Loading...
HomeMy WebLinkAbout064285 - Construction-Related - Contract - Southwestern Bell Telephone Company dba AT&T64285 CSCNo. ---- MASTER UTILITY ADJUSTMENT AGREEMENT THIS AGREEMENT, by and between the City of Fort Worth, Texas, hereinafter identified as the "City", and Southwestern Bell Telephone Company, d/b/a AT&T Texas, hereinafter identified as the "AT&T", is as follows: WITNESSETH WHEREAS, the City, acting in conjunction with the United States Army Corp of Engineers ("COE") and the Tarrant Regional Water District ("TR WD"), is undertaking a flood control, transportation, and public improvement project within the area depicted on Exhibit I, attached hereto, known as the Trinity River Vision Project (the "Project); and WHEREAS, the City has notified the AT&T that certain of its facilities and appurtenances (the "AT&T Utilities") are in locational conflict with the Project, and the City has requested that the AT&T undertake the adjustment of the AT&T Utilities as necessary to accommodate the Project; and WHEREAS, the specific AT&T Utilities and the specific proposed adjustments to the AT&T Utilities will be identified and described in a series of Utility Adjustment Agreement Schedules to this Master Agreement ("Adjustment Schedules"), in the form attached hereto as Exhibit 4 ( attached hereto), to be prepared by AT&T after Plans therefor have been prepared in accordance with this Agreement and agreed to in writing by the City, the Trinity River Vision Authority ("TRVA"), and AT&T (each an "Adjustment"); and WHEREAS, the AT&T recognizes that time is of the essence in completing the work contemplated herein; and WHEREAS, the City and the AT&T desire to implement the Adjustments by entering into this Agreement for all AT&T Utilities and a separate Adjustment Schedules for each Utility Adjustment. AGREEMENT NOW, THEREFORE, in consideration of these premises and of the mutual covenants and agreements of the parties hereto and other good and valuable consideration, the receipt and sufficiency of which being hereby acknowledged, the City and the AT&T agree as follows: 1.Agreement to Adiust Facilities, AT&T hereby agrees to perform such Adjustmentsas are necessary to accommodate the Project, as set forth in the Adjustment Schedules,and AT&T and the City hereby agree to participate in the costs of such Adjustments asset forth herein. For purposes of this Agreement, an Adjustment shall be deemednecessary to accommodate the Project if the AT&T Facilities to be adjusted are whollyor partially within the area depicted on Exhibit I, and the Adjustment work is requestedby the City, COE or TRVA in order to accommodate any of the construction orimprovements described in Exhibit 2, attached hereto, or any subsequent materials ordocuments produced or disseminated by the Trinity River Vision Authority, the City,COE or TRV A in connection with the Trinity River Vision Project. Without limiting theforegoing, the parties agree that the Adjustments set forth on Exhibit 3 are necessary toaccommodate the Project and are included within this Agreement. 1 2.Preparation of Plans, For each Adjustment that is to be accomplished hereunder,AT&T will prepare an Adjustment Schedule that will identify the necessary adjustmentand provide the drawings, plans, required specifications, and cost estimates for theproposed Adjustment (collectively, the "Plans"). The Plans will specifically identify any Betterments (as defined in Section 9 hereof) to be undertaken as part of such Adjustment. City will review and approve the Plans prior to commencement of such Adjustment. 3.Review by COE and TRVA, The City will submit each Adjustment Schedule and allcorresponding Plans to COE and TRV A for their review and approval. The parties willexercise best efforts to modify any Plans as necessary to address any comments made byCOE or TRVA thereon. 4.Design and Construction Standards, All design and construction performed for theAdjustment work which is the subject of this Agreement shall comply with and conformto the following: 5. (a)All applicable local, state and federal laws, regulations, decrees, ordinances and policies; (b)The terms of all governmental permits or other approvals, as well as any privateapprovals of third parties necessary for such work; and ( c)The standard specifications, standards of practice, and construction methods ( collectively, "standards") which the AT&T customarily applies to facilitiescomparable to the AT&T Utilities that are constructed by the AT&T or for theAT&T by its contractors at the AT &T's expense, which standards are current atthe time this Agreement is signed by the AT&T, and which the AT&T hassubmitted to the City in writing. Such design and construction also shall be consistent and compatible with (i) the current design and construction of the Project and (ii) any other utilities being installed in the same vicinity. Construction by the AT&T; Scheduling, (a)AT&T shall perform the construction necessary to adjust the AT&T Utilities. All construction work hereunder shall be performed in a good and workmanlikemanner, and in accordance with the Plans. AT&T agrees that during the Adjustment of the Utility, AT&T and its contractors will coordinate their work with the City so as not to interfere with the performance of work on the Project by the City or by any other party. "Interfere" means any action or inaction that interrupts, interferes, delays or damages Project work. (b)AT&T may utilize its own employees or may retain such contractor or contractors as are necessary to Adjust the AT&T Utilities. If the Adjustment ofthe Utility is undertaken by AT &T's contractor under a competitive bidding process, all bidding and contracting shall be conducted in accordance with all federal and state laws and regulations applicable to the AT&T and the Project. 2 6. ( c)AT&T shall obtain all permits necessary for the construction to be performed by the AT&T hereunder, and the City shall cooperate in that process as needed. (d)AT&T shall commence its construction for Adjustment of each AT&T Utility hereunder promptly after (i) receiving written approval of the Plans from the City, COE and TRVA; (ii)receiving written notice to proceed therewith from the City, and (ii) any right of way necessary for such Adjustment has been acquired either by the City (for Adjustments located within the right of way) or by the AT&T (for Adjustments located outside of the right of way), or a right-of-entry permitting AT&T's construction has been obtained from the land owner by the City or by the AT & T with the City's prior approval. ( e)AT&T shall use best efforts to complete each Adjustment on or before the time set forth in the applicable Adjustment Schedule. City Respppsihility for Cosu o{ Wprk. (a)With the exception of any Betterment (hereinafter defined), the parties shall equally share the cost of any Adjustment between themselves, except to the extent that the Utility is located outside of the public right-of-way on a compensable property interest, in which case City shall bear all the costs of that portion of the Adjustment. All costs charged to the City by AT&T shall be reasonable and shall be computed using rates and schedules not exceeding those applicable to the similar work performed by or for AT&T at AT&T's expense. The costs paid by the City pursuant to this Agreement shall be full compensation to AT&T for all costs incurred by AT&T in Adjusting the AT&T Utilities (including without limitation costs ofrelinquishing and/or acquiring right of way). (b)In the event that, in order to accommodate the Project, AT&T is required by the City to relocate facilities previously adjusted pursuant to Plans approved by the City in accordance with this Agreement, the City shall be responsible for one hundred percent (I 00%) of the costs of any subsequent Adjustment. 7.Costs pf the Wprk. AT &T's costs for Adjustment of the AT&T Utilities shall be derived from (i)the accumulated total of costs incurred by the AT&T for design and construction of such Adjustment, including without limitation the eligible engineering costs incurred by the AT&T for design of the Adjustment prior to execution of this Agreement, plus (ii) the AT &T's other related costs (including AT&T's corporate overhead loadings), plus (iii) AT&T's right of way acquisition costs, if any, which are reimbursable pursuant to Paragraph 13. 8.Billi pg. Payment, Records and Audits. (a)Each Adjustment Schedule shall include an estimate of the costs to be incurred by AT&T in accomplishing the Adjustment covered by the Adjustment Schedule. The estimated cost shall be a good faith estimate of approximate costs, and the actual costs incurred by AT&T in accomplishing the Adjustment may be higher. The estimated cost is subject to change due to any number of factors including, but not limited to, changing conditions in the field, weather delays, changes in AT & T's 3 9. labor, materials or contractor costs, or changes in the scope of the work. (b)Upon execution of each Adjustment Schedule, City shall pay to AT&T its share of the estimated costs of the Adjustment covered by the Adjustment Schedule. Upon completion of the Adjustment covered by the Adjustment Schedule, AT&T shall calculate its actual costs of the Adjustment. In the event that the actual costs of the Adjustment exceed the estimated cost, the City shall pay its share of the excess within forty-five (45) days ofreceipt ofan invoice for such excess. In the event that the actual costs of the Adjustment a re less than the estimated cost, AT&T sha II refund to the City the City's share of the difference within forty-five days of the calculation. (c)AT&T shall maintain complete and accurate cost records for all work performed pursuant to this Agreement and each Adjustment Schedule. AT&T shall maintain such records for four (4) years after receipt of final payment hereunder. The City and its representatives shall be allowed to audit such records during the AT&T's regular business hours. The parties shall mutually agree upon (and shall promptly implement by payment or refund, as applicable) any financial adjustment found necessary by the City's audit. (d)In the that, after approval of the City of AT&T's Plans for an Adjustment, including the cost estimate for the Adjustment, AT&T determines or anticipates that the actual costs may exceed the estimated cost by more than five percent (5%), AT& Twill notify the City of the increased costs, and request the City's approval for the increased costs. In the event the City refuses to approve the increased costs, AT&T may cease work on the project until an agreement is reached. Betterment. (a)For purposes of this Agreement, the term "Betterment" means any upgrading of an AT&T Utility being Adjusted that is not attributable to the construction of the Project and is made solely for the benefit of and at the election of AT&T, including but not limited to an increase in the capacity, capability, efficiency or function of the Adjusted Utility over that provided by the existing Utility facility or an expansion of the existing Utility facility; provided, however, that the following are not considered Betterments: (i)any upgrading which is required for accommodation of the Facility; (ii)replacement devices or materials that are of equivalent standards although not identical; (iii)replacement of devices or materials no longer regularly manufactured with the next highest grade or size; (iv)any upgrading required by applicable laws, regulations or ordinances; (v)replacement devices or materials which are used for reasons of economy (e.g., non-stocked items may be uneconomical to purchase); (vi)any upgrading required by AT&T's written "standards" meeting the 4 10. 11. requirements of Paragraph 3{c); or (vii)any discretionary decision by AT&T that is contemplated within a particular standard described in clause (vi) above. This provision applies for fiber optic AT&T Utilities only: Extension of an Adjustment to the nearest splice boxes shall not be considered a Betterment if required by the AT&T in order to maintain its written telephony standards. Any upgrading required by the AT&T's written "standards" meeting the requirements of Paragraph 3{c) shall be deemed to be of direct benefit to the Project. (b )It is understood and agreed that the City will not pay for any Betterments and that the AT&T shall not be entitled to payment therefor. No Betterment may be performed in connection with the Adjustment of the AT&T Utilities which is incompatible with the Project or which cannot be performed within the other constraints of applicable law, any applicable governmental approvals, including without limitation the scheduling requirements thereunder. Accordingly, AT&T will certify to one of the following statements regarding betterments on any Adjustment Schedule made hereunder: I.The Adjustment of the AT&T Utilities pursuant to the Plans does not include any Betterment. 2.The Adjustment of the AT&T Utilities pursuant to the Plans includes Betterment to the AT&T Utilities by reason of [inse rt explanation, e.g. "replacing 12"pipe with24"pipe}: __ . AT&T has provided to the City comparative estimates for (i) all costs for work to be performed by AT&T pursuant to this Agreement, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which estimates are hereby approved by the City. The estimated amount of the AT&T's costs for work hereunder which is attributable to Betterment is $ __ , calculated by subtracting (ii) from (i). The percentage of the total cost of the AT&T's work hereunder which is attributable to Betterment is _%, calculated by subtracting (ii) from (i), which remainder shall be divided by (i). ( c)If any Adjustment includes a Betterment, then AT&T is responsible for the actual cost of the identified Betterment, determined by multiplying (a) the Betterment percentage stated in Paragraph 9(b ), by (b) the actual cost of all work performed by the AT&T pursuant to the applicable Adjustment Schedule (including work attributable to the Betterment). The final invoice submitted pursuant to Paragraph 8(b) shall deduct the actual cost of the identified Betterment. Salvage. For any Adjustment from which AT&T recovers any materials and/or parts and retains or sells the same, after application of any applicable Betterment credit, the City is entitled to a credit for the salvage value of such materials and/or parts. The final invoice submitted pursuant to Paragraph 8(b) shall deduct the full salvage value. Utility Ipyestigatiops. In performing the Adjustment, AT&T shall comply with the notification and locate process established under the Underground Facility Damage 5 12. 13. Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the horizontal markings provided in response to AT&T's compliance with the One-Call Statute indicate a potential conflict, AT&T shall take all additional actions that may be necessary to physically locate the conflicting facilities and may be impacted by the Project. In performing any excavation activities in connection with the Project, the City shall comply with the notification and locate process established under the Underground Facility Damage Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). Ifthe horizontal markings provided in response to the City's compliance with the One-Call Statute indicate a potential conflict, the City shall take all additional actions that may be necessary to physically locate the conflicting facilities and may be impacted by the Project. Jnspectiop apd Ownership ofAJ&J Utilities. (a)The City shall have the right, at its own expense, to inspect the Adjustment work performed by the AT&T or its contractors, during and upon completion of construction to ensure that such work is being undertaken in accordance the Plans and all applicable legal requirements. All inspections of work shall be completed and any comment provided within five (S) business days after request for inspection is received. Each Adjustment shall be deemed completed once the City has certified in writing that the Adjustment has been completed in accordance with the Plans and all applicable legal requirements, which certification shall not unreasonably be delayed or withheld. (b)AT&T shall accept full responsibility for all future repairs and maintenance of said AT&T Utilities. In no event shall the City become responsible for making any repairs or maintenance, or for discharging the cost of same. The provisions of this Paragraph 12(b) shall not limit any rights which AT&T may have against the City if the City damages any AT&T Utility as a result of its Project activities (c)The City shall have the right, at its own expense, to inspect the Adjustment work performed by the AT&T or its contractors, during and upon completion of construction to ensure that such work is being undertaken in accordance the Plans and all applicable legal requirements. All inspections of work shall be completed and any comment provided within five (5) business days after request for inspection is received. Each Adjustment shall be deemed completed once the City has certified in writing that the Adjustment has been completed in accordance with the Plans and all applicable legal requirements, which certification shall not unreasonably be delayed or withheld. (d)AT&T shall accept full responsibility for all future repairs and maintenance of said AT&T Utilities. In no event shall the City become responsible for making any repairs or maintenance, or for discharging the cost of same. The provisions of this Paragraph 12(b) shall not limit any rights which AT&T may have against the City if the City damages any AT&T Utility as a result of its Project activities. Real Property Interests. (a)Upon execution of any Adjustment Schedule, AT&T shall promptly provide to the City documentation acceptable to the City indicating any right, title or interest in real property claimed by AT&T (excluding any legal right to use the public rights-of-way) with respect to the AT&T Utilities covered by the Adjustment 6 Schedule in their existing location(s) ("Existing Interests"). (b)If acquisition of any new easement or other interest in real property ("New Interest") is necessary for the Adjustment of any AT&T Utilities, then the City shall be responsible for undertaking such acquisition. The City shall implement each acquisition here under expeditiously so that related Adjustment construction can proceed in accordance with the City's Project schedules. The City shall be responsible for the actual and reasonable acquisition costs of any such New Interest (including without limitation the AT& T's reasonable overhead charges and legal costs as well as compensation paid to the landowner), excluding any costs attributable to Betterment as described in Paragraph 9. (c)The City shall be responsible only for replacement in kind of an Existing Interest (e.g., as to width and type), unless a New Interest exceeding such standard (i) is required in order to accommodate the Project or by compliance with applicable law, or (ii) is called for by the City in the interest of overall Project economy. Any New Interest which is not City's cost responsibility pursuant to the preceding sentence shall be considered a Betterment to the extent that it upgrades the Existing Interest which it replaces, or in its entirety if the related AT&T Utility was not installed pursuant to an Existing Interest. Betterment costs shall be solely the AT&T's responsibility. (d)For each Existing Interest located within the final Project limits, upon completion of the related Adjustment work, AT&T agrees to execute a quitclaim deed or other appropriate documentation relinquishing such Existing Interest to the City, unless the affected AT&T Utility is remaining in its original location or is being reinstalled in a new location within the area subject to such Existing Interest. For each such Existing Interest relinquished by AT&T, the City shall do one of the following to compensate AT&T for such Existing Interest, as appropriate: (i)If the City acquires a New Interest for the affected AT&T Utility on AT& T's behalf, the City shall be responsible for the acquisition costs in accordance with Paragraph 13(b) and 13(c) of this section; orlf the AT&T does not require a New Interest for the affected AT&T Utility,the City shall compensate AT&T for the fair market value of suchrelinquished Existing Interest, as mutually agreed between AT&T andthe City. The compensation provided to AT&T pursuant to either subparagraph (i) or subparagraph (ii) above shall constitute complete compensation to the AT&T for therelinquished Existing Interest, and no further compensation shall be due to theAT&T from the City on account of such Existing Interest. 15.Amepdmegts apd Modificatiops. This Agreement cannot be amended, modified orrevised unless done in writing and signed by City and AT&T. No provision may bewaived except in a writing signed by both parties. The failure by a party to enforce anyprovision of this Agreement or to require performance by the other party will not be construed to be a waiver, or in any way affect the right of either party to enforce such provision thereafter. 16.Relatiopship of the Parties. This Agreement does not in any way, and shall not beconstrued to, create a principal/agent or joint venture relationship between the parties 7 hereto and under no circumstances shall AT&T or the City be considered as or represent itself to be an agent of the other. 17.Entire Agreement, This Agreement, including any Adjustment Schedule s to beexecuted pursuant to this Agreement, embodies the entire agreement between the partiesand there are no oral or written agreements between the parties or any representationsmade which are not expressly set forth herein. 18. Assignment; Binding Effect, Neither the AT&T nor the City may assign any of its rights or delegate any ofits duties under this Agreement without the prior written consent of the other party, which consent may not be unreasonably withheld or delayed. This Agreement shall bind the AT&T, the City, and their successors and permitted assigns, and nothing in this Agreement nor in any approval subsequently provided by either party hereto shall be construed as giving any benefits, rights, remedies, or claims to any other person, firm, corporation or other entity, including, without limitation, any contractor or other party retained for the Adjustment work or the public in general. 19.Traffic Control, Before undertaking any work on an Adjustment in a public right-of­way, AT&T must obtain a permit from the City for such work. In order to receive thepermit, AT&T shall submit a traffic control plan acceptable to the City's Traffic Engineerand in compliance with the requirements of the Texas Manual on Uniform Traffic ControlDevices that outlines how the general public as well as AT&T workers and subcontractorswill be protected while work on the Adjustment is being undertaken. Bettermentpercentages calculated in Paragraph 9 shall also apply to traffic control costs. 20.Notices, Except as otherwise expressly provided in this Agreement, all notices orcommunications pursuant to this Agreement shall be sent or delivered to the following: AT&T: Cecilia McDonald Director -Construction and Engineering 2301 Ridgeview Dr. Plano, TX, 75025 Phone:214-502-8066 The City of Fort Worth: Clair Davis Senior Capital Project Officer 100 Fort Worth Trail, 14th FLR Fort Worth, TX 76102 Phone: 817-392-7893 Any notice or demand required herein shall be given (a) personally, (b) by certified or registered mail, postage prepaid, return receipt requested, ( c) by confirmed fax, or ( d) by reliable messenger or overnight courier to the appropriate address set forth above. Any notice served personally shall be deemed delivered upon receipt, served by facsimile 8 transmission shall be deem delivered on the date of receipt as shown on the received facsimile, and served by certified or registered mail or by reliable messenger or overnight courier shall be deemed delivered on the date of receipt as shown on the addressee's registry or certification of receipt or on the date receipt is refused as shown on the records or manifest of the U.S. Postal Service or such courier. Either party may from time to time designate any other person or address for this purpose by written notice to the other party. 21.Auproyals, Any acceptance, approval, or any other like action (collectively "Approval")required or permitted to be given by either the City or AT&T pursuant to this Agreement: (a)Must be in writing to be effective ( except if deemed granted pursuant hereto), and (b)Shall not be unreasonably withheld or delayed; and if Approval is withheld,such withholding shall be in writing and shall state with specificity the reason forwithholding such Approval, and every effort shall be made to identify with asmuch detail as possible what changes are required for Approval. 22.Time; Force Majeure. ( c)Time is of the essence in the performance of this Agreement. (d)All references to "days" herein shall be construed to refer to calendar days,unless otherwise stated. 23.Neither AT&T nor the City shall be liable to the other for any delay in performance underthis Agreement from any cause beyond its control and without its fault or negligence("Force Majeure"), such as acts of God, acts of civil or military authority, fire, earthquake,strike, unusually severe weather, floods or power blackouts. If any such event of ForceMajeure occurs, AT&T agrees, if requested by the City, to accelerate its efforts hereunderif reasonably feasible in order to regain lost time, so long as the City agrees to reimburseAT&T for such reasonable and actual costs of such efforts. 24.Governmental Powers Not Waived by City. By entering into this Agreement, the City does not waive any of its governmental powers or immunities; provided, however, that the City acknowledges that, pursuant to §271.151 et seq. of the Texas Local Government Code, the City has waived sovereign immunity to suit for the purpose of adjudicating a claim for breach of this Agreement, subject to the terms and conditions of that subchapter. 25. No Third Party Rights, This Agreement is solely for the benefit of the parties hereto and is not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 26.Venue, Venue for any action under this Agreement shall lie in state courts located in Tarrant County, Texas or the United States Court for the Northern District of Texas - Fort Worth Division. 27.Continuing Performance, In the event of a dispute, AT&T and the City agree to continue their respective performance hereunder to the extent feasible in light of the dispute, including paying billings, and such continuation of efforts and payment of billings shall not be construed as a waiver of any legal right. 9 28.Authority, AT&T and the City each represents and warrants to the other party that the warranting party possesses the legal authority to enter into this Agreement and that it has taken all actions necessary to exercise that authority and to lawfully authorize its undersigned signatory to execute this Agreement and to bind such party to its terms. Each person executing this Agreement on behalf of a party warrants that he or she is duly authorized to enter into this Agreement on behalf of such party and to bind it to the terms hereof. 29.Cooperatiop, The parties acknowledge that the timely completion of the Project will be influenced by the ability of AT&T (and its contractors) and the City to coordinate their activities, communicate with each other, and respond promptly to reasonable requests. Subject to the terms and conditions of this Agreement, AT&T and the City agree to take all steps reasonably required to coordinate their respective duties hereunder in a manner consistent with the City's current and future construction schedules for the Project. The AT&T further agrees to require its contractors to coordinate their respective work hereunder with the City. 30.Termigatiop, If the Project is canceled or modified so as to eliminate the necessity of the Adjustment work described herein, then the City shall notify the AT&T in writing and the City may terminate this Agreement. Upon such termination, the parties shall negotiate in good faith an amendment that shall provide mutually acceptable terms and conditions for handling the respective rights and liabilities of the parties relating to such termination. 31.Captiops, The captions and headings of the various paragraphs of this Agreement are for convenience and identification only, and shall not be deemed to limit or define the contest of their respective paragraphs. 