environmental Quality (TCEQ) federally funded cooperative agreement; and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grant Operating Federal Fund, in an
amount up to $64,451.21, subject to the receipt of the agreement, for the purpose of funding ambient air monitoring operations.
DISCUSSIQ�;
The City of Fort Worth (City) operates a comprehensive air quality program with the Texas Commission on Environmental Quality (TCEQ), under
three separate, but related contracts. This local air program benefits the Ciry by ensuring that facilities are in compliance with air quality regulations
and by supporting data collection for air pollutants. Among the three contracts, this contract is fully-funded by the U.S Environmental Protection
Agency (US EPA) through its Section 103 Grant Program, administered by the TCEQ. EPA Section 103 Grant Funds have been received annually
by the City for the Air Pollution Control Program in cooperation with TCEQ to maintain and operate various ambient air monitoring stations.
This contract specifically supports a portion of a regional, regulatory ambient air pollution monitoring network. This indudes daily monitoring of
oxides of nitrogen and particulate matter. Upon approval, this Agreement will continue to support City of Fort Worth operations for local Continuous
Air Monitoring Stations. Activities include air pollutant monitoring, calibration, operation, and regular audit and maintenance activities for
equipment under the terms of the contract. The TCEQ provides all air monitoring equipment and supplies for the operation of the air monitoring
sites. The contract period will be September 1, 2025, through August 31, 2026, with a maximum amount up to $64,451.21 for reimbursement of
expenses to the City.
DOCUMENT
Initial Contract (FY23)
Amendment 1 (FY24)
Amendment 2 (FY25)
Amendment 3 (FY26)
M8�C No. APPROVAL
DATE
M&C 22-0507 06/28/22
M&C 23-0485 06/13/23
M&C 24-0589 06/25/24
PENDING PENDING
AGREEMENT TOTAL
AMOUNT
$64,451.21
$64,451.21
$64,451.21
$64,451.21
TOTAL:
$64,451.21
$64,451.21
$64,451.21
$64,451.21
$257,804.84
This agreement covers the operation and maintenance of four Continuous Air Monitoring Stations as follows:
STATION
ADDRESS
EQUIPMENT
Eagle Mountain Lake 14290 Morris Dido Newark 1 Nitrogen Oxides Monitor
Road
California Parkway North
Haws Athletic Center
Keller
1198 California Parkway North 2 PM 2.5 Monitors
600 Congress Street
10218 Alta Vista Road
1 PM 2.5 Monitor
1 Nitrogen Oxides Monitor
This agreement partially funds four authorized positions in the Environmental Services Department for air quality monitoring. Salary and Fringe, for
a portion of four full time employees, will be funded in an estimated amount up to $60,451.21. Indirect costs will be recovered under this
agreement at a rate of 10%, an estimated amount up to $4,000.00.
Position Authorized
Positions (AP)
Environmental Supervisor 0.08
Senior Environmental Specialist 0.01
Senior Environmental Specialist 0.05
Environmental Specialist 0.38
TOTAL: 0.52
If these funds become unavailable, the Environmental Services Department would determine a transition plan to identify additional funding sources
such as Environmental Protection Fund (EPF) or suspend the program..
No City funds will be expended before the contract is approved. Upon approval and acceptance of the agreement and execution of the contract,
City funds will be expended before receipt of funds. No matching funds are required. There is no grant application repository number, as the
Environmental Services Department does not apply for these funds. Funding is based on the Contract befinreen the City and TCEQ to operate the
air quality monitoring program as stated above.
A Form 1295 is not required because: This contract will be with a governmental entity, state agency or public institution of higher education: TCEQ
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds
will be available in the current operating budget, as appropriated, in the Grants Operating Federal Fund. The Environmental Services Department
(and Financial Management Services) will be responsible for the collection and deposit of funds due to the City. Prior to an expenditure being
incurred, the Environmental Services Department has the responsibility to validate the availability of funds. This is a reimbursement agreement.
Submitted for Citv Manaaer's Office bv
Oriainatina Business Unit Head:
Additional Information Contact:
Valerie Washington 6199
Cody Whittenburg 5455
Wyndie Turpen 6982
Julianne Ragland 7251
CONTRACT COMPLIA�VCE MANAGER:
By signing this document, I acknowledge that I am the {�erson responsi�le for the r�anFtoring
and administratian of this cor�tract, including ensuring all performance and reporting
requirements.
ANTHONY WILLIAMS �
NAME
SIGNATURE
ENVIRONMENTAL SUPERVISOR
TI�LE
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name
Texas Commission on Environmental Quality
Subject of the Agreement: Ambient Air Monitoring Operations - PM 2.5:
Supports a portion of a regional, regulatory ambient air pollution monitoring network.
This includes daily monitoring of oxides of nitrogen and particulate matter.
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 62491-A3
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: September 1, 2025 Expiration Date: August 31, 2026
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 104332
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.