32.Coupterparts, Agreement may be executed in any number of counterparts. Each such counterpart hereof shall be deemed to be an original instrument but all such counterparts together shall constitute one and the same instrument. 33.Effective Date, This Agreement shall become effective upon the date of signing by the last party(either the AT&T or the City) signing this Agreement. 10 34.Limitation ofLiability,NOTWITHSTAN DING ANY PROVISION OF THISAGREEMENT TO THE CONTRARY, NEITHER PARTY SHALL BE LIABLE TO THEOTHER PARTY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, PUNITIVE,RELIANCE OR CONSEQUENTIAL DAMAGES, WHETHER FORESEEABLE OR NOT,INCLUDING, BUT NOT LIMITED TO, LOSS OF PROFITS OR REVENUE, COST OFCAPITAL, COST OF REPLACEMENT SERVICES, OR CLAIMS OF CUSTOMERS OR OFANY OTHER THIRD PARTIES, OCCASIONED BY ANY CAUSE WHATSOEVER,INCLUDING, WITHOUT LIMITATION BREACH OF CONTRACT, BREACH OFWARRANTY, NEGLIGENCE OR STRICT LIABILITY. ACCEPTED AND AGREED: CITY OF FORT WORTH: DULY AUTHORIZED REPRESENTATIVE: BY.· t>Af1A/Bu,rJ/WefJ. N a8fe1�1'Ki\'lll�db 11:1s:04S) Title: Assistant City Manager Date: ___ _,2025 APPROVAL RECOMMENDED: By:;<;� �&Name: Ronald Gonzales Title: Asst City Secretary ATTEST: �By�A Name: Jannette S. Goodall Title: City Secretary 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: � Name: Clair Davis Title: Sr. Capital Projects Officer APPROVED AS TO FORM AND LE�ALIT� By. De�B3 Bleil< reo 11, 2025 16.-40.1-4 CST)Name: oug B ac Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION:M&C:M&C 25-0659 11 AT&T SOUTHWESTERN BELL TELEPHONE COMPANY: DULY AUTHORIZED REPRESENTATIVE: aeailia madonald By: cecilia mcdonald (Oct 30, 202510:16:12 COT) Name: Cecilia McDonald Title:Director-Access Construction & End. Date: l0/30 2025 11-A EXHIBIT 1 Area of the Project 0 • -CLEAIR FORK GATE ,,..,. ------------.....__ � ITS � -FWWR 12 I 1 \ ; .,. / / EXHIBIT2 Description of the Project Accommodate any of the construction or improvements described as part of the Fort Worth Central City Project generally described as listed below: 1.The proposed USACE bypass channel is approximately 8,400 feet long and consistsof four general elements: the base flow channel, soft edge (levee), hard edge(retaining walls), and maintenance staging/ set-back areas. The proposed channelextends north from the Clear Fork of the Trinity River upstream of the confluencewith the West Fork, crosses the West Fork, and merges oack into the Trinity Rivernorth of downtown Fort Worth. 2.City of Fort Worth Roadway projects located on Kansas St., Greenleaf St., Arthur St., and Commercial St. Road and Main Street. Improvements at each of the street locations include but are not limited to the following: a.New levee construction at the US Army Corps of Engineers bypass channel b.Roadway construction at each end of the levees with transition back to existing road c.Related retaining wall construction d.Access road construction where needed e.Temporary paving for detours f.Intersection and signalization improvements 13 EXHIBIT3 Adjustments Necessary to Accommodate the Project. Greenleaf Street At the time of this agreement, preliminary plans for South Bypass have been used to establish utility impacts. AT&T has relocated aerial cable and buried cable to the east side of Greenleaf St. at Kansas St. for existing working circuits. AT&T has removed aerial cable from south of White Settlement Bridge on Greenleaf St to Kansas St Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. Arthur Street At the time of this agreement, preliminary plans for South Bypass Channel have been used to establish utility impacts. AT&T will remove existing handholes, ducts and cable/fiber facilities out of the Greenleaf Street corridor. Post relocation analysis, AT&T has removed the aerial facilities to allow ONCOR to remove the power and poles in accordance with the analysis and conflict resolution for the South Bypass Channel to Kansas St Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. Kansas Street At the time of this agreement preliminary plans for South Bypass have been used to establish utility impacts. AT&T will reroute existing cable/fiber facilities out Kansas Street (W-E) corridor. AT&T will begin this reroute west of Greenleaf Street and Kansas Street and proceed east on Kansas Street. AT&T will continue east on Kansas St. and crossing under the proposed west levee under the proposed channel and under the proposed east levee to Commercial Street. AT&T AT&T will construct an underground conduit facility west and east routing in service cable facilities to an acquired easement at Commercial St. and Kansas St. where new AT&T facilities will be relocated adjacent to the adjacent to the Bypass Channel Project. AT&T will relocate existing repeater terminal (RT) presently located along Kansas St. within the channel footprint near Arthur St. The new RT will be placed off the street right of way near the northwest comer ofKansas St. and Commercial St. AT&T will abandon and/or remove existing facilities from the channel footprint in the following Streets: Kansas St., Greenleaf St., Arthur St Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. � Notwithstanding anything to the contrary herein, as plans for the South Bypass Channel project for Kansas Street, Arthur St. and Greenleaf St as set forth in Exhibit 2, are more fully developed, additional or alternative adjustments may prove necessary. In such an event, the parties agree to cooperate with one another fully in identifying those additions or adjustments, which will be deemed to be part of this Exhibit 3 for all purposes. 14 EXHIBIT4 Form of Adjustment Schedule FWCC Project Location Project Limits From: To: Estimated Costs Note: Plans, Specifications and Estimate must be attached to support the Estimated Costs. The supporting documentation must show items, quantities, units and unit costs. The purpose of this form is to inform the City of the anticipated dates by which Utility's facilities that are in conflict with the above project limits will be adjusted. The dates below assume that all necessary right-of-way for the project has been acquired, that sufficient plans indicating the proposed improvements have been submitted to Utility, and that design changes requiring material utility facility redesign do not occur. Utility Company: Anticipated Construction Start Date: Anticipated Duration of Construction Date: Anticipated Construction Completion Date: The information provided above is strictly an estimate and is provided to City solely for City's planning purposes. This form is not intended to create any legally binding commitments on either Utility or City, nor to waive any rights Utility or City might otherwise possess. If there is a conflict between prior submitted dates and those shown in this form, the dates set forth above should be used for City's planning purposes 10/09/2025 Authorized Utility Representative Date 15 1 MASTER UTILITYADJUSTMENT AGREEMENT THIS AGREEMENT, by and between the City of Fort Worth, Texas, hereinafter identified as the "City", and Southwestern Bell Telephone Company, d/b/a AT&T Texas, hereinafter identified as the "AT&T", is as follows: WITNESSETH WHEREAS, the City, acting in conjunction with the United States Army Corp of Engineers ("COE") and the Tarrant Regional Water District ("TRWD"), is undertaking a flood control, transportation, and public improvement project within the area depicted on Exhibit I, attached hereto, known as the Trinity River Vision Project (the "Project); and WHEREAS, the City has notified the AT&T that certain of its facilities and appurtenances (the "AT&T Utilities") are in locational conflict with the Project, and the City has requested that the AT&T undertake the adjustment of the AT&T Utilities as necessary to accommodate the Project; and WHEREAS, the specific AT&T Utilities and the specific proposed adjustments to the AT&T Utilities will be identified and described in a series of Utility Adjustment Agreement Schedules to this Master Agreement ("Adjustment Schedules"), in the form attached hereto as Exhibit 4 (attached hereto), to be prepared by AT&T after Plans therefor have been prepared in accordance with this Agreement and agreed to in writing by the City, the Trinity River Vision Authority ("TRVA"), and AT&T (each an "Adjustment"); and WHEREAS, the AT&T recognizes that time is of the essence in completing the work contemplated herein; and WHEREAS, the City and the AT&T desire to implement the Adjustments by entering into this Agreement for all AT&T Utilities and a separate Adjustment Schedules for each Utility Adjustment. AGREEMENT NOW, THEREFORE, in consideration of these premises and of the mutual covenants and agreements of the parties hereto and other good and valuable consideration, the receipt and sufficiency of which being hereby acknowledged, the City and the AT&T agree as follows: 1.Agreement to Adjust Facilities. AT&T hereby agrees to perform such Adjustments as are necessary to accommodate the Project, as set forth in the Adjustment Schedules, and AT&T and the City hereby agree to participate in the costs of such Adjustments as set forth herein. For purposes of this Agreement, an Adjustment shall be deemed necessary to accommodate the Project if the AT&T Facilities to be adjusted are wholly or partially within the area depicted on Exhibit I, and the Adjustment work is requested by the City, COE or TRVA in order to accommodate any of the construction or improvements described in Exhibit 2, attached hereto, or any subsequent materials or documents produced or disseminated by the Trinity River Vision Authority, the City, COE or TRVA in connection with the Trinity River Vision Project. Without limiting the foregoing, the parties agree that the Adjustments set forth on Exhibit 3 are necessary to accommodate the Project and are included within this Agreement. 2 2.Preparation of Plans. For each Adjustment that is to be accomplished hereunder, AT&T will prepare an Adjustment Schedule that will identify the necessary adjustment and provide the drawings, plans, required specifications, and cost estimates for the proposed Adjustment (collectively, the "Plans"). The Plans will specifically identify any Betterments (as defined in Section 9 hereof) to be undertaken as part of such Adjustment. City will review and approve the Plans prior to commencement of such Adjustment. 3.Review by COE and TRVA. The City will submit each Adjustment Schedule and all corresponding Plans to COE and TRVA for their review and approval. The parties will exercise best efforts to modify any Plans as necessary to address any comments made by COE or TRVA thereon. 4.Design and Construction Standards. All design and construction performed for the Adjustment work which is the subject of this Agreement shall comply with and conform to the following: (a) All applicable local, state and federal laws, regulations, decrees, ordinances and policies; (b)The terms of all governmental permits or other approvals, as well as any private approvals of third parties necessary for such work; and (c) The standard specifications, standards of practice, and construction methods (collectively, "standards") which the AT&T customarily applies to facilities comparable to the AT&T Utilities that are constructed by the AT&T or for the AT&T by its contractors at the AT&T's expense, which standards are current at the time this Agreement is signed by the AT&T, and which the AT&T has submitted to the City in writing. Such design and construction also shall be consistent and compatible with (i) the current design and construction of the Project and (ii) any other utilities being installed in the same vicinity. 5. Construction by the AT&T; Scheduling. (a) AT&T shall perform the construction necessary to adjust the AT&T Utilities. All construction work hereunder shall be performed in a good and workmanlike manner, and in accordance with the Plans. AT&T agrees that during the Adjustment of the Utility, AT&T and its contractors will coordinate their work with the City so as not to interfere with the performance of work on the Project by the City or by any other party. "Interfere" means any action or inaction that interrupts, interferes, delays or damages Project work. (b) AT&T may utilize its own employees or may retain such contractor or contractors as are necessary to Adjust the AT&T Utilities. If the Adjustment of the Utility is undertaken by AT&T's contractor under a competitive bidding process, all bidding and contracting shall be conducted in accordance with all federal and state laws and regulations applicable to the AT&T and the Project. 3 (c)AT&T shall obtain all permits necessary for the construction to be performed by the AT&T hereunder, and the City shall cooperate in that process as needed. (d)AT&T shall commence its construction for Adjustment of each AT&T Utility hereunder promptly after (i) receiving written approval of the Plans from the City, COE and TRVA; (ii) receiving written notice to proceed therewith from the City, and (ii) any right of way necessary for such Adjustment has been acquired either by the City (for Adjustments located within the right of way) or by the AT&T (for Adjustments located outside of the right of way), or a right-of-entry permitting AT&T's construction has been obtained from the land owner by the City or by the AT&T with the City's prior approval. (e)AT&T shall use best efforts to complete each Adjustment on or before the time set forth in the applicable Adjustment Schedule. 6.City Responsibility for Costs of Work. (a)With the exception of any Betterment (hereinafter defined), the parties shall equally share the cost of any Adjustment between themselves, except to the extent that the Utility is located outside of the public right-of-way on a compensable property interest, in which case City shall bear all the costs of that portion of the Adjustment. All costs charged to the City by AT&T shall be reasonable and shall be computed using rates and schedules not exceeding those applicable to the similar work performed by or for AT&T at AT&T's expense. The costs paid by the City pursuant to this Agreement shall be full compensation to AT&T for all costs incurred by AT&T in Adjusting the AT&T Utilities (including without limitation costs of relinquishing and/or acquiring right of way). (b)In the event that, in order to accommodate the Project, AT&T is required by the City to relocate facilities previously adjusted pursuant to Plans approved by the City in accordance with this Agreement, the City shall be responsible for one hundred percent (I 00%) of the costs of any subsequent Adjustment. 7.Costs of the Work. AT&T's costs for Adjustment of the AT&T Utilities shall be derived from (i)the accumulated total of costs incurred by the AT&T for design and construction of such Adjustment, including without limitation the eligible engineering costs incurred by the AT&T for design of the Adjustment prior to execution of this Agreement, plus (ii) the AT&T's other related costs (including AT&T's corporate overhead loadings), plus (iii) AT&T's right of way acquisition costs, if any, which are reimbursable pursuant to Paragraph 13. 8. Billing, Payment, Records and Audits. (a)Each Adjustment Schedule shall include an estimate of the costs to be incurred by AT&T in accomplishing the Adjustment covered by the Adjustment Schedule. The estimated cost shall be a good faith estimate of approximate costs, and the actual costs incurred by AT&T in accomplishing the Adjustment may be higher. The estimated cost is subject to change due to any number of factors including, but not limited to, changing conditions in the field, weather delays, changes in AT&T's 4 labor, materials or contractor costs, or changes in the scope ofthe work. (b)Upon execution ofeach Adjustment Schedule, City shall pay to AT&T its share of the estimated costs of the Adjustment covered by the Adjustment Schedule. Upon completion of the Adjustment covered by the Adjustment Schedule, AT&T shall calculate its actual costs of the Adjustment. In the event that the actual costs of the Adjustmentexceedthe estimated cost, the Cityshall pay its share ofthe excess within forty-five (45) days of receipt ofan invoice for such excess. In the event thattheactual costsoftheAdjustmentarelessthantheestimatedcost,AT&Tshall refund to the City the City's share ofthe difference within forty-five days ofthe calculation. (c)AT&T shall maintain complete and accurate cost records for all work performed pursuant to this Agreement and each Adjustment Schedule. AT&T shall maintain such records for four (4) years after receipt of final payment hereunder. The City and its representatives shall be allowed to audit such records during the AT&T's regular business hours. The parties shall mutually agreeupon (and shall promptlyimplement bypaymentor refund, asapplicable) anyfinancialadjustmentfoundnecessarybytheCity'saudit. (d)In the that, after approval of the City of AT&T's Plans for an Adjustment, including the cost estimate for the Adjustment, AT&T determines or anticipatesthattheactualcosts may exceed the estimated cost by more than five percent(5%), AT&Twill notify the Cityof theincreasedcosts, andrequest the City's approval for the increased costs. In the event the City refuses to approve the increased costs, AT&T may cease work on the project until an agreementisreached. 9.Betterment. For purposes ofthis Agreement, the term "Betterment" means any upgrading of an AT&T Utility being Adjusted that is not attributable to the construction oftheProject and is made solely for the benefit ofand at the election ofAT&T, including but not limitedtoanincreaseinthecapacity,capability,efficiencyor functionoftheAdjusted UtilityoverthatprovidedbytheexistingUtilityfacility or an expansion of the existing Utility facility; provided, however, that the followingare not considered Betterments: (i)anyupgradingwhichisrequiredfor accommodation oftheFacility; (ii)replacement devices or materials that are ofequivalent standards although not identical; (iii)replacement ofdevices or materials no longer regularlymanufactured with the next highest grade or size; (iv)anyupgradingrequiredbyapplicablelaws, regulations or ordinances; (v)replacement devices or materials which are used for reasons of economy (e.g., non-stocked itemsmaybe uneconomical to purchase); (vi)any upgrading required byAT&T's written "standards" meeting the 5 requirements ofParagraph 3(c); or (vii)any discretionary decision by AT&T that is contemplated within a particular standard described in clause (vi) above. This provision applies for fiber optic AT&T Utilities only: Extension of an Adjustment to the nearest splice boxes shall not be considered a Betterment if required by the AT&T in order to maintain its written telephony standards. Any upgrading required by the AT&T's written "standards" meeting the requirements of Paragraph 3(c) shall be deemed to be of direct benefit to the Project. (b) It is understood and agreed that the City will not pay for any Betterments and that the AT&T shall not be entitled to payment therefor. No Betterment may be performed in connection with the Adjustment of the AT&T Utilities which is incompatible with the Project or which cannot be performed within the other constraints of applicable law, any applicable governmental approvals, including without limitation the scheduling requirements thereunder. Accordingly, AT&T will certify to one of the following statements regarding betterments on any Adjustment Schedule made hereunder: I.The Adjustment of the AT&T Utilities pursuant to the Plans does not include any Betterment. 2. The Adjustment of the AT&T Utilities pursuant to the Plans includes Betterment to the AT&T Utilities by reason of [insert explanation, e.g. "replacing 12" pipe with 24" pipe]: . AT&T has provided to the City comparative estimates for (i) all costs for work to be performed by AT&T pursuant to this Agreement, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which estimates are hereby approved by the City. The estimated amount of the AT&T's costs for work hereunder which is attributable to Betterment is $ , calculated by subtracting (ii) from (i). The percentage of the total cost of the AT&T's work hereunder which is attributable to Betterment is %, calculated by subtracting (ii) from (i), which remainder shall be divided by (i). (c) If any Adjustment includes a Betterment, then AT&T is responsible for the actual cost of the identified Betterment, determined by multiplying (a) the Betterment percentage stated in Paragraph 9(b), by (b) the actual cost of all work performed by the AT&T pursuant to the applicable Adjustment Schedule (including work attributable to the Betterment). The final invoice submitted pursuant to Paragraph 8(b) shall deduct the actual cost of the identified Betterment. 10.Salvage. For any Adjustment from which AT&T recovers any materials and/or parts and retains or sells the same, after application of any applicable Betterment credit, the City is entitled to a credit for the salvage value of such materials and/or parts. The final invoice submitted pursuant to Paragraph 8(b) shall deduct the full salvage value. 11.Utility Investigations. In performing the Adjustment, AT&T shall comply with the notification and locate process established under the Underground Facility Damage 6 Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the horizontal markings provided in response to AT&T's compliance with the One-Call Statute indicate a potential conflict, AT&T shall take all additional actions that may be necessary to physically locate the conflicting facilities and may be impacted by the Project. In performing any excavation activities in connection with the Project, the City shall comply with the notification and locate process established under the Underground Facility Damage Prevention and Safety Act, Ch. 251, Texas Utilities Code (the "One-Call Statute"). If the horizontal markings provided in response to the City's compliance with the One-Call Statute indicate a potential conflict, the City shall take all additional actions that may be necessary to physically locate the conflicting facilities and may be impacted by the Project. 12.Inspection and Ownership of AT&T Utilities. (a)The City shall have the right, at its own expense, to inspect the Adjustment work performed by the AT&T or its contractors, during and upon completion of construction to ensure that such work is being undertaken in accordance the Plans and all applicable legal requirements. All inspections of work shall be completed and any comment provided within five (5) business days after request for inspection is received. Each Adjustment shall be deemed completed once the City has certified in writing that the Adjustment has been completed in accordance with the Plans and all applicable legal requirements, which certification shall not unreasonably be delayed or withheld. (b)AT&T shall accept full responsibility for all future repairs and maintenance of said AT&T Utilities. In no event shall the City become responsible for making any repairs or maintenance, or for discharging the cost of same. The provisions of this Paragraph 12(b) shall not limit any rights which AT&T may have against the City if the City damages any AT&T Utility as a result of its Project activities (c)The City shall have the right, at its own expense, to inspect the Adjustment work performed by the AT&T or its contractors, during and upon completion of construction to ensure that such work is being undertaken in accordance the Plans and all applicable legal requirements. All inspections of work shall be completed and any comment provided within five (5) business days after request for inspection is received. Each Adjustment shall be deemed completed once the City has certified in writing that the Adjustment has been completed in accordance with the Plans and all applicable legal requirements, which certification shall not unreasonably be delayed or withheld. (d)AT&T shall accept full responsibility for all future repairs and maintenance of said AT&T Utilities. In no event shall the City become responsible for making any repairs or maintenance, or for discharging the cost of same. The provisions of this Paragraph 12(b) shall not limit any rights which AT&T may have against the City if the City damages any AT&T Utility as a result of its Project activities. 13.Real Property Interests. (a)Upon execution of any Adjustment Schedule, AT&T shall promptly provide to the City documentation acceptable to the City indicating any right, title or interest in real property claimed by AT&T (excluding any legal right to use the public rights-of-way) with respect to the AT&T Utilities covered by the Adjustment 7 Schedule in their existing location(s) ("Existing Interests"). (b)If acquisition of any new easement or other interest in real property ("New Interest") is necessary for the Adjustment of any AT&T Utilities, then the City shall be responsible for undertaking such acquisition. The City shall implement each acquisition here under expeditiously so that related Adjustment construction can proceed in accordance with the City's Project schedules. The City shall be responsible for the actual and reasonable acquisition costs of any such New Interest (including without limitation the AT&T's reasonable overhead charges and legal costs as well as compensation paid to the landowner), excluding any costs attributable to Betterment as described in Paragraph 9. (c)The City shall be responsible only for replacement in kind of an Existing Interest (e.g., as to width and type), unless a New Interest exceeding such standard (i) is required in order to accommodate the Project or by compliance with applicable law, or (ii) is called for by the City in the interest of overall Project economy. Any New Interest which is not City's cost responsibility pursuant to the preceding sentence shall be considered a Betterment to the extent that it upgrades the Existing Interest which it replaces, or in its entirety if the related AT&T Utility was not installed pursuant to an Existing Interest. Betterment costs shall be solely the AT&T's responsibility. (d)For each Existing Interest located within the final Project limits, upon completion of the related Adjustment work, AT&T agrees to execute a quitclaim deed or other appropriate documentation relinquishing such Existing Interest to the City, unless the affected AT&T Utility is remaining in its original location or is being reinstalled in a new location within the area subject to such Existing Interest. For each such Existing Interest relinquished by AT&T, the City shall do one of the following to compensate AT&T for such Existing Interest, as appropriate: (i)If the City acquires a New Interest for the affected AT&T Utility on AT&T's behalf, the City shall be responsible for the acquisition costs in accordance with Paragraph 13(b) and 13(c) of this section; orIf the AT&T does not require a New Interest for the affected AT&T Utility, the City shall compensate AT&T for the fair market value of such relinquished Existing Interest, as mutually agreed between AT&T and the City. The compensation provided to AT&T pursuant to either subparagraph (i) or subparagraph (ii) above shall constitute complete compensation to the AT&T for the relinquished Existing Interest, and no further compensation shall be due to the AT&T from the City on account of such Existing Interest. 15.Amendments and Modifications. This Agreement cannot be amended, modified or revised unless done in writing and signed by City and AT&T. No provision may be waived except in a writing signed by both parties. The failure by a party to enforce any provision of this Agreement or to require performance by the other party will not be construed to be a waiver, or in any way affect the right of either party to enforce such provision thereafter. 16.Relationship of the Parties. This Agreement does not in any way, and shall not be construed to, create a principal/agent or joint venture relationship between the parties 8 hereto and under no circumstancesshallAT&T ortheCitybe considered asorrepresent itself to be an agent of the other. 17.Entire Agreement.This Agreement, including any Adjustment Schedule s to be executed pursuant to this Agreement, embodies the entire agreement between the parties and there are no oral or written agreements between the parties or any representations made which are not expressly set forth herein. 18.Assignment; Binding Effect. Neither the AT&T nor the City may assign any of its rights or delegate any ofits duties under this Agreement without the prior written consent of the other party, which consent may not be unreasonably withheld or delayed. This Agreement shall bind the AT&T, the City, and their successors and permitted assigns, and nothing in this Agreement nor in any approval subsequently provided by either party hereto shall be construed as giving any benefits, rights, remedies, or claims to any other person, firm, corporation or other entity, including, without limitation, any contractor or other party retained for the Adjustment work or the public in general. 19.Traffic Control. Before undertaking any work on an Adjustment in a public right-of- way, AT&T must obtain a permit from the City for such work. In order to receive the permit, AT&T shall submit a traffic control plan acceptable to the City's Traffic Engineer and in compliance with the requirements of the Texas Manual on Uniform Traffic Control Devices that outlines how the general public as well as AT&T workers and subcontractors will be protected while work on the Adjustment is being undertaken. Betterment percentages calculated in Paragraph 9 shall also apply to traffic control costs. 20.Notices. Except as otherwise expressly provided in this Agreement, all notices or communications pursuant to this Agreement shall be sent or delivered to the following: AT&T: Cecilia McDonald Director - Construction and Engineering 2301 Ridgeview Dr. Plano, TX, 75025 Phone: 214-502-8066 The City of Fort Worth: Clair Davis Senior Capital Project Officer 100 Fort Worth Trail, 14th FLR Fort Worth, TX 76102 Phone: 817-392-789 Any notice or demand required herein shall be given (a) personally, (b) by certified or registered mail, postage prepaid, return receipt requested, (c) by confirmed fax, or (d) by reliable messenger or overnight courier to the appropriate address set forth above. Any notice served personally shall be deemed delivered upon receipt, served by facsimile 9 transmissionshallbedeem delivered on the date ofreceipt as shown on the received facsimile, and served by certified or registered mail or by reliable messenger or overnight courier shall be deemed delivered on the date of receipt as shown on the addressee's registry or certification of receipt or on the date receipt is refused as shown on the records or manifest of the U.S. Postal Service or such courier. Either party may from time to time designate any other person or address for this purpose by written notice to the other party. 21.Approvals. Any acceptance, approval, or any other like action (collectively "Approval") required or permitted to be given by either the City or AT&T pursuant to this Agreement: (a)Must be in writing to be effective (except if deemed granted pursuant hereto), and (b)Shall not be unreasonably withheld or delayed; and if Approval is withheld, such withholding shall be in writing and shall state with specificity the reason for withholding such Approval, and every effort shall be made to identify with as much detail as possible what changes are required for Approval. 22.Time; Force Majeure. (c)Time is of the essence in the performance of this Agreement. (d)All references to "days" herein shall be construed to refer to calendar days, unless otherwise stated. 23.Neither AT&T nor the City shall be liable to the other for any delay in performance under this Agreement from any cause beyond its control and without its fault or negligence ("Force Majeure"), such as acts of God, acts of civil or military authority, fire, earthquake, strike, unusually severe weather, floods or power blackouts. If any such event of Force Majeure occurs, AT&T agrees, if requested by the City, to accelerate its efforts hereunder if reasonably feasible in order to regain lost time, so long as the City agrees to reimburse AT&T for such reasonable and actual costs of such efforts. 24.Governmental Powers Not Waived by City. By entering into this Agreement, the City does not waive any of its governmental powers or immunities; provided, however, that the City acknowledges that, pursuant to §271.151 et seq. of the Texas Local Government Code, the City has waived sovereign immunity to suit for the purpose of adjudicating a claim for breach of this Agreement, subject to the terms and conditions of that subchapter. 25.No Third Party Rights. This Agreement is solely for the benefit of the parties hereto and is not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 26.Venue. Venue for any action under this Agreement shall lie in state courts located in Tarrant County, Texas or the United States Court for the Northern District of Texas - Fort Worth Division. 27.Continuing Performance. In the event of a dispute, AT&T and the City agree to continue their respective performance hereunder to the extent feasible in light of the dispute, including paying billings, and such continuation of efforts and payment of billings shall not be construed as a waiver of any legal right. 10 28.Authority. AT&T and the City each represents and warrants to the other party that the warranting party possesses the legal authority to enter into this Agreement and that it has taken all actions necessary to exercise that authority and to lawfully authorize its undersigned signatory to execute this Agreement and to bind such party to its terms. Each person executing this Agreement on behalf of a party warrants that he or she is duly authorized to enter into this Agreement on behalf of such party and to bind it to the terms hereof. 29.Cooperation.The parties acknowledge that the timely completion of the Project will be influenced by the ability of AT&T (and its contractors) and the City to coordinate their activities, communicate with each other, and respond promptly to reasonable requests. Subject to the terms and conditions of this Agreement, AT&T and the City agree to take all steps reasonably required to coordinate their respective duties hereunder in a manner consistent with the City's current and future construction schedules for the Project. The AT&T further agrees to require its contractors to coordinate their respective work hereunder with the City. 30.Termination.If the Project is canceled or modified so as to eliminate the necessity of the Adjustment work described herein, then the City shall notify the AT&T in writing and the City may terminate this Agreement. Upon such termination, the parties shall negotiate in good faith an amendment that shall provide mutually acceptable terms and conditions for handling the respective rights and liabilities of the parties relating to such termination. 31.Captions. The captions and headings of the various paragraphs of this Agreement are for convenience and identification only, and shall not be deemed to limit or define the contest of their respective paragraphs. 32.Counterparts. Agreement may be executed in any number of counterparts. Each such counterpart hereof shall be deemed to be an original instrument but all such counterparts together shall constitute one and the same instrument. 33.Effective Date. This Agreement shall become effective upon the date of signing by the last party (either the AT&T or the City) signing this Agreement. 11 34.Limitation ofLiability.NOTWITHSTANDINGANY PROVISION OF THIS AGREEMENT TO THE CONTRARY, NEITHER PARTY SHALL BE LIABLE TO THE OTHER PARTY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, PUNITIVE, RELIANCE OR CONSEQUENTIAL DAMAGES, WHETHER FORESEEABLE OR NOT, INCLUDING, BUT NOT LIMITED TO, LOSS OF PROFITS OR REVENUE, COST OF CAPITAL, COST OF REPLACEMENT SERVICES, OR CLAIMS OF CUSTOMERS OR OF ANY OTHER THIRD PARTIES, OCCASIONED BY ANY CAUSE WHATSOEVER, INCLUDING, WITHOUT LIMITATION BREACH OF CONTRACT, BREACH OF WARRANTY, NEGLIGENCE OR STRICT LIABILITY. CITY AT&T CITY OF FORTH WORTH SOUTHWESTERN BELL TELEPHONE COMPANY By:By: ______________________________________ Duly Authorized Representative Duly Authorized Representative Printed Printed Name: ______________________________________ Name: _______________________________________ Date: ______________________________________ Date: ______________________________________ 12 EXHIBIT 1 Area of the Project 13 EXHIBIT 2 Description of the Project Accommodate any of the construction or improvements described as part of the Fort Worth Central City Project generally described as listed below: 1.The proposed USACE bypass channel is approximately 8,400 feet long and consists of four general elements: the base flow channel, soft edge (levee), hard edge(retaining walls), and maintenance staging/ set-back areas. The proposed channelextends north from the Clear Fork of the Trinity River upstream of the confluencewith the West Fork, crosses the West Fork, and merges back into the Trinity Rivernorth of downtown Fort Worth. 2.City of Fort Worth Roadway projects located on Kansas St., Greenleaf St., Arthur St., and Commercial St. Road and Main Street. Improvements at each of the street locations include but are not limited to the following: a. New levee construction at the US Army Corps of Engineers bypass channel b.Roadway construction at each end of the levees with transition back to existing road c.Related retaining wall construction d. Access road construction where needed e. Temporary paving for detours f. Intersection and signalization improvements 14 EXHIBIT 3 Adjustments Necessary to Accommodate the Project. Greenleaf Street At the time of this agreement, preliminary plans for South Bypass have beenusedto establishutility impacts. AT&T has relocated aerial cable and buried cable to the east side of Greenleaf St. at Kansas St. for existing working circuits. AT&T has removed aerial cable from south of White Settlement Bridge on Greenleaf St. to Kansas St. Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. Arthur Street At the time of this agreement, preliminary plans for South Bypass Channel have been used to establish utility impacts. AT&T will remove existing handholes, ducts and cable/fiber facilities out of the Greenleaf Street corridor. Post relocation analysis, AT&T has removed the aerial facilities to allow ONCOR to remove the power and poles in accordance with the analysis and conflict resolution for the South Bypass Channel to Kansas St. Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. Kansas Street At the time of this agreement preliminary plans for South Bypass have been used to establish utility impacts. AT&T will reroute existing cable/fiber facilities out Kansas Street (W-E) corridor. AT&T will begin this reroute west of Greenleaf Street and Kansas Street and proceed east on Kansas Street. AT&T will continue east on Kansas St. and crossing under the proposed west levee under the proposed channel and under the proposed east levee to Commercial Street. AT&T AT&T will construct an underground conduit facility west and east routing in service cable facilities to an acquired easement at Commercial St. and Kansas St. where new AT&T facilities will be relocated adjacent to the adjacent to the Bypass Channel Project. AT&T will relocate existing repeater terminal (RT) presently located along Kansas St. within the channel footprint near Arthur St. The new RT will be placed off the street right of way near the northwest corner of Kansas St. and Commercial St. AT&T will abandon and/or remove existing facilities from the channel footprint in the following Streets: Kansas St., Greenleaf St., Arthur St. Abandonments and/or removals will be designed and completed in accordance with the FWCC Bypass Channel Design Guidelines. Note: Notwithstanding anything to the contrary herein, as plans for the South Bypass Channel project for Kansas Street, Arthur St. and Greenleaf St. as set forth in Exhibit 2, are more fully developed, additional or alternative adjustments may prove necessary. In such an event, the parties agree to cooperate with one another fully in identifying those additions or adjustments, which will be deemed to be part of this Exhibit 3 for all purposes. 15 EXHIBIT 4 Form of Adjustment Schedule FWCC Project Location Project Limits From: To: Estimated Costs Note: Plans, Specifications and Estimate must be attached to support the Estimated Costs. The supporting documentation must show items, quantities, units and unit costs. The purpose of this form is to inform the City of the anticipated dates by which Utility's facilities that are in conflict with the above project limits will be adjusted. The dates below assume that all necessary right- of-way for the project has been acquired, that sufficient plans indicating the proposed improvements have been submitted to Utility, and that design changes requiring material utility facility redesign do not occur. Utility Company: Anticipated Construction Start Date: ______________________________________ Anticipated Duration of Construction Date: ______________________________________ Anticipated Construction Completion Date: ______________________________________ The information provided above is strictly an estimate and is provided to City solely for City's planning purposes. This form is not intended to create any legally binding commitments on either Utility or City, nor to waive any rights Utility or City might otherwise possess. If there is a conflict between prior submitted dates and those shown in this form, the dates set forth above should be used for City's planning purposes __________________________________________________________________ Authorized Utility Representative Date 5/28/2025 KANSAS ST PROJECT A02GFRX ITEM QTY UNIT AMOUNT SUBTOTAL CONTRATOR BID AWARD 1 $363,121.00 $363,121.00 $0.00 A02M3CQ A02T608 GREENLEAF REMOVAL 1 $7,125.36 $7,125.36 A02QHJS ARTHUR ST REMOVAL 1 $2,147.56 $2,147.56 A051KGS KANSAS ST REMOVAL 1 $1,288.81 $1,288.81 $0.00 $0.00 $0.00 $0.00 $0.00 CONSTRUCTION COST TOTAL $373,682.73 373,682.73$ B. MATERIAL & SUPPLIES ITEM QTY UNIT AMOUNT SUBTOTAL GRD BED 3 EA $0.89 $2.67 INNERDUCT 4"2600 FT $3.19 $8,294.00 HH 3X2X3 2 EA $271.67 $543.34 FIBER CABLE 024 210 FT $0.25 $52.50 FIBER CABLE 072 2425 FT $0.44 $1,067.00 FIBER TERMINAL 72 1 EA $1,125.31 $1,125.31 AERIAL STRAND-10 45 FT $2.08 $93.60 GUY-DOWN 1 EA $0.35 $0.35 ANC-EXP-3/4 1 EA $38.42 $38.42 PAD-CIP- 4IN 1 EA $980.00 $980.00 PEDESTAL 1 EA $91.15 $91.15 AERIAL COPPER CABLE 40 FT $0.56 $22.40 BURIED COPPER CABLE 1310 FT $0.48 $628.80 SPLICE CLOSURE 1 EA $718.67 $718.67 COPPER TERMINAL 25PR 1 EA $80.74 $80.74 HH 48X96X48 1 EA $2,053.33 $2,053.33 AERIAL SERVICE WIRE 6PR 40 FT $0.43 $17.20 BURIED SERVICE WIRE6PR 965 FT $0.32 $308.80 $0.00 $0.00 MATERIAL COST TOTAL $16,118.28 16,118.28$ C. MISCELLANEOUS COST ITEM QTY UNIT AMOUNT SUBTOTAL Minor and Miscellaenous (I.E. MOTOR VEHICLE, OTHER EXPENSES, EXEMPT MATERIAL (NUTS, BOLTS, ETC), PROVISIONING EXPENSE, VENDOR OTHER )1 EA $4,879.00 $4,879.00 LABOR COST TOTAL $4,879.00 4,879.00$ D. LABOR BY UTILITY OWNER ITEM QTY UNIT AMOUNT SUBTOTAL SPLICING (Removals, Installations & Rearrangements)178.17 HR $117.05 $20,854.80 CONTRACT COORDINATOR (Removals, Installations & Rearrangements)80 HR $117.05 $9,364.00 LABOR COST TOTAL $30,218.80 30,218.80$ E. ENGINEERING COST ITEM QTY UNIT AMOUNT SUBTOTAL AT&T ENGINEERING (ENGINEERING & PROJECT MANAGEMENT)80 HR $212.63 17,010.40$ CONTRACT ENGINEERING (ENGINEERING & PROJECT MANAGEMENT )(Scope of Work and Bid Tabulations to be provided at Final Billing)1 EA $90,405.00 $90,405.00 $107,415.40 107,415.40$ F. LOADINGS ITEM QTY UNIT AMOUNT AT&T CORPORATE OVERHEAD LOADINGS (AT&T Labor which includes Splicing, AT&T Engineering and Contract Coordinator)$47,229.20 101.2462%$47,817.77 $47,817.77 47,817.77$ SUBTOTAL GRAND TOTAL 580,131.98$ A. CONSTRUCTION LABOR AND EQUIPMENT COST (Scope of Work and Bid Tabulations to be provided at Final Billing) AT&T -RELOCATION COST ESTIMATE COST LOADINGS TOTAL NOTE: *ITEMS NOTED WILL BE BUY AMERICA COMPLIANT AND LISTED ON FORM 1818 PRIOR TO COMMENCEMENT OF CONSTRUCTION. UTILITY ID: AT&T Proprietary (Internal Use Only) Not for use or disclosure outside the AT&T companies except under written agreement FWCC USACE KANSAS STI FORT WORTH. TX 76107 AT&T CABLES, XBOX, RT RELOCATIONS ON KASAS ST FROM GREENLEAF ST TO S COMERCIAL ST. PROJECT ID CITY NO. 00969, WATER PROJECT NO. P265-609170096988, PRINTS 1-10: AT&T PLANNING PRINTS 11-12: PROFILE FOR PLACING PRINT 13: CONSTRUCTION-GENERAL NOTES PRINTS 14-15: SCOPE OF WORK !PRINTS 16-21: FRAC ANALYSIS WORKSHEET. ISEWER PROJECT NO. P-275-709170096988, TRINITY RIVER VISION WBS NO. 07.04 DOE# 7051 I Rest..lir-r,' :i�;:�, I 1 SHPO NOTE: STATING WORK IS TO STOP IF ARTIFACTS ARE DISCOVERED. BEGINNING AT WEST OF GREENLEAF ST ON KANSAS ST, !AT&T PROPOSES PLACING 1 HANDHOLE 4X6X4 96 CU.FT, STA. 7+02. BORING AND PLACING APPROX. 900' OF 2-4" PVC (1800') ON NORTH OF KANSAS ST. FIBER & COPPER CABLES WILL BE PLACED INSIDE THE CONDUIT ONCE IN PLACE. -AT STA 14+85, ON NORTH KANSAS ST & S. COMMERCIAL ST, jAT&T PROPOSED PLACING XBOX CABINET ALL BORING WILL BE AT A DEPTH OF 36" ON KANSAS ST. BORING MIN 38' BELOW FUTURE FORT WORTH CENTRAL !CITY BYPASS CHANNEL LEVEE APPROX. LEVEL 474' ·� ...•• •••••••••• /� ✓/�/ J' /.J" .,,/ /,/' CONTRACTOR INFO: Respectfully, Larry Wren Engineering Manager Email: LWren@pearce-services.com Cell: 469-394-4631 AT&T ENGINEER: David M. Lopez AT&T Lead Osp Ping & Engrg Design+ Civic Projects/ROW Team 2301 Ridgeview Dr, Room 2ND FLI Plano, TX 75025 USA Ofc.972-649-8728 Cell:214-500-7739 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. [TI��y PROJECT# A02GFRX DATE SVC REQ'D 10/31/2023 NPANNX I GEO LDC I CLLI 817332 T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 1 OF 21 EAC#l 19/39/23 SE PROJECT A92P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A92GFRX IS TO BE UPDATED TO INCLUDE NOTE: LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. TO PRINT 3 B5C 5BQ2MT-072 1000 PUUBK 22C BKMH-25 210 LSHS POLE #1: 3313804 3587953 COUNTS ED402,121-122 IN NEW CABLE. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T � I I w 0j (PPA) SSC 1999' SBQ2MT-972 LG92,91-96 lzl (PPA) 22C 210' BKMH-25 HOA 29' � 845C � 11' I 1 31' POLE #2: 3813897 3587922 SEE CLIP BELOW FOR HH PLACING DETAIL NOTE: INNERDUCT2-4 350 DBOR PROP 2-4" DUCTS I u, ... 0 HOA 29' 8'6C PLACE AN INNERDUCT, 845C, THEN PULL COPPER THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT. 0(y � � id :::t � LG92, 97-199 LG92, 191-193 LG92, 198-119 LG92,15-16 ED492, 55-58 MA997, 181-186 ED492, 121-122 A,31-72 21,855-BSS 21, 1780-1780 21, 2009-2099 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-22S8 21, 2368-2368 A,10-2S w ...I � e (JI] �2�� TPU2 4C HH-48X96X4a GRD-BED 1 PGB1-3 HH 2100K 1 PLAC HH-48X96X48 (PPA) 4C 4X8X4=128 � 359' INNERDUCT2-4 (PPA) 84SC 11' 4' BSW-6 972F ORIVEWAY 4' r - - - - - - - - - - - - - - - - PIUIP-l.2" WI. - - - - _,_ - - - - - - - - - - - - - - -I ><! >< "I w - LL. cc w ...I z w w 1:11:: � w "' 845C CS) BSW, '- l j I C S ) 370 PULLBK � 5C + ANMW-25 O'I BSW-6 645C DROPS 900 PULLBK • WITH 3 WKRS ( PPA) SC 999' CC la (PPA) 4SC 370' I§ ANMW-25 '- I>' 1 I-BBsw-6 21,sss-sss Ill 21, 1789-1789 ..... � I I �SfS.� :n. -� PROP 36" WL -1 I J di - - - - -i' - - - -t--4""' •aH: � "' • • � • • • • • � • .--,. ii: IF ,... ...., � • I • • • ,4, ... ,._ .__ ='- ci 1. t .±'--' •-• • • , • •-� • • A VARIABLE WIDTH ROW 69" 8+99 2051K,17-17 2051K,46-46 2951K, 191-191 C,4-5 21, 2999-2999 21, 2191-2191 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 29,54-54 29,61-61 29,66-66 2951K,17-17 2951K,46-46 2951K, 191-191 D, 16-2S A822C �SPL /\ 822)( � SPL A22C � SPL A�PL P-P= SLACK SPAN 822C 218' PLD ON ASE A92P3R7 '1)(5 PLO ON ASE A92P3R7 FTWOTX93FDF I 399-1-2 GREENLEAF ST '· -· •• '·-· - •• ·-· ·-'ti � L-' loFWf.l>-12-399-BC (PPA) 822C 4C 'A 45X £::I::i ED492,121-122 f3 4"-PVC DPJ 3-12 A22C SPL p NO# � "'I la: 1 )rJ, TO CO PROP 2-4"-HDPE TO BLDG 200 GREENLEAF ST 1600DBOR � r.il 1899' 4"-HDPE (PPA) 4C SPL l:!J 2@ 999' EA �I � r � I -i ' � ,c SPL � __ PRINT 2 HH 2199K :_ L: HH-48X96X48 (PPA) 4C 4 X 8 X 4 = 128 � --ill I§ 845C 5BQ2MT-072 450 PULLBK � (PPA) 84SC 459' SBQ2MT-972 LG92,97-199 C,5-72 -845C 822cm � 5BQ2MT-072 � ......... in 5BQ2MT-072 80 PLAC 120 LSHS @I (PPA) 822C 299' SBQ2MT-972 LG92,91-96 � Q] BKTA-100 42 REMO (1971) 22X 42' BKTA-100 2051K,401-450 B, 51-100 � ( 2013) 822C 459 ' 5BQ2MT-072 LG02, 91-96 NC D,97-190 NC LG02,191-103 NC D, 104-107 NC LG02,198-108 NC (B, 19-20) <A02P3R7> D, 19-20 B,21-24 NC A,25-30 NC 1-z 1-1 ------•!: o, ui' , I ... st, I I llE a 0 = lE II-I BBGNF-10-12 1 REMO NO WOKERS � F 200 GREENLEAF ST TERMINAL (1980) 4SX 2051K,1-87 2051K,99-350 2051K, 95-97 2051K, 89-93 22X ATPNA-10-25 1 REMO NO WORKERS �1--e:s[0 l!I��1:11:: ::c C. ::c LG92, 191-193 LG92, 198-198 MA997, 181-186 ED492, 121-122 B,19-72 (2013) 22C 399' BKMA-400 29,1-200 A,201-400 MA007, 181-186 NC A,37-72 NC � I 300 GREENLEAF ST TERMINAL (1980) 22X 2051K, 426-450 ee AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. 45C 22C Bl<MH-25 70 LSHS BKMH-25 30 PLAC I§ (PPA) 22C 70' BKMH-2S 21,855-8SS 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 22S7-2258 21, 2368-2368 29,S4-54 29,61-61 29,66-66 A,13-25 822C STRAND-10 45 PLAC 45', STRAND-19, 822C PROJECT# DATE SVC REQ'D 10/31/2023 A02GFRX NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 2 OF 21 r.,;;i (1971) 45C 408' � BKTA-400 21, 2001-2014 A, 15-16 21,2017-2079 A,80-81 21, 2082-2153 21,897-897 21, 2155-2175 21, 1797-1797 21,2177-2296 21,852-855 21, 2301-2305 21,898-900 21, 2309-2336 21, 1777-1780 21, 1798-1800 21, 2344-2400 22X XXTX-25 � (195;, ·;;� 97' XXTX-25 2051K,426-450 B22X 6BQ2MT-072 1755 REMO !CABLE REF# 12-1 FROM PRINT2 !!fl (2013) 822X 1755' 5BQ2MT-072 LG02, 91-96 NC (LG02,97-100) NC LG02,101-103 NC (LG02,104-107) NC LG02,108-108 NC (B,19-20) <A02P3R7> B,21-24 NC A,25-28 NC A,29-30 NC MA007, 181-186 NC A,37-38 NC A,39-40 NC A,41-72 NC m 22X BKMA-400 335 RECHOP l!zl (2013) 22X 335' BKMA-400 29,1-200 A,201-400 � NC <A02GFRX> C, 7-10 NC <A02GFRX> C, 14-17 NC ED402, 121-122 NC NC NC NC NC NC NC NC � � (2013) 845C 140' 5BQ2MT-072 LG02,97-100 B,5-72 BKTH-300 100 REMO (1977) 22X 100' BKTH-300 A,1-4 2051K, 5-10 A, 11-12 2051K, 13-50 (2051K,51-78) A, 79-81 (2051K,82-87) A,88-88 (2051K,89-93) A,94-94 NC NC NC NC <A02GFRX> B,51-78 NC <A02GFRX> B,82-87 NC <A02GFRX> B, 89-93 NC (2051K, 95-300) <A02GFRX> B, 95-300 (1977) 22C 140' BKTH-300 A,1-4 NC 2051K, 5-10 NC A,11-12 NC 2051K, 13-50 NC (2051K,51-78) <A02GFRX> B,51-78 A, 79-81 NC (2051K,82-87) <A02GFRX> B,82-87 A,88-88 NC T22332 200 GREENLEAF � FDF-024 (2013) 845C LG02,97-100 B, 3-24 TELCO RM � �� ' I-- -_c-.scu:_ 280 GREENLEAF ST 45X BBGNA-25-4 1 REMO NO WORKERS F 110 GREENLEAF ST 22X 5BQ2MT-072 410 ABAN (2051K,89-93) A,94-94 <A02GFRX> B,89-93 NC � TERMINAL (1980) 45X BKTS-50 25 REMO � (1974) 22X 25' BKTS-50 2051K,426-450 A, 1-25 45X ANTW-1200 230 REMO � (1998) 45X 230' ANTW-1200 21,2001-2014 A, 15-16 21, 2017-2079 A,80-81 21, 2082-2153 21,897-897 21, 2155-2175 21, 1797-1797 21, 2177-2296 21,852-855 21, 2301-2305 21,898-900 21, 2309-2336 21, 1777-1780 21,1798-1800 21, 2344-2400 2051K, 1-800 I!§] (2051K, 95-300) <A02GFRX> B, 95-300 (2013) 845X 410' 5BQ2MT-072 LG02,97-100 B,5-72 � 200 GREENLEAF ST BLDG TERMINAL (1980) 22C 45X BKTA-400 300 ABAN � (1971) 45X 300' BKTA-400 A,1-4 2051K,5-10 A,11-12 2051K,13-50 (2051K, 51-350) ( 2906, 1401-1401) A,352-353 (2906, 1404-1450) NC NC NC NC <A02GFRX> B, 51-350 <A02GFRX> B, 351-351 NC <A02GFRX> B, 354-400 (2051K,1-4) (2051K,5-10) (2051K, 11-12) (2051K,13-16) 2051K,17-17 (2051K, 18-25) 2051K, 26-26 (2051K,27-45) 2051K,46-46 (2051K,47-50) (2051K, 51-61) DD,62-62 NC <A02GFRX> B, 1-4 <A02GFRX> B, 5-10 NC NC <A02GFRX> B, 11-12 <A02GFRX> B, 13-16 NC NC NC <A02GFRX> B, 18-25 NC NC NC <A02GFRX> NC <A02GFRX> NC NC ( 2051K, 63-76) NC ( 2051K, 337-338) NC DD,79-79 NC (2051K,80-87) NC DD,88-88 NC (2051K,89-93) NC DD,94-94 NC (2051K, 95-97) NC DD,98-98 NC (2051K,99-100) NC 2051K, 101-101 NC (2051K, 102-300) NC (2906, 1401-1401) NC (2906,1402-1403) NC (2906,1404-1404) NC (2906,1405-1450) NC B,27-45 NC NC B,47-50 NC <A02GFRX> B,51-61 NC <A02GFRX> <A02GFRX> NC <A02GFRX> NC <A02GFRX> NC B,63-76 B, 77-78 B,80-87 B,89-93 <A02GFRX> B, 95-97 NC <A02GFRX> B,99-100 NC <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX> B,102-300 B, 1401-1401 B, 1402-1403 B, 1404-1404 B, 1405-1450 (2051K, 89-93) (2051K, 95-97) (2051K,99-350) A,1-4 2051K,5-10 A,12-12 2051K,13-14 (2051K, 80-87) 2051K,23-25 2051K,27-32 2051K,34-50 (2051K,51-61) (2051K,63-78) 2051K,16-21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. <A02GFRX> B,89-93 <A02GFRX> B, 95-97 <A02GFRX> B, 99-350 NC NC NC NC <A02GFRX> B,80-87 NC NC NC <A02GFRX> B, 51-61 <A02GFRX> B,63-78 NC � POLE X &�PL j\2:JX � SPL 105A HANDHOLE (2013) 845C 3' 17 X 30 X 24 = 18 A_845C L.!..::,. SPL HAND DIG 5' � 1' � 1-111 LI. < w ...I z w w ai:: l,!J � /\ 845)( � SPL � 4' TO PRINT 2 NOTE: PLACE AN INNERDUCT, 845C, THEN PULL COPPER THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT. ,---. PRINT2 :.§.'. ,. .... PRINT2 :.L'. � (PPA) 845C 450' SBQ2MT-072 LG02,97-100 C,5-72 BSW-6 645C DROPS WITH 3 WKRS � (PPA) 45C 370' BSW-6 2051K, 17-17 2051K,46-46 2051K, 101-101 C,4-5 ,.. ... PRINT 2 :.ts.".. � 350' INNERDUCT2-4 (PPA) 845C PROJECT# A02GFRX DATE SVC REQ'D 10/31/2023 NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 3 OF 21 ATTENTION LCE: EAC #1 NOTE: 45X !CABLES REMOVED BY JOB A02M3C_Q .. - .. PRINT3 :_�_ ... � {201 3) 845X 410' 5BQ2MT-072 LG02,97-100 B,5-7 2 TAKE RECHOP CABLE TO THE !NORTHEAST PKWY GARAGE AND PLAC IN THE COPPER REC BIN CABLES REMOVED BY JOB A021'13CQ LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T ANMW<OO 175 ABAN r.,a (1988) 22X 38 6' ' en . ,---. PRINT 3 :_a_-.. � {201 3) 22X 335' BKMA-400 29,1-200 A,201-400 J;'� PROP. 2-4"-HDPE SEE PRINTS 11 & 12 FOR 4" HDPE PROFILE1 • __ PRINT> :_1--.. "' ... 0 � "' "' ... HH 4X MANHOLE 1 REMO MANHOLE (1998 ) 4X 4 X 6 X 4 = 96 Q1]{201 3) 45X 175' ANMW-600 PG76,501-700 FH57, 51-60 FH57,151-160 A,221-550 {2906,1226-1235) {2906, 1276-1290) (2906, 1 351-1 365) {2906, 1 391-1400) 22X BKMA-600 CS) 1200 RECHOP � � � � <A02GFRX> B,551-560 <A02GFRX> B,561-575 <A02GFRX> B,576-590 <A02GFRX> B,591-600 � BKTP-50 2051K,8 01-850 r..;:i (1959) 22X 37 3' l:!:9 BKTS-50 2051K,851-900 CCORDING TO THE COMTECH, GPTC TICKET 409235, THE PG PAIRS LISTED BELOW ARE NOT WORKING .:!: "' ......... I � 908' 2-4"-HDPE {PPA) AC� I !I t t I - - -.:AS )( - - - - - - )E_ - - - -BE � )( B )( )( B ::t--;;. 1L � I , tl (201 3) 22X 1200' 'l""I � BKMA-600 .-1 PG76, 501-700 • FH57,51 -60 NC NC PG 76 401 8178109780 PG 76 404 8173382876 N 1-z 1-1 a:: 0.. it.AA -::--KANSAS--S-T-- - - -- - 11 11ARDIBL1! 1>1?D'l'lt-R6W-- e @l .--.. PRINT3 :_L':. (2013) 822X 1755' 5BQ2MT-0 72 LG02,91-96 NC ( LG02, 97-100) NC LG02, 101-103 NC 31 ' NC <A02GFRX> C,7-10 ---. PRINT3 .. _�_ ... r;;i (1998) 45X 2 30' � ANTW-1200 21,2001-2014 A,15-16 21,2017-20 79 A,8 0-81 21, 2082-2153 21,897-897 ffi 85X TO PRINT 5 5BQ2MT-024 150 REMO ffi 822)( [fl (2008 ) 85X 150 • 5BQ2MT-024 5BQ2MT-024 LG02, 109-110 � 2200 REMO DD�-24 (LG02 ,104-107) NC NC 21,2155-21 75 LG02,108 -108 NC <A02GFRX> C,14-17 21,1797-1797 (B, 19-20) <A02P3R7> ED402 NC 21,2177-2296 B,21 -24 NC ,121-122 NC 21,852-855 � ( 2013) 822X 2200 • 5BQ2MT-024 ffi AT-34T2MT-024 50 ADAN A,25 -28 NC NC 21,2 301-2 305 A,29-30 NC NC 21,898-900 MA007 ,181-186 NC NC 21,2 309-2 336 A, 37-38 NC NC 21, 1777-1780 A, 39-40 NC NC 21, 1798-18 00 A,41-72 NC NC 21,2344-2400 NC 2051K, 1-8 00 LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02,97-100 LG02, 15-16 ED402,55-58 A,21-24 lzl (1998) 85X 50' AT-34T2MT-024 LG02,111-114 � LG02, 104-107 A,9-14 LG02, 15-16 ED402, 55-58 A,21 -24 c:C FH57, 151-160 Iii 29,1-200 A,421-550 ......... (2906,1226-1235) '° 1-z 1-1 a:: 0.. e (2906, 1276-1290) (2906,1351-1365) (2906,1 391-1 400) NC NC NC <A02GFRX> B, 551-560 <A02GFRX> B, 561-575 <A02GFRX> B,576-590 <A02GFRX> B, 591-600 78BP-2700HA27 1 REMO 46)( � F 2051 KANSAS ST XB0X 76BP-2700HA27 (1998) 45X AFTW-200 380 ABAN PG 76 431 8173356628 PG 76 436 8173356249 PG 76 441 8178858904 PG 76 444 8178104017 PG 76 446 8173356103 PG76 447 8173488 218 PG 76 522 8173351103 PG 76 568 817348978 3 P_(,_76 569 81781099 31 � 845)( 3BQ2MT--024 300 ABAN 45X F 2 1,2001-2014 r.;,i (198 6) 45X 3 8 0' F 0D,15-16 i!ZJ AFTW-200 ( 2002) 8 45X 300 ' 3BQ2MT-024 LG02,104-107 LG02, 109-110 A,7-8 RT-CAB 1 REMO A,9-14 EAC #1 � T38 675 FTWOTXU1087MESA-6 (1876) 257X 205 1 KANSAS ST PG76,1-700 FH57,1-200 F 2 1,2017-2038 F 00,39-39 F 2 1, 2040-2079 F DD,80-82 F DD,83-89 F 2 1, 2090-2132 F 2 1, 2191-2191 F 2 1, 2134-2153 F 2 1,897-897 2051K, 1101-1 300 46)( A"1W-300 210 ABAN LG02, 15-16 ED402, 55-58 A,21-24 22X ANTW-300 40 REMO CABLES REMOVED BY JOB A82QHJS (2008 ) 822X 1100' 5BQ2MT-024 LG02, 109-110 DD,3-24 845)( ffi FDF-024 1 REMO T38675 FTWOTXU1087 2051 KANSAS FDF-024 (1998) 257X LG02,111-114 LG02,104-107 A,9-24 5X ANMW-900 50 REMO ,.:;i (1998) 5X 50' � ANMW-900 PG 76, 1-500 A,501-700 FH5 7, 1-50 A, 751-760 FH57,61-100 FH57, 101-150 A,851-8 60 FH57, 161-200 F 2 1,2 155-2175F 21,1797-1797 F 21,2177-2190F 00,191-191 � (1998 ) 45X 210' ANTW-300 � (1998 ) 22X 40' 2051K, 1301-1600 ANTW-300 205 1K, 8 01-1100 F 21, 2 192-2296 � �!• ��!����05 PROJECT# F 21'.898-900 A02GFRX DATE SVC REQ'D 10/31/2023 ; �!:����:��:: NPANNX F 21, 2344-2400 GEO LDC ICLLI T22332 FTWOTXED ; ����:!:;:0 PRIMARYENGR.: LOPEZ, DAVID M F FH57,101-150 ENGR. ID: DL 1574 PERMIT REQ'D. N F 21,1798-1800 � 817332 205 1K, 1-1800 PHONE#: 9726498728 PRINT 4 OF 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. 313 GREENLEAF ST TERMINAL (1980) 45X 2051K, 1501-1550 NO WORKERS R 317 GREENLEAF ST TERMINAL (1980) 45X 2051K, 1501-1550 NO WORKERS R 325 GREENLEAF ST TERMINAL (1980) 45X 2051K, 1501-1550 NO WORKERS ,. .,. �-� 1'-l "',,i � Gl � �� '1<-�i -� <!)" � � NO WORKERS ,>� i � 'fis. 7" � BBGNA05-04CCS 6 REMO � TO PRINT 4 l TO XBOX � � 1; �- X "' >- N m Ill N u, ... "'� ' ::::, 00 ... :c a, "' >- a, st "' ...... ..:� . 00 "' "'"' "1 N H <( \../ ... "' "' N BLDG TO BE DEMOLISHED I 308 ARTHUR ST TERMINAL 1996 22 205 K, 1301-1500 •at"• N1�14 BLDG TO BE DEMOLISHED ,---. PRINT4 :.1.2_._ I!§ (2002) 845X 300' 3BQ2MT-024 LG02,104-107 LG02,109-110 A,7-8 A,9-14 LG02,15-16 ED402,55-58 A,21-24 .-- .. PRINT4 :.�.'. � (1998) 45X 210' ANTW-300 2051K,1301-1600 822)( 3BQ2MT-024 300 REMO I!] (2002) 822X 300' 3BQ2MT-024 1-111 1:11: :, ::c 1- LG02, 104-107 LG02, 109-110 A, 7-16 ED402,55-58 A,21-24 � (1998) 22X 170' ANTW-200 2051K, 1401-1600 F□F-024 1 REMO � T22332 FTWPTXRQ0AW 308 ARTHUR ST FDF-024 (2002) 822X LG02, 104-107 LG02, 109-110 A, 7-16 ED402, 55-58 A,21-24 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A"1W-300 115 ABAN � (1998) 45X 115' ANTW-300 2051K, 1301-1550 A,251-300 45X ill ANTW-50 20 ABAN � (1998) 45X 20' ANTW-50 2051K,1501-1550 45)( ill AJTW-50 301 ABAN � (1973) 45X 301' AJTW-50 2051K, 1501-1550 45X 0 ANTW-200 36 ABAN 1§1 (1996) 45X 36' ANTW-200 2051K, 1301-1500 ffi 22)( ANTW-200 190 REMO F,1(1996) 22X 20' �ANTW-200 2051K, 1301-1500 257X RlW-OMP-01 1 REMO � T51981 FTWPTXRQ 2COAX/2VIDEO (2002) 257X BMS 308 ARTHUR ST WORKING LG02,104-107 � PROJECT# DATE SVC REQ'D 10/31/2023 A02GFRX NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 5 OF 21 CS) CS) + .... .... I-----�---�---� I I I I I I I � 'I � I I I : I- � , 1/1 :c "!I a: I:; 1111 ... '' => " i i!: � a: :l! <C :l cc I I I I I I I J 31 � J;'�· PROP 2-4"-HDPE SEE PRINTS 11 & 12 IFOR 4" HDPE PROFILE! NOTE: LL BORES SHALL BE VERIFIED BY GYRO TECHNOLOG USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT&T ,. .... PRINT2 "' "' i "' "' • : : • LL':. � l ;� � � � � � � � �'2-� � � j,2-_ � i � � t �_:j_ � S_ ��-,':-�:��--����-:_-_-_-_----�1 -------... --_ j j i t I ..... , I I / 32'1 ' '¢ _ ---� _ --�-����--�! ___ _.., ___ �,-1 ____ ;_ _ _4_!!''.... S,1>.__ _______ --l __ ..1, ___________ --3.li"_ S..D, ______ _!':_P=1SS 1-A VARIABLE WIDTH Rr--_1_i_ -PRol>""31,"-W[ -- ------17�1111"" -\------ ---� , I I 60" STEEL CASING PIPE I !11 !!.� � i-�iif g :-:-:*)_u :-:-:-=·id#!:::: = · -•-�•jf • • • .. ·�I .. I ...... PRINT4 :.L':. ,.;i {2013) 22X 1200' l:':l BKMA-600 PG76, 501-700 FH57,51-60 FH57, 151-160 29, 1-200 A,421-550 {2906, 1226-1235) {2906, 1276-1290) {2906, 1351-1365) {2906, 1391-1400) ,..,. PRINT4 :.�.':. r,:;i (2013) 822X 2200' � 5 BQ2MT -024 LG02, 111-114 LG02, 104-107 LG02,109-110 LG02,97-100 LG02, 15-16 ED402, 55-58 A,21-24 NC NC NC NC NC <A02GFRX> B, 551-560 <A02GFRX> B, 561-575 <A02GFRX> B, 576-590 <A02GFRX> B, 591-600 T I I "'I �I 'I �I I I I I ,.. _ ... PRINT3 :.L':. � (2013) 822X 1755' 5BQ2MT-072 LG02,91-96 NC (LG02,97-100) NC LG02, 101-103 NC (LG02,104-107) NC LG02, 108-108 NC Li::J. 1X ANC-EXP-518 1 REMO NC <A02GFRX> C, 7-10 NC <A02GFRX> C, 14-17 NC (B, 19-20) <A02P3R7> ED402,121-122 NC B,21-24 NC NC A,25-28 NC NC A,29-30 NC NC MA007, 181-186 NC NC A,37-38 NC NC A,39-40 NC NC A,41-72 NC NC EAC #1 CABLES REMOVED BY JOB A02QHJS � (2008) 822X 1100' 5BQ2MT-024 LG02,109-110 B,3-24 ,. ... PRINT4 :.§.'. �(1986) 45X 380' AFTW-200 2051K, 1101-1300 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. + rtl .... . ..... ..... 1-z 1-1 a: Q,, � � PROJECT# DATE SVC REQ'D 10/31/2023 A02GFRX NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 6 OF 21 ,---. PRINT,4 LL'.. 1!](1986) 45X 380' AFTW-200 ,sx 2051K, 1101-1300 AFTW-100 24 0 ABAN � (1986) 45X 240 ' AFTW-100 2051K, 1101-1200 '"' AFTW-100 10 REMO � (1986) 22X 10 ' AFTW-100 ! I 2051K � 1101 -1200 • , .... I ::I ,I lq � .---. PRINT4 :_L'.. (2013) 22X 1200' BKMA-600 PG76,501-700 NC FH57, 51-60 NC FH57, 151-160 NC 29, 1-200 NC A,421-550 NC (2906, 1226-1235) <A02GFRX> B, 551-560 (2906,1276-1290) <A02GFRX> B, 561-575 (2906,1351-1365) <A02GFRX> B,576-590 (2906,1391-1400) <A02GFRX> B, 591-600 ,---. PRINT2 :_L'.. w "' ... 0 w w "' CJ::,. 4C 0 845C HH-3X5X3 GRD-BED 1 PLAC 1 PGB1-3 HH 2051K HH-3X5X3 (PPA) 4C 3XSX3=45 SEE CLIP BELOW � DRlVE TO PRINT 8 FOR HH PLACING DETAIL I XBOX I I­I/I • u>----'-.....- � -36" s�D�----!-------KANSAS-��:_::__-:__T>��-8:"_�--��:._�· _ _::_� .::_-_;2�_::----�:7�-J-;8��-��;-� "'i +� -- - - - - - - - - - - - - - - -� �A;�A�� -��T� - R�� - - - - -;4+0� - - - - - - • - - - - - - - • - - - - - - - - • � - - - - -�- - • - - - - - ,-- \0 _ __ _ _ _ _ _ _ _ PROP 36" WL I-60" STEEL CA"SfllG" PIPc - --- - -- - -- -- -- - -___________ _ z � pp x..-M ��r&----><--+--------+---_...----� e BBGNA-25-4 1 REMO � 303 ARTHUR TERM B TERMINAL (1969) 22X 20 51K, 1201-1300 � I 303 ARTHUR ST 1 01 TERM A TERMINAL (1986) 45X 2051K,1101 -1200 2051K,159-160 .---. PRINT 3 :_L'.. EAC #1 (2013) 822X 1755' 5BQ2MT-072 � TO BE DEMOLISHED NC A02QHJS RJIIIV AT&T DG & A .--.. PRINT,4 :_L'.. � ( 2013) 822X 2200 ' 5BQ2MT-024 LG02,111-114 LG02, 104-107 LG02, 109-110 LG02,97-100 LG02, 15-16 ED402,55-58 A,21-24 0 WATER HH TO PRINT 8 l!zl HH 2051K HH-3X5X3 (PPA) 4C 3X5X3=45 �II ,---. PRINT2 :_L'.. S45C Iii! (PPA) SC 0" ANMW-25 6BQ2MT-Q2,4 100 PLAC Ml (PPA) 845C 100' 5BQ2MT-024 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 29,54-54 29,61-61 29,66-66 2051K, 17-17 2051K,46-46 LG02, 111-114 LG02, 104-107 D,9-24 84SC BSW< -495 PULLBK BSW-6 645C DROPS WITH 3 WKRS ,.a (PPA) 45C 495' en 2051K, 101-101 � BSW-6 29,54-54 29,61-61 29,66-66 B,4-6 D,16-25 1-z ,. _,. PRINT2 1-1 a:: � e jg (PP:)�;�C 1000' 845C 5BQ2MT-072 650 PULLBK 5BQ2MT-072 LG02,91-96 LG02,97-100 LG02, 101-103 LG02, 108-110 LG02,15-16 ED402,55-58 MA007, 181-186 ED402, 121-122 A,31-72 822 C 5BQ2MT-072 125 LSHS £:E:j. 646C BSW<I 100 PLAC BSW-6 645C DROPS WITH 3 WKRS ,.;:;i (PPA) 45C 100' � BSW-6 2051K, 17-17 2051K,46-46 2051K, 101-101 A,4-6 45C ANMW-25 100 PLAC � (PPA) 45C 100' ANMW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 B,10-25 � (PPA) 845C 775' 5BQ2MT-072 LG02,91-96 LG02,97-100 LG02, 101-103 LG02, 104-107 LG02, 108-108 LG02, 109-114 LG02,15-16 ED402, 55-58 MA007, 181-186 ED402, 121-122 C,39-72 845C INNERDUCT2-,4 ,450 DBOR I!§ 450' INNERDUCT2-4 (PPA) 845C ,>� BSW-6 072F PROP 2-4" DUCTS NOTE: CABLES REMOVED BY JOB A02QHJS [§ FTWPTYRQ [§I LG02, 91-96 NC (LG02,97-100) NC LG02, 101-103 NC (LG02, 104-107) NC <A02GFRX> C, 7-10 NC I!!] I V I I � lcn PLACE AN INNERDUCT, 845C, THEN PULL COPPER THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROU_g_H DUCT. 303 ARTHUR ST FDF-024 (2008) LG02,109-110 B,3-14 LG02,15-16 B,17-24 845X LG02, 108-108 NC (B, 19-20) <A02P3R7> B,21-24 NC A,25-28 NC A,29-30 NC <A02GFRX> C, 14-17 NC ::a.= ED402, 121-122 NC NC NC NC N CS) CS) I- .... ZN 1-1 2-4"-HDP� -�,I �85C I�c � SPL SPL I-I� 0 PROJECT# A02GFRX DATE SVC REQ'D 10/31/2023 MA007, 181-186 NC NC NC NC NC a:: ::c � ::c I 1.L:fi I >-< => ' ✓ I I \-J "< \�} I ll..:ll 11- NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M lzl ( 2008) 822X 1100 ' 5BQ2MT-024 LG02,109-110 B,3-24 A,37-38 NC A,39-40 NC A,41-72 NC ee AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 7 OF 21 .-;-. PRINT> 2 @ 900' EA 111 180�----d"-PVC (PPA) 4C ...... f'RINT7 :_L'. r-.., PRINT7 :_ � -'· BSW-6 645C DROPS WITH 3 WKRS 2] 450' INNERDUCT2-4 (PPA) 845C lzj (PPA) 45C 0' BSW-6 ,. ... l"'RINT 2 .'.,L':. �I (PPA) 85C 1000' _;>i 5BQ2MT-072 LG02, 91-96 LG02, 97-100 LG02, 101-103 LG02, 108-110 LG02,15-16 ED402, 55-58 MA007,181-186 ED402,121-122 A,31-72 ,. _ .. :'IRIMT7 : . l. •. ,. (PPA) 845C 0' � 5BQ2MT -072 LG02,91-96 LG02,97-100 LG02,101-103 LG02, 104-107 LG02 , 108-108 LG02 , 109-114 LG02,15-16 ED402, 55-58 MA007, 181-186 ED402, 121-122 C,39-72 545 540 C?C I �, I I 1 ·s.D ,. ... PRINT7 :. :L':. -5 ( PPA) 845C 100' � SBQ2MT-024 LG02, 111-114 LG02, 104-107 0,9-24 PRINT 2 : -� -':. (PP6.) SC 0' 6 ANMW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21,2257-2258 21, 2368-2368 29, 54-54 29, 61-61 29,66-66 2051K,17·17 2051K,46-46 2051K, 101-101 D, 16-25 29, 54-54 29, 61-61 29, 66-66 B,4-6 ,..,. PRINT7 :.L':. BSW-6 64SC DROPS WITH 3 WKRS [ij ( PPA) 45C 100' -BSW-6 2051K,17•17 2051K,46-46 2051K,101-101 A,4-6 CROSSINGS COMERCIAL ST LOOKING NORTH _c:' - EXGI OUND I/EL ' '36.00 • I I DAVEME I 7' ilN 10] __ .. pr,ii,.,r 7 :_ L, � (PPA) 45C 100' ANHW-25 21,855-855 21, 1780-1780 21, 2009-2009 21, 2101-2101 21, 2188-2188 21, 2221-2221 21, 2257-2258 21, 2368-2368 B, 10-25 �845' 1A.V'IN72$1J 1 PlAC ATT .100089329 2051 KANSAS ST IAWN72SU (PPA) 845C LG02, 111-114 LG02,104-107 A,9-72 1� I I ---- 1a·s.o 545 540 ,::-,,: TOP C?n EL $33.00 10 rorR 0 EL533 00 �X6"WL .oo ,::-,n 525 'MIN J I PROP. COVER PROP_6'G A __J...AL��;;�� ) -AT&T CABL ES IN 4 AS 1•.'- PATH 'DUCTS -30 -?0 - 0 0 1D - PROPS· GAS tr.O.P,-510,1♦/- ,----1'' ONG BORE PA H 525 �o � - 45(,; 0 4SC PAD-CP-4IN 1 Pl.AC DRIVE I � ONWPNF100Y t PLAC F 2051 KANSAS ST 1l ONWPNF100Y (PPA) 45C IN 21,855-855 " 1-z 1-1 a: C. 0 I- IN 21, 1780-1780 IN 21, 2009-2009 IN 21, 2101-2101 IN 21, 2188-2188 IN 21, 2221-2221 IN 21, 2257-2258 IN 21, 2368-2368 A,10-25 OUT 2051K,17-17 2051K,46-46 20S1K, 101-101 B,29-100 ROW CTit�sc SPECIAL CIRCUIT CUTS ITJ:�ESTC CTI�;�STF HH 2051K I\ 4'C � �PL I\ 4,c L.:..::l S?l [J§j, 4!'.i:; PED!:STAL 1 ?LAC 4,C PRINT? :;RGNF-75-?5 1 PLAC HH-3XSX3 (PPA) 4C 3 X S X 3 = 45 5 /\ 84SC � SPL ATT 10 'XS' EASMT � 181 � 1-6' 4• -10· .i l : I /-,,/ � ' .. I-VI ...I w I VI 10' -6" 7 en I ) I -I I I I t:�NT 71 i 4 I I, I I � ): 4a : I 1-z 1-1 a: r 2'.J,--- --I I 0 o r -- --_-_ -� _____ --1 1-1_ _ _. -(;AS .Y '8" I-IL ---; I -�' • • • ••• ;.�:: '" ... : . �:.,.,. . . . . . . . . . . . . . ... c ........ . GAS -C. --------------- < • 14+35.15 l Ii l Ii_ 14+39•5�ANSAS ST �\88.lS < < < EAC#l 10/30123 ASE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CABLE. I WATER PROJECT:! P 26'>-609170096988 ATMOS ENERGY PIPELINE UEl-080.3979S-16469 � CONSTRUCTION NOTE: 24 INCHES MINIMUM CLEARANCE FROM HIGHWAY STRUCTURES ND ALL OTHER EXISTING UTILITIES (UNLESS MORE IS REQUIRED) I V NOTE: PLACE AN INNERDUCT, 845C, THEN PULL COPPEl1 THROUGH DUCT VACANT, THEN PULL FIBER SECOND ITEM THROUGH DUCT. PROJECT# I DATE SVC REQ'D A02GFRX 1013112023 NPANNX I GEO LOC I CLU 81733 2 T2233 2 FTWOTXEDPRIMARYENGR .. LOPEZ, DAVID M ENGR.10: DL 1574 PERMIT REQ'□, I N PHONE# 97264987 28 PRINT 8 OF 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. ,"g", PRINT7 I C'I 872� I•---• \@;i---BSW-6\,_) QJ 450' INNERDUCT2-4 (PPA) 845C ,.. ... PRINT7 :.L':.. EAC#l 10/30/23 �SE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CABLE. r::;i (PPA) 845C 600' [gj (2013) 22C 490' BKMA-600 I (PG76,501-700) NC <A02GFRX> B, 1-200 f-NC <A02GFRX> B,201-210 NC NC � 5BQ2MT-072 LG02,91-96 LG02, 97-100 LG02, 101-103 LG02, 104-107 LG02, 108-108 LG02, 109-114 LG02,15-16 ED482, 55-58 MA007 181-186 (FH57, 51-60) (FH57, 151-160) (29,1-53) 29,54-54 (29,55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550 NC <A02GFRX> B, 211-22011 [! <A02GFRX> B, 221-273 I �22C NC 20 SPL I ED402:121-122 I C,39-72 ,. • .., PRINT 7 ;_§_'.. BSW-6 645C DROPS WITH 3 WKRS @J (PPA) 45C 0' BSW-6 29,54-54 29,61-61 29,66-66 B,4-6 822C 5BQ2MT-024 110 PLAC (2906, 1226-1235) (2906, 1276-1290) (2906, 1351-1365) (2906,1391-1400) NC <A02GFRX> B,275-280 NC NC NC <A02GFRX> B,282-285 NC NC NC <A02GFRX> B, 287-420 NC NC <A02GFRX> B, 551-560 NC <A02GFRX> B, 561-575 NC <A02GFRX> B, 576-590 NC <A02GFRX> B, 591-600 NC �CCORDING TO THE COMTECHr­GPTC TICKET 409235, THE PG PAIRS LISTED BELOW ARE NOT WORKING PG76 401 8178109780 PG76 404 8173382876 PG76 431 8173356628 PG76 436 8173356249 PG76 441 8178858904 PG76 444 8178104017 PG76 446 8173356103 PG76 447 8173488218 PG76 522 8173351103 PG76 568 8173489783 PG76 569 8178109931 100 � (PPA) 822C 110' 5BQ21'1T-024 LG02,111-114 LG02, 104-107 LG02, 109-110 LG02, 97-100 LG02,15-16 ED482,55-58 B,21-24 � (2013) 85X 275' 5BQ2MT-072 all " ,. ... PRINT4 :.L'. LG02,91-96 NC NC ssx (LG02, 97-100) <A02GFRX> C, 7-10 NC ffi I-LG02, 101-103 NC NC ml2M,l,� i:!:i (LG02, 104-107) <A02GFRX> C, 14-17 NC ,::ii:: LG02, 108-108 NC NC 0.. cs. 19-20) Nc 1 <A02P3R7> ED402, 121-12zj0 �(2013) 22X 1200' B,21-24 NC NC t-BKMA-600 A,25-30 NC NC PRI N T3 MA0 07, 181-186 NC NC /j�� A,3 7-72 NC NC [§I (2013) 822X 1755' ffi 85X @l I I I-Ill ...J <C th� ,::ii::"' W-::e:: :ll ::e:: 0 Ill ... , 31 �I I 15' �I□ >-< I I �I I I CLIP #1 � 846C H""""2X3 1 PLAC l!Zl BLDG TO BE DEMOLISHED 8'15C HH 204V ill HH-3X2X3 (PPA) 845C ��:��3 X2X3=18 SEE CLIP #1 FOR HH DETAIL OIJ��TP02 RISER j\22C � $PL AB22C �SPL AS:PL '1 1�11 l?l ,. ... PRINT 7 822C 1X ANC-EXP-5/8 1 REMO 1X GUY-DOWN 1 REMO POLE NO# � :.2.'.. (PPA) 822C 75' 5BQ2MT-072 LG02,91-96 LG02,97-100 LG02, 101-103 LG02, 104-107 LG02,108-108 LG02,109-114 LG02,15-16 ED402, 55-58 MA007, 181-186 ED402,121-122 C,39-72 ASW-6 40 LSHS ASW-6 622C DROPS WITH 3 WKRS Q]I (PPA) 22C 40' ASW-6 29,54-54 29,61-61 29,66-66 B,4-6 X pp TO PRINT 10 � 822C i SPL I I � 5X I SPL I � I I I I-Ill I <C \ I ...J *'I 0 \1 1-1 I i1 > I• I\ HI \ 4'111,1 16'ilc i \ �i \ I 30' \ I * I I I I I I I I I I I I I I I I I I I I I I I I I I I Cl u, I I \/ I I /\i I � • ____ .J I -- - - - - - - - 0H- - --/-- -\ ------x pp / I I -------------" I LOCATE ALL UTILITIES! KANSAS ST 30' Jill.----BEFORE DIGGING 5BQ21'1T-072 ��f.":,1;.,"'g" -------�--------9----------------LOCATES-DIAL "811" ,URY/BORE ALL FIBER CABLE AT 36" MINI UNLESS OTHERWISE NOTED ,.. ... PRINT 4 :.L'.. lzl ( 2013) 822X 2200 ' 5BQ2MT-024 ANMW-l500 I§ 460 ABAN (2013) 45X 460' ANMW-600 SAME ATTRIBlITES REF. 11 � (2013) 85X 275' 5BQ2MT-024 SAME ATTRIBUTES REF. 7 r.,:;i (2013) 822C 550' � 5BQ2MT-072 SAME ATTRIBUTES REF. 3 PRINT 10 ,.;i (2013) 822C 550' � 5BQ2MT-024 SAME ATTRIBUTES REF. 2 PRINT 10 4"-PVC 135 ABAN � 135' 1-4C-PC-C (2013) 5BQ2MT-024 572 REMO ,.a (2018) 822X 572'i,g 5BQ2MT-024 4X LG05,121-122 A,3-24 I!§ 85X IFWNN-24 1 REMO (2018) 85X 225' 5BQ2MT-024 LG05,121-122 A,3-24 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. PROJECT# I DATE SVC REQ'D A02GFRX 1013112023 NPANNX 817332 GEO LOC I C LLI T22332 FTWOTXED T22332 FTWWTXGK gll I 205-1-1 COMMERCIAL 51 CONSTRUCTION NOTE: PRIMARYENGR.: LOPEZ, DAVID M IFWNN*24 (2018) 85X 24 INC HES MINIMUM CLEARANCE LG05,121-122 FROM HIG HWAY STRUCTURES ENGR. ID: DL 1574 PERMIT REQ'D. N A, 3-24 �u�CE�;HJ;R����g����IES PHONE#: 97 26498728 PRINT 9 O F 21 ,. --. PRINT9 :. §.� QJ (2018) 822X 572' 5BQ2MT-024 LG05,121-122 A,3-24 hi (2013) 822C 550' � 5BQ2MT -024 LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02,97-100 LG02, 15-16 ED402,55-58 A,21-22 A, 23-24 EAC#l 10/30123 @J !��!3L�2C 490' I (PG76,501-700) (FH57, 51-60) (FH57, 151-160) (29,1-53) 29,54-54 (29,55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550 (2906,1226-1235) (2906,1276-1290) (2906,1351-1365) (2906,1391-1400) NC NC NC NC NC NC NC NC NC NC NC <A02GFRX> <A02GFRX> <A02GFRX> <A02GFRX> SE PROJECT A02P3R7 BE ISSUED BEFORE! ROAD PROJECT A02GFRX. WHEN IT DONE, A02GFRX IS TO BE UPDATED TO INCLUDE COUNTS ED402,121-122 IN NEW CAB!£....._, @l (2013) 822C 550' SBQ2MT-072 LG02,91-96 NC (LG02,97-100) <A02GFRX> LG02,101-103 NC (LG02,104-107) <A02GFRX> LG02, 108-108 NC NC C, 7-10 NC NC C,14-17 NC NC (B, 19-20) B,21-24 NC NC <A02P3R7> ED402,121-122 NC A,25-30 MA007,181-186 A,37-38 A,39-40 A,41-72 ffi 22X BKMA-00 80 REMO NC NC NC NC NC �(2015) 22X 60' BKMA_ 50 NO WORKERS NC NC NC NC NC (2906,1226-1235) <A02GFRX> B,551-560 (2906,1276-1290) <A02GFRX> B,561-575 (2906, 1351-1365) <A02GFRX> B, 576-590 (2906, 1391-1400) <A02GFRX> B, 591-600 lzl (2013) SC 250' ANMW-600 (PG76,501-700) (FH57, 51-60) (FH57, 151-160) (29, 1-53) 29, 54-54 (29, 55-60) 29,61-61 (29,62-65) 29,66-66 (29,67-200) A,421-550 <A02GFRX> B, 1-200 j---<A02GFRX> B,201-210 <A02GFRX> B,211-220 <A02GFRX> B,221-273 NC <A02GFRX> B, 275-280 NC <A02GFRX> B, 282-285 NC <A02GFRX> B, 287-420 NC Rl'IV DG&A DAMAGED 1X GUY-DOWN 1 REMO 1X ANC-EXP-5/8 1 REMO POLE 74661 35031 HOA 17' B, 551-560 NC B, 561-575 NC B, 576-590 NC B, 591-600 NC 1C GUY-DOWN 1 PLAC 1C NC NC NC NC NC NC NC NC NC NC NC �CCORDING TO THE COMTECl'-1, GPTC TICKET 409235, ANC-EXP--3/4 1 PLAC THE PG PAIRS LISTED BELOW ARE NOT WORKING PG76 401 8178109780 PG76 404 8173382876 PG76 431 8173356628 PG76 436 8173356249 PG76 441 8178858904 PG76 444 8178104017 PG76 446 8173356103 PG76 447 8173488218 PG76 522 8173351103 PG76 568 8173489783 PG76 569 8178109931 <A02GFRX> B,1-200 <A02GFRX> B,201-210 <A02GFRX> B,211-220 <A02GFRX> B,221-273 NC <A02GFRX> B,275-280 NC <A02GFRX> B,282-285 NC <A02GFRX> B,287-420 NC POLE 746601 35020 HOA 20' POLE 74660 35012 HOA 23' ffi 22X BKMS-100 460 REMO (2906,1226-1235) <A02GFRX> B,551-560 NC POLE 74660 35002 � (1988) 22X 460' l!:!IBKMS-100 A,1-25 (2906,1226-1235) A,36-75 (2906,1276-1290) A,91-100 NO WORKERS NC <A02GFRX> B,551-560 NC <A02GFRX> B,561-575 NC (2906, 1276-1290) <A02GFRX> B, 561-575 NC (2906, 1351-1365) <A02GFRX> B, 576-590 NC HOA 21' (2906,1391-1400) <A02GFRX> B,591-600 NC TO XBOX@ F 1722 WljIT� S�TTLEMENT RD 'I 'I 'lzl [ij] � X l I I I ;,, t I CD II "-' "- xi a, a, II � "- X .. II � "- 11 21 I§ H-fill i I ll� � � TO PRINT 9 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. ii� w .... w "' w I­... I:! I- <C ...I > i (2013) SSC 350' 5BQ2MT-072 LG02,91-96 NC LG02, 97-100 NC LG02, 101-108 NC B,19-24 NC A, 25-30 NC MA007, 181-186 NC LG05,121-122 NC (A, 39-40) <A02P3R7> ED402,121-122 A,41-72 NO WORKERS NC � (2013) SSC 350' 5BQ2MT-024 lliil F 104 VIOLA TERMINAL (1988) 2906, 1226-1235 2906, 1276-1290 2906, 1351-1365 2906, 1391-1400 22X LG02, 111-114 LG02, 104-107 LG02, 109-110 LG02, 97-100 LG02, 15-16 ED402, 55-58 A,21-24 � F 112 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906,1276-1290) <A02GFRX> B,561-575 A, 91-100 NC � F 200 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906, 1276-1290) <A02GFRX> B,561-575 A, 91-100 NC � F 204 VIOLA ST TERMINAL (1988) 22X Ml A,1-25 NC (2906, 1226-1235) <A02GFRX> B, 551-560 A,36-75 NC (2906, 1276-1290) <A02GFRX> B, 561-575 A,91-100 NC F 208 VIOLA ST TERMINAL (1988) 22X A,1-25 NC (2906,1226-1235) <A02GFRX> B,551-560 A,36-75 NC (2906,1276-1290) <A02GFRX> B,561-575 A, 91-100 NC PROJECT# A02GFRX DATE SVC REQ'O 10/31/2023 NPANNX 817332 GEO LOC ICLLI T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 1 Q OF 21 i:;,:;n EX GRADE PROP AT&T HANDHOLE jX6X4 98 CU.FT I 530 f'l_ no· BORE PITI � � '-- 510 ' � � � 490 VJi»t:; 36"WLIN 'll II l:ii 11:.t:L r1rc Al ,a. I- --Pl"lj� -•- ■ 470 --- -- � 6" GJ W/10"8 _,,,.,,,..�· ,..... 7· �oo 8 PROFILE FOR PLACING OF 2-4" HDPE PRINTS 2 & 4 2@ 900' EACH to � PROPOSEDC• :z! -/ !�� 'X....... 0 / / .Jl1 rr w � ...J 1.1.. V... g � ro"�-�� � -RPIPELINE'"EEL CASING CJUl"!.C ,-,,..1 n 00 """'--' ---- PROP, ff & T CABLES IN 2-4" HOP t"L4t;.:1+UU 9 00 NOTE: ALL BORES SHALL BE VERIFIED BY GYRO TECHNOLOGY USING ACE PIPE CLEANING COMPANY, 817-332-1115 OR AND APPROVED EQUAL. !CONTRACTOR TO PROVIDE RESULTS TO DAVID LOPEZ WITH AT.&T. 10 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. �ANNEL GRADE � ''" - E ;,0· YVL ,n -·-11 _____ ,. -·--------.. - ALONG BORE PATH e• GAS PIPELIN� OO W/1 0" STEEL CASINGALONG BORE PATH , i::i::n 530 ' 510 490 470 11· •00 PROJECT# A02GFRX � DATE SVC REQ'O 10/31/2023 NPANNX I GEO LOC I CLLI 817332 T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL 157 4 PERMIT REQ'D. N PHONE#: 9726498728 PRINT 11 OF 21 490 0.1"'1,H n...,...._..,., l"J.lf"!lil'! 11· 12· PROPOSED CHANNEL GRADE..._ ' PROP AT&T HANDHOLE EX GRADE .. , .. ,1 I I 13 I..........._ PROP, LEVEE PIERS -·-...... -..... 14 II ,, ., ... �i:: -r---6" GAS PIPELINE n111r. ani::it:' PATM IPE 16 10/31/2023 817332 T22332 FTWOTXED DAVID DL 157 4 N 9726498728 12 21 Proprietary (Internal Use Only.) Not for use or disclosure outside of companies except under written agreement. A02GFRX AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 9726498728 LASH APPROX 365' OF CABLE TO EXISTING STRAND PLACE STRAND AND LASHAPPROX 10' CABLE PLACE 1 ANCHOR & REMOVE 3 ANCHORS PLACE 1 DOWNGUY & REMOVE 1 ANCHOR CLEAT 2 RISERS PLACE APPROX 45' OF OVERHEAD GUY REMOVE 2 CABINETS & 3 PEDS REMOVE APPROX 5851' OF CABLE AND STRAND REMOVE APPROX 1535' OF COPPER CABLE AND CHOP TO 4' Sfi-TIONS RETI_IRN TO NE PKWY ATTACH TWO (2) TRACER WIRES TO THE TOP OF THE CARRIER PIPE AND SECURE THEM IN PLACE WITH DUCT TAPE OR 10-MIL THICKNESS POLYETHLENE PRESSURE SENSITIVE TAPE AT EVERY JOINT AND AT 5-FOOT INTERVALS. TAKE APPROPRIATE STEPS DURING PULLBACK TO ENSURE THAT CARRIER PIPE AND TRACER WIRES ARE INSTALLED WITHOUT DAMAGE. Materials Provided by AT&T: • Fiber Cable • Innerduct • Duct Tape • Hand Hales • Ground Rods & Wire • Prints • Miscellaneous Materials Materials can be picked up at: 2362 NE Parkway Garage. Responsibilities of the Supplier: • All Labor • Equipment • Supervision • Work Area Protection • City Permits • Materials to Restore Right of Way f F.O.%%%i • Any M cws Materials not provided by AT&T Contact Information: For any queries, please contact the Local Construction Engineer (LCE), Jose Tovar: • Email:JT1512PATT.00rA • Phone: [817 586-91261 Please ensure that all requirements are met and react: out if you hale any questions. Thank you! AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except underwritten agreement. PROJECT # DATE SVC REQ'D A02GFRX 10/31/2023 NPANNX GEO LOC I CLLI 817332 T22332 FTWOTXED PRIMARYENGR.: LOPEZ, DAVID M ENGR. ID: DL1574 PERMIT REQ'D. 1 N PHONE#: 972649872$ PRINT 150E 21 lnputllffllllld•-el""-lnC.,U Ell. 2 lnput�orkMwn-crtnbledellthfwmsurfacriaCelll:23. Input unit weight of fluid (drilling mud) in Cell E25 tD be inlruducl!d -1he lmn!hal!,dulng drilllq. Input depth ID mp of max h...,.af malng mud in-f2& If drillinll mud tuill be at lnp af -m, thl!l valuelsO.. llfaPIJllcable) Input-drlllqfluid pressure in Cell IE.27. lhis....-Vlllue issmne11mes used tD enlrnW, !he impattaf-ttSfi'omflllid Pllfflllffll! thatv,oldd be.--lhln � bydrDSlallCpn!SSIHealCUl-lftColumll M. Input sol ............ and parameter,; in Cells 1132:Klli II d...,-lnColumnAa!llstn 51!1ectmat1!rlal(sdl)typemmat:dl-.,ati!d�1mm llorinalollorae,,loeie�rpretalion. Input bmtnm ofbamJI depth In E2II. lhb\ � 15 "'9�1l!d lntableand l!Japb-. fattar af Safel'{ is a-in ColUlllnO and plotted in 1111pb for an depth in<RIMfltS. 1�0:::111111,:w.11-1111!111maN1·..-.• ....... ,trn,rt' _____ llil&. CONT PRINT 17 I Rodl:IIIUIIJNIIIGI lnputsoH unil ""°""""" -Id be based on lm!Nm dlbl or,usonable-. Weilllllafdrilllnllfluidorllfllutmouldbe-onlmDwllmbtdlHIIP'lor�-. DO NOTatANGE caLSA9:! 10 MIi "Matmll I, II,_• wil break lheflmc1ion. Use Notacolwnn mdcnotrwhid, soil�mrrelillle1DM.-1toV.Flve-(sailltJpesare_in_lool. fillurebe-fih--elf-mnllnlng-willldojllhud_of_,,,at� ............... lhb\toal is-tDbe11....,<ninl!levd...-af:lbep-filrh¥drnlil:-dule1Dfluidsuscdfw d!BIIHII ____ ---Lflll:LGROIIND,ml511111tfullyaccuratefor-perl'armed Oll""'bonknlcffl:s. Tlilis1DOldocsNOl"acD11.1111;far-lluidpn:11s11n,_:lbe_ndDfa<r,.sudlas"""""<a>illl 15 used. 11115-doe!i NOT acmuntfar any __ may be lmpoEddule to pumplngaf--U!ls 1s.-i, -d IIY lllllll!COll:lbe dlil riUndCOllld bcadtkdto:lbe "Addfd Drllille:flllid l'RssuR" RM in :lbelllllleto --i111! tbe rlskaflramm! .-p,npe,1 -.. -ofSall!q! es,1mn,,11,,-too11s ---· Mane-.ta,mlyols-,111 bcen,quedt11111C1rear:allilldy..,.111eli!illafhydnwlil:ftac1mdor ,pecllk site mnd111ons. ... .,, Clllalla1iaM:: fnlm ER lll0-1-181171'111Ql'1111h �.a: Hytlraulic:fraclun!canom,rin--mab!rialsand--15,•nd-ltllaslleen1illmd that in soils, �lhltturi111 am ocawwllen 1k IIOrehole pn,ssureCIKHds 1k lowest-I conlining-.S (-umprindpal5111!55"3lp!us--stn!llllh-Tbe-lln!nglhcanbe...,.__llfllle undrained (shear}SUl!Rl'h oftbemlL minm plinclpal-lnBS!n!H llllll In a l'lllffllillly COIi---a -;n,und mndilionist911ica11Jlhe-�-canben!U0118111y-(ullle-earth prem,n,). 10/31/2023 A02GFRX 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 16 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. CONT PRINT 18 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 IFTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 17 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 9726498728 CONT PRINT 20 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 19 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 2Q 21 AT&T Proprietary (Internal Use Only.) Not for use or disclosure outside of AT&T companies except under written agreement. A02GFRX 10/31/2023 817332 T22332 FTWOTXED LOPEZ, DAVID M DL 157 4 N 9726498728 21 21 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/12/25 M&C FILE NUMBER: M&C 25-0659 LOG NAME: 03DISCRETIONARY _SERVICES_AGREEMENT _AT&T _KANSAS_ST SUBJECT (CD 9) Authorize Execution of a Discretionary Services Agreement with AT&T, Inc. in the Amount of $580,131.98 for the Relocation of Aerial and Buried Cable Facilities in Support of the Central City Flood Control Project, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2025- 2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize Execution of a Discretionary Services Agreement with AT&T, Inc. in the Amount of $580,131.98 for the Relocation of Aerial and Buried Cable Facilities in Support of the Central City Flood Control Project; 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Capital Project Other Fund, subject to the receipt of the grant in the amount up to $580,131.98 for the purpose of funding the FW Central Utility Relocates project (City Project No. 105935); and 3.Amend Fiscal Years 2025 -2029 Capital Improvement Program. DISCUSSION: The purpose of this Mayor & Council Communication is to authorize execution of a Discretionary Services Agreement with AT&T, Inc. for relocation of aerial and buried telecommunication cable facilities within the Fort Worth Central City Flood Control Project area and adopt an appropriation ordinance to fund the same. The agreement is in the amount of $580,131.98. All franchise utilities must be removed from the flood control project area prior to construction by the U.S. Army Corps of Engineers. The Central City Flood Control Project is being constructed by the U.S. Army Corps of Engineers in order to reduce the risk of flooding to over 2,400 acres of homes and businesses near downtown Fort Worth. To prepare for the construction of the future bypass channel integral to the Central City Flood Control Project, all City infrastructure and franchise utilities must be removed from the channel construction area. AT&T, Inc. owns and maintains certain telecommunication cable facilities within the Fort Worth Central City Flood Control Project channel area. FUNDING: In accordance with the provisions of the lnterlocal Agreement between the City of Fort Worth and the Tarrant Regional Water District (TRWD) City Secretary Contract Number 43425-A 1, and pursuant to the Trinity River Vision Authority Project Plan, the City of Fort Worth is eligible to be reimbursed for costs considered to be Fort Worth Central City-related work (formally known as Trinity River Vision-related work). The maximum amount allowed for these agreements will be up to $580,131.98; however, the actual amount used will be based on the final invoiced costs for the work performed. These expenses will be reimbursed by Tarrant Regional Water District (TRWD) through available funds with no net expense to the City. A Form 1295 is not required because: This contract will be with a publidy-traded business entity or a wholly-owned subsidiary of a publidy-traded business entity: AT&T, Inc. 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 capital budget, as appropriated, in the Grants Capital Project Other Fund. The Transportation and Public Works 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 Transportation and Public Works Department has the responsibility to validate the availability of funds. This is a reimbursement grant. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Christianne Simmons 6222 Additional Information Contact: Clair Davis 7893 City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: 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 If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No 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: Expiration Date: 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. Project Number:If applicable. *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 processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler) Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